Loading...
HomeMy WebLinkAboutContract 45105 (2)J / Gl'[Y SEC�TA�Y c j ������ �1�� �����'�` ����.'���-:� -:� � �� �� .._.,Y P��J�CT I��1�I�FCT�'�.I� roz� �t'�� c����T�t1e'['io� or __.__.- [JI�1I7' 1: �k�AI'II�I I��r�I� A�' �?AI�TA C�A.� �I�AI@II�1.�I� i3I�I1�C�L 1LZlLUi 1l�ti�dr�lViL' 1VT l City I'rojcct No. 40259 IJI�i'�, �: �,kZ�4,�'�1�� 13.6�� �� �II,17�,�`I� I3IZ14.1��'E-I l3I�I�(ii; A615J1. AJL—�� �'s1i,LSJ1 \ A City, T'roject No. 00302 Ui�ti`I' �: ��i���I�h R(?I�IT� ��1�`T�.I2 �C%�C�T'IOI�1 IJII�III1 �: �'�3���Ci�I� ��C)�I� �f'�[�iT�l��' ��'��IEI� t2CI��CA.'I'IC�td Ci[y Projeci No. E�1�33 �f ` .�°. ���`�7���y ' �� \i' � �� '' �.o� .: ie.�taas.�onu..•.n..u.:.�. e�iA� c, eo�c��� Se��eau�a.�ou.e�u�cn�.... � �. sas�� :;�-� S. l��ra►�k Crunib, P.�. Directoi-, I�V�ler Departiuet�t F -r����-�- � • � �.m% ��` � ���� (� � � Bctsy Pi�ice 1��1}�OI' 1Oi11 i�l�gI11S City Ntatiager Dauglas W. tiViersi�;, P.E. Dicectol�, Tr�nsportatio►i a►lcl Public Woi-ks Qep<�rtit�e�lt n+�s coPY Fat: CONTRACTOR CON7RACTOR'§ BONDIN�i C0� � CiT1f SECRETARY �,�,� CIT1f MANAGER'S OPFKri E1IOINEERIN(3 DN� �,,,�TIpW • FN.It COMK _�.— �'a�ei� l�c��a���incnf �:;� �"ar ��'��p Pre�j���•ec� fae• ��'iie City o�' Fort ��'ot•th `�'���i�a�po4•fation a�u�l P��k�lic �lot•k� ]I�e��nF•trt�cr�i �t�c1 �4I3 �,,�-�°' �� � � �<imley�l--lort� �� , � � � and /�ssociat�s, fnc. 'Ii;.r'as Registered Fngiiieering l�irn� F-928. RECE�VED i�fl� � 2 Z�i� Tr ;F�z ..... �,,��pA�B � 5� a�`4`{; �' ��' `�E �:�;� °�r� �YF `� c- � ..,. � • � .l(11 i�l R. /1"I�f<IE�J�'j<^. �;.�, �o. ...��55376.......: ,�,. � ����' F � ; , � ;%i���� ��'�� '. �L�` 5 t ,5 fJ=,nr ,,.�.� .�c'a� s�V �, , a-�vv_ �,� .� �.�� �� �F�ICYAL RE�OFtD 9�1`q'Y ���I�ET'�i�Y ��'6 �'�►@��'�, �'� M&C Review CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 10/7/2013 Page 1 of 3 .,,::c;a, �:i� �F ���a �.�r✓ �� ; c � ���� �r,. -e:<a_ DATE: 10/7/2013 REFERENCE NO.: C-26492 LOG NAME: CODE: C TYPE: NON-CONSENT PUBLIC HEARING: FORT WORTFI �! 20CHAPIN CRAVENS NO SUBJECT: Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd., in the Amount of $2,415,410.00 for Chapin Road Bridge and Cravens Road Bridge Replacements and Water and Sanitary Sewer Relocations at Cravens Road, Provide Funding for Additional Expenditures for Construction Services and Contingencies for a Project Total in the Amount of $2,686,299.00 (COUNCIL DISTRICTS 3 and 5) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with S.J. Louis Construction of Texas, Ltd., in the amount of $2,415,410.00 for Chapin Road Bridge and Cravens Road Bridge replacements and water and sanitary sewer relocations at Cravens Road. DISCUSSION: The purpose of this Mayor and Council Communication is to authorize the execution of a construction contract with S.J. Louis Construction of Texas, Ltd., in the amount of $2,415,410.00 for Chapin Road Bridge and Cravens Road Bridge replacements and water and sanitary sewer relocations at Cravens Road. The project was advertised for bids on June 6, 2013 and June 13, 2013 in the Fort Worth Star- Teleqram. On July 11, 2013, the following bids were received: Bidders Amount Time of Completion http://apps.cfwnet.org/council�acket/mc review.asp?ID=18954&councildate=l0/7/2013 10/17/2013 M&C Review S.J. Louis Construction of Texas, Ltd. Rebcon, Inc. Jackson Construction Ark Contracting Services, LLC Earth Builders. LP $2,415,410.00 � 285 Calendar Days $2,684,653.00 $2,711,198.00 $2,758,035.00 $3,024,971.50 Page 2 of 3 On October 22, 2002, (M8�C C-19303) the City Council approved an Advance Funding Agreement with the Texas Department of Transportation (TxDOT) for the reconstruction of the East First Street Bridge over the Trinity River. As part of that Agreement, the City agreed to reconstruct the bridge on Chapin Road over Santa Clara Channel, at its sole cost, in lieu of the normal 10 percent cost participation required for the local government. On May 27, 2008, (M&C C-22828) the City Council approved an Advance Funding Agreement with (TxDOT) for the reconstruction and rehabilitation of the West 7th Street Bridge. As part of the Agreement, the City agreed to reconstruct the bridge on Cravens Road over the Wildcat Branch in lieu of the normal 10 percent cost participation required for the local government. On October 13, 2009, (M&C C-23846) the City Council authorized the City Manager to execute an Engineering Agreement with Kimley-Horn & Associates, Inc., for design of Chapin Road bridge and Cravens Road bridge replacements. On August 17, 2010, (M&C C-24398) the City Council authorized the City Manager to execute an Engineering Agreement with Kimley-Horn & Associates, Inc., for Cravens Road Water and Sanitary Sewer Improvements. Existing water and sanitary sewer mains are in conflict with the proposed bridge and roadway improvements at Cravens Road and will be replaced with this project. Also, the existing 39-inch diameter sanitary sewer main (M-244B) in Cravens Road will be replaced and upsized to 54- inches in diameter to accommodate future flows from the Village Creek Basin. M/WBE Office - S.J. Louis Construction of Texas, Ltd., is in compliance with the City's BDE Ordinance by committing to 13 percent MBE participation. The City's MBE goal on this project is 11 percent. This project is located in COUNCIL DISTRICTS 3 and 5, Mapsco 72V and 79Z. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the Street and Related Improvements Fund, Street Improvements Fund, Grant Capital Projects Fund, the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/AccountlCenters FROM Fund/Account/Centers GS30 541200 020300260580 $354.000.00 C200 541200 207260025983 $310,201.00 GR74 541600 020302268810 $702,184.00 P253 541200 605170153383 $262.432.00 P258 541200 705170153383 $786,593.00 Submitted for Citv Manaqer's Office b� Oriqinatinq Department Head: Fernando Costa (6122) Douglas W Wiersig (7801) Additional Information Contact: http://apps.cfwnet.org/council�acket/mc review.asp?ID=18954&councildate=l0/7/2013 10/17/2013 M&C Review George Behmanesh (7914) ATTACHMENTS Exb E ChapinRd.pdf Exb E CravensRd.pdf Page 3 of 3 http://apps.cfwnet.org/council�acketlmc review.asp?ID=18954&councildate=l0/7/2013 10/17/2013 �� ` ���� : ��� �; � � � _� P'�2.�3�CT 11���I�IIiJ�.L roR dd&li ��1Q�11i9J'L...�1���� �I.' � IJI�IIT t: CTril�I�II�T �2�F�.� AT �?sI�ITA, CLA�][�..t� �F�AI�II�1�L. ]��2.II?�G� ll'A..L` A LtS�L' SV$L` �TT Clt}' Pl"O�]CCE NO. QOZJ� ... 411V1 d, �. ���V�As1V� ��t�Jl� �➢.� VY l��/`Lt�A� ���1V1...l1 A.➢ii1Af�L' �E��A1���elY.1Ll`lT City, Pr•oject No. 4a302 Ui�tIT 3: �C�.�1�1�� Yt(lA.T� ���.`I`lCl� I2�I,�CA'I'IOT�1 UI�I �' �: �I�.�I���" ��A� �A.E�iIT�R� �E�,' + �t �EL�CATIO�I� Cit�� Project No. OIy33 r�etsy Price "t'om Higgins Ntaya►' City IVlanager Douglas W. 1�Viersi�, P.E. Director, Transportatio�l <�nd Pub(ic �'Vorks De}�artment S. I'ra�ik Cruriib, P.�. � Director, lValer Depat-iment Pre�����•ed �'ot- 'I'he �i�.� o� �ort �'o���h 'I`r�ns�o�•iatiou aca�� Ptzblic t�Tor•k� �e�aY-trt�en� �.rxc� � � � �-���� ��c`t��i' L�Ci)c�t'�ITICIlt � L' OF j��'�p �-; :�•' ... �`.�.>�-i�,���€}��J 4 $' j�,�,`�{�• . ts�ra, 4�i'• G: �:.i p� ��V 2413 ,� .,,.,......j.�: ,,,«,..n�, ;t „ � JC�I-lit f�1��t1NS �`- ��. �s. ....����376 .......''t;`� rs`�5��,�'E'�:J�;���! `:J �� : !i �^, • �C? ^f`�, ��'' �<imfe Morn � �'3�,`'���" � � y_ � . � F : � and Rssociates, Inc. ���� � ` � �•� ���°� Texas Re;istered E�igineering Firm F-923. 000aoa-i raa� oF corrr�v�s :Page l of 4 � 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 I9 20 21 ZG 23 24 25 ?6 27 ?g 29 30 31 32 33 34 35 36 37 38 39 40 4i 42 43 44 45 46 47 48 s��TTc�N ao ao 00 TABLE OF CONTENTS Division QQ - General Conditions 00 OS 10 Mayor and Council Communication OQ 45 1 S Addenda 00 l I 13 Invitation io Bidders 00 21 I3 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 QO Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder QO 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 4S Z6 Contractor Compliance with Workers' Compensation Lativ 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 00 61 13 Perforn�ance Bond 00 61 I4 Payment Bond fl0 61 19 Maintenance Bond 00 6l 25 Certificate of Insurance 00 �2 00 Genera) Conditions 00 73 00 Supplementary Conditions Diveseon Ol - Generai Reqnirements O1 I 1 00 Summary of Work O1 25 00 Substitution Pr•ocedures 01 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 3Z 16 Construction Prob ess Schedule O1 32 33 Preconstruction Videa O1 33 00 Submiitals Ol 35 13 5pecial Project Procedures 01 45 2� Testing and I�lspaction Services OI 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control OI 57 13 Starm Water Pollution Prevention Plan Ol 58 13 Temporary Project Signage Q 1 60 00 Product Requirements dl 66 00 Product Storage and Handling Requirements O1 7I 23 Construction Staking and Survey dl 74 23 Cleaning O I 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents C1TY OF FORT WORTH STANDARD COI�ISTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 20l 1 CHAPINROAD AND CRrITTENS RO.AD BRIDGE REPLACEMENTS �iND UTILlT3' RELOC,4TlONS Cin� Project Aos. 002�9, 0030', 01533 00'00 00 -3 TABI;E OF GONTENTS Page 3 of 4 1 2 '3 4 5 6: 7 8 9 10 il 12 13 14 l5 16 17 I8 19 20 21 �� �; 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3s 39 40 4i �2 43 44 4� 33 05 14 33-05 17 33 os zz 33 0� 24 33 OS'26 3� �5 3u 33 11 10 33 11 11 33 11 12 33 12 20 33 12 21 33 12 25 33 1240 33 31 13 33 31 SQ 33 39 ZQ 33 39 3Q 33 39 50 33 39 60 33 41 10 33 49 40 Adjusting Manholes; Inlets, Va1ve Boxes, and Uther Shuctures to Grade Concrete Collars Steel Casing Pip� Installatian of C�rrier Pipe :in Casing or Tunnet Liner Plate Utility Markers/Locators Ex�::,�atory Excavation forExisting Utilities Ductile Iran Pipe Du.ctile Iron Fitfings Polyvinyl Cliloride (PVC) Pressure Pipe Resilient Seated Ga�e Valve AWWA Rubber-Seated Butterfly Valves Connection to Existing Water 1Vlains Dry-Barrel Fire Hydrants Fiberglass Reinforced Pipe for Gravity Sanitary Sewers Sanitary Sewer Service Connections and Service Line Precast Concrete Manhales Fiberglass Manholes Manhole Insert Odor Control Devices Epo�y Lzners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts StQnn Drainage Head�valls and Wingwalls Division 34 - Transportation 34 41 30 Aluminum Signs 34 71 13 Traffc Control TacDOT Speciiications, ada�ted by the Texas Department of Transportation June l, 2004, listed below �re included for this Project by reference. All stasldard speciiications included in the Department's Standard Specifications for Constn�ction and Maintenance of Hi �vays, Streets, and Brid�es are incorporated into the contract by refez-ence. All references witl�in these Standard Specifications to T�cDOT, the STATE, the DEPARTMENT, the ENGINEER, or ofher such terms shall be understood to refer to the CITY OF FORT WORTH for the purposes of this contract. ITEM 360 IT�M 403 IT�M 416 ITEM 420 ITEM 425 ITEM 450 ITEM 454 ITEM 496 TTEM 540 ITENI 544 ITEM 658 Concrete Pavement (421}(440) Temporary Special Shoring Drilled Shaft Foundations {421)(440){448) Conerete Structures (421}(440) Precast Frestressed Concrete Structtiral Members (421}(426)(434)(440)(442) Railing (421)(440)(442}{445)(446)(540} Bridge Eapansion Joints (442) Removing Structures Metal Beam Guard Fence Guardrail End Treatments Delineator and Object Marker AssembIies CITY OF FORT R�ORTH STANDARD CONSTRUCTION SPECIFIC.4TION DGCUMLNTS Revised November 4, 2Q11 CH�?PIN RORD AND CRR V&NS ROAD BRIDGE REPL,4CENIEI�'TS AtVD UTILITY' RELOC,�TIONS Ciry Project Aos. 002�9, OU302, OI.i3.3 1 2 3 ,4 S b 7 s 9 la 11 12 13 14 15 16 17 ls 19 ?p 21 22 23 24 2� 004510-I MAYOR ANL1 GOUNCIL GOMNIIJNIC.ATION {M&C) Page l ofl SECTION OQ 0510 MAI'OR AND COUNt�IL COMMUNICATION (M&C} END O� SECTIQN CiTY OF FORT R'ORTH STAl�li}ARD CONSTItUCTION SPECIFICATION DOCTJNiENTS Revised November 9, 2011 CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEME?�'TS AND UTILITY RELOCATIflNS Ciry Project Nos. OQ254, 00302, 01533 000515-I ADDENDA Page;l ofl 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1& t9 20 21 22 SECTION 00 OS' IS ADDENDA END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTIQN SPflCIFICATION DOC;i7M�NTS Revised November 9, 2011 CHAPIN ROAD AND CRAVENS RQAD BRIDGE REPLACEMENTS AND UTTLITY RELOCATIOI�iS City Project Nos. 04259, 0fl302, Ol �33 001313-i LNViTATION TO'BIDDERS Page I of Z 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 i9 2Q 21 22 23 24 25 Zs 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 �ECTION 0011 13 INVITATION TO BIDDERS RE�EiP i v� BiDS Sealed bids for the constnzction af GHAPIN ROAD AT SANTA CLARA CHANNEL BRIDGE REPLACEMENT, CRAVENS ROAD AT WILDGAT BRANCH BRIDGE REPLACEMENT, AND CRAVENS ROAD WATER.fiND SANITARY SEVJER RELOCATIONS - Ciry Project Nos. fl0259, 00302, and 01533 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until i;30 P.M. CST, Thursday, July 11, 2013, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF' WQRK The major work will consist of the (appro�imate) following: bridge replacements on Chapin Road at Santa Clara Channel at�d on Cravens Road at Wildcat Branch, 365 linear feet of 54-inch sanitary sewer line by open cut and aerial crossing, 105 linear feet af 24-inch saniiary sewer by open cut, and 564 linear feet of 12-inch water Iine by open cut, and 1401inear feet of 12-inch water line by other than open cut. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualif ed by the Crty at the time of bid opening. The procedures for qualification and pre- qualification are ouelined in the Section QO 21 13 — iNSTRUCTIONS TO BIDDERS. DOCUMENT E�AMINATION AND PROCUREMENTS The Bidding and Contract Dacuments may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at }ittt�:i%4� ���F�-.1c>i�t��-<7rtli�ov.or�; purcllasins;_ and clicking on the Buzzsaw link to the advertised project folders on the Ciry's Buzzsaw site. The Contract Documents may be downioaded, viewed, and printed by interested cantractors and/or suppliers. �opies of the Biddiug and Gontract Documents may be purchased from Kimley-Horn and Associates, Inc_ which is as follows Suite 950, 801 Cherry St, Unit 11, Fort Worth, TX 76102. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: �100 Set of Bidding and Contract Documents with half size (if available) drawings: $64 PREBiD CONFERENCE A prebid conference may be held as descriUed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following locaeion, date, and time: DATE: June 19, 2013 TIME: 9: 00 am PLACE: 1000 Throck-morton St, Roorrz 270 Fofrt T�orth, T�xas 76102 Cti'Y OF FORT WOR7'f-I CHAPIN ROAD AIQD CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMEI�TS AND UTILTTY RELOCATIONS Revised Novembar 9, 2413 Ciry Project Nos. 00259, 00302, QI533 oa ii i3 -i INVI'I`ATION TO BIDDERS Page 2 of 2 1 LOCATION: Municipal Buildzng, 2"d Floor 2 3 4 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 5 City'reserves'the right to waive irregularlties and to accept or reject bids. 6 7 INQt7IRIES 8 AlI inquiries for the bridge replacements relative to �iiis pzocuremenf should be addressed to tlae 9 following� 10 Attn: Tariqul Islam, City of Fort Worth 11 Email: tariqul.islam�a fortworthtexas.org 12 Phone: 81'71392-2486 13 AND/OR 14 Attn: Brian Boecker, P.i;., Kimley-Horn and Associates, Inc. 15 Email: brian.boecker@lcimley-hom.com 16 Phane: 512/418-1771 17 18 19 �q zi 22 23 24 25 26 27 2� 29 30 31 All inquiries for the �vater and sanitary sewer reiocatians relative to this procurement should be addressed to the following: Attn: John Kasavich, P.E., City of Fort Worth Email: john.kasavich@foriworthtexas.org Phoue: 817/392-8480 AND/OR Atm: John Atki�s, P.E., Kimley-Horn and Associates, Inc. Email: john.atlans@kimley-horn.com Phone: 817/335-6511 ADVERTISEMENT DATES ,Iicne 6, 2013 June I3, 2013 3� END OF SECTION CTTY OF FdRT WORTH CHAPIN ROAD AIvD CRAVENS ROAD BRIDGE STANBARD CONSTRUCTIOl�z SPECIFICATION DOCUMENTS REPLACHMENTS AND UTILTT'Y RELOCATIONS Revised November 9, 2Ull City Project Nos_ 00��9, Q0302, 01�33 aozi i3-� INSTRUCTIdNS TO BIDDERS Page 1 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 i8 19 20 21 22 23 24 2� 26 27 2� 29 30 31 32 33 34 35 36 37 38 34 40 41 42 43 44 �3 SECTION 40 21 13 INSTRUCTIONS TO BIDDERS Defined Terms l.l: Terms used in these INSTRUCTIONS TOBIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used iin 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: Anyperson, 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. 1.23. Successful Bidder. The lowesi responsible and responsive Bidder ta whom City {on the basis of City`s evaluation as hereinafter provided) makes an aavard. 2. Copies of Bidding D�cuBnents 2.I. 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. Ciry and Engineer in mal:ing copies of Bidding Documents available do so only far the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant fflr any other use. 3. Prequalificatiam of Bidders (Prime Coniractars and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prec�ualification at the time of bidding. Bids received from contractors �vho are not prequalified {even if inadvertently opened) sha1I not be considered. 3.2. �ach Bidder unless currently prequalified, must be prepared to submit to City �vith.in seven (7) calendar days prior to Bid opening, the documentation identified in Sectian 40 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission flf and/or questions related to prequaiif catron shouid be addressed to the City cantact as provided in Parab aph 6.1. CITY OF FORT WORTH GHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTI0�1 SPECIFICATIOi�I DQCiJMENTS R�PLACEMEN'CS AND UTTLITY RELOCATTONS Revised November 4, 2011 City Project Nos. 00259, Q0302, 01533 fl0 2I 13 - 2 INST:kUCTIONS TO BIDDERS Page 2 of 9 1 3:3. The City reser�es the right t¢ require anypre-qualified contractar who is the apparentlaw 2 bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 informatian about l�ey personnel to be assigned to the project, and coustruction schedule, 5 to assisi the City in eValuating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfuIly complete projects for the amount bid �vithin 7 the :stipulated fime frame. Based upon the Czty's assessment of the submitted 8 ii�formaxion, a recoinmendation regarding the award ofa contract will be made to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 14 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified in writing of a reeommendation to the City Council. 12 13 3.4. In addition to prequalification, additional requirements for qualification naay be required 14 within various sections of the Contract Documents_ 15 16 4. Examinatian of Sidding and Cantract Documents, Other Related Data, and Site 17 1 S 4.1. Before submitting a Bid, each Bidder shall: 19 20 4.1.1. Examine and carefully study the Contract Documents and other related data 21 identifed in the Bidding Documents (inciuding "technical data" referred to in 22 Paragraph 4.2. beiow). No information given by City or any representative of the 23 City �ther than that contair.ed in the Contract Documents and of�icially 24 promulgated addenda thereto, shall be binding upon the City. 25 26 27 28 29 30 3f 32 33 34 35 36 37 38 39 4U 4l 42 43 44 45 46 47 48 49 4.1.2. Visit the site to become familiar �vith and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishzng af the Work 4.13. Cansider federal, state and local Laws and Regulaiions that may affect cost, progress, performance or furnishing of the Work. 4_1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and aii 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 b�;�n identiiied in the G�ntract Documents as containing reliable "techzaical data_" �.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information whzch tlie 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 Docuznents. 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. CITY QF FORT WORTEi CHAFIN ROAD AND CRAVENS ROAD $RIDGE ST.Ai\TDARD CONSTRUCTION SPECIFICATION DOGUMENTS REPLACEMENTS ANA UTILITY RELOCATION3 Revised November 9, 201 I Ciry Project Nos. 00259, OQ302, 01533 00 2113 - 3 INSTRUCTIONSTO BIDDERS Page 3 of 9 1 4.1.b. Ferform independent research, invest'rgatians, tests, borings, and such other means 2 as'may be necessary to gain a cpmplete lmowledge of the condiiions which will be 3 encountered duri,ng the construction of the groject. Qn reques�; City may provide 4 each Bidder access ta the site to conduct such examinations, investiigations, 5 explorations, tests andstudies as each Bidder deems necessary for submissian of a 6 Bid. Bidder must fill all holes and clean up a.�zd restore the site to its former 7 conditions upon compietion ofsuch explorations, investigations, tests and.studies. 8 9 4.1.7. Determine the difficulties of #he Work and a11 attending circumstances affecting fhe 10 cost of doing the Wor1c, time required for its completion, and obtain ail information 11 required ta make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates, investigation, research, tests, expiarations, and.other data which are I3 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a propasal is prima-facie evidence that the 15 Bidder bas made the investigation, examinations and tests herein required. Claims 16 for additianal compensation due to variations between conditions actually 17 encounxered in consmtction and as indicated in the Gontract Documents will not be 18 allowed. 19 20 4.1.8. Fromptly notify City of all conflicts, errors, ambiguities or discrepancies in ar 21 between the Contract Documents and such other related documents. Tlie Contractor 22 shall not take advantage of any gross error or omission rn the Contract Documents, 23 and the City shall be permitted to make su�h corrections or interpretations as may 24 be deemed necessary for fulfillment of tlie intent of the Contract Documents. 25 26 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 27 2� 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 29 the site whieh have been utilized by City in preparation of the Contract Documents. 30 The logs of Soil Borings, if any, on the plans are for general information only. 31 Neither the City nar the Engineer guarantee that the data shown is representative of 32 conditions which actually exist. 33 34 4.22. those drawings of physical conditions in or relating to existing surface and 35 subsurface stnzctures (except Underground Facilities) which are at or contigtzous to 36 the site that have been utilized by City in preparation of the Contract Docurnents. 37 3g 4.2.3_ copies of such reports and drawings �vill be made available by City to any Bidder 39 an request. Those reports and dra�vings may not be part of the Conh-act 40 Documents, but the "teehnical data" contained therein upon which Bidder is entitled 41 to rely as provided in Paragrapli 4.02. af t11e General Conditions has been identified 42 and established in Paragraph SC 4.02 of the Suppiementary Conditians. Bidder is 43 responsible for any interpretation or conclusion dra�vn from any "technical data" or 44 any other data, interpretations, opinions or information. 45 CITY OF FORT WORTEI CHAPIN ROAD AI�� CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPEC�ICATIQN DOCUMBNTS REPLACBMENTS AND UTILITY RELOCATIONS Revised Novembec 9, 24I I City Project Nos. 00359, d030Z, OI533 00 21 13 - 4 INSTRUGTIONS T0 BIDDERS Page4 of9 1 4:3. The submission of a Bid will constitute an incontrovertible xepresenta.t'ran by Bidder (i) 2 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 3 exception the Bid is premised upon perforn-!��g and furnishing the Work required by the 4 Contract Docwnents and applying the specific means, methods, techniques, sequences or 5 procedures of construction (if any} that may be shovvn or indicated or exgressly required 6 bythe (:`c�ntract �ocuments, ��.:��) that Bidder has given Cixy written notice of all 7 conflicts,.errors, ambiguzries and discrepancies in the Contract Documents and the 8 written resolutions tliereof by City are acceptable to Bidder, and when said conflicts, 9 etc., have not been zesolved thraugh the interpretations by City as described in 10 Parab aph 6., and (iv) fbat the Contraet Documents are generally sufficient to indicate I 1 avd convey understanding of alI terms and conditions for performing and furnishing th� 12 Wark. I3 i4 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 15 biphenyls (PCBs}, Petroleum, Hazardous Waste or Radioactive Material covered by 16 Paraa aph 4.06. of the General Conditions, unless specifically identified in the Contract 17 Documents. 18 19 5. Avaiiability of Lands for Work, Etc. aa 21 22 23 24 25 26 27 ?g 5.1 _ The lands ugon 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. Ali adtiitional lands and access thereto required for temporary constructian facilities, construction equipmezlt or storage of materials and equipment to be incorporated in the Work are to be ohtained and paid for by Contractor. Easements for permanent structures ar permanent changes in existing facilities are to be obtained and paid for by Gity unless otherwise provided in the Contract Documents. 29 30 52. Outstanding right-of-�vay, easements, and/or permits to be acquired by the City are listed 31 in ParaDraph SC 4A1 of the Supplementary Conditions. In the event the necessary right- 32 of-way, easements, and/or permits are not obtained, the City reserves the right ta cancel 33 the award of contract at any time before the Bidder begins any construction �vork on the 34 project. 35 36 53. The Bidder shall be prepared to commence construction �vithout aII executed right-of- 37 �vay, easeznents, and/or permits, and sha11 sabmit a schedule to thz City of how 38 construction will proceed in the other areas of the project that do nat require permits 39 and/or easements. 40 41 6. Interpretations and Addenda 42 CTTY QF FORT VJORTH CHAPIN ROAD ANI} CRAVENS ROAD BRIDGE STAi�IDA+RD CONSTRUCTION SPECIFICATION DOCUMEI�TS REPLACfiMEI1TS AND UTILTTY RELOCATIOIiS Revised November 9, 201 I Cit�� Project Nos. 00259, 00302, 41533 002113-5 INSIRUCTIONS TO BIDDERS Page 5 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 ?1 ?2 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 6.1_ All questions about the meaning or intent of the 8idding,Doctaments are to be direoted to City in writing on or before 2 p.m., the Monday priar eo the Bid'opening. Questians received after this day may not he r��Yonded 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 hy farmal written Addenda will be binding. Oral and other interpretations or clarificatrons will be withoutlegal effect. Address questions to: City of Fork Worth Z000 Throekmorian Street Fort Worih, TX 76102 Attn: Tat-iqul Islam, Ti•ansporiation arzd Public Wot�ks Departfnent Email: iariqa.l.islam@fortwarthtexas.gov Phone: 817/3S'2-2486 OR Giry of Fort Warth l OQ0 Throckmorton Street Fort Worth, TX 76102 Atr,n; John Kasavich, P.E., Water Department Fax: 817/392-$19S Einail: john.kasavich@fortworthte�as.gov Phone: 817/39�-8480 6.2. Addenda may alsv be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifcations may be posted via Buzzsaw at 6tP�jxc�::ijlrr�jectp��irtl.l�tr_zs�rtti�.ct�miclier�t.- for•t��rar�h�roti:!InJi•asti-uctrare.°�,?(1Prr�j�c•tsI(70�:i� 1 ��O'��'UC,rnpifz%?(1,'��x�c�"o2<)ovci�Oo20Scintu�n2(IClara°r,21)Chatanel°ii2pB�-idge%?1)Rep I�xce)�2��ttt 6.4. A prebid conference may be held at the time and place indicated ii� the Advertisement or INVITATION TO BIDDERS. Representaiives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the canference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Orai statements znay not be relied upon and will not be binding or legally effective. 7. Sid Securidy 7.1. Each Bid must be accompanied by Bid Bond znade payable to City in an amount of five (5) percent of Bidder's maximtun Bid price on form attached., issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH CHAPIN ROAD AI�TD CRAVENS ROAD BRIDGE STANDARD CONSTEZUCTTON SPECtFICATION DOCUIvIENTS REPLACEMENTS AND UTILITY KELOCATIONS Revised November 9, 2011 Ciry Projeet Nos. 00259, 00302, 01533 40 21 13 - 6 1NSTRUCTIONS TO BIDDERS . Page 6 of 9 I 7.2. The Bid Bond of all Bidders will be retained until the conditions of theNotice of Award 2. have been sarisfied. If the 5uecessful Bidder faiis to execute and deliver the complete 3 Agreementwithin 1 Q days after the Notice of Award, City may consider Bidder to be' in 4 default, resczud the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfezfure shall be City's exclusive remedy if Bidder defaults. The Bid Bond of a11 6 other Bidders whom City belzeves to have a reasauable chance of receiving the awaxd 7 will beretained by City until final contract execution. 9 8. Con#ract Times 10 The number of days within which, ox the dates by which, Milestones are to be achieved in I i accordance with the General Requirem�nts and the Work is to be comgleted and ready for 12 Fival Acceptance is set forth in the Agreement or incorporated therein by re%rence to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 19 20 21 22 23 24 25 26 27 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materiai� and equipment described in the Bidding Documents without consideration of possible substitute or "ar-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 sucb acceptance will not be cansidered by City until after the Effective Date of the Agreement. The procedure far submissiozi of any such application by Contractar and consideration by City is set forth in Paragraphs 6.QSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O 1 25 00 of the Gene;al Requirements_ 28 Il. Subcontractors, Suppliers and Others 24 30 31 32 33 34 35 36 37 38 39 40 41 42 43 ll.l. In accordance 4`�ith Ciry Ordinance No. 15530 (as amended}, the City has goals for the participation of minority business and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Officz of the City Secretary. The Bidder shall submit the MBE.�WBE Utilization Form, Subcontractor/Supplier Utilization Fonn, Prime Contractor Waiver Form and/or Good Faith Effort Form {with "documentatian) and/or Joint Venture Form as appropriate. The Forms including documentation must Ue received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt fi-ot�i the Ciry as evidence the documentaeion was received. Failure to comply shall render the bid as nan-responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, ather person or organization against whom Contractor has reasonable objection. 44 I2. Bid Form 45 46 12.1. The Bid Form is included with the Bidding Dacuments; additional copies may be 47 obtained from the City. 48 CiTY OF FORT WORTH CHAPi�i I ROAD AND CRAVENS RQAD BRIDGE STANBARD CONSTRUCTION SPECIFICATION DOCU:vIENTS REPLACEMENTS AND UI'ILITY" RELOCATIONS Revised November 9, 2011 City Project Nos. 00254, 00302, O I533 00-2T �13 - 7 1NSTRUCTIONS TO'BIDDERS Page ?. af 9 :i 2 3 4 5 6 7 8 9 1Q 11 12 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3C 37 38 39 40 41 42 43 44 45 46 47 48 49 SO 12.2, All blanks on the Bid Form must be compleYed by printing in ink and the Bid Form signed in ink: Erasures or alterations shall be initialed in inic by the person. signing the Bid Form. A Biii price shall be: indicated for each Bicl item, alternative, and unit price item listed therein. In the case of optional altez-riatives, the words "No Bid," "No Change," or "Not,Applicable" may be: entered. Bidder shall state the prices, written in ink in both words and n��erals, for which the Bidder proposes to do the work contemplated or fiunish materials required. Ali prices sha11 be written legibly. In case of discrepaney between price in writteu words and the price in written numerais, the price in written words shail govern. 12.3. Bids by cor�orations shall be executed in the corporate name by the president or a vice-president ar 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 si�ature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accoinpanied by evidence of authority to sign. The official address of the partnership shall be sho�vn below the sibnature. 12.5. Bids by limited Iiabiliry companies shall be executed in the narne 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 sho�vn_ 12.6. 12.7. 12.�. 12.9. B'rds by individuals shall show the Bidder's name and official address. Bids by joint ventures shali be exeeuted ioy each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shawn. A.il names shall be typed or printed in ink below the signature. The Bid shali contain an acknowledgement of receipt of all Addeuda, 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 Sid shall be shown. 12.11. Evidence of autbority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Sectian 40 43 37 — Vendor Compliance to State Law Nan Resident Bidder. 13. Submission of Bids Bids shall be submitted an the prescribed Bid Form, provided with the Bidding Documents; at the time and place indicated in the Advertisement or INVITATION TO BII?DERS, addressed to City 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 systein, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. C1TY OF FQRT WORTEi CHAPIN RO.AD AND CRAVENS ROAD BRFDGE STtiNDARD CONSTRUCTION SP�CIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 20I l Ciry Project Nos. 00259, 00302, Oi533 00 2�1 13 - S INSTRUCTIONS TO SIDDERS Page S of 9 14.1VIad�ca6on :and Withdrawal of Bids 14:1. Bids addrP�se� to the City Manager and fzied with the Purchasing Office cannat be withdra�:� prior to the rime set for'bid opening. A request far withdrawal must be ma.de in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted af any time pzior to the opening of Bids. After a11 Bids not zequested,far withdrawal are opened and publicly read aloud, the Bitis far which a withdrawal request has been properly filed may, at the aptian of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bidreceipt. 15. Opening ofBids Bids will be opened and read atoud 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 afte� the opening of Bids. 19 16. Bids to Remain Subject to Acceptance 2Q AIl Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and erecutian and deiivery of a complete A�reement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or aII Bids, including without Iimitation the raglits to reject any or all nonconforming, nonresgonsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest af the Project to make an award to that Bidder, whether because the Bid is not responsive ar the Bidder is unqualified or of doubtful financial ability oz fails to rneet any other pertinent standard or criteria established by City. City also reserves the right ta waive infozmafities not involving price, contraet time or changes in the VJork �vith the Successful Bidder. Discrepancies between the multiplieation of units of Work and unit prices �vill be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column af figures and the correct sum thereof will be resolved in fa��or of the correct sum. Disezepancies between words and figures wi11 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 exist� among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears an 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 zn the judgment of the City wiil prevent or hinder the prompt completion of additional work if awardecL C1TY OF PORT WORTH CHAPIN ROAD AND CRAVENS ROAD BItIDGE STANDARD CONSTRUCTION SPECTFTCATION DOCUIvIEI�iTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 201 t City Project Nos. 00259, 00302, 01533 002t 13-9 INS'f'RUCTIONS T4 BIDDERS Page 9 of 9 1 2 3 4 5. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 24 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3� 39 40 41 42 43 44 45 46 47 17.2. City may consider the qualif cations and exgerience of Subcontractors, Suppliers, and ather 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 eonsider,the operating costs, maintenance requirements, performance data and guarantees of major items of r�aterials and eguipment proposed for incorporation in the Work when such data is required to be-submitted prior to the 1'�iotice af Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish tke responsibility, qualificatians, and iinancial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Wark in accordance with the Contract Documents to City's satisfaet'ron within the prescribed time. 17.4. Contractor shall perform with h3s own organzzation, work of a calue not less t1�an 35% of the value embraced on the Contract, uniess other�vise approved by the City. I7.5. If the Cantract 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.dQ1, the Ciry wili not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is Iower than the lowest bid submitted by a responsible Texas Bidder by the same ainount 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. I7.7. A contract is not a�varded until formal City Cotrncil authorization. If the Contract is to be awarded, City will award the Contract wifhzn 90 days after the day of the Bid opening unless extended in writing. Na 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 ir� rejection of Bid. Y8. Signing o'F Agreement When City issues a Notice of Award ro the Suceessful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver f1�e 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 SECTIQN CITY OF FORT ITVORTH CT-TAPI�i 1 ROAD AND CRAVElVS ROAD BRIDGE STANDARD CONSTRUCTION SF�CIFICATTON 1?OCUMENTS REPLAC�MElYTS AND UTILITY RELOCATIONS Revised November 9, 20] 1 Ciry Project Nos. 00259, 00302, 01533 �03513-1 CONFLICT OF L'�7'I'EREST AFFIDAVIT Page 1 of 1 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 ?g 29 30 31 32 33 34 35 36 37 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth {also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire {the attached CIQ Form) and Local Government OffScer Conflicts Disclosure Sta.tement (the attached CIS Fortn) below pursuant to state law. This affidavit will certify that the Bidder has on fiIe with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. ht-tp:/i w�«+-_elhics.s cate. tx.nsi Eo�7�isiCIO.�d F http:r.� ���v4v.ethics.state.tx.uslf=ormsfCIS�pdf 0 CIQ Form is on file with City Seeretary OX CIQ Form is being provided to the City Secretary � CIS Form is on File with City Secretary X� CIS Form is being provided to the Ciry Secretary BIDDER: S.J. Louis Construction of Texas,Ltd. By: Les V. Whitman Company (Please Print} 520 S. 6th Avenue Signature: t��.' �'�����,ri Address Mansfield Texas 76063 Title: General Manager City/State/Zip (Please Print) END OF SECTION CITY OF FORT WORTH CHAPIN ROAD ANB CRAVENS FtOAD BRIDGE STANDARD CONSTRUGTTON SPECTFSCATION DOCUMENTS REPLACEMENTS AND UTILTI'Y RELOCATIONS Revised hTovember 9,201 I City Project Nos. 00259, 00302, 01 S33 CONFLICi OF INTEREST QUESTIONNAIRE For vendor ar other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.S. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Govemment Code by a person who has a business relationship as defined by Section 176.001 {1-a)with a local govemmental entity and the person meets requiremenis under Section 176.006{a}. By law this ques6onnaire must be filed with the records administrator ofthe local govemmental entity not )ater than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Govemment Code. A person commits an offense if the person knowingiy viola#es Section 176.006, �ocal Government Code. An offense underthis section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. ❑ Checkthis box if you are filing an update to a previouslyfiled questionnaire. •' � OFFICE USE ON�Y Date Received (The law requires ihat you file an updated completed questionnaire with the appropria#e filing authority not N/A later than the 7th business day after the dafe the originally filed questionnaire becomes incompiete or inaccurate.) Name of local governmer+t officer with whom filer has employment or business relationship. N/A Name of Officer This section (item 3 including subparts A, B, C& D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Lacal Government Code. Attach additional pages to this Form CIQ as necessary. A. is the local government officer named in this section receiving or likely to receive iaxable income, other than investmenf income, from the filer of the questionnaire? � Yes � No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? � Yes a No C. is the fller of this questionnaire employsd by a corporation or ofher business entity with respec# to which the locai government officer serves as an officer or director, or hoids an ownership of 10 percent or more? � Yes a No D. Describe each empioymant or business relationship with the locel government officer named in this section. 0 �� ���� ��-- 07/11/2013 Signature of person doing business with the govemmental entity Date Adopted 06/29/2007 LOCAL G�VERiVMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.} This questionnaire reflects changes made to the law by H.B. 148'I, SOth Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate lacal govemmenfal entity that ths following local government officer has beeome aware of facks that require the officer to file this statement Oate Received in accordance with Chapter 176, Local Government Code. 1 Narne of Local Government Officer N/A 2 O�ce Held N/A 3 Name of person described by Sections 176.002{a) and 176.003(a}, Loca{ Government Code N/A 4 Description of the nature and extent of emplayment or other business relationship with person named in item 3 N/A 5 List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed $250 during the 12-month period described by Section 178.003{a}(2)(B) Date Gift Accepted N/A Description af Gift �T/A Date Gift Accepted N/A Description of Gift N/A Date GiftAccepted N�A Descripfion of Gift N/A (attach additional forms as necessary} s AFFIDAVIT I swear under penafry of pe�jury that the abave statement is true and correct. I acknowledge that the disclosure applies to a family member (as defined by Section 176.001(2), Local Govemment Code) of this Iocal govemment officer. I atso acknowledge that this statement covers the 12-month period described by Section 176.OQ3(a), Local Government Code. N/A Signature of Local Govemment Officer AFFIX NOTARY STAMP J SEAL ABOVE Swom to and subscribed before me, by the said N/A , this tha N�l�l day of N�A , ZO N/A , to certify which, witness my hand and sea! of offce. N/A N/A N/A Signature of officer administering oath Printed name of officer administering oath Title of officer edministering oath Adopted 06(29/2007 00 41 00 BID FORM Page 9 oi 3 sec-norr oa a� o0 BID FORM TO: The City Manager c/o: The Purchasing Department 1 Qd0 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Chapin Road at Santa Clara Channel Bridge Replacement, Cravens Road at Wildcat Branch Bridge Repiacement, and Cravens Road Water and Sanitary Sewer Relocations City Project No.: 00259, 00302, and 01533 UnitslSections: ALL 1. Enter Into Agresment The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form inc�uded in the Bidding Documents to perform and fumish 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. ln subm9tting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 22. Bidder is aware of ail cflsts to provide the required insurance, wilt do so pending contract award, and wili provide a valid insurance certificate meeting al( requirements within 14 days of notification of award. 2.3. Bidder cerfifies that this Bid is genuine and not made in the inferest of or on behalf of any undisclosed individuai or entify 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 incluced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entiiy to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, coqusive, or coercive prac6ces 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 iikely to inftuence the action of a public official in the bidding process. b. "fraudulent prac6ce" means an intentiona! misrepresenta6on oifacts made {a) ko influence the bidding process to the detriment of City {b) to establish Bid prices at artificial non-competitive leveis, or {c) to deprive City of the benefits of free and open competition. c. "coilusive practice" means a scheme or arcangement between two or more Bidders, with or without the knowiedge of City, a purpose of which is to establish Bid prices at artificial, non-competitive leve#s. d. "coercive practice" means harming or threatening to haRn, directly or indirectly, persons or their property tc influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH CHAPIN ROAD AND CR4VENS R�AD BRIDGE STANDARD CONSTRUCTION SPEGFiCATiON DOCUMENTS REPLACEMENTS AND UTILfTY RELOCATIONS Form Revised 2a124327 City ProjeU Nos. 00259, 60302, 01533 00 4'I 60 BID FORM Page 2 of 3 3. Prequal�cation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt Concrete Paving Construction/Reconstruction (Less than 10,OQ0 Square Yards) b. Water Distribution, Urban/Renewal, 12-inch diameter and smaller c. Sewer Interceptors, Urban/Renewal, 54-inch and smaller 4. Time of Completion 4.1. The Work wiil be complete for Final Acceptance within 285 days after the date when tl�e 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 Iiquidated damages in the event of faifure to compiete the Work (andlor achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The fopowing documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the Genera} 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 60 45 12 g. Conflict ot Interest A�davit, 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 wili complete the Work in accordance with the Contract Documents for the following bid amount. !n the space provided below, piease enter the total bid amount for this project. Only this figure wili 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 beiow is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. %Tq� t��[s = � � .�oo ��_ � (�LS � i ' `� 2, Y►�, y��,' � ��s CITY OF FORT WOR"fH STANDARD CONSTRUC710N SPECiFICATION DOCUMENTS Form Revised 20120327 CHAPIN ROAD AND CR4VENS ROAD BRIDGE REPLACEP�ENTS AND UTILITY RELOCATIONS City Project Nas. 00259, 00302. 01533 ao a� o0 BfD FORM Page 3 of 3 � � �.. 7. Bid Submittal This Bid is submitted on July 11, 2013 RespecNuliy submitted, By: ¢ 6�G��'� 7�;u«- � i nature) Les V. Whitman (Printed Name) T�tie: General Mana�er company: S.J. Louis Construction of Texas.Ltd. add�ess: 520 S. 6th Avenue Mansfield,Texas 76063 State of Incorporation: '1'eXaS Emaii: IeSW(Ll�,S110U1S.CO1T1 Phone: 817-477-0320 END OF SECTION CITV OF fORT WORTH STANDARD CONS7RUCTION SPECIF�CATION DOCUMENTS Forrn Revised 20120327 by the entity named below. Receipt is acknowfedged of Initial the followin Addenda: Addendum No. 1: L✓(�/ Addendum No. 2: t✓h! Addendum No. 3: Addendum No. 4: Carporate Seal: CHAPIN ROAD AND CRAVENS ROAD BRIOGE REPLACEMENTS AND UTILITV RELOCATIONS City Pfoject Nos. 00259, 00302, 01533 ,,..... � 00 42 43 Chapin - 1 PROPOSAL FORM - ADDENDUM NO. I � Pagc 1 oI3 SECTION 00 42 43 PROPOSAL FORM - ADDENDUM NO. 1 UNIT PRICE BID Bidder's Application UlvIT 1- CHAPIN ROAD AT SANTA CLARA CHANNEL BRIDGE REPLACEMENT Project Item Informadon Bidder's Proposal Bidlist Item SpecificaUon Unit of Chapin Bid No. Description Section No. Measure Quantity Unit Price Bid Value 01 0241.0550 Remove Guazdrail 02 41 13 LF 280 $8.00 $2,240.00 02 0241.1100 Remove As halt Pvmt 02 41 15 SY 922 $5.00 $4,610.00 03 3110.0101 Site Clearin 31 10 00 LS 1 $27,000.00 $27,000.00 04 3110.0102 6"-12" Tree Removal 31 10 00 EA 6 $100.00 $600.00 OS 3110.0103 12"-18" Tree Removal 31 10 00 EA 4 $150.00 $600.00 O6 3123.0101 Unclassified Excavarion 31 23 16 CY 550 $12.00 $6,600.00 07 3124.0101 Embanl.went 312400 CY 600 $2.00 $1,200.00 08 3136.0102 Twisted Gabions 31 36 00 CY 408 $180.00 $73,440.00 09 3137.0101 Concrete Ri ra 31 37 00 CY 3 $300.00 $900.00 10 3211.0112 6" Flex Base, T e A, GR-1 32 11 23 SY 630 $7.00 $4,410.00 11 3211.0400 Lime 321129 T'N 22 $150.00 $3,300.00 12 3211.0502 8" Lime Treatment 32 11 29 SY 1089 $5.00 $5,445.00 13 3212.0302 2" As halt Pvmt T e D 32 12 16 SY 591 $13.00 $7,683.00 14 3212.0501 4" As halt Base T e B 32 12 16 SY 591 $23.00 $13,593.00 15 3216.0102 7" Cooc Curb and Gutter 32 16 13 LF 115 $25.00 $2,875.00 16 3217.0001 4" SLD Pvmt Mazidn HAS W 32 17 23 LF 299 $1.00 $299.00 17 3217.0002 4" SLD Pvmt Mazldn HAS Y 32 17 23 LF 524 $1.00 $524.00 18 3217.0201 8" SLD Pvmt Mazldn HAS (W 32 17 23 LF 142 $1.50 $213.00 19 3217.0501 24" SLD Pvmt Markin HAE W) 32 17 23 LF 28 $8.00 $224.00 20 3217.1002 Lane Le end Arrow 32 17 23 EA 1 $125.00 $125.00 21 3217.1004 Lane Le end Onl 32 17 23 EA 1 $135.00 $135.00 22 32172103 REFL Raised Muker TY II-A-A 32 17 23 EA 8 $4.00 $32.00 23 32172104 REFL Raised Marker TY II-C-R 32 17 23 EA 7 $4.00 $28.00 24 3231.0221 Bazbed Wire Fence, Wood Posu 32 31 26 LF 430 $5.00 $2,150.00 25 3291.0100 To soil 329119 CY 199 $15.00 $2,985.00 26 3292.0200 Seeding, Broadcast 32 92 13 SY 1190 $0.50 $595.00 27 3292.0500 Seedin , Soil Retention Blanket 32 92 13 SY 481 $3.00 $1,443.00 28 3341.2005 lOx8 Boa Culvert 33 41 10 LF 345 $956.00 $329,820.00 29 3349.1000 Headwall, Box Culvert 33 49 40 CY 141 $480.00 $67,680.00 30 3441.4002 Fumish/Install Alum Si Ground Mount T�OT Std. 34 41 30 EA 4 $400.00 $1,600.00 31 3471.0001 Traffic Control 34 71 13 MO 4 $1.00 $4.00 32 TxDOT 0360 2004 Conc Pvmt Cont Reinf-CRCP (ll" TxDOT 0360 2004 SY 1049 $52.00 $54,548.00 33 TxDOT 0403 2001 Tem or S l Shorin TxDOT 0403 2001 SF 1900 $1.00 $1,900.00 34 T�OT 0450 2064 Rail Ty C221 T�cDOT 0450 2064 LF 200 $105.00 $21,000.00 35 TxDOT 0496 2009 Remov Str Bridge 0-99 Ft Length TxDOT 0496 2009 EA 1 $20,000.00 $20,000.00 36 TxDOT 0540 2001 Md W-Beam Gd Fen (Tim Post TxDOT 0540 2001 LF 112.5 $24.00 $2,700.00 37 TxDOT 0540 2012 Md Bm Gd Fen Trans TL2 TxDOT 0540 2012 EA 2 $750.00 $1,500.00 38 TxDOT 0658 2260 Instl Del Assm D-SW SZ TY C GFl TxDOT 0658 2260 EA 4 $50.00 $200.00 Total Bid Unit 1 $664,201.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Rcviscd January 20, 20 t2 CIiAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND UTILITY RELOCATIONS City Projcct Nos. 00259, 00302, 0153i 00 42 4i Cravcns - 2 PROPOSAL FORM - ADDENDUM NO. 1 Pagc 2 oCi SECTION 00 42 43 PROPOSAL FORM - ADDENDlTM NO. 1 UNIT PRICE BID iJNIT 2- CRAVENS ROAD AT WILDCAT BRANCH BRIDGE REPLACEMENT Project Item Information Bidder's Proposal Bidlist Item Specificarion Unit of Cravens Bid Description Unit Pdce Bid Value No. Section No. Measure Quantity Ol 0241.0550 Remove Guardrail 02 41 13 LF 387 $8.00 $3,096.00 02 0241.1100 RemoveAs haltPvmt 0241 IS SY 2238 $5.00 $11,190.00 03 02413011 Remove 15" Storm Line 02 41 14 LF 43 $10.00 $430.00 04 0241.3019 Remove 36" Storm Line 02 41 14 LF 41 $10.00 $410.00 OS 0241.3201 Remove Storm Sewer Box 02 41 14 LF 50 $20.00 $1,000.00 06 0241.4401 RemoveHeadwalUSET 024114 EA 2 $500.00 $1,000.00 07 3110.0101 Site Clearin 31 10 00 LS 1 $27,000.00 $27,000.00 08 3110.0102 6"-12" Tree Removal 31 10 00 EA 33 $100.00 $3,300.00 09 3110.0103 12"-18" Tree Removal 31 10 00 EA IS $150.00 $2,250.00 10 3110.0104 18"-24" Tree Removal 31 10 00 EA 5 $200.00 $1,000.00 1 I 3110A105 24" and Larger Tree Removal 31 10 00 EA 1 $300.00 $300.00 12 3123.0101 Unclassified Excavarion 31 23 16 CY 2450 $12.00 $29,400.00 13 3124.0101 Embanlanent 31 24 00 CY 2900 $2.00 $5,800.00 14 3125.0101 SWPPP > 1 aae 31 25 00 LS 1 $17,000.00 $17,000.00 15 3137.0101 Concrete Ri ra 31 37 00 CY 140 $300.00 $42,000.00 16 3211.0112 6" Flex Base, T e A, GR-1 32 11 23 SY 2151 $7.00 $15,057.00 17 3212.0302 2" As halt Pvmt T e D 32 12 16 SY 2151 $11.00 $23,661.00 18 3212.0501 4" As halt Base T e B 32 12 16 SY 1887 $17.00 $32,079.00 19 3217.0001 4" SLD Pvmt Mazldn HAS 32 17 23 LF 1220 $1.00 $1,220.00 20 3217.0002 4" SLD Pvmt Mazking HAS Y 32 17 23 LF 1220 $1.00 $1,220.00 21 3217.2103 REFL Raised Mazker TY II-A-A 32 17 23 EA 16 $4.00 $64.00 22 3231.0113 6' Chain Link, Steel 32 31 13 LF 831 $20.00 $16,620.00 23 3231.0221 Barbed Wire Fence, Wood Posts 32 31 26 LF 172 $5.00 $860.00 24 3231.0305 12' Gate, Steel 32 31 26 EA 1 $1,200.00 $1,200.00 25 3231.0306 16' Gate, Steel 32 31 26 EA 1 $1,500.00 $1,500.00 26 3231.0307 20' Gate, Steel 32 31 26 EA 1 $2,000.00 $2,000.00 27 3291.0100 To soil 32 91 19 CY 464 $15.00 $6,960.00 28 3292A200 Seedin , Broadcast 32 92 13 SY 2984 $0.50 $1,392.00 29 3292.0500 Seedin , Soil Retention Blanket 32 92 13 SY 760 $3.00 $2,280.00 30 3341.0201 21" RCP, Class III 33 41 10 LF 28 $60.00 $1,680.00 31 3341.0309 36" RCP, Class III 33 41 10 LF 28 $70.00 $1,960.00 32 3349.4104 21" SET, 1 i e 334940 EA 2 $1,200.00 $2,400.00 33 3349.4109 36"SET,1 i e 334940 EA 2 $1,500.00 $3,000.00 34 3441.4002 Furnish/Install Alum Si Ground Mount T�OT Std. 34 41 30 EA 3 $400.00 $1,200.00 35 3471.0001 Traffic Control 34 71 13 MO 6 $1.00 $6.00 36 TxDOT 0416 2002 Drill Shaft 24 in TxDOT 0416 2002 LF 224 $147.00 $32,928.00 37 TxDOT 0420 2003 Cl C Conc Abut TxDOT 0420 2003 CY 26.2 $1,200.00 $31,440.00 38 TxDOT 0420 2004 Cl C Conc Bent T�cDOT 0420 2004 CY 33.8 $900.00 $30,420.00 39 TxDOT 0420 2029 Cl S Conc Slab TxDOT 0420 2029 CY 89.7 $780.00 $69,966.00 40 TxDOT 0420 2033 CI S Conc A r Slab T�OT 0420 2033 CY 64.5 $440.00 $28,380.00 41 T�OT 0425 2014 Prestr Conc Slab Beam 4SB12 T�OT 0425 2014 LF 948 $180.00 $170,640.00 42 TxDOT 0425 2015 Prestr Conc Slab Beam SSB12 T�OT 0425 2015 LF 237 $195.00 $46,215.00 43 TxDOT 0450 2011 Rail T T6 T�cDOT 0450 2064 LF 300 $55.00 $16,500.00 44 TxDOT 0454 2005 Armor Joint With Seal TxDOT 0454 2005 LF 76 $85.00 $6,460.00 45 TxDOT 0540 2005 Temilnal Anchor Section TxDOT 0540 2005 EA 2 $600.00 $1,200.00 46 TxDOT 0544 2001 Guazdrail End Treatment Install TxDOT 0544 2001 EA 2 $2,900.00 $5,800.00 49 T�OT 0658 2234 InsU OM Assm OM-2SR TY 2 BI DIR FLX T�OT 0658 2234 EA 2 $200.00 $400.00 48 T�OT 0658 2260 InsU Del Assm D-S SZ TY C GFl T�cDOT 0658 2260 EA 6 $50.00 $300.00 Total Bid Uait 2 $702,184.00 CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCOMENTS Rcviscd January 20, 2012 CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND UTILITY RELOCATIONS City Projcct Nos. 00259. 00302, 0153i 0o az a� c��� om��� - s PROPOSAL FORM - ADDENDUM NO. I Pagc 3 oC3 SECTION 00 42 43 PROPOSAL FORM - ADDENDUM NO. 1 UNIT PRICE BID LTNIT 3- CRAVENS ROAD AT WILDCAT BRANCH WATER LINE RELOCATIONS Bidlist Item Specificarion Unit of Cravens Bid No. Descripriou Section No. Measure Quantiry Unit Price Bid Value 1 3311.0462 12" PVC Water Pipe, CSS Backfill 33 11 12 LF 493 $270.00 $133,110.00 2 3305.2004 12" Water Carrier Pipe 33 OS 24 LF 142 $250.00 $35,500.00 3 3311.0451 12" DIP Water 33 11 10 LF 20 $255.00 $5,100.00 4 33051104 24" Casing By Other Than Open Cut 33 OS 22 LF 142 $510.00 $72,420.00 5 0241.1204 10" WaterAbandonmentPlug 0241 14 EA 2 $500.00 $1,000.00 6 0241.1302 Remove 6" Water Valve 02 41 14 EA 1 $300.00 $300.00 7 0241.1304 Remove 10" Water Valve 02 41 14 EA 1 $300.00 $300.00 8 0241.1510 Salvage Fire Hydrant 02 41 14 EA 1 $400.00 $400.00 9 3305.0103 E�cploratory Excavation of Existing Utiliries 33 OS 30 EA 2 $1,000.00 $2,000.00 10 3305.0109 Trench Safe 33 OS 10 LF 495 $0.40 $198.00 1 I 3305.0110 Urili Mazkers 33 OS 26 LS 1 $1.00 $1.00 12 3311.0001 Ductile Iron Water Fittings 33 1 I 1 I TON 1.5 $2.00 $3.00 13 3311.0162 6" PVC Water Pipe, CSS Backfill 33 11 12 LF 10 $80.00 $800.00 14 3312.0104 ConnectiontoExistingl0"WaterMain 331225 EA 2 $1,500.00 $3,000.00 15 3312.3002 6" Gate Valve 33 12 20 EA I $700.00 $700.00 16 33123005 12" Gate Valve 33 12 20 EA 2 $1,800.00 $3,600.00 17 3312.0001 FireH drant 331240 EA 1 $4,000.00 $4,000.00 Total Bid Unit 3 $262,432.00 UNIT 4- CRAVENS ROAD AT WILDCAT BRANCH SANITARY SEWER RELOCATIONS Project Item Information Bidder's Proposal Bidlist Item DescripUon SpeciScarion Unit of Cravens Bid Unit Price $id Value � No. Section No. Measure QuanUry � j �.ov #" J G 1 33053016 54" Sewer Carrier Pipe 33 OS 24 LF 261 u- $68@$0 +-� 2 3311.4322 24" Sewer DIP, CSS Backfill 33 I1 10 LF 103 $460.00 $47,380.00 3 3331.4609 54" Fiberglass Sewer Pipe, CSS BackSll 33 31 13 LF 103 $620.00 $63,860.00 4 3305.1012 72" Casing By Open Cut 33 OS 22 LF 86 $620.00 $53,320.00 5 02412111 24" Sewer Abandonment Plug 02 41 14 EA 2 $500.00 $1,000.00 6 02412202 Remove 5' Sewer Manhole 02 41 14 EA 3 $1,000.00 $3,000.00 7 3301.0001 Pre-CCTV Inspection 33 Ol 31 LF 450 $1.50 $675.00 8 3301.0002 Post-CCTV Inspecrion 33 01 31 LF 470 $1.00 $470.00 9 3301.0101 Manhole Vacuum Testing 33 Ol 30 EA 7 $100.00 $700.00 10 3303.0001 Bypass Pumping 33 03 10 LS 1 $1.00 $1.00 11 3305.0103 E�cploratoryExcavationofExistin Uriliries 330530 EA 3 $1,000.00 $3,000.00 12 3305.0109 Trench Safety 33 OS 10 LF 292 $0.50 $146.00 13 3305.0110 Utility Mazkers 33 OS 26 LS 1 $1.00 $1.00 14 3305.0112 Concrete Colla: 33 OS 17 EA 7 $500.00 $3,500.00 15 3339.0002 Epoxy Manhole Liner 33 39 60 VF 55 $160.00 $8,800.00 16 3339.1101 5' Manhole 33 39 10, 33 39 20 EA I $17,000.00 $17,000.00 17 33391105 5' T e A Maohole 33 39 10, 33 39 20 EA 2 $22,000.00 $44,000.00 18 9999.0000 96"x48" Precast Concrete Sanitary Sewer Manhole 33 39 20 EA 2 $25,000.00 $50,000.00 19 9999.0000 72" Casing by Aerial Crossing 33 OS 22 LF 175 $800.00 $140,000.00 20 9999.0000 5' Fiberglass Tee Base Manhole 33 39 30 EA 2 $25,000.00 $50,000.00 21 9999.0000 Concrete Support Shucture 33 39 10 EA 6 $21,000.00 $126,000.00 22 9999.0000 Manhole Medic Odor Controll Insert 33 39 20 EA 1 $5,500.00 $5,500.00 23 9999.0000 39" Sewer Abandonment Plu 02 41 14 EA 2 $600.00 $1,200.00 78" S63''� �:CS Total Bid Unit 4 c:(,S � c�5 Total Unit 1& Unit 2 $1,366,sss.00 `�r� �`ig,vsf `- Total Unit 3& Unit 4 Grand Total (Unit 1+ Unit 2+ Unit 3+ Unit 4) �, , . ��L / u v i 1-7 CITY OF FORT WORTH CHAPQJ ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT$ REPLACEMENTS AND UTILiTY RELOCATIONS Rcviscd January 20, 2012 City Projcc[ Nos. 00259, OOi02, OIS3 00 43 37 VENOOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NQN RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of conVacts 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, impravements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principat place of business is located. The appropriate btanks 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. Resideni bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal p(ace of business, are not required to underbid resident bidders. �he principal place of business of our company or our parent company or majority owner is in the State of Texas. � _ �� : S.J. Louis Construction of Texas,Ltd. 520 S. 6th Avenue Mansfield,Texas 76063 gy; t �� ���� (Signature) Les V. Whitman T�tie: General Manager oate: Julv 11, 2013 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20710627 CHAPIN ROAD AND CRAVENS ROP.D BRIDGE REPtACEMENTS AND UTIItTY RE�OCATiONS City Project Nos. 00259, 00302, D1533 004512-1 PREQUALIFICATION STA'TEMENT Page 1 of I 2 3 4 � 6 7 8 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s} listed. Major Work Type Contractor/Subcontractor Company Prequalification Name Ex iration Date ,4sphalt Cancrete Paving /�� �� C'�_ T T : !"� _�__..s.,._��4,.�� Construction/Reconstruction - • ' (Less than 10, 000 square S ya C°"� s�Car►pq,ay , INc . �� ��,�� ��� o►/o� /Zo15 yards) 1�kr � l}{�1�. Water Distribution , S.J. Louis Construction of Urban/Renewal, 12-inch 04/30/2014 diameter a�:d smaller Texas, Ltd. Sewer Interceptors, Urban/Renewal, 54-inch S.J. Louis Construction of 04/30/2014 and smaller Texas,Ltd. 9 70 ll 12 ]3 14 15 16 17 18 19 24 21 �2 23 24 25 26 27 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalif ed for the work types listed. BIDDER: S.J. Louis Construction of Texas,Ltd. By: Les V. Whitman Company (Please Print) 520 S. 6th Avenue Signature: ����.i�v�- Address Mansfield,Texas 76063 Title: General Manager City/State/Zip (Please Print) Date: July 11, 2013 END OF SECTION CI7'Y OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMEN'I'S AND UTILTTY RELOCATIONS Revised No��ember 9, 20] 1 City Project Nos. 00259, 00302, 01533 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Paae I of 1 ? 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 ?g 29 30 31 32 33 34 35 36 37 38 39 �0 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406_096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01820. 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: S.J. Laui_s Construction of Texas, LTD. Company By: Les V. Whit�mn (Please Print) 520 South 6th Avenue Address Signature: ��y �''���,�.:�:� , ManSfield, TX 76063 Title: General Mana�er City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Les V. Whi_trrran , known to me to be the person whose name is , subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of (',��ral ManauPr for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LJNDER MY HAND AND SEAL OF OFFICE this 22 day of October ,20 13 ��1�Y PU �., ELIZABETH ANN INGRAM =_°` �� Notory Publlc, State of Texas :�„�.�+�rg My Commissfon Expires 1'.�,°;�; ` May 10, 2011 �l �� „�� � i`1.,11 ----- �C��'ti",� Notary P� lic in and for the State of Texa'�' END OF SECTION CITY OF FORT W'ORTH STANDARD CONS�TRU��TION SN�C ItICA�t�ION D(kIIMEN�(�S Kevi.ed July I. 201 I ADDENDUM NO.1 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT AND WATER DEPARTMENT CHAPIN ROAD AT SANTA CLARA CHANNEL BRIDGE REPLACEMENT, CRAVENS ROAD AT WILDCAT BRANCH BRIDGE REPLACEMENT, AND CRAVENS ROAD WATER AND SANITARY SEWER RELOCATIONS City Project Nos. 00259, 00302, & 01533 Water Project No. P253-645170153383 Sewer Project No. P258-70517Q153383 Acldendum No. I. Tssue Date: June 26, 2Q13 Bid Receipt Date: July 11, 24I3 This addendum forms pait of the contract documenfs referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendwn in the Bid Proposa! and on the outer envelope of your bid. PROJECT MANUAL Remove anci replace the followi►ig items in thc contract documents: • Replace 00 42 43 Aroposal Form �vitii the attached 00 42 43 Proposal Form -ADDENDUM NO 2. o Items Changed: Unit 3 Bid Item ] 2(Duplicate) "24" Casing By Other Than Open Ct►t" �vas removed. U�tit 4 Bid Item 15 (Duplicate) "72" Casing By Open CuY' was removed. All other provisions of the conh�act documents, dra�vings and project manual shall remain unchanged. Failure to return a signed copy of ttte addendum �vith the Proposal shall 6e grounds foe• rendering the bid non-responsive. A signed copy of ihis addendum shall be placed into the Proposal at the ticue of bid submittat. RECEIPT ACKNO WLEDGED: r By. a- !/ GCl/��lh- Les V. Whitman, eneral Manager Cotnpany: S.J. Louis Construction of Texas,Ltd. Water Department S. Frank Crumb, P.E. Director By: � � � Tony ShoEola, P.E. Engineering Manager (Water Dept.) ADDENDUM NO. 1 1 of 1 ADDEi�IDUM NO. 2 CITY OF FORT WORTH TRANSPORTATION AND PUSLIC WORKS DEPARTMENT AND WATER, DEPARTMENT CHAPIN ROAD AT SANTA CLARA CHANIV'EL BRIDGE REPLACEMENT, CRAVENS ROAD AT WII�DCAT BRANCH BRIDGE REPLACEMENT, AND CRAVENS ROAD WATER AND SAIVITARY SEWER RELOCATIONS City Project Nos. 00259, 00302, & 01533 Water Project No. P2S3-605170153383 Sewer Project No. P258-705170153383 Addendum No. 2. Issue Date: June 9, 2013 Bid Receipt Date: July 11, 2013 ?'his addendum fomLs part of the contract documents referenced above and modifies the origi.nal Contract Documents. Actaiowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid 1'roposal and on the outer envelope of your bid. PROJECT SPECIFICATIONS Add the following items in the contract docnments: • For estimating Bypass Pumping (Specification 33 03 10) costs use the followin.g estiu�ated flow data of existing sanitary sewer lines: o Existing 24" M-250* - Q�,k = 7.69 MGD, Q�,g = 4.0 MGD o Existing 39" M-244B - Q�; =11.5 MGD, Q,,.s = 53 MGD � PROJECT DRA.WINGS Remove the following items in the coniract documents: Remove the reference to the trash collection system on Sheet 15. A trash collection system is not included in this project. All other provisions of the contract docnments, drawings and proj ect manual shall remain unchanged: Failure to return a signed copy of the addendum with the Proposal shalI be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: ---�' � i'���� By.L�s�'� ��� t�� BY� � � �' Tariqul Islam Company:S.J. Louis Construction of Texas,Ltd. Project Manager, Transportation & Public Works Department A.DDEI��L:�I NO. 2 I of 1 UNANIMOUS CONSENT TD ACTtON 1N LIEU OF ANNUAL MEETING OF THE MEMBERS AND GOVERNORS OF S. J. Louis, LLC January 24�' , 2013 The governors and members of S. J. Louis, LLC, by unanimous written consent, take the following aciion, as if a meeting had been properly caifed pursuant to notice and a(I governors and members entitled to vote on the matters presented herein had been present and voting in favor of such action. RESOLVED, that the following persons are hereby appointed or re-appointed to the offices of this Company set opposite their respective names to hold office until their respective successors are chosen and qualify: James L. Schueller - Les V. Whitman David Dickerson Stephen Kohler Peter Stahl Donald Meyer Donald Stephens Gevan McCoy Kyle Duke Jim Smith President 1 Chief Manager Executive Vice President ! General Manager Vice President / South Texas Area Manager Vice President / North Texas Area Manager Vice President I Senior Project Manager Chief Financial Officer / Secretary / Treasurer Secretary / Treasurer / Business Manager Vice President / Tunnel Group Manager Vice President of Safety Vice President of Equipment and Trucking There are no other officers of S. J. Louis, LLC. _ RESOLVED FURTHER, the Executive Vice President of the Company shall assume all duties of the President and Chief Manager in the event of the death or disability of the current President / Chief Manager, as defined in that Unanimous Consent dated January 'f , 2005. RESOLVED FURTHER, that the President, Executive Vice President, and Chief Financiai Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis, LLC, the Genera( - Partner of S.J. �ouis Construction of Texas, Ltd.. RESOLVED FURTHER, Donald Stephens as Secretary, David Dickerson, Stephen Kohler, Gevan McCoy, Clifford Tubbs, and Pete Stah! are authorized to sign Construction Contracts, Constructiort Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for S.J. Louis Construction of Texas, Ltd. . Page 1 of 2 S.; Louis �LC 4-2E-13 TX Consent RESOLVED FURTHER, Adam Lunsford, Lucas Menebroker, and Shane Ahrens are authorized to sign Construction Bids for S. J. Louis Construction of Texas Ltd. projects. RESOLVED FURTHER, that al1 prior signature authorizations are herein deleted, denied, and superseded by this Unanimous Consent to Aciion. RESOLVED FURTHER, all acts pursuant thereto taken by members of the Board of Governors or by Officers of the Company since the last recorded meeting, are hereby ratified and approved in all respects. IN WITNESS WHEREOF, ihe undersigned, constiiuting all of the governors and members of the Company entitled to vote on the matters presented herein, have executed this Unanimous Consent to Action In �ieu of Annual Meeting, effective January 24th, 2013. Page 2 of 2 SJ Louis LLC 4-26-13 TX Consent OF GOVERNORS: Schueller, Governor 004540-1 ML�IORITY AND WOMEN BLTSiNESS ENTERPRISE GOAL Page'1 of I 1. 10 I1 I2 13 14 1� 16 17 rs 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 SECTION 00 45 4Q IVII�ORiiY BiJSINESS ENTERPIRiSE GrOAI, AP:PLICATION OF �POLICv If the total dollar value of the .contracE .is greater than $50,O.d0, then the 1VIBE subcontracting goal. may be_ applicable. If the total dollar value of the contract .is $50,000 or less, the .IVIBE subcontracting goal is not applicable. POLICY STATEMEN'I' It is the policy of the City of Fott Wortb to ensure the full and equitable .parkicipatioil by Minority Business Enterprises (MBE) in the procurement of all gobds and services. All requirements and regulations stated in the Gity's cuizent Business Diversity Enterprise Ordinance apply to this bid. IvIBE PROJECT GOAL The City's MBE goal on this project is 11% of the total bid (�ase bid applies to Puf�h-s and Co��zrnc!niry Sen�ices). Note: If botU n�IBE and SBE subcontracting goals are established for this proj ect, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Porm to be deemed responsive. CONIPLIANCE TO BID SPECI�'ICATIONS On City contracts greater than .$50,000 where a MBE subcontracting ;oal is applied, bidders are required to comgly with �he intent of the City's Business Diversity Ordinance by one of the following: 1. Meei or exceed the above stated 1VIBE gaal through MBE subcontracting participation, or 2. Meet or exceed the above stated M$E gaal through MEE Jaint Venfure parficipation, or 3. Good Faith Effort dacumentation, or; 4. Waiver documentation. Fail�re to comply ���ith the City's M/VJB� Ordinance; shall result in the Bid being considered non- responsive. Any questions, please contact the M/tiVBE Oftice at (817) 392-6104. SUBMITTAL OlE REQUIRED DOCiJ1��1E1VTATIOIV The applicable documents must be received by the Managing Department, within the following tiines allocated in order for ihe entire bid to be considered responsive to the specifications. The - -.__, _,__._ .. .�_._. _ ..._.. . _ - - - Offeror sh.all deliver the MSE documentation'in person to the "appropriate: employee, of the 1Vlauaging Deparnnenf and obtain a;clate/tiine xeceipt: .Such receipt shall be eviderice that tlie City_received the documentation in tlae tiine ailocated. A faaed co y will not be ac�e 'ted: l. Subcontractor Utilization Form, if goal is cnet received by S:QO p.m., five (5) City Uusiness days after or exceeded: the bid o eninQ date, exclusive of the bid o enin date. 2. Good Faith Effort and Subcontractor received by 5;00 p.m., five (�) City business days after Utilization Fonn, if participation is less than the bid opening da#e, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received 6}� 5:00 p.m., five (5} City business days after Utilization Forin, if no NIBE participatiou: the bid opening datc, e�clusive of the. bid opening date. 4. Prime Contractor Waiver Fonn, if tirm �vill received by 5:00 p.a1., five (5) City business days after erform a[1 subcontractina/su lier work; the bid o enin date, esclusive of the Uid o enine date, 5. Joint Venture Fornl, if utilizing a joinc venture received by �:00 p.m., five (Sj City business days af[er to meet or erceed oal. the bid o enin� date, ekclusive of the bid o ening date. ]EP�Id� O�' S1CC`�'B�P'�1 CITY OF FORT �VORTFI CHAPIN ROAD AND CRAVEI�S ROAD B2IDGE STA1�iDAP�D CONSTRUCTION SPECIFICATION DOCUP�tENTS REPLACEIv1ENTS AND UTILITY RELOCATIONS Revised Novembzr 9, ?O1 ] Ciry Projec� Nos. 00259, 00302, 01533 00 52 43 - 1 A�reement Page I of 4 SECTION 00 52 43 2 THIS AGREEMENT, authorized on October 7, 2013 is made by and between the City of Fort 3 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 4 ("City"), and S.J. LOUIS CONSTRUCTION OF TEXAS, LTD., authorized to do business in 5 Texas, acting by and through its duly authorized representative, ("Contractor"). 6 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 7 follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2. PROJECT 12 13 14 15 16 17 The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 6.1 CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND UTILITY RELOCATIONS 6.1 C200-541200-207260025983, GS30-541200-020300260580 GR74 541600- 020302268810.P253-541200-605170153383,P258-541200-705170153383 18 Article 3. CONTRACT TIlVIE 19 20 21 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 285 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 27 28 29 30 31 32 33 34 35 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any eYtension thereof allowed in accordance with Article ] 2 of the General Conditions. The Contractor also recognizes the delays, eYpense 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 Hundred Twenty Five Dollars ($625.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF' FORT WORTH STANDARD CONS'I'RUCI�IUN SPIiCIFICA f10N LXX'UMENTS Revised Nuvember 9, 201 l OFFICIAL RECORD �aT�' SECitIETARY � �`�`h �kl��'g"!�� '�'� � i CHAPIN ROAD AND CRAVENS ROAD BRIDGE RFPLACEii�tEN'I�S ,4NU U7lIJ1�Y KF.1.0('�1TInNS CiR Proj�ct Nos. UOZi9. OQ3U2. Ul �;; 00 52 43 - 2 A�reement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in cunent funds of TWO MII�LION FOUR HUNDRED FIFTEEN 39 THOUSAND FOUR HUNDRED TEN DOLLARS AND ZERO CENTS ($2,415,410.00). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 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_ MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5_ Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. S. Documentation submitted by Contractor prior to Notice of Award. 9_ The following which may be delivered or issued after the Effective Date of the A�eement 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. OF�ICIAL RECORD CIT1P SEC�tI��qRY �!'o ����''�9Q �1'� � CITY OF FORT W'ORTH CFU\P[N ROAD :1ND CRAVENS ROr1D [3RlDGE ST:�NDARD CONSTRUCI ION SPECIFICA'I�I�)N D(XUMENTS R(:PLACEMEN �S AND UTILITY RF,L(K'A (lONS Revised No�c-mhrr9, 201 I Ci[y Project Nus. 002�9. 0030Z 01�±3 00 52 43 - 3 Agreement Page 3 of 4 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 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 specificallv intended to operate and be effective even if it is alleged or proven that all or some of the damages bein� sought were caused, in whole or in part, bv any act, omission or ne�li�ence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemuify 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 specificaltv intended to operate and be effective even if it is a1leEed or proven that all or some of the damages beinE sou�ht were caused, in whole or in part, bv anv act, omission or neEli�ence of the city. Article 7. MISCELLANEOUS 96 7.1 Terms_ 97 Terms used in this Agreement which are defined in Article i of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 73 Successors and Assigns. l03 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all l09 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 11 1 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of t l3 T'exas. Venue shall be Tarrant County, Texas, or the United States District ourt for t e t 14 Northern District of Texas, Fort Worth Division. OF�F�9�F� �ECORD �9�'� � M�(�ETAitY crrY oF EOR r woR r►j cx��Pirr Ronn ,nNv cr�vF�s o,afb��#K������ 'iX STANDARD CONS�I'RUCTION SPECIFICAT�ION D(X;UMF,NTS REPLACE:MFN"fS AtiD UTILITY _ .��l,U�, ltrvised Novemher 9, 201 I Cit� Proj�ct Nos. lN)_>9, 00302. Ul �3 � 005243-4 Agreemen[ Page 4 of 4 s 115 7.6 Other Provisions. I 16 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. I l9 7.7 Authority to Sign. 120 121 122 123 124 125 126 127 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: City of Fort S.J. Lauis Constniction of Texas, Ltd. B : � Fernando Costa a B�,,e� � ���n��;v Assistant City Manager � (Signature) / / � V. �� (Printed Name) Title: General _� �. .� � r� w� �-�: �.r ����� ��� u � �� � �g � o� �$ ; �� � ����� � : �. � Address: 520 Sauth 6th Avenue M&C - Z (� Z Date: / 7 � 3 l28 129 13 C� 131 132 133 134 135 l36 137 City/State/Zip: Nlansfield, Texas 76063 Approved as to Form and Legality: 10-22-2013 � � _ Date _ � � //� � _ %�rc Assistant City Attorney OFFICIAL RECORD CITY SECRETA6tV % lN0�3TH, YX Date Attest: � , " City Secretary � (Seal) � APPROVAL RECOMMENDED: � . �n.� Dougltrs . Wiersig. P. E. � DIREC R, Transportation and Public Works CI'i'Y UF FORT WORTH CI IAPIN ROAD AND CRAVENS ROAD k3Rl[X)E S"(:WDARD CUNSfRL'CiION SPECIFfCA"TION D(X:UMEN"iS REPLACEMENCS AND U IILCIY REL(X';�rIONS Revi�ed Novcmbcr 9. '_01 I � ity Pro�ect Nos. p02�9. {10302. O l�33 006t 13-t PERFORMANCE BOND Page I of2 I 2 3 4 5 6 7 SECTION 00 61 13 PERFORMANCE BOND Bond No. 190030204 8 9 10 11 12 t3 14 IS 16 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, S.J. Louis Construction of Texas Ltd known as "Principal" herein and Li berty Mutual Fi re I nsurance Company , a corporate surety(sureties, if more than one) duty 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 Te�cas, known as "City" herein, in the penal sum of, TWO MILLION FOUR HUNDRED FIFTEEN THOUSAND FOUR HUNDRED TEN DOLLARS AND ZERO CENTS ($2,415,410.00), lawful money of the United States, to be paid in Fort Worth, Ta.rrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. � 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 7 day of October. 2013, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to fumish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as CHAPIN ROAD AND CRAVENS ROAD BRIDGE 22 REPLACEMENTS AND UTTLITY RELOCATIONS C200-541200-207260025983 GS30- 23 541200-020300260580 GR74 541600-020302268810 P253-541200-605170t53383 P258- 24 541200-705170153383 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 sha(1 faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein refened to, and as wel! during any period of 29 eYtension of the Contract that may be granted on the part of the City, then this obligation shall be 30 and become null and void, otherwise to remain in full force and effect. 31 PROVIDED FURTHER, that ifany legal action be filed on this Bond, venue shall lie in 32 Tarrant County, Texas or the U�ited States District Court for the Northern District of Tesas, Fort 33 Worth Division. C1TY UF FC)R7' WORTH CHAPIN ROAD ANU CRAVENS ROAD I3R(DGE � S'I ANDARU CONSTRUC"flf)N SPfCI}'iCA7'ION CX:K:U!v1ENTS REPI.ACEMEN"CS AND lJ"1'[LCI'Y KELOCA'Ct<)NS Itevised November 9, 2011 City Project Nos. 00259, 00302, 01533 00 61 13 - 2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duty authorized agents and officers on this the 22nd day of ( October , 2Q 13 , 7 8 9 10 �� 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 39 40 41 �12 43 44 45 ATTEST: �Jo,-.�k �L %7�c�,x / (Principal) Secretary' Wifiess as to tn al PRINCIPAL: S.J. Louis Construction of Texas, Ltd. sY: � /��r.���;�- Si ` ture Les V. Whit�mn, General Manager Name and Title Addiess: 520 South Sixth Ave., P.O. Box 834 Mansfield. TX 76063 SURETY: LIBERTY MUTUAL FIRE INSURANCE COMPANY BY: � Signature � Bruce N. Telander, Attorney-in-Fact Name and Title Address: 450 Pl vmouth Road, Sui te <<40 Plymouth.Meeting, PA 19462-8284 ifiess as to Surety Telephone Number: 763-302-7274 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. C(TY OF PORT WOR"fH C}iAPIN ROAD AND CRAVENS ROAll l3KIDGE STANDr1RD CC)NS7RUCI'ION SPECIFICATfQN [XX.'Uti1ENTS Kk:PL.ACEMEN"1'S ANL) UTILITY REL(x:\TIONS Revised November 9, 201 I City Project Nos. U0259, 00302, O1533 LIMITEI3 PARTNERSHIP ACKNOWLEDGMENT State of TEXAS ss. County of Tarrant On this 22 day of (k�t�l�r , 2013, before me per.sonally appeared Les V. Whitman to �me lrnown who�being by me duly sworn, that he/she is the ��'�- ��� of the S.J. Louis Construction of Texas, Ltd. the Limited Partnership described in and which executed the foregoing instrwnent, and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. � � � , ,`i I ,; � � � ; - ��� . �r�� N ,� „m�u... �—�- �` � , e�a L `4 l i _ l � ,.-- i r �, . �. � , =o.Pa: pqe� � ELIZABETH ANN INGRAM Not Pubhc.�`I'�'ant COun T�� __; �� Notory Public, State of Texas �' �' ;;�,'r; My Commission Explres My commission expires Ma� 10, 2017 ���jFOFte�� May 10, 2017 �/1111111�� ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this 22°a day of October , 2013, before me appeared Bruce N. Telander to me personally known, who being by me duly sworn, did say that (s)he is the Attorney-in-Fact of LIBERTY MLTTUAL FIRE INSURANCE COMPANY a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Bruce N. Telander aclrnowledged said instrument to be the free act and deed of said corporation. ■ ■ "�`���"� Not Pu b�'.;�" �.z. RACHELTHOMAS ary blic Ramsey County, MN � ��.'�' NOTARY PUBUGMINNESOTA My commission expires O1/31/15 ��'.�� M %,�;�� ,, y Commission ExD��es Jan. 31. 2015 r r THIS POWER OF ATTORNEY IS NOT VALID UNLESS iT IS PRINTED ON RED BACKGROUND. � This Power of Attomey limits the acts of those named herein, and they have no authority to bind the Company excepf in the manner and to the e�ent herein stated. sn�2�a LIBERTY MUTUAL FIRE INSURANCE COMPANY � WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALLPERSONS BY THESE PRESENTS That Liberty Mutual Fire insurance Company (the "Company"), a Wisconsin stock insurance company, througfi its Assistant Secretary, pursuant to and by � authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint BRIAN J. OESTREICH; BRUCE N. TELANDER; CHRISTINE M. HANSEN; CRAIG REMICK; D.-R. DOUGHERTY; DONALD R. O�SON; JACK CEDARLEAF II; JEROME T. OUIMET; JOHN E. TAUER; - JOSHUA R. LOFfIS; KURT C. LUNDBLAD• LINDA K. FRENCH• MELINDA C. BLODGETT; NICOLE NELSON; PAMELA T CURRAN; R. W. FRANK; RACHEL THOMAS; SANDRA M. DOZE, AL'L OF THE CITY OF II111NNEAPOLIS, STATE OF MINNESOTA ........................... ......................................... ................ � , each individuaily if there be more than one named, its true and lawFul attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and-as its act and deed, any and all undertakings, bonds, recognizances and other surety obiigations and the execution of such undertakings, bonds, recognizancesand other sureiy obiigations, in pursuance of these presents, sha11 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 ownproper persons. � That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Di�ectors dated June28, 2006 wherein, among other things, it was: �, VOTED thaf the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attomey qualifying the attorney � � named in the given power of attomey to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety � obligations and thaYthe Secretary and each Assistant Secretary be, and each orany of them hereby is, authorized to attest to the execution � of anysuch power of attomey, and to affix thereto"the corporate seal of the Company. � � That the Resolution set forth above is a true copy thereof and is now in full force and effect. .� � .Q �d,, A I� „-� IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or officiaf of the Company and the corporate seal of � '�� Liberty Mutual Fire Insurance Company has been affixed thereto irr Plymouth Meeting, Pennsylvania this 17th day of June ,_ o � L � 2013 / v F— • r , F mi� rb c� � ,-� „� _� LIBERTY MUTUAL FIREINSURANCE COMPANY TW . � ;;f , a� � � j. r ; � �'+ t4 � � �� �ryy� +�'+ p . � , �� By �� ��..�"�:=% David M. Carey, A istant Secretary o� i s'y COMMONWEALTH OF PENNSYLVANIA ss L� _) i COUNTY OF MONTGOMERY 3� �i w d On this i�th day of June 2013 , before me, a Notary Public, personally rame David M. Carev, to me known, and a� '�� acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seaf of said corporation; and that fie u� o j,� executed the above Power of Attomey and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the ,_ � o� �� direction of said corporation. �_ ��= IN TESTIMONY WHERE0�1 �a�t2�ere�nto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year �' a�2i ! •— first above written. � �� � � � '°;�����ti � x�„ , ; , ,,4 u , ,� s :a ,G : � ���� ����� �?�a , � � � � ? k � ��q � � � Q p �'aw� �: �^x �* p� � t ? � � �io � ic � t �� Niai��� 9 w � � ry � � ,- �� � � � � ,.., x 4 By / �, O y rr � ..;: , c z5 u , .0 d' � �; ��+ ��� �� � � �� �� ;� � � + Tere a Pastella, Notary Public � �,, c� . t� , «s� � � �,.. �w, . . ..., y. .. a �s:,c; ;�cc, � „�,.ri:5 oD �L CERTIFICATE � 4��¢��� ����� ,�� � M �, � � ���_ _ �� I, the unders�gned, an Assi ecre ty of Liberty Mutual Fire Insurance Company, do hereby certify that the original powe� of attomey of which the c°D � v foregoing is a fvll, true and correc copy, is in full force and effect on the date of this certificate; and I do further certiiy that the officer or official who v� executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as Fp � provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual fire Insurance Company dated June 28, 2006. This certificate and the above power of attomey may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the llnanimous Consent and Vote of the Boa�d of Directors dated June 28, 2006 wherein it was - VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attomey or to any certificate relating thereto by facsimile, and any such power of attomey or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety Undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, 1 have hereunto=subscribed my name and affixed the corporate seal of #he said company, this 22nd day of October 2013, ��t ��r �°�x,E „_,_� ` ' '� �f �N�=�� `�` Gregory W�Davenport, Assistant Secretary �� `� � � .2�� r � � i ��...�J 1 ���i;« / � £.._.�/ - Liberty Mutual� SURETY Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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.state.tx.us E-mail: ConsumerProtection c(r�.tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact 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. LMIC-3500 Page 1 of 2 Rev. 7.1.07 m � /,',� f��`�'I � � r► , NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 00 61 14 -1 PAYMENT BOND Page 1 of2 1 � 3 4 5 6 7 8 9 10 11 12 13 14 t5 16 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND Bond No. 190030204 § § KNOW ALL BY THESE PRESENTS: § That we, S.J. Louis Construction of Texas, Ltd., known as "Principal" herein, and Liberty Mutual Fire insurance Companv , 8 corporate Suiety (sureties), du(y 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 penal sum of TWO MII�LION FOUR FIIJNDRED FIFTEEN THOUSAND FOUR �ii7NDRED TEN DOLLARS AND ZERO CENTS ($2.415.410.00), lawful money of the United States, to be paid in Fort Worth, Tairant 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, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 7 day of October, 2013, which Contract is hereby referred to and made a part hereof for all t9 purposes as if fully set forth herein, to furnish all materials, equipment,� labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND 22 UTILITY RELOCATIONS C200-541200-207260025983 GS30-541200-020300260580 23 GR74 541600-020302268810 P253-541200-605170153383 P258-541200-705170153383 24 NOW, TI�EREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and becorne null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and e:cecuted in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. CITY OF FURT WORTH CHAPIN ROAD AND C:RAVENS RQAD [3RIDGF: S't'ANDARD CONS'1'E2UCl'ION SPECIFICATION IXX:UMENfS REPIe10EMENTS AND UTtLITY RELOCATIONS Revised Novembet 9, 2011 City Project Nos. 00254, 00302, 01533 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 22nd day of K 4 October 20 13 ATTEST: �vr�-�1- ��e—`/ (Principal) Secretary L//, �i /.s/L./ -- ! {�. ATTEST: ,A . ,' ��. I�_�/% � ;�- Witness as to Surety 5 6 7 8 9 l0 PRINCIPAL: S.J. Louis Construction of Texas, Ltd. BY: /A.�4. /! �l"�'r�'�r,�c-..�--, Signature Les V. Whitman, General Manager Name and Title Address: 520 South Sixth Ave., P.O. Box 834 Mansfield, TX 76063 SURETY: Y MUTUAL FIRE INSURANCE COMPANY .. � `���� � BY: ����' ..'".Y � ,(�� Signature Bruce N. Telander, Attorney-ir.-Fact Name and Title Addiess: 450 Plvmouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 TelephoneNumber: �63-302-�2�4 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 tlte bond shall not be prior to the date the Contract is awarded. [� END OF SECTION I2 CI'fY OF FOIt'1' WORTH C}IAl'fN ROAD AND CRAVENS ROAp BRIUGE STANDARD C'ONS'fRUC'TION SPECIFICA'flON DfX;Ub1EN'CS REPIACENIENTS AND UTILI'I'Y RELOC:ATIONS Rcvised November 9, 201 1 City Prqject Nos. Q0259, 00302, 01533 LIMITED PAIEZTNERSHIP ACKNOWLEDGMENT State of TEXAS ss County of T�'ant On this 22 day of �tober , 2013, before me personally appeared Les V. Whitman to me lrnown who being by me duly sworn, that he/she is the �eral Manager of the S.J. Louis Construction of Texas, Ltd. the Limited Partnership described in and which executed the foregoing instrument, and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. °�"����"O ELIZABETH ANN INGRAM `�.���av PpB`,.. ;_ �= Notary Publlc, State of Texas : ,� :� � My Commission Expires i yj.•., ,. Q} �� ''.,;,°„��or May 10, 2017 �� � �I � . .��� � ���" _ �- •� ,;���.�,� � Notary Publi� Tarr�lt County, exas � My commission expires�� 10, 2�17 ACKNOWL�DGMENT OF CORPORATE SURETY State of MINNESOTa4 ss. County of HENNEPIN On this 22"d day of October � , 2013, before me appeared Bruce N. Telander to me personally lrnown, who being by me duly sworn, did say that (s)he is the Attorney-in-Fact of LIBERTY MUTUAL FIRE INSURANCE COMI'ANY a corporation, that the seal affixed to the foreboing instrument is the corporate seal of said corporation and that said insriument was executed in behalf of said corporation by authority of its Board of Directors; and that said Bruce N. Telander aclrnowledged said instrument to be the free act and deed of said corporation. ■ ■ 1��IF�S!'i .'v:..r..�i �-. ���� '�^-�, RACHEL THOMAS ��� � ��'�; � -r_:; NOTARY PUBLIC-MINNESOTA �=��" �.�;��;,� My Commission Espires Jan. 31, 2015 r x Notary Public Ramse County, MN My commission expires O1/31/15 THIS POW�R OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. - � 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. s��a2zs LIBERTY MUTUAL FIRE INSURANCE COMPANY � WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS � That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistanf Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint BRIAN J. OESTREICH; BRUCE N. TELANDER; CHRISTINE M. HANSEN; CRAIGREMICK; D. R. DOUGHERTY; DONALD R. OLSON; JACK CEDARLEAF 11; JEROME T. OUIMET; JOHN E. TAUER; JOSHUA R. LOFTIS; KURT C. �UNDBLAD` LINDA K. FRENCH� MELINDA C. BLODGETf; NICOLE NELSON, PAMELA T CURRAN; R. W. FRANK; RACHEL THOMAS; SANDRA M. DOZE, AL'L. OF THE CITY OF I�AINNEAPOLIS, STATE OF MINNESOTA ......... ......... .....:................................... ............... � , each individualiy if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledgeand deliver, for and on its behalf as surety and as its acf and deed, any and all undertakings, bonds, -recognizances and other surety obligations and the execution of such undertakings, bonds, recognizances and other surety obligations, "in pursuance of these presents, shallbe as binding upon the Company as if they hadbeen duly signed by the president and attested by the secretary of the Company in their own proper persons. � That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things, it was: >+ VOTED thaf the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attomey qualifying the attorney � � named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations and that"the Secretary and each Assistant Secretary be, and each o� any of them hereby is, authorized to attest to the execution � of anysuch power of attomey, and to affix thereto the corporate seal of the Company. c •N � � That the Resolution set forth above is a true copy thereof and is now in full force and effect. � � ,a; A C � i IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Company and the corporate seal of R .� ca �iberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 17th day of June =— O � 2013 . ia L� � `�„\ tIBERTY MUTUAL FIRE INSURANCE COMPANY �N V � ,� � �. _ � : rir, � W ) : `: C � � L :�i : :.� _, f . �i � cn. �w � ,` � f, `,; B .� o �� `�.� w'''.:-`�-�'�' David M. Carey, A sistant Secretary � M s'H COMMONWEALTH OFPENNSYLVANIA ss � � J i COUNTY OF MONTGOMERY- 3� � y d On this 17th day of" June , 20y3 , before me, a Notary Public, personally came David M. Carev, to me known, and p�, � :� acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he m o �;; executed the above Power of Attomey and affixed the corporate seal of Liberty Mutual Fire Insurance Company theteto with the authority and at the ,_ � I� y direction of said corporation �� �= IN TESTIMONY WHEREOF ��ia�e ,h�e�,r�nto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year �' d � •— first above written � � :�°� Y �.z ��"`�. v;,� ti ��s � ��E �� .r g�a.. � ,� _: _ =� � �� `�� _ u _ � l�.�Z��:C�Ls� � <�` i. � " �F � ^� `°4��� �' f ` "' � •� ,Q Y . � � (a t� � �S: .�s � � � � i t5 -> tt �Olh...�� i ��� . � � � w" s" i � �4 � � �' , , t� ,, � By d O ; v � ,� �;,� �� �� `�" r"' Jtz�� Tere a Pastella, Notary Public w N .f.i ... „ i..riL>`rJ` �...Sc.F,. _.:�.J.. � ` CERTIFICATE �q� ��"������.n��'��� �° � N I++ s. .�,,"�'^ �° � '� M �� I, the undersigned, an Assi n��ecre ry of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attomey of which the c O0 ? v foregoing is a full, true and correc copy, is in full force and effect on the tlate of this certificate; and I do further certify that the officer or official who v� executed the said power of attomey was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as p� provided in the Unanimous Consent and Vote ofthe Board of Directors ofLiberty Mutual FireJnsurance Company dated June 28, 2006. ~`— This certificate and the above power of attomey may be signed byfacsimile or mechanically reproduced signatures under and by authority of the Board ofi Directors bf Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board-of-Directors dated June 28, 2006 � wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attomey or to any certificate relating" thereto by facsimile, and any such power of attomey or certificate bearing such fiacsimile signature and facsimile seal shall be valid and binding � uport the Company when so affixed and in the future with respect to any surety undertakings; bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my nare and affixed the corporate seal of the said company, this 22nd day of October -- ,- 2013 . � z� � r '�� ,—� �''�` . � �� f����p�-= ' Gregory W�Davenport, Assistant Secretary � ::,{ s>a� � i ... � � � L� �`�..,� j �� �.u�„� ,,,' ,._.__.- i � - Liberty Mutual� SURETY Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact 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. LMIC-3500 Page 1 of 2 Rev. 7.1.07 Libei� � .Mu��al.. NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 00 61 19 - 1 MAINTENANCE BOND Page 1 of 3 1 2 3 4 5 6 7 8 9 10 tl 12 13 14 t5 16 17 18 19 20 21 22 23 24 25 26 2? �g 29 30 31 32 33 3-� 35 THE STATE OF TEXAS COUNTY OF TA1tRANT SECTION 00 61 19 MAINTENANCE BOND Bond No. 190030204 § § KNOW ALL BY THESE PRESENTS: § That we S.J. Louis Construction of Texas Ltd. known as "Principal" herein and Li berty Mutual Fi re I nsurance Company 3 COTpot�te Su�ety (Sureties, if mOre than one) duly authorized to do business in the State of Te�cas, known as "Surety" herein (whether one or more), are held and firmiy bound unto the City of Fort Workh, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of TWO MILLION FOUR HUNDRED FIFTEEN THOUSAND FOUR HUNDRED TEN DOLLARS AND ZERO CENTS ($2.415.410.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Te�cas, 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. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 7 day of October. 2013, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish 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 CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND UTILITY RELOCATIONS C200-541200-207260025983 GS30-541200-020300260580 GR74,541600-020302268810,P253-541200-605170153383 P258-541200-705170153383;and WHEREAS, 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 therefore at any time within the Maintenance Period. GI"('Y OF FORT WORTH E:I I:�PIN ROAD AND CRAVFNS ROAD f3RIDGE S'T'ANDARD CONSTRUCT'ION SPECIFICATiON fX�CUMEN'I:S REPI,ACFMENTS ANU tl'fILITY RFL(�A 1"IONS Rcr•iseJ Nuvcmber 9. 2011 Ciry Pmject Vos. fH12�9, p03Q2. 01533 0 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW TFIEREFORE, the condition of this obligation is such that if Principal shatl 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this ob(igation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and Il 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 1? successive recoveries may be had hereon for successive breaches. 18 t9 C:IT'Y OF FORT WOKTF� CfIAPfN ROAD AND CRAVENS ROA[> BKIU(iE ST:\NDAKD CONS'I'RUCTI(�N SPECIFICAi'1ON DUC'UMENTS REPLACEMENTS AND UTILITY REL(X'A"fiONS Revis�d Nuvemtx:r 9, ?D( i City I'rojtct Nos. 00259, (10302, 0153.3 006I 19-3 MAINTENANCE BOND Page 3 of3 I IN WITNESS WHEREOF, the Principal and the Surery have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 22nd day of October 3 2013 . 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ATTEST: ���...,.4^C i�v„�yti�' (Principal) Secretary ---��io ����� . Wimess as to ci ATTEST: , � � � _ �� / f�;� •�i. q 1 � /�� 7 � Sure ) $g� x W tness Witness as to Surety PRINCIPAL: S.J. Louis Construction of Texas. Ltd. , BY: ,�i `L� ����G'� ��/<�:v � S�gnature Les V. Whitman, Genera]_ Manager Name and Title Address: 520 South Sixth Ave., P.O. Box 834 Mansfield, TX 76063 SURETY: Liberty Mutual Fire Insura ee Company BY: rt . � /, Signatwe � Bruce N. Telander, Attorne-y-in-Fact Name and Title Address: _450 Pl ymouth Road, Sui L-e 4CJ Plvmouth Meetinq, PA 19462 Telephone Number. 763-302-7214 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. tf 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FOR'I' WORTH CHAPIN ROAll AND CRAVENS ROAD I3R1MiE: S'f �1NDARD CONS"fRUCTION SPEiCIfICATIUN [xKUMEN'i'S IZf:PLACGMENTS AND I)TILITY ItEL(�A"iIONS Revised Novemtxr 9, Z01 1 (: ity I'roject Nus. 002�9, Q0302, 01>33 LIMITED PA12TI�TERSHIP ACKNOWLEDGMENT ,. State of TEXAS ss. County of Tarrant On this 22 day of Qctober , 2013, before me personally appeared � V• �� ' to me ]rnown who being by me duly sworn, that he/she is the General Mai�er of the S.J. Louis Construction of Texas, Ltd. the Limited Partnership described in and which executed the foregoing instrument, and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. ``oym.�. :ti : t�aY P�m• ELIlABETH ANN IN6RAM =_,' � � Natary Publlc, Stote of Texas -N;•. '�; My Commfsslon Expires '��,f�F .. tfc`; "•„°„�,.� May 10, 201 � / / � , � �; � � �'�Y � - c ;r� � 1 'l.U" ��j� iv�'V�� �� , � Notary Public-�'arrant County, Texas �� My commission expires Ma� 10. 2017 ACKNOWL�DGMENT OF CORPORATE SURETY State of MINNESOTA _ , ss. County of HENNEPIN On this 22°d day of October , 2013, before me appeared Bruce N. Telander to me personally known, who being by me duly sworn, did say that (s)he is the Attorney-in-Fact of LIBERTY MUTUAL FIRE INSURANCE COMPANY a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said insmiment was executed in behalf of said corporation by authority of its Board of Directors; and that said Bruce N. Telander acknowledged said instrument to be the free act and deed of said corporation. r = .�:°;`:'t'i�: F����z, RACHEL THOMAS � ��-�.�' NOTARY PUBLIC-MINNESOTA ''"r:��i*� My Commission Expues Jan. 37, 2015 �.�xs�.. �r • , Notary Public Ramsey County, MN My commission expires O1/31/15 THIS POW�R OF ATTORNEY IS NOT VALID UNLESS 1T"IS PRINTED ON RED BACKGROUND. � 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 e�ctent herein stated. s»�22s LIBERTY MUTUAL FIRE INSURANCE COMPANY � WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS � That Liberty Mutuai Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint BRIAN J. OESTREICH; BRUCE N. TELANDER; CHRISTINE M. HANSEN; CRAIG REMICK; D. R. DOUGHERTY; DONALD R: OLSON; JACK CEDARLEAF il; JEROME T. OUIMET; JOHN E. TAUER; JOSHUA R. LOFfIS; KURT C. LUNDBLAD; LINDA K. FRENCH• MELINDA C. BLODGETT• NICOLE NELSON; PAMELA T CURRAN; R. W. FRANK; RACHEL THOMAS; SANDRA M. DOZE, ALL OF THE CITY OF I�AINNEAPOLIS, STATE O�MINNESOTA ........................ .. ...................................... ....... ....... , each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behaff as � suretyand as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations and the execution of such undertakings, bonds, recognizances and other sureiy obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and - attestetl by the secretary of the Company in their own proper persons. �That this power is madeand executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 E - wherein, among otherthings, it was >+ VOTED that the Secretary and each Assistanf Secretary be, and each of them is, authorized to execute powers of attomey qualifying the attomey R ( named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety � obligations; and that the Secretary and each Assistant Secretary be, and each or any of them fiereby is, authorized to attest to the execution � I of any such power of attomey, and to affix thereto the corporate seal of the Company. .c N Iy That the Resolution set forth above is a true copy thereof and is now in full force and effect � d � a� A I _ ...� C ',, R IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or officiat of the Company and the corporate seal of � '�� Liberty Mutual fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 1�th day of �une = 2013 ' � O � ci'j � ,, �'.�`��\\ LIBERTY MUTUAL FIRE INSURANCE COMPANY �W F 9�{ � \ Qi � (Q ~'l�FCv�s.v..�3. .. ... L .� � �i ... `" . .y j .. � Q. _; i .� � '\ :.. \ j:t ' B" � ... ..:. .. "�'� O �� �.���..---`� David M. Carey, A s�stant Secretary �� s in COMMONWEALTH OFPENNSYLVANIA ss L� � L COUNTY OF MONTGOMERY 3 R ��� On this 77th da of June 20�3 , before me, a Nota Public, ersonall came David M. Carev, to me known, and p�. � '`'' d Y , rY P Y �c '�� acknowledged that he is an Assistant Secretary of Liberty Mutuaf Fire Insurance Company; thaY he knows the seal of said corporation; and that he �n p �� executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual -Fire- Insurance Company thereto with the authority and at the ,s � ��� direction of said corporation o� ��� IN TESTIMONY WHERE� 1�ia�te.,���er�to subscnbed my name and affixed my nofarial seal at Plymouth Meeting, Pennsylvania, on the day and year �' d ! •— first above written. ��� �,°� �°�� �'� � � �- �• � _ . . ,t w; �'�...z�%a L^�^���'"'�. . S'�`�. ��'f'r �, s�� '! ,�..t } � ��: . . � G1 � '5 S C � i /�4 ` L r�+ n � � �� �"°�`,''� °� ~� } i c � � 't 3�a �t � Y y;� Qi��.C�t�J � � �� i €� �:-e � t".}^^.r E F s^'� J 4 g � . � m W r: . � /A T A = � � s"� '' `� �`` --.� Tere a Pastella, Notary Public .r N � � ,4.,x.....r :. �2n.e� +s..�....�, .�.._..v..;,, OO j "� CERTIFICATE �'a�� �,��,`�������� � � �y I++ sL„ "`�„� � "' M �� I, the undersigned, an Assisti��'SeC���ary of Liberty Mutual Fire Insurance Company, do hereby certify that the original powerof attorney of which the o 0 ' v foregoing is a ivll, true'and correct copy, is in #ull force and effect on #he'date of this certificate; and I do further certify that the officer or official who v � executed the said power of attomey was one of the officers or officials specially authorized by the Board of Directors to appoinY attomeys-in-fact as F T provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire lnsurance Company dated June 28, 2006. This certificate and the above power of attomey may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced bythe Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 � wherein it was VOTED that the signatures of such officers and the seal of the Company may,be affixed to any such power of attomey or to any certificate relating- thereto by facsimile, and any such powerof attomey or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so`affixed and "in the futu�e with respect to any su�ety undertakings, bonds, recognizances and other surety � obligations to"which it is attached. IN TESTIMONY WHEREOF, I have hereunto "subscribed my nam�e and affaed the corporate seal of"the said company, this ' 22nd day of October , 2013. I � �' ,a£Sf�� � ��� .. ... fG�4� "`^��,\ � �'; ��x� �- � Gregory W.'Davenport, Assistant Secretary , � � �.,> i � ; � W , r �1 ;��� ��� � . . . .. . . . . . .. .. .. . .. . .� . . - Libert-y Mutual� SURETY Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact 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. LMIC-3500 Page 1 of 2 Rev. 7.1.07 � . � - Ll el- �'Vlutu�l. NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 STAleTi)ARD CTENERA,L CC�NDITI�NS O�' T�E C:3NC'I'RITCTION CONTRACT CiTY OF FORT WORTK STANDARD CONSTAUCT[ON SPECIrICATION DOCUMENTS Rcviscd: Sept�mber S; 20 t 1 STANDARD GENERAL CONDITIONS OF THE. CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article1— Definitions and Terminology.._ .................................................................. .................... .............1 I.O1 Defined Terms ..:....................................... .................... .........................................................1 1.02 Terminology ..........................................��---..............._.................._........................._...•-�----......._...6 Article2 — Preliminary Matters .....................................................................•--................................................7 2:Q1 Copies of Documents ...................................................•--......................................._.....--�-�---.._.....7 2.02 Comn�encement of Contract Time; Notice to Proceed ................................................................7 2.03 Starting the Work ..........................................................................................................................7 2.04 Befare Starting Construction ........................................................................................................7 2.05 Preconstruction Conference ................................................_......................................_.................8 2.06 Public Meeting ..........................................................................................................�---......._........8 2.07 Initial Acceptance of Sclaedules ...................................................................................................8 Article 3— Contract Docutnents: Intenf, Amending, Reuse ................................. 3.01 Intent .................................................................................................. 3.02 Reference Standards .......................................................................... 3.03 Reporting and Resolving Discrepancies ........................................... 3.04 Amending and Supplementing Contract Documents ....................... 3.45 Reusa of Documents ................................................•.------............:..... 3.06 Electronic Data .................................................................................. ............................�----•--....8 ............................ ..... ... 8 ..............................� ---......9 ........................................9 ..................................... 10 ..................................... 10 ..................................... 10 Article 4— Availability of Lands; Subsurface and Physical Conditions, Hazardous Environmental Conditions; Reference Points ......................................................................................................... 11 4.01 Availability ofLands ...............................................................................�-�--...._........................ 11 4.02 Subsurface and Physical Conditians ......................................................................................... 11 4.Q3 Differing Subsurface or Physical Conditions ...............................................•---........_......_........ 12 4.44 Underground Facilities .............................................................................................................. 13 4.05 Refexence Points ........................................................................................................................ 14 4.06 Hazardous Environmental Condition at Site ............................................................................. i4 Article5—Bonds and Insurance ..............._....................................---��---..................._......._............................ 15 5.01 Licensed Sureties and Insurers .................................................................................................. 15 5.02 Performance, Payment, and Maintenance Bonds ..................................................................... 15 5.03 CertificatesofInsurance ............................................................................................................ i6 5.04 Contractor's Insurance ............................................................................................................... 18 5.05 Acceptance of Bonds and Inst�rance; Option to Replace .......................................................... 19 Article 6 — Contractor's Responsibilities ................................ 6.01 Supervision and Superintendence ...................... 6.02 Labor; Working Hours ....................................... C7TY OF FORT �VORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S Revised: Septembcr 8, 20[ I ........................ . .............................. .. � --.... _................ _...... ............................................................... 19 19 19 6.03 Services, Materials; and Equipment ......... ...._:... .....:... ..,...... .......:. .;.,.......,........ ...,.......... 20 6:04 Project Schedule...... ... ....... ... ....... .... ... ....,.:.. ....:...... ....................... _ .............. .............20 6.05 Substitutes and "Or-Equals" ..................... ............................... •..,,.... .,....... .......... . .....:..... 21 5.06 Concerning Subcontractors; 5uppliers, and Qthers :...... ,.. ...... ....:.:.. ......... .::...... ............. 23 6:07 Wage Rates-., .. .... .............................. . ................ . ....... .,...,..,.,...,..... ......... ...............,........ 25 6:�8 Patent Fees and Rayalties... .....,... ...,.._. . ....................... ...>,. .................... ......,;. .,........... 26 b.09 Permits and Utilities ..., ... .. .. :...... ...... ... ...................... . ............................ ......... .... .. ....... 26 b.10 Laws and Regulations: . .. ._ ..... ._.. 27 ......... .............. . . 6.11 Taxes .. ......... ..........:....... ........... ........ .... : :...............:.............. . ..:............ .... :................... 27 6.12 Use of Site a.nd Other Areas ...................................................................................................... 28 _ 6.13 Record Docwnents ............................................................................................•--..............._..... 29 6.14- Safety and Protection ................................................................................................................. 29 6.15 Safety Representative.......,,. ..................................................,.............,.........................,........... 30 6.1b Hazard Communication Programs ................:........................................................................... 30 6.17 Emergencies andlor Rectification ............................................................................................. 30 6.1.8 Submittals .................................................................................................................................. 31 b.19 Continuing the Work ................................................................................................................. 32 6.20 Contractor's General Warranty and Guarantee ......................................................................... 32 6.21 Indemnification ..........................................................�----..._..................................................... 33 6.22 Delegatian of Professional Design Services ............................................................................. 33 623 Right to Audit...........-•--� ............................................................................................................ 34 6.24 Nondiscrimination ..................................................................................................................... 34 Article7- Other Work at the Site ................................................................................................................. 35 7.01 Related Work at Site ...............................................•--................................................................ 35 7.02 Coordination .............................................................................................................................. 35 Article 8- City's Responsibilities ................................................................................................................. 36 $.Ol Coirununications to Contractor ................................................................................................. 36 8.02 Furnish Data .............................................................................................................................. 36 &.03 Pay When Due ...................................................�-------................................................................ 36 �.04 Lands and Easements; Reports and Tests .........................................................___...._................ 36 8.05 Change Orders ........................................................................................................................... 36 8.06 Inspectians, Tests, and Approvals ............................................................................................. 36 8.07 Limitations on City's Responsibilities ...................................................................................... 36 8.08 Ui�disclosed Hazardous Environmental Condition ................................................................... 36 8.09 Compliancc with Safety Program ............................................................................................. 37 Article 9- City's Observation Status During Constructian .......:.................................................................. 37 9.01 City's Project Representative .................................................................................................... 37 9:02 Visits to Site ............................................................................................................................... 37 9.03 Authorized Variatians in Work ........................................•--...................................................... 37 9.04 Rejecting Defective Work ............................................�-�-•--............._...........-----........................ 37 9.Q5 Determinations for Work Performed ........................................................................................ 38 -- 9.06 Decisions an Requirements of Contract Documents and Acceptability of Work .................... 38 Article 10 - Changes in the Work; Claims; Extra Work.... 10.01 Authorized Changes in the Work ................... ..................................................................... 38 ..--•---• ............................................................ 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCCIMENTS Reviscd: Scptcmbcr 8, 2Q11 10A2Unauthorized Changes in the Work ........... .....:... .....:..:........... ..,...... ......... ......... ......_... 38 10A3Execution of Change Orders .:.................. ....: ........ . ..:. :......:. ......... ......... ........... . ....... 38 10.04 Extra Work .............................................._............. ......... ......... ......... ........; ......... ....>.._._ 39 10.05 Natification to Surety ....:.... .... ...._..... . ... ......,......... ........: . . ................:...:.... .. . . ........_. 39 10.06 Contract Claims Pracess ....... .......................................... ......... ......... ................................. 39 Article l l� Cost of the Work; Allowances; Unit Price Work; Pians Quantity Measurement ..:.........:....... 40 11:01 Cost of the Work .......... ..... .. ......... ......,..............,...,..... ......... .......,. ..................... .......... 40 11.02 Aliowances:....... ... ....., . :................... ...... ....._.:..,.. ..... ..... ..._ ....:.... ..., ...... ....:... :.....:::. 43 I1 A3 Unit Price Work ......................................................................................................................... 43 I1.04 Plans Quantity Measurement ..---� ............................:...........:..................................................... 45 Article 12 — Change of Contract Price; Change of Contract Time ............................................................... �� 12.01 Cllange of Cont�act Price .........................................................................................�----........._.. 45 12.02 Change of Contract Time .................................................................................................�---..... 46 I2.03 Delays ........................................................................................................................................ 47 Article 13 — Tests and Inspections; Correction, Removal or Acceptance of Defective Work ..................... 47 13.01 Notice of Defects ..................................�-�-�-�----•---........._.............................----•--........................ 47 13.02 Access to V�ork ............................................................................................................�-�--......... 47 13.03 Tests and Inspections .......................................................:......................................................... 48 13.04 Uncovezing Work ..........................................................................................................••--•----�-- 49 13.05 City May Stop the Work ...........................•--............................................................,................ 49 13.06 Correction or Remaval of Defective Work ............................................................................... 49 13.07 Correction Period ....................................................................................................................... 50 13.08 Acceptance of Defective Work ............................................................................��----............... 51 13.09 City May Correct Defective Work ..................................................................................�-----.... 51 Articie 14 — Payments ta Contractor and Completion ................................................................................... 51 14.01 Schedule of Values .................................................................................................................... 51 14.02 Progress Payments ...................•-�•---......._.....................---�--�-�---....._............................._....._........ 52 14.03 Contractor's Warranty of Title .................................................................................................. 54 14.04 Partial Utilization ....................................................................................................................... 54 14.05 Final In.spection ......................................................................................................................... �5 14.06 Final Acceptance ....................................................................................................................... 55 14.07 Final Payment ............................................................................................................................ 55 14.08 Final Completion Delayed and Partial Retainage Release ....................................................... 56 14.09 Waiver of Claims ....................................................................................................................... 56 Article 15 — Suspension of Work and Termination ....................................................................................... 56 15.01 City May Suspend Work .......................................................................................�---................ Sb i5.02 City May Terminate for Cause ............................................._...............................---......._.......... 57 15.03 City May Ternlinate Far Convenience ....................................................................:................. 59 Article16 — Dispute Resolutian ..................................................................................................................... 51 16.01 Methods and Frocedures ......................�__..._..........................................._............._.................... 61 CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Reviscd: September 8, 201 I Arficle17 — Miscellaneous ...:.....: ....... .......::....... ... ........ ............ ......... .....:.............. :.... ..: ............... bl 17:01 Giving Notice ................. . ........ ......... ......... ......... .......... ............. . ... .. ........ .. ............ b l �'7.02 Computation of Times ....... ........ ...... ....... . ;... ...........:.:.... ,. ..:........ ... .,. ..;...... . ....�......... 62 17.03 CumuJative Remedies ....... ......... ......... .............. .. _. . .............,........................ . ...... ._.... .. 62 17_04 Survival of �Jbligations._ . ..... . • . . .. ,.. .. .... _ . _ .. 62 17.05 Headings ...... ..... .................................... 62 CI'fP OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS Revised: September 8, 201 i oa�zoo-i GEN,ERAL CONQITIONS Page 1 of 62 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1 A1 Defined TeYrns A. Wherever used in these General Conditions or in other Contract Dacuments, the terms listed belaw have the meanings indicatec� which ara applicable to both the singular and plurai thereof, and words denoting gender shall include: the masculine, feminine and neuter. Said terms are generally capita.lized or «ritten in italics, but not always. When used zn a context consistent with the definition of a listed-defined term, ihe term sha11 have a meaning as defined below whether capitalized or italicized or otherwise. In addition to tez7ns specifically defined, terms with initial capital letters in the Contract Documents include references to identified artieles and parajraphs, and the titles of other dacuments or fozms. 1. Addenda—Written or graphic instruments issued prior io the opening af Bids which ciarify, correct, or change the Bidding Requirements or fl1e proposed Contract Documents. 2. Agreernet�t—Thz written instrument which is eviden:c� of the agreement between City and Contractor c�vering the Work. 3. Applrcation fof� Pay�nent—The fo�n acceptable to City which is to be used by Contractor dvring the course of the Work in requesting progress or final payrnents and which is to be �ccompanied 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 cusrent action levels established by the United States Occupational Safety and Health Administzation. 5. Awat-d — Authorization by the City Council for the Czty to enter into an Agreernent_ 6. Bic�The offer or proposal of a Bidder submitted on the prescribed forrn setting fortl� the prices for the Work to be perfoimed. 7. Bidder The individual or entity who submits a Bid directly io City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requir�ements—The advertisement or Invitation ta Bid, Jnstructions to Bidders, Bid security of acceptable form, if any, and the 8zd Form with any supplements. 10. Business Da}.� — A business ciay 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. Calefadar Day — A day cansisting of 24 hours measured from midnight to the next rnidnight. 12. Change OYder—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 CITY OF FORT WORTH STANDARD CONSTRUCTtON SPECIFICATION DOCUivfENTS Revised: September $, 2011 aozzoo-2 GENERAL: CON DlTIONS Page 2 of 6Z- adjustment in the Contract Price ar the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, aeting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of wluch is required by Charter to perFarm speci�:, duties with responsibiliry for final $nforcement of the contracts involving the Ciiy of Fort V�orth is by Charter vested in the City Manager and is the entity with wham Contractor bas entered into the Agreement and for whom the Work is to be perrormed. 1�. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, ar his duly authorized representative. 15. City Council - Tlie duly elected and qualified governing body of the City of Fort VVorth, Texas. 16. City Manager — The ofiicially appointed and authorized City Manager of the City of Fort Worth, Texas, ar his duly authorized representative. 17. Contr-act Claim—A demand or assertion by Ciiy or Contractor seeking an adjustmer.t of Contract Price or Contract Time, or both, or other relief �vith respect to the terms of the Contract. A demand for money or services by a third party is net a Contract Claim. " 18. Contt•act—The entire and integrated written docunient bet�ueen the City and Contractor concerning the Wark. The Contract contains the Agreement and a11 Contract Docurnents and supersedes prior negotiations, re�resentations, or agreements, whether ��-itten or oral. 19. Contract Documents—Those items so designated in the Agreement. All items iisted in the Agreement are Contract Documents. Approved Submittals, oti�er Contractor submittals, and the reports and drawings of subsurface and physicai conditions are not Contract Documents. 20. Cantr�act Price—The moneys payable by City to Contracior far completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisioi�s of Parab aph 11.03 in the case of Unit Price Work}. 21. CofatYact Tirne—The t�umber of days or the dates stated in the Agreement to: (i} achieve Milestones, if any and (ii} complete the �Vork so that it is ready for Final Acceptance. 22. Contractor—The izidividual or entity with whom City has entered into the Agreement. 23. Cost o.f'tlze T�ork—See Paragraph 11.01 of these General Conditions for defmition. 24. Datnage Claitns — A demand for money or services arising from the Project or Site from a third pariy, City or Contractor exclusive of a Cantract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. CIT1' OF FORT WORTH STANDAF.D CONSTRUCTION SPECIPTC�ITION DOCUMENTS Revised: Scptcmber 8, 2411 00 72 40 -3 GENERAL CONDITfONS Page 3 ofb2 26. DiYecto� of Avaation = The officially appointed Director of t1�e:Aviation Departrnent of the City of Fort Worth, Texas, or his duly appointed representative; assistani, or agents: 27. DrrecfoY of Prn-ks and Communiry Services — The officially appainted Director of the Farks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or:agenis. 28. Direcfor of Ptanning and Development — The officially a�pointed Director of the Planning and Develapment Departiment of the Ci1y of Fort Worth, Texas, ar his duly appointed representative, assistant, or agents. 29. Director o_ f TYansportation Public WoYks — The officially appointed Director of the Transpartation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assislant, or agents. 30. Director of Water Department — The officially appointed Directar of the Water Department of the Ciiy of Fort Worth, Texas, or his duly appointed zeprese�tative, assistant, or agents. 31. Diawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Ef.fective 1�ate o_f the Agreetnent—The date indicated in the Agreement on which it becomes effective, but if no such date is indzcated, it means the date on which the Agreement is signed and delivered by the last of the t�vo parties to sign and deiiver. 33. Engineer—The licensed professional engineer ar engineering firnn. registered in the State of Texas performir�g prafessional sertrices far the City. 34. ExtYa bi�aYk — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for �vhich no prices are provided in the Contract Documents. Extra work shall be part of the Wark. 35. Field Order—A written order issued by City which requires changes in the Work but which does not invoive a change in the Contract Price, Contract Time, or the intent of the Engineer. 36. Fznal Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Docutnents has been completed to the satisfaction of the City. 37. Final Inspection — Inspection canried out by the City to verify that the Contractor bas completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. Genet-al RequiYements—Sections of Division 1 of the Contract Documents. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNENTS Revised: Septembcr 8, 2011 00 �z oa - a GENERAL CONDITIONS Page 4 of 62- 39. Hazardous Envzronmental Condition—Tke presence at the Site of Asb�s+�s; PCBs, Petroleurn; Hazardous Waste, Radioactive Ma�erial, or other materials in such quantities or circumstances that may present a substantial danger to persons or property e�posed tliereto. 40. Hazardous Waste—Hazardous waste is defined as any s:,1id wasie listed. as hazardous ar possesses one or more hazardous characteristics as defined in the federal waste regulations, as-amended from time to time. 41. Laws and Regulations—Any and all applicable laws, nzles, regulations, ordinances, codes, and orders of any and ali governmental bodies, agencies, autharities, and caurts having jurisdiction. 42. Lien,r Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major� Item — An Item of work incXuded in the Contract Docurnents that has a total cost equal to or greater than 5% of the original Contract Price or $25,400 whichever is Iess. 44. Mitestone—A principal event specified in the Contract Documents relating to an intennediate Cantract Time prior to Fina1 Acceptance of the Work. 45. Natice of flward—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 wi11 sign and deliver the Agreement. 46. Notice to Proceed—A writien notice given by City to Contractor fixing the date on vt�hich the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleunl, including cn.zde oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (64 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and ai1 mixed tii�ith other nan-Hazardous Vdaste and crude oils. 49. Plans — See definition of Drawings. 50. Project Schedule—A schedule, prepared and rnaintained by Contractor, in accordance �vith the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish �Yie Work within the Cantract Time. 51. Project—The Work to be performed un�er the Cantract Docuinents. 52. Pr-oject Repf-esentative—The authorized representative of the Ciry wha �vill be assigned ta the Site. CITY OF FORT t��OKTH STANDARD CONSTRUCTION SPECiFICATION DOCIID�ENTS Aeviscd: Scptcmber 8, 2011 oanoo-s GENERAL CONDITiONS Page 5 of 62 53. Public �leeting — An annauneed meeting conducted by the City to facilita.te public participation and to assist the public i:n gaining an informed view of the Proj ec� 54. Radioactive MateriaZ—Source, special nuclear, or byproduct :material as defined by tfie Atomic Energy Act of 1954 {42 USC 'Section 2011 et seq.} as amended: from time to tune. 55. Regulcr� TYorking Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holida.ys). 56. Sarn�les—Pl�ysical examples of materiais, equipment, or worknaanship that are representative of some portion of the Work and which establish the sta.ndards by which such portion of the Work will be judged. 57. Schedule of Submittals—A submittals and the time construction aciivities. schedule, prepared and maintained by Contractor, of required requirements to support scheduled performance oi related 58. Schedarle of Values—A sehedule, prepared and maintained by Cantractar, allocatin� portions af the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Szte—Lands or areas indicated in the Contract Documents as being fiirnished by City upon wl�ich the Work is to be pezfonned, including rights-of-way, permits, and easements for access thereto, and such other lands fiunished by City which are designated for the use of Contractor. 60. Spec�cations—That part of the Contract Documents consisting of written requirernents for n�aterials, equipmeut, systems, standards and workmanship as applied to the Work, and certain adaninistrative requirements and procedural matters applicable thereto. 61. SubcoJatr-acto�=An individual or entity having a direct cantract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 62. Submittals—All drawzngs, 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. b3. Successful Bidder The Bidder subn�itting the lowest and most responsive Bid ta tivhom City rnakes an Awazd. 64. Supe��intendent — The representative of the Contractor who is available at a11 times and able to receive instructians from the City and ta act for the Contractar. 65. Supplementary Conditions—That part of the Contract Documents which aznends or supplements these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUII�NTS Rcvised: Septcmber 8, 2011 00 72 00 - 6 GENERAL CONDITIONS Pageb of62 66. Supplzep A manufaeturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Gai��ractor or with any Subcontractor io furnish materials or equipment t:, be incorporated in ihe Work by Cont�aetor or Subcontractor. 67. Llnde�-ground' �`acilities All underground ,pipelines, c�nduits, ducts, cables, wires; manhales, vaults, tanks, tunnels, or other such facilities or attachmen�s, and any encasements containing such facilities, ineiuding but not limited to, those that convey electriciry, gases, steam, liquid petroleum products, talephone or ather communications, cable televisian, water, wastewater, storm water, other liquids or chemicals, or tra�c or other control systems. 68. Unit Fr�ce �oYk—See Paragraph 11 A3 of these General Conditions for definition. 69. Weekend T�T�orking Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Su.nday or legal holiday, as approved in advance by the City. 70. Work—The entire construction or the variaus 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 neeessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such consfizction, all as required by the Contract Documents. 7I. Working Day — A warking day is deiined as a day, nat including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weatlier or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuaus period of not less than 7 hours beiween 7 a.m. and 6 p.m. 1.02 Termrnology A. The rn=ords 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 indicaied meaning. B. Int.ent of CeYtain Ter^ms or Adjectrves: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" ar terms af like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonahle," "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 soiely to evaivate, in general, the Work for compliance with the infarmation in the Contract Daci.unents and with the design concept of the Project as a functioning whole as sliown or indicated in the Contract Documents (uniess there is a " specific statement indicating otherwise). C. Defective: CITY OF FOR1" WORT'H STANDARD CONSTRUCTION SPECTFICATI�N DOCUMEN"I'S Rcviscd: Scptcmbcr 8, 2Qi 1 o4Tzoo-� GENERAL GON�ITIONS Page7 of 62 l. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, ar deficient in tha� it: a. daes not conform to the Contract l�iocuments; or b. does not meef the requixements of any applicable inspection, reference standard, test, or approval xeferred to :in the Contract Documents; or c. has been damaged prior to City's wzitten acceptance. D. Furnisl�, Install, Perfot-m, Provide: 1. The word "Furnish" or the word ";nstall" or the word "Perform" or the word "Provide" or the wozd "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incozporating in the Work including aIl necessary labor, materials, equipment, and everything necessary to perform the Work indicated, ui�iess s�ecifically limited in the contextused. E. Unless stated otherwise in the Contract Docusnents, technical or construction industry or trade meaning accordance with such recagnized meaning. words or phrases that have a well-known are used in the Contract Documents in ARTICL� 2 — PREL�IVIINARY MAT'�'ERS 2.0 � 2.02 �.a� 2.04 Copies ofDocumetzis City sha11 furnish to Contractor one (1) original executed copy and ane (1) electronic copy of t3ie Contract Documents, and four (4) additional copies of the Drawings. Additianal copies will be furnished upon request at the cost of reproduction. Commencenzent of Contr�act Tirr�e; Noiice to Pfroceed The Contract Time will commence to nzu 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. Starirng the �of•k Contractor sliall start to perforni the Work on the date when the Contract Time commences to run. No Work sha11 be done at the Site prior to the date on which the Contract Time commences to run_ Before Starting Const��uctian Baseline Schedules: Submit in accordance with the Contract Documents, and prior to staring the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Scptember S, 2a I i OQ 72'00 - 8 GENERAL GONDITIONS Page 8 of 62 Z.OS Preconstruciion ConfeYence Before any Work at the Site is starte�; the Contracior shall attend a Preconsiruciion Conference as specified in the ContractDocuznen�s. 2,06 Puhlic Meetzng Before any Work at the Site is stated., Contractor shall attend the Public Meeting as sclleduied by the City. 2.07 Initial Acceptance o, f Schedules No �rogress payment shall be made to Cantractor until acceptable schedules are submitted to City in accordance with the Schedule Specincation as provided in t�e Contract Documents. ARTICLE 3— CONTRACT 1)OCUIViENTS: IN�'�NT, �MENDING, REUSE 3.01 Intent A. The Contract Documents are cornplemezitary; 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 construeted in accordance with the Contract Documents. Any labor, dacumentatian, serviees, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing eustom or trade usage as being required to produce the indicated result �vi11 be provided whether or not specifically cailed 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 fomi, format and style. Some SpEcificaiion sections may be written in varying degrees of streamlined or deciarative style and some sections may be relatively narrative by comparison. Omissiotl of such words and phrases as "the Contractor sha11," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Qmitted 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 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 Sgecification section is provided as an aid and convenience to the Cantractor. The Contracror shall not rely on the cross referencing pravided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a com�lete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. CITY OF FORT WORTH STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS Revised: Scptember 8, 20] I oo72ao-� GENERAL GONDITIONS Page 9'qf 62 3.fl2 Re,ference Standards A. Standards, Specifications, Godes, Laws, and Regulations I. Reference to s#andairds; specifications, manua.ls, or codes of any technical society; organization, or association, or to Laws or Regula.tions, whether such xeference be spec�c or by implication, sha11 mean the standard, specification, manual, code, ar 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 othenvise specifically sta.ted in the Contract Documents_ 2. No provision of any such standard, specification, manual, or code, or any instnzction of a Supplier, shall be effective to change the duties ar responsibilities af City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provisian or instruction shall be effective to assign to City, or any of its officers, dzrectors, members, partners, employees, agents, consultants, ar subcontractors, any duty or authority to supervise or direct the performance of tne Wark or any duty or authoriiy to undertake responsibility inconsistent wifll the provisions of the Cantract Documents. 3.03 Repof-ting and Resolving Disct-epayacies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work. Befoze undertaking each part of the V�rork, Contractor shall caxefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field mea.surements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambigtzity, or discrepancy 4vhich Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Worlc affected thereby. 2. Contractor's Review of Contract Docurnents During Performafzce of Wo���:: If, during the performance of the VVork, Cantractor discovers any conflict, error, ambiguity, or disczepancy within the Contract Doclunents, or between the Cantract Documents and {a) any applicable Law or Regulation ,(b) any standard, specificarion, manual, or code, or {c) any instzuction 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 6.17.A) until an amendme�t or supplement to the Contract Documents has been issued by one af the methods indicated in Paragraph 3.04. 3. Cantractor shall not be Iiable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Dacwments unless Coutractor had actual knowledge thereaf. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, tlze provisions of the Contract Documents shall take precedence in resolving any conflict, error; ambib ity, or CITY OF FORT WORTH STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS Revised: September 3, 2011 ao�2oo-io GENERAL CdND1TIdNS Page l0 of 62 diserepancy beiween the proursions af the Contract, Documents and the provisions of any standard, specification, man�ual, or the instraction of any Supplier (whether ar not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dirrensions shall govem: over scaled diznensions, Plans sha11 govern over Specificaiions, Supplementary Conditions shall govem over General Conditions and Specifications, and quantities shown on the Plans shall gove� over those shown in the proposal. 3.04 Amending and S'zsppler�zefzting Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work ar 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 Submitta.l (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation ar clarification. 3.45 Reuse o, f Documents A. Contractor and any Subcontractar or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronie media editions; or 2. reuse any such Drawings, Specifications, ather documents, or copies thereof on extensions of the Project or any ather project without �vritten consent of City and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3A5 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contraetor from retaining copies of the Contract Documents for record purposes. 3A6 EXectYonic Dtzta A. Unless otherwise stated in the Supplementary Conditions, the data fumished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies (aIso known as hard copies). Files in electronic media format of text, data., graphics, or other iypes are furnished only for the convenience of the receiving party. Any conclusion or information abtained or derived from such electronic files will be at the user's sole CITY OF FORT �VORTH STANDARD CONSTRi3CT1dN SPECIEICATION DOCUMENTS Rcvised: Scptember S, ZO11 0072 00 -11 GENERAL CONDITIONS Page 11: of 52 risk. If there is a discrepancy between the electronic files and the hard copies, the hard eopies govern. B, When transferring documents in electronic iaaedia format, the transferring party makes no repres��tations as to long term compatibility, usability, or readability of documents resulting from the use of softtivare application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILA�II.ITY OF L.A.NDS; SUBSURFACE AND PHYSICAL CONDITION5; I�AZARDOUS ENVIRONMENT.AL CONDITIQNS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restric±ions not of general application but specifically rei_ated to use of the Site �vith 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 e;cisting facilities. L The City has obtained ar anticipates acquzsition of andlor access ta right-of-way, and/or easements. Any outstanding right-of-way andlor 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 iz1 accordance tivith the Contract Documents must consider any outstanding utilities or obst�uctions to be removed, adjusted, and/ar relocated by athers. B. Upon teasonable written request, City shall furriish Contractor with a current statement of record legai title and legal description. of the lands upon which the Work is to be pez-formed. C. Contractoz� shall provide for aII additional lands and access thereto that may be required for constzuction facilities or storage of materials and equipment_ 4.02 Subsurface a��d Physical Conditio�zs A. Reports and Dt•awings: The Supplementary Conditions identify: 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). C1TY OF FORT W ORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd: September$, 2011 oa �zflo- i2 GENERAL CONDl7!ONS Page kZ of_62 B. Limited Reliance by Contt-actor on Technical Data Authorized.� Contractor may reiy upon the accuracy :of the "technic�r data" contained in such reports and drawings, but such reports and drawrngs aze not Contract Documents, Such; "technical data" is identified in the Supplement�ry Conditions. Contractox may nat make any Contract Ciaim against City, �r any of their officers, directors, members, partners; employees, agents, consultants, or subcontractors with respect'to: l. the completeness of such reports and draw�ngs 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 D�e�^ing Subsurface or Physical Conditions A. Notrce.: If Contractor believes that any subsurface or physieal 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 nattu-e, and differs materially from conditions ordinarily encountered and generally recognized as inherent in wark of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (eYcept in an emergency as required by Paragraph 6.17.A), notify City in �vriting about such condition. B. Possible �'rice carzd Time Adjusiments Contractor sha11 not be entitled to any adjustnlent in the Contract Price or Contract Time if: l. Contractor knew of the exisYence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the subinission 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 examinatian of the Contract Documents or the Site; or CITY OF FORT WORTH STAIv�DARD CONSTRUCTION SPECIFICATION DaCL7MENTS Revised: September 8, ZOl 1 oa n oo - i� GENERAL GONDtTiONS Page I3 of62 3. Contractor failed to give ihe writ�en notice as xequired by Paragraph 4.03.A. 4.04 Undergf-ound Facilities A. Shawn ot� Indicated.• The informatian and da.ta. 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 funnished to City or Engineer by the owners of such Underground Facilities, including City, ar by others. Unless it is otherwise expressly provided in the Supplementary Conditians: City and Engineer shall not be responsible for the accaracy or completeness of any such information or data provided by others; and 2. the cost �f all of the following will be included in the Contract Price, and Cantractor shall have fu1l respor�sibility for: a. reviewing and checicing a11 such infor�natian and data; b. lacating all Underground Facilities shown ar indicated in `�he Contract Documents; c. caordination and adjustnient of the Work with the owners of such Underground Facilities, includin� City, during construction; and d. the safety and protection of aIl such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Sho��vn of� Indicatecl: L If an Underground Facility which conflicts with the Wark is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuxacy in the Contract Documents, Contractor shall, proinptly after becoming aware thereof and betore further disturbing conditions affected thereby or performing any 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 revie�v the discavered Underground �acility and determine the extent, if a.�ry, to which a chan.ge may he required in the Contract Docuznents to reflect axid docurnent the consequences of the existence or location of the Underground Facility. Cantractor shall be responsible for the safery 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 ta reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility campanies a minimum of 48 haurs in advance of construction including exploratory excavation if necessary. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20] 1 00 72 00-14 GENERAI GONDITEONS Page i4 of62 4.05 Re, ference Poinis A. City shall provide engineering surveys to es+.a.blish xeference poi�ts :for construction, which in City's judgment are necessary to enable Contractor to proceed with, the Work. City will provide construcrion stakes or othe� custorr�ary method of znarking to esta.blisli line and grades for roaclway and utility construction, centerlines and benchmarlcs for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocatians. 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 shail be responsible for the replacement or reiocation of reference points ar property monuments not carelessly or willfully destroyed by the Contractar. The Contractor shail notiiy City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion af tr.e City, any reference paint or monumeni has been carelessly or willfuliy destroyed, disturbed, or removed by :he Contractar or any of his employees, the full cost for replacing such points plus 25°/o will be charged against the Contractor, and the full amount will be deducted from �aaytnent due the Contractbr. 4.06 Hazat•dous Envzrontnental Conclition at Site A. Repor-ts and Dr�vings: The Supplementary Conditions identify those reports and drawings lcnown to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limr'ted Reliance by Contractor on Techtzzcal Data Authorized: Cantractor 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 identifed in the Supplementary Conditions. Contractor may not make aily Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: l. 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 preeautions and programs incident thereto; or 2. other data, interpretations, opinions and information cantained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" ar any such ather data, interpretations, opinians or information. C. Contractor shall nat be responsible far any Hazardous Environmental Condition uncovered or revealed at the Sit� which was not shown ar indicated in Drawulgs or Specifications or idenfified in the Con#raet I�ocuments to be witnin the sco�e of the Work. Contrac#or shail be responsible for a I-Iazardous Environmental Condition created wiih any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone etse for wham Contractor is responsible. CITY OF FORT WdRTH STANDARD CONSTRUCTION SPECIFICATION DOCUIviENT5 Revised: September 8, 201 I 40-72 00 - t5� GENERAL C�NDITIONS Pagc 15 of 62 D. If'Contractor encounters a Hazardous Environmental Conditian or if Contractor or anyone for whom Contractor is responsible creates a Hazardous_Environmental Condition, Ca�tractor shall immedrately: (i) secure or otherwise isolate such condiiion; (ii) stop all Work in connection with such condition and in any area affected thereby (except ini an emergency as' required by Paragrapli 6.17.A); and (iu) notify City (and promptly thereafter confirm such natice in wrifi�g}, City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Cantractor shall not be required ta resume Work in connection with such condition or in any affected area w�til after City has obtauied any required �ei�nits related thereto and delivered written natice 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 �vhich such Work may be resurned. F. If after receipt of such written notice Contractar does not agree to resume such W�rk based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special coz�ditions, then City may arder the portion of the Work that is in the area affected by such condztion ta be deleted from the Work. City ma}� have such deleted portion of the Work performed by City's awn forces or others. G. To the,fullest extent permitled by Laws and Regulations, Contractor• shall indemn� and hold har�mless City, from and against all claims, eosts, losses, and damages (a�zcZudin� but not linzited to all fees and claarges of engineeYs, crrchztects, attorneys, and other professionals and all court oY arbit��atiorc or other� dispute ��esolution eosts) arisit�g out o.f or relating to a Hazardous Environr�zeJzlal Condition created by Contractor or by anyone foY wTzom Corztf�actot• is �esponsible. Nothing in this 1'aragraph 4.06.G sl�all obligate Contractor to inc�emn� any individuat oY entity ft-orn af�d agttrnst the cofzsequences of tlzat ifzdividzral's or e�ztity's own negligence. H. The provisions of Paragraphs 4.02, 4.43, and 4.04 do not apply to a Hazardous Environrnental Condition uncovered or revealed at tlle Site. ARTICLE 5— BOND5 AND INSURANCE 5.01 Licensed Szsreties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Cont�actor shall be obtained from surety or insurance companzes that are duly Iicensed or authorized in the Siate of Texas to issue bonds or insurance policies far the limits and coveragas 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 Perfot-mance, Payment, and Maintefzance Bvnds A. Contractor shall fiunish performai�ce and payment bonds, in accordance with Texas Government Cade Chapter 2253 or successor statute, each in an amount equal ta the Contract Price as CITY OF FORT WORTH STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS Revised: Septembcr 8, 201 I ooz2ao-36 GENERAL CDNDfT10NS Page 16 of 62 security for the faithfui perforrnance and payment of all of Coniractor's obligations under the Cantract Documents. B. Con�ractor shall fumish maintenance bonds in an amount equal to the Contraci Price as securiry to proteci the City against ar�y defects in any portiQn of the Work described in the Contract Documents. Maintenance bonds shall remain ,in effect for two (2) years after the daie of Final Acceptance by the City. C. All bonds sha11 be in the form prescribed by the Contract Documents except as provided atherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificaies of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 57fl (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of tlle Treasury. All bonds signed by an agent or attorney-in-fact must be accoznpanied 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 af Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 3Q days after the event giving rise to such notif cation, provide another bond and surety, both of which shali comply with the requirements o£Paragraphs 5.01 and 5.02.C. 5.03 CeYiificates of Insurcznce Contractor shall deliver to City, with copies to each additional insured and loss payee identiiied in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Conh-actor is required to purchase and maintain. I. T'he certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on aIl liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate af 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 naYnes as listed in the current A.NI. Best Property & Casualry Guide 4. The insurers for ail 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 o£ A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent fuiancial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, wririen approval of City is required. 5. All applicable policies shall include a Waiver oi Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive aIl rights af subrogation against the CITY OF FORT �VORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re��sed: September 8, 201 I 00 72 00-17 GENERAL CONDiTIONS Page 17 of62 Engineer (if applicable), and each additional insured identified in the Supplementary Conditians 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 obligafiion to maintain such lanes ofinsurance caverage. 7, If insurance policies are noi written for specified coverage Iimits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the prunary coverage. Unless otherwise stated, a11 required insurance shall be written on the "occurrence basis". If coverage is underwritten an a claims-made basis, the retroactive date shall be coincident with or pi �ar to t11e 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 Dacuments or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such uzsurance coverage. 9. Policies shall have no exclusioz�s by endorsements, which, neifller nulliiy or amend, the rec�uired lines of coverage, nor decrease the limits of said coverage unless such endozsements are approved in writing by the City_ In the event a Contract has been bid or executed and the exclusions are determined to be unacceptabie or the City desires additional insurance coverage, and the City desires th.e cantractar/engineer ta obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10°/a. 10. Any self-insured reteniion {SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockb.olders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance poals or risk retention a oups, must also be approved by City. 11. Any deductible in eAcess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and appzoved by the City. 12. City, at its sole discretion, r�serves the right to review the insuxance requu�ements and ta make reasonable adjustments to insurance coverage's and their limits when deen�ed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history af the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance a.djustments shall be incorporated inta the Work by Change Order. 13. Ciry shall be entitled, upon written request and �vithout expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletian or revision ar modifications of particular policy terms, conditions, limitations, or exclusions necessary to CI"['Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Scptember 8, 2011 oonoo-is GENERAL C��ivDl'FIONS Page 18 of 62 conform the policy and endorsements ta the requirements of the Conuact: Deietions, revisions, ar modifications shall not be required where polisy provisions are esta5lished by law or regulations binding upon either party or the underwriter on any such policies. 14. City sfiall not be xesponsible for the direct paytneni of insurance premium costs far Contractor's insurance. 5.04 C�ntractor's Insurance A. Wofkers Compensation and Etnployers' Liubzlit�. Contractor shall purchase and maintain such insurance coverage ��itli lim�ts consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum Iimits for Employers' Liability as is appropriate far the Work being performed and as wi11 provide protection from claims set forth below which may arise aut af ar result from Contractor's perfortnance of the Work and Contractar's otller obligations under the Contract Documents, whether it is to he per£ormed by Contractor, any Subcantractor 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: l, claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims far damages because of bodily injury, eccupational sickness or disease, ar death of Contractor's employees. B. Com�nercial Gefzet�al Liability. Coverage shali include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, productsJcompleted operations, persoilal injury, and liabiliry under an insured contract. Insurance shall be provided an 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 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that wauld alter of nullify premises/operatians, products/completed operations, contractual, persanal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in vvritiug. For construction projeets that present a substantial coinpleted operation exposure, the City znay require the contzactor ta maintain completed operations coverage for a minimum of no less than three {3) years following the completian of the project (if identified in the Supplementary Conditions). C. Automobile Licrbilitv. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemniiy 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 C[TY OF FORF WORTEI STANDA3ZD CONSTRUCTION SPECIFICATTON DOCUMENTS Revised: September S, 201 ] OU72OQ-i9 GENERAL CONDiTIONS Page 19 of 62 anyane directly or indirectly employed by any of them,to perform any of the: Wark, or by anyone for whose acts any of them may be liable. I?. Razlr-oad Protective Liability. If any of the work or any wazranty work is within the limits of railroad right-of-way, the Cantractor shall ��mply with the xequiremenis identified in the Supplementary Conditions. E. �Votification of Poticy Cancella�ion: Contxactor shall immediately notify City upon cancellation or other loss of insurance coverage. Contract�r shall stop work until' replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and .Insurance; Option to Replace If City has any objection to the coverage afforded by or ather provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-confortnance v�ith the Contract Doctmients, the City shall so notify the Contractor in writing within 1Q 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 ar maintain all of the bonds and insurance required by the Contract Document�, the City shall notify the Contractor in writi.ng af 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 RESPONSISILITIES 6.01 Supervision and Sz{perintes2dence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting sueh attention thereto and applying such skills and expertise as may be necessary io perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for tl�.e means, methods, techniques, sequences, and procedures of construction. B. At alI times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who sha11 not be replaced without ��ritten notice to City. The 5uperintendent wi11 be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. Ali cammunication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall natify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labo�; WoYking Hours A. Contractor shall provide competent, suitably qualified personnel ta perform construction as required by the Contract Documents. Contractor shall at all tiines maintain good discipline and order at tl�e Site. CITY OP FORT WORTH STANDe�RD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd: September 8, 20l I 00 �z oa-2o GENERAL GONDITIQNS Page 20 of 62 B: Except as; athenvise required for the safety or protection of persons or the Work ar property at the Site or adjacent thereta, and except as otherwise stated in the Cc�ntract Documents, al1 VVork at the 5ite sha11 be performed during Regular Working Hours. Contractor will not permit the perfcirmance of Work beyond Regular Working Hours ar for Weekend Working Hours without City's: written consent (which will not be unreasonably withheld}. Written request (by letter or electronic communication} ta 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 af the preceding 'Tliursday 3. for legai holidays request must be made by noon two Business Days prior t� the legal holiday. 6.03 Sen�ices, Materials, aTad Equipment A. Unless othenvise specified in the Contract Docunlents, Contractar shall provide and assume full responsibility for all seivices, materials, equipmenf, labar, transportaiion, construction equipment and machinery, tflQls, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and alI other facilities and incidentals n�cessary for the performance, Contractor required testing, start-up, and completion o£thP Work. B. All materials and equipment incorporated into the Work s1ia11 be as speciiied or, if not specified, sha11 be of good quality and new, except as otherwise provided in the Canfract Documents. All special warranties and guarantees required by the Specifications sha11 expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactary evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment to be incorporated into the Worlc shall be stored, applied, installed, connccted, erected, protected, used, cleaned, and conditioned in accordance with instxuctions of the applicable Supplier, except as atherwise may be provided in the Cantract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the tiine of bid, unless otherwise specified. 6.04 Pr-oject SchecZule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.47 and the General Rec�uirements 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 Farab aph 2.07 and tl�e General Requirements) proposed adjustments in the Project Schedule that �vill not result vn changing the Contract Time. Such adjustments will comply witl� any provisions of the General Requirements applicable thereto. CITY OF FORT �VORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 aa�zoo-21 GENERAL CONOITfONS Page.21 of 52 2. Contractor shaIl submit to City amonthly Project Schedule with a month�yprogress �ayment for the duration of the Contract: in accordance with the schedule specification O 1 32 lb. 3. Proposed adjusiments in the Project Schedule that will change the Contract Time sha11 be submitted in accordance with the reguirements of Article 12. Adjustrnents in Contract Tune may only be made by a Change Order. 6:05 Substitutes and "OY-Equals" A. Whenever an item of matezial or equipment is specified or described in the Contract Documents by using the name of a proprietary itean 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, ciher items of material or equipment of other Suppliers may be subn�itted to City for review under the circunlstances described below. 1. "Or-Equal " Items: If in City's sole discretion an item of material or equipnient proposed by Contractor is functionally equal to that named and suf£iciently similar so that no change in related Work will be required, it may be considered by Ciry as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compiiance witb some or aIl of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05_A.l, 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 leasi equal in materials of construction, quality; durability, appearance, stren�h, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by tJae design concept of the completed Proj ect as a functioning whole; and 3} it has a proven record of performance and availability of responsive service; and b. Gontractor certifies that, if approved and incorporated into the Work: 1) there will be no inerease in cost to the City or inerease in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Cantract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor daes not qualify as an "or-equal" item under Paragraph 6.OS.A_ i, it may be submitted as a proposed substitute itezn. CITI OF FORT �VORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Scptember 8, 2011 oorzoa-2a GENERAL CONOtTIONS Page 22;of 62 b. Contractor shall submit sufficient information as proviaed below to allow Ci+�f to determine if the item of material ar equipment pr�posed is essentiaily equivalent to that named and an acceptable substitute therefor. Requests for review af propaseu subsiitute items :of material or equiprnent will not be accepted by City from anyone other than Coniractor. c. Contractor shall make written application io City for review of a proposed substiiute item of material ar equipment ihat Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: i) shall ccrtify that the proposed substitute item wi11: a} perform adequatety tlle functians and achieve the results called for by the general design; b) be similar in substance ta 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 prouisions of any other direct contract with City for other warlc an the Project} to adapt the design to the proposed substitute item; c) whether incorporation or use of the proposed substitute item in connection with ihe Work is subject to payment of any license fee or royalty; and 3) will identify: a) a11 variations of the propased substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Dat-nage Claims of other contractors affected by any resulting chan�e. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DQCUNTENTS Reviscd: Septcmber 8, 20t I ao �z oo - 23 GENERAL CQNDITIONS Page 23 offi2 B. Subsntute Consir uction Methods or Procedures: If a specific means, method, technique; sequence, or procedure of canstruction is expressly required by the Contract Documents,. Contractar may furnisn or utilize a substitute means; method, technique, sequence, or proceduxe 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 cailed for by the Coniract Documents. Contractor shall make written applicatioz� to City for review in the sam� manner as those provided iu Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaivate each propesal or submittal made pursuant to Par��raphs 6.05_A and 6.OS.B. City zxiay require Coniractor to fuixlish additional data about the proposed substitute. City will be the sole judge of acceptability. No "ar-equal" or substitute will be ordered, mstalled or utilized until City's review is complete, whicb will be evidenced by a�hange Order zn the case of a substitute and an accepted Subinittal 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 �uarantee, �varranty, or other surety with respect to any substitute. Contractof� slzall indemnify c�nd hold hatmdess City and anyone directly o� ifadirectly ernployed by ihena fr�onz af�d against any and c�ll claitns, dam�,;es, losses and expenses (including attorneys fees) aYising out of the use of substituted tnaterials ot� equipTnent. E. City's Cost Reimbutsement: City will record City's costs in evaluating a suY�stitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.OS.B. Whether or not City approves a substitute so praposed or submitted by Contractor, Contractor u�ay be required to reimburse City for evaluating eacla such praposed substitute. Contractor may also be required to reimburse City foz' the charges for inaking 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 sha11 pravide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. City Substitute Reimbzrrseme��t: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Con#ract by Cbange Order. H. Time Extensio��s: No additional time will be �ranted for substitutions. 6.06 Concerning Subcant��actors, Suppliers, and Othef s A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced an the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, �vhether initially or as a replacement, against whom City may have reasonable objection. Contractor sha11 not be requu-ed to employ any Subcontractor, Suppliex, or other individual or entity ta furnish or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd: September S, 2011 oa�2oo-aa GENERA� GOND1710NS Page 24 of 62 perform any of �hP Work against whom Contractor has reasonable objeciion {excluding those acceptable to City as indicated in iaragraph 6.06.C}. C. The Ciry may from time ta time rec�uire the use of certain Subcontractors, Suppliers, or other individuals or entities on the projeci, and will provide such requireme�ts in the Supplementary Conditions. D: Minority and �omen Owned Business Enterprise Cornpliance: It is City policy ta ensure the full aiid equitable participation by Minority and Women Business Enterprises (MWBE) in the pracurement of goods and services on a cantractual basis. If the Contract Documents provide for a MWBE goal, Conlractor is xequired to comply with the intent of the City's MWBE Ordinance - - (as amended) by the following: 1. Cantractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contrac� and payment therefor. 2. Contractor wili nat make additions, deletions, or substitutions of accepted 1VIWBE without written consent of tlie City. Any unjustified change or deletion shall be a material breach of Contract and may resulf in debarment in accordance with the procedures outlined ui the - Ordinanee. 3. Contractor shall, upon request by City, allow an audit and/ar examination of any books, records, or files in the possession of the Contractor that will substautiate the actual �vork perfomied by an MWBE. Materiai misrepresentation of any nature will be grounds for temzination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be Srounds for disqualificatiQn of Contractor to bid on future contracts wzth the City for a period of not less than three years. E. Contractor shall be fully responsible to City for a11 acts and omissions of the Subcontractors, Suppliers, and other individuals or entities }�erforming or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: l. shall create for the benefit of any such Subcontractor, Sup�lier, or other individual or entity any contractual relationshi� bet�ueen City and any such Subcontractor, Supplier or otlier individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual ar entity except as may otherwise be required by Laws and Regulations. F. Cantractor shall be solely responsible far 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 «�ith Conttactor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or fianiishing any of the Work shall communicate with City through Contractor. CI7'Y OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DQCUMENTS Revised: Scgtember S, 201 I 00 �z oo - 2s GENERAI GONIJITION$ Page 25 affi2 H. All Work performed far Gontractar by a Subcontractor ar Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds fhe Subcontractor or Supplier to the applicahle terrns a�u conditions o£ the Contract Documents for the benefit of City. 6.07 YYage �Zates A. Duty to pay Prevailing Wage Rate�. The Contractor shall comply with all require�ents of Chapter2258, Texas Government Code (as amended), including the paynnent 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 Cllapter 2258. Such prevailing �jage raies are i:�cluded in these Contract Documellts. B. Penalty,f'oY Violation. A Contractor or any Subcontractor who daes not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 far each worker employed for each caiendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be reta.ined by the City to offset its adt�inistrative costs, pursuant to Texas Govemment Code 2258.023. C. Com�laints of Violations and City DeteYrnirzation o,f Good Cause. On receipt of infoncnation, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Gavernment Code, by a Contractor or Subcontractar, the City shall make an uutial determination, before the 31st day after the date the Ciry receives the information, as to �vhether gaod cause exists to believe that the violation occtu-red. The City shali noiify in writing the Contractor or Subcontractor and ar�y affected �rorker of its initial deternzination. Upon the City's determination that there is good cause to believe the Contractor ar Subcantractar has violated Chapter 2258, the City shall retain the fiill amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amoiuits being subtracted from successive progress payments pending a final determination of the vialation. D_ Arbitration Required if Violation Not Resolved. An issue relating ta an alleged violation of Section 2258.023, Te�as Government Code, including a penalty o�ved to the City or an affeeted �vorker, shall be submitted to binding arbitration in accorda�ice with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subeontractor and any affected worker does not resolve tl�e issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator befare the l lth day a$er the date that arbitration is required, a district court shall appoint an arbitrator on the petitian of any af the persons. The City is not a pariy in the arbitration. The decision and award of the arbitrator is fmal and binding on all parties and may be enforced in any court of competent jurisdiction_ E. Recof-ds lo be Mainlained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the v��ork, maintain records that show (i} the name and occupation of each worker employed by fhe Contractor iu the construction of the Work provided for in this Contract, and {ii} the actual per diem wages paid t� each worlcer. The records shall be CITY OF FORT WdRTH STANDARD CONSTRUCTION SPECIFICATION DOCU_MENFS Rcvised Septembcr 8, 20I 1 00 72 00 - 26 GENERAL GONDfTIQNS Pagc 26 of 42 open at ali reasonabie hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, sliall pertain to this inspect'ron. F. Pt-ogress Payrnents. With each progress payment or payroll period, whicheuer is 1ess, the Contractor shail : sub�rnit an a�davit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Gavernment Code. G. Posting of Wage Rates. The C�ntractor shall post prevailing wage rates in a conspicuous piace at aIl times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcon*ractors to camply with Paragraphs A thraugh G above. 6.08 Patent Fees at�d koyal�`ies A. Contractor shall pay alI 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 otl�ers. If a particular invention, design, process, praduct, or device is specified in the Cantract Documents for use in the perfarmance 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 �y City in th� Contract Documents. Failure of the Ciry to disclose such information does not relieve the Contractor from its obligations to pay for the use af said fees or roya�ties to others. B. 7'o the fitllest extent permitted by Laws and Regulations, Contr-actor shall indemn� and hold hannless City,,from and a�;aitzst all claitns, costs, Iosses, and damages (inclzrding ba�t not limited to all fees atad charges of eragineefs, architects, attoj�neys, and ather pr�ofessionals and all couYt or arbitration or other dispatte resolution costs) arising out of oY r�elating to any in.f-ingement o.f paterTi rights or copyrrghts incident ta the trse in the petfortnance of the YT%tk or Yeszcltifzg fi�ofrz the incorporatian rn the Work of any invention, design, process, prodzcct, or device not specified in the Contt-act Doczcments. 6.09 Perrnits and Utilities A. Contractor oblained pernzzts and dzcetzses. Contractor sha11 obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, w�hen necessary, in obtaining such permits and licenses. Contractor shall pay all governmental cllarges and inspection fees necessary for tlie prosecution of the Work which are applicable at the time af opening of Bids, or, if there are no Bids, on the Effective Date of the Agreenzent, except for permits provided by tlre City as specified in 6.09.B. City shall pay all charges of utiliry owners for connections for providing permanent service to the Work. B. City obtained permrts and licenses. City will obtain and pay for ail permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractar's CITY OF FORT WORTH STANDAftD CONSTRUCTION SPECFFICATION DOCUMENTS Rcviscd: 5eptember 8, 2011 00 7z oo -z� GENERAL CONDITIONS Page 2? af b2 responsibility to cazry out tlie provisions of the permit. If the Contractor initiates cl�anges to the Contract and the City approves the changes, the Contractor is respansible for obiai�iing clearances and coordinating with the appzopriate regalatory agency. The City wi11 not reinaburse 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 Transportatiou Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Envi.ronmenta� Quality Perxnits 4. Railroad Company Permits C. Outstanding permits a�zd licenses. Tbe City anticipates acquisition of and/or access to pernuts and licenses. Any outstanding permits and licenses are antieipated to ba 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 outsianding permits and licenses. 6.10 Lativs and RegulatiQ��.s A. Contractor shall give a1l notices required by and shall cor.lply �vith all Laws and Regulations applicable to the perfcrmance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's campliance witl� aily Laws or Regulations. B. If Contractor performs any Work knowing or l�aving reason to know that it is contrary to Laws or Regulatious, 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 a11 court or arbitration ar other dispute resoiution casts) axising out of or relating to such Work. However, it shall not be Contractor's zesponsibility 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 openiiig of Bids having an effect on the cost or time of perforniance of the Work may be the subject of an adjustment in Contract Price ar Conlract Time. 6.11 7'axes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant ta Texas Tax Code, Subchapter H, SECiIQI15 151.301-335 (as amended), the Contractor may purchase, rent or leasa all materials, supplies and equipment used oz 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 5tate Co�nptroller's Ruiing .007. Any such exemption certificate issued to tbe Contractor in lieu of the tax shall be subject to and sl�all compiy with the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 [ 00:72 oa-Zs GENERAL CONDITIONS Page 28 of 62 provision of State Comptroller's Ruling .Gi I, and any other appl'rcable rulings �ert�;ining to the Texas Tax Code, Subchapter H, B. Texas Tax permits and information may be ohtained fr�m: 1. Comptroller of Public Accounts �a1es Tax Division Capitol Station Austin, TX 78711; or 2. htC�:I/�irwd�.��itldo�v.sfiate.t�.u.s�'ta�zn_fq,/taxforn:�s'93-f�x�ns.htnll 6.12 Use of Site and Other.4reas A. Lirnilation o�z Use ofSite and Other.�Yeas: 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 Regulatians, and shall not unreasonably encumber the Site and other areas with construction equi�ment or other materials or equipment. Contraetor shall assume fuil responsibility for any damage to any such Iand 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 operatians in a partion 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 finisl� the section on which operatians are in progress before work is commenced on any additional area af the Site. 3. Should any Darnage Claim be made by any such o�rner or occupant because of the performance of the Wark, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuarat to Paragf�aph 6.21, Coniractot� sdzall indemta� and hald harmless City, from and against alI clairns, costs, losses, afad damages arising oz{t of or relatifig to any claim or actiorz, legal or ec�zrztable, br�ought by ayzv sareh ow�zer oY occupant avainst Cit}�. B. Retnoval af Debris DuYzng Perfof-mance of the LVo3�k: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of wasta materials, rubbish, and other debris. Rernoval and disposal of such wasta materials, rubbish, and other debris shall conform to applicable Laws and Re�ulations. C. Site Maintenaface Cleaning: 24 hours after written notice is given to the Contractor that tlle clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactary procedure, the City may take such direct action as the Ciry deems appropriate to correct the clean-up deficiencies cited to the C'ontractor in the written CITY OF FORT WORTH STANDARD GONSTRUCTTON SPECfFICATION DOCUIv1ENTS Revised: Segtember 8, Z01 I 0a 72 00 - 29 GENERA� GONDITIONS Eaga 29 of 62 notice (by letter ar electronic communication}, and the costs af such direct ac�ion, plus 25 %o of such costs, sha:llbe deducted from the monies due or to become: due to the Contractor. D. Frnal Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and �hP Work and make it re�dy for utilization by Ciiy or adjacent property owner. At the coznpletion of the Wozk Contractor shall remove from the Site all taols, appliances, constnzction equipment and machinery, aud surplus materzals and shall restare to original condition or better all property disturbed by the Work. E. Loadzng Str�uctures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor sha11 Contractor subject any part af the Work or adjacentproperly to stresses or pressures that �vill endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place desianated 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 appraved Sa.mples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion af the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final I�lspection. Contractor shall include accurate tocations far buried and imbedded items. b.14 Safety and P��otectiolz A. Contractor shall be solely responsible far initiating, maintaining and supervising a11 safety precautions and programs in connection with the Work. Such responsibility does noi relieve Subcontractors of their responsibility far the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take a11 necessary precautions for the safety of, and shall provide the necessary protection to prevenf damage, injury or loss ta: 1. aIl persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated thereul, whether in storage on or off the Site; and other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, raadways, structures, utilities, and Underground Facilities not desigr�ated for removal, relocatian, ar replacement in the course of constnzction. B. Contractor shall comply with all applicable Laws and Regulatians relating to the safety of persons or property, or to the protectian of persans or property fram damage, injury, or 1oss; and shall erect and maintain all necessary- safeguards foz such safety and pratection. Cantractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when CITY OF FORT WORTH STANDARD CONSTRUCTIdN SPECTFICATION DQCUMENTS Revised: Septcsnbec 8, 2011 00 72 UU - 30 GENERAL CONDITIOh�S Page 30 of 62 prosecution of the Work may affect them, and shall' eooperate with them in trie protection, removal, relacation, and replar_.�ment of their properly. C. Contractor shall eomply with the applicable requirements of City's safety programs, if any. D. Cantractor shall inform Ciiy of the specific requirements of Gon#ractar's safety program, if any, with which City's employees and representatives r�ust;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 ��hole or in part, by Contractor, any Su'�contractor, S�.�pplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the . Work, or anyane for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safe#y and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 615 Sttfety Represe�ztative Contractor shall inform City in writing of Cantractor's designated safety representative at the Site. 6.16 Hazard Communicatio�z Progt•ams Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information 1-equired to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or� Rect.iftcation A. In emergencies affecting the safety or protection of persons ar t11e Work or properiy at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or Ioss. Contractor shali give City prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such ar� emergezicy, a Change Order may be issued. B. Shouid the Contractor fail to respond to a request from the City to rectify any discrepancies; omissions, or correction necessary to conform with the requirements of tl�e Contract Docuinents, the City sllali 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 conect the condition. In the event the Contractor does not take positive steps to fulFill this written request, ar does not shaw just cause for not taking the proper action, within 24 hours, the City niay take such remedial action `�ith City forces or by contract. The City shall deduct an ameunt equal to the entire costs for such zemedial actioil, plus 25%, from any funds due or become due the Contractor on the Project. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septernbar 8, 2d I i 001200-3( GENERAL CONd[T[ONS Page31 ofb2 6:18 Submittals A. Cantractor shall submit required Subn�ttals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as requixed by Para.graph 2:.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensians, specified performance and design criteria, matezials, and similar dzta to show Gity the services, materials, and equipment Contractor proposes to provide and to enable City to review the infarmation for the limited purposes required by Paragraph C. l$.C. 3. Submittal� submitted as herein provided by Contractor and reviewed by City for conformance with the desia cencept shall be executed in conformity with the Contract Documents unless otherwise required by Ciry. 4_ When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not eYcuse Contractor from requirements shflwn on the Drawings and Specifications. 5. For-Information-Only subrnittals upon which the City is not expected to conduct review ar take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Speci�ications. 7. Clearly identify each Sample as to materiaI, Supplier, pertinent data such as catalag numbers, the use far �uhich intended and atl�er data as City may require to enable City to review the submittal for the limited puzposes required by Paragraph 6.18.C. 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 pertineni submiital will be at the sole expense and responsibility of Contractor. C. City's Reti�iew: 1. City will provide tiniely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will he only to determine if the items covered by the submittals will, aftez instailation 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 ihe Contract Documents. 2. City's review and acceptauce will not extend to means, methods, techniques, sequences, ar procedures af construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and eapressly called far by the Contract Documents) or to safety precautions ar programs incident thereto. The review and CITY OF FORT WORTH STANdARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd: September &, 20ll 0072Q0-32 GENERA� CONDITIONS Page 32 of 62 acceptance of a separate ite�n as such will not indi��te approval of the assernbly in which the item fiznctions. 3. City's review and acceptance shall not relieve Gontractor from responsibility for any varzation from the xequrrem��ts oi tne Contract Documents uniess Contractor has complied with the requirements of Section Ol 33 00 and City has given written acceptance of each such varia�ion by specific written notation thereof incorporated in or accompanying the Submittai. City's review and acceptance shall not relieve Cantractor from responsibility for complying with the requirements of the Gontract 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 disa�eements ��ith City. No Vtjork shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contracto�'s �eneral Warranty and Gzcarantee A. Contractor warrants and guarantees to City that all Work wili be in aceQrdance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, co�lsultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereimder excludes defects or darnage caused by: l. abuse, modification, or improper mair�tenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entiry for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Docurnents 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 Contrac�or's obligation to perform the Work in accordance tivith the Contract Documents: l. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of tl�e Work or any part thereof by City; 5. any review and acceptance of a Subn�ittal by City; CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 33 GENERAL CONDfTIONS Page33 ofb2 6. any inspection„ test, or approval by otliers; or 7. any correction :of,defective Work by City. D. The Coniractor shall xemedy any defects or damages in the Work and p�V for any damage to other work or property resulting therefrom which shall appear within a period of twa (2) years from the date of Final Acceptance of #he Work unless a longer periad 'is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article S.OZ.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemn�cation A. Contractor covenants and agrees to indemnify, haid har�less and defend, at its own eYpense, the City, its officers, servants and emplQyees, fram and against an3� and all clairr�s arising out of, or alleged to arjse oui of, tl�e work and services to be gerformed by the Contractor, its afficers, agents, employees, subcontractors, licenses or invitees under this Conirac�. THIS INDEMNIFICATI4N PROVIS�QN IS 5PECIFICALL�' INTENDED TO OPERATE AND B� EFFECTIVE EVEIhT IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF T�LE DAMA�ES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PAI2T, BY ANY ACT, OMISSI�N OR NEGLIGENCE OF THE CI�'�'. This indemnity provision is intended to include, without limitation, indemnity for casts, ezpenses and legal fees incurred by the Cify in defendiang against such claims and causes of aciions. B. Cantractor eovenants and agl-ees ta 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 praperty of the City, arising out of, ar alleged ta arise out of, the work and services to be perfarmed by the Contractor, its officers, agents, ernployees, subcontraetors, licensees or invitees �dei- this Contract. Ti�IS INDEMNIFICATION PROVISION IS SPECIFICALLY I1�ITENDED TO OPERATE AND BE EFFECTIV� EVEN IF IT IS ALLEGED 4R FROVEN THAT ALL OI2 SOME OF TH� DAMAGES BEING SOUG�IIT V4'ERE CAUSED, IN WHOLE Oit IN PA.RT, BY ANY ACT, OlVIISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation ofProfessional Design Services A. Contractor will not be required to provide prafessional desig�l services unless such services are speci�cally 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 professia�al related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Ciry will specify all perfornlance and design criteria that such services must satisfy. Contractor shall cause such services or certifzcations ta be provided by a properly licensed professional, whose signature and seal shall appear on aIl drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified CITY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFICATION DOCUIvfENTS Revised: Scptember 8, 20] 1 00 72 00-34 GENERAL GONDIT(ONS Page 34 of 62 by such professional, if prepared by other�, shall bear such professional's written approval when submitted to City. C: City shali be entiiled to rely upan the adequacy, accuracy and completeness of the services, certifieations ar approvals perfonc�ed by such design professionals; provided City has specified ta Contractor performance and design criteria ihat such services must satisfy. D. Pursuant. to this Paragraph 6.22, City's review and acceptance of d�ign calculations and design dra�vings will be oniy far the limited purpose of checking for conformance �r�ith performance and design criteria given and the design �oncept expressed in the Contract Documents. City's review and acceptance of Submiitals (except design calculations and design drawings} will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration af three (3) years after fmal payment under this Contract, have access to and the righi to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions reiating to this Contract. Contrac�or agrees that the City shall have a.ccess during Regular Working Hours to all necessary Contsactor facilities and shail be provided adequate a.nd appropriate work space in order to conduct audits in compliance with the pzovisions �f this Paragraph. The Cily 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 shail, 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 recards of such Subeontractor, involving transactions to the subcontract, and further, that City shall have access durzng Regular Working Hours to all Subcantractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance vvith tlie �rovisions of this Paragraph. The City shall give Subcontractar reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. 'The City agrees to reimburse Contractor %r the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is perforn�ed. 6.24 �Vondiscrzn�aznation A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal fir�ancial assistance awarded by the U.S. Department of Transpartation and the Federal Transit Administration (FTA}, without discriminating against any person in the United States on the basis of race, color, or national origin. CITY OF FORT WORTK STANDARD CONSTRUCTION SPECIFICATtpN DOCUMENTS Revised: September 8, 201 I 00 7Z 04 -3� GENERAL CONDITIONS Page 35 af 62 B. Title VI, Civil Rights Act of 1964 cxs amended.` Contractor:shall comply with the rPquirements of fhe_Act a.nd the Regulatians as further defined in the Supplementary Conditians far any project receiving Federal assistance. ARTICLE '7 — OTHER WORK AT THE SITE 7.Q1 Related Work at Site A. City may perform other work related to the Project at the Site with City's emplayees, or other City contractors, or through other direct cor_tracts 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 Cantractor prior to starting any such other work; and B_ Contractor shall afford each ather 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, pr�vida a reasonable opportunity for the intrQduction 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 niake its several parts come together and properly inte�rate 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' wark with the written consent of City an� 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 tl�.is Article 7, Contractor shall inspect such ather work and pramptly report to City in writing any delays, defects, or deficiencies in such other work that render zt unavailable or unsuita.ble for the proper execution and results of Contractar's Wark. Contractor's failure to so report will constitute an acceptance of such otlzer work as fit and proper for integration with Contractar's Work except for latent defects in the work provided by others. 7.02 Coof�dination A. If City intends to contract wit11 others for the perfonnance of ather work on the Project at the Site, the folla�ving will be set forth in Supplementary Conditions: 1. the individual or entity who will have autharity and responsibility for coordination of the activities among the various coniractors will be identiiied; 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 coordinatzon. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septembcr 3, 20l 1 00 72 00-36 GENERAL CC�NQITIONS Page36 of62 ARTICLE S — CITY'S RESPONSIBILITIES 8A1 Ca .mmunieations to Contractor Except as otherwise provided in the Supplementary Conditions, Ciry sha11 issue ail communications to Canteactor. 8.02 Furnish �7ata City shall timely furnish the data required under the Contract Documents. 8.43 Pay When Due City shall make payments to Contractar in accordance with Article 14. 8.04 Lands and Easements; Repor•ts and 7'ests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available io Contractor copies flf reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous ta tl�e Site that have been utilized by City in prcparing the Contract Documents. 8.05 Change Of-ders City shall execute Change Orders in accordance witla Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect ta certa.in inspections, tests, and approvals is set fortli in Paragraph 13.03. $.07 Lzmrtations on City's Responsibilities A. The City shall not supervise, direct, or have contral or authority over, nor be responsible for, Cont�actor's means, rnethods, techniques, sequences, or procedures of constructian, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to per%rm the Work in aecordance with the Contract Documents. B. City will notify the Contractor af applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environfnetztal Conditiot�r City's responsibility ��rith respect ta an undisclosed Hazardous Environmental �ondition is set forth in Paragraph 4.06. CITY OP FORT WORTH STANDARD CONSTRUCTION SFECIFICATION DOCUMENTS Revised: September 8, 2011 Oa 72 Q4 - 37 GENERAL CQNDITIONS Page37 of62 8:09 Compliafzce with SafetyProgram While at the Site, City's employees an� repr�sentatives shall comply with the specific applicable requiremen#s of Contractor's safeiy programs of which City has been inforined pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION ST:ATUS' DURING CONSTRUCTION 9_Ol City s Pf-oject Representative City will provide one or more Project Representative(s) during the construction period. The duties and respoiasibilities and the limitations of autharity of City's representative during consiruction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits ta Szte A. City's Project Representative will make �risits to the Site at intervals appropriate to the variot�s stages af construcfiifln as City deems necessary in order ta 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 Representative will determine, in general, if the Work is proceeding in accordance with the Contract Doclunents. City's Project Representative will not be required to make e�chaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confzdence that the completed Work will conform �enerally to the Contract Documents. B. City's Project Representative'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. 9.03 Authorized Variations irz Work City's Project Representative may authorize minor vaxiations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Tune and are compatible with the design conce�t of the completed Project as a functioning ��vhole as indicated by the Contract Documents. These may be accomp�ished by a Field Order and will be binding on City and alsa on Contractor, who shall perfonn the Wark involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contraci 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 wi11 have authoriry to conduct special uispection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. CITI' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Rcvised: September 8, 20I1 007200,38 GENERAL CONDITIONS Page 38 of 62 9.05 Determinations for Wark � e�f'orrned Cantractor will determine the aetual quantitiPs and classifications ofWork performed. City's Froject Representative will review with Cantractar the preliminary deierminatians on such matters before rendering a written recornruendaiiot�. City's writterz ciecision'will be fmal (except as modified to reflect changed factual conditions or more accurate data).. 9.06 Deciszons on Requi�ements of Contract Documents an�Acceptabilily of Work A. City will be the initial int�rpreter of the requirements of the Contract Documents and judge of the acceptability of the Work tLereunder. B. City wili render a written decision on any issue refezxed. C. City's written decision on the issue referred will be final and bindin� on the Coniractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE W�RK; CLAIMS; EXTRA VVORK 10.01 Autharizecl Changes in the yG'of k A. Without invalidating the Contract and withotrt notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra ��Jork, Cantractor 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 Ozder 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 Fie1d Order may be issued by the City. 10.02 �Inauthorized Changes in the YT�o�k Con�ractor shall not be entitled to an inerease in the Contract Price or an extension of the Contract Time with respect to any work performed that i� not required by the Contract Documents as amended, modif ed, or supplemented as provided in Paragrap� 3.04, except in the case af an emergency as provided in Paragraph 6.17. 10.03 Bxecution of Change OrdeYs A. City and Coniractor shall execu�e appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0I.A, (ii) required because of acceptance of defective Wark under Parab aph 13.08 or Ciry's correction of defective �'ork under Paragraph 13.09, or (iii) agreed io by the parties; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIQN DOCUMENTS Revised: September 8, 2011 aa�2oo-a9 GENERAL CONDITIONS Paae 39 of 62 2. changes in the Coutract-Price or Contract Time which are agreed to by the parties, including any undisputed sum or amaunt of tinne for Work actually performed. 10.04 Extra Work A. :Should a difference arise a.s to what does or does not constitute E�ctra Work, ar as to the payr�ent thereof, and the City insists upon its performance, the Contractor sball proceed with the work after maki.ng written request for written orders and shall keep accurate account of the actual reasonable cast thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 14.06. S. The Contractor shall fiunish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City io prepare for permanent record a cotYected set of plans showing the actual installaticn. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a fiill, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Wark, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limita�ion, any costs for delay, extended overhead, ripple or unpact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.Q5 Natificatio�z to Sur•et�� If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work ar the provisians of the Contract Dacuments (including, but not limited to, Contract Price or Cantract 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. 10.06 Contract Claims P��ocess A. City's Decision Reqzrired: AlI Contract Claims, e�:cept those waived pursuant to Paragraph I4.09, shail be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Coatractar of any rights or remedies he may atherwise have under the CQntract Docuinents or by Laws and Regulations in respect of such Contract Ciaims. B. Notice: 1Uritten notice stating the general nature af each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thezeto. The responsibi.lity ta substantiate a Contract Claim shall rest �vith the party malang the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with suppo��ting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City CITY OF FORT 4VORTFI STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS Rcvised: September 3, 20 ( I ao �a oo - ao GENERA� CONDITIONS Page; 40 ofb2 allows additional time fox Contractor to submit additional or mU�e accurate data in sup�ert of such Cantract Claim): 3. A Contract Claim for an adjustment in Contract Price shall be prepaxed in accardance with the provisions of Paragraph 12A1. 4. A Conh-act Claim for an adjustment in Contract Time shall be prepared in accordance with the pzovisions of Paragraph 12.02. 5. Each Contract Claim sl�ail be accom�anied by Contractor's written statement that the adjushnent 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 ta the Contractor within 30 days after receipt of the ctaimant's Iast submittal (unless Contract allo�vs additional time). G City's Action: City will review each Cantract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: L deny the Contract Claim in whole or in part; 2. approve the Contract Claim; ar 3. notify the Cantractor that the City is unable to resolve the Contract Claim if, in the City's sole discretian, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shali be deemed a deniai. D. City's written action under Paragraph 10.06.0 will be final and bindin�, 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 urill be valid if not submitted in accordance with ihis Paragraph 10.06. ARTICILE I1— COST OF THE Wt.�12K; ALLOi�A1VCES; UNYT PRICE WORK; PLANS (�UAIVTIT�' MEAS[JRE1i�1ENT 11.01 Cost of the Work A. Costs Included.� The term Cost of the Wark means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Confractor in the proper performance of the Work. When the value of any Wark covered by a Change Order, the costs to be reimbu.rsed to Contractor wi�l be only those additional or inerenlental costs required beca�se of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.�1.B, and sha11 include but not be limited to the following items: C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septernber 3, 2011 :00 72 00-41' GENERAL GONDITIONS FageAl of62 1. Payroll costs for employees iri the daxect employ of Contractor in the performance of the Wozk under schedules of job classification� agreed u�an by City and Gontractor. Such employees shall include, without �imita.tion, 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 tinae spent on the Worlc. Payroll costs shall include; a. saiaries with a 55% markup, or b. salaries and wages plus the cast 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 perfozzning Work outside of Reb lar Working Hours, Weekend Working Hours, or legal holidays, shall be included in the abave to tl�.e extent authorized by City. 2. Cast of all materials and equipment fiunished and incorporated in the Work, including costs of iransportation and storage thereo� 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 agreemen�s approved by City, and the casts 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 sha11 cease when the use thereof is no longer necessary for the Work. 4. Payments made by Contractor to Subcontractors for Work perforn�ed by Subcontractars. If required by City, Cantractor shall obta.in 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 �uork plus a fee, the Subcontractor's Cost of the Wark and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.O1. �. 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 af necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected tivith the Work: b. Cast, including transportation and mainie�ance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not CITY OP FORT WORTH STANDAAIi CONSTRUCTION SPECIFICATION DOCUM�NTS Rcvised: Septembcr 8, 20 [ 1 00 72 00 - 42 GENERAL CONDIT[ONS Page 42 of 62 owned bv tfie workers, which are consumed in the performance of the Work, and cost, less market value; bf suca iiems used but not consumed wkich remain the property of Cau�actor. c. Sales, consumer, use, and other similar taxes relaied to t��e �Vork, and for whie� Contractar is liable not coyered uuder Paragraph 6.I1, as imposed by Laws and Regulations: d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyane directiy or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees forperznits 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 perfo►.�mance of the Work, provided such lasses and damages have resulted from causes other than fhe negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any af them may be liable. Sucll losses shall include settiements made with the written consent and approval of City. No such losses, damages, and e;cpenses shall be included in the Cost of the �Vork for the purpase of determining Contractor's fee. f. The cost of utiiities, fuels and sanitary facilities at the Site. g. Minar expenses such as telegrams, long distance telephone calls, telephone and communication serviees at tlie Site, express and cotu-ier services, and similar petty cash items in connection with the Work. h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents ta purchase and maintain. B. Costs Excluded.• The term Cost of the Work sha11 not include any of the following items: l. Payroll costs and other coznpensation of Con�ractor's officers, executives, principals (of parinerships and sole proprietorships), general managers, safety managers, engineers; architects, estimators, attomeys, auditors, accountants, purchasing and contractulb agents, expediters, tiznekeepers, 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 I 1 A I.A_ 1 or specifically covered by Paragraph 11.0 i.A.4, alI 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 off'ice 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 deiinquent payments. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September fi, 201 I 00 72 Q0- 43 GENERAL CONDITtONS Page 43 of 62 4. Costs due to the negligence of Contractor, any Subeontractor, or anyane directly ar indirectly employed by any of them or for whose acts any of them maV be liable, including but not limited to, the correction of deiective Work, disposal of materials ar equipment wrongiy supplied, and making good any damage to property. 5_ Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is perfonned on the basis af cost-plus, Contractar's fee shall be determined as set forth in the Agreement. When the value of any Work cavered by a Change Order for an �djastrnent in Contract Price is determined on the basis of Cost of the Work, Cantractor's fee shall be deternuned as set forth in Paragraph 12.O1.C. D. Docutnentation: Whenever the Cost of the Work for any ptupose is to be determined pursuant to Paragraphs 1l.Ol.A and I 1.O1.B, Contractor will establish and maintain records thereof in accardance 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. Spec�ed Allowa�zce: It is understoad that Contractor has included in the Contract Price all allawances so named in the Contract Docuxnents and sha11 cause the Wark so covered ta be periormed for such sums and by such persons or entities as may be acceptable to City. B_ PYe-bidAllowances: 1. Contractor agrees that: a. the pre-bid allowances include the cost ta 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, labar, installation, overhead, profit, and other expenses contem.plated for the pre-bid allowances have been included in the allowances, and no demand for additional �ayment on account of any of the faregoing �vill be valid. C. Contingency AlloN�ance: Contractor agrees that a contingency allo�,rance, if any, is for the sole use of City. D. Prior to iu�al payment, an appropriate Change Order will be issued to zeflect actual amounts due Contractor on accaunt of Work covered by allawances, and the Contract Price shall be correspondzngly adjusted. 11.03 thait Przce Arork A. Where the Contract Documents provide that all or part of the Work is to be IJnit Price Work, initially the Contract Price ��ill be deemed to include for all Unit Price Work an amount equal to CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised: Septcmber 8, ?Ol l d0 72 O(? - 44 GENERAL CONDITIONS Page 44 of 52 the sum of the unit price for each separately iden�ified item of Unit Price Woric times the estimated quantity of each item as indicated in t11e Agreement. B. The estimated quanti�ies of items of Unit Price Work are not guaranteed and are solely far the purpose of comparison of Bids and determining an initial Contract Price. Deterniinations of the actual .quantities and ciass�fications of Unit Price �Iork performed by Contractor will be made by City subj ect to the prov:sions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in t �e Contract Documents, or reasonably inferred as required for a fitnctionally complete installation, but not identified in the listing of unit price items shall be considered incidental ia unit price work listed and the cost of incidental wark included as part of the unit price. D. City may make an adjustrnent 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 significa�iily from the estimated quantity of suct� item indicated ir1 the Agreeinent; and 2. there is no corresponding adjustment with respect to any other item of Work. E. fncyeasec� or Decf�eased Quantities: The City reserves the righi to order Extra Work in accordance with Paragraph 1 Q.O 1. 1. If the changes in quaniities or the alterations do noi significantly change the characier of work under the Contract Documents, the altered work will be paid for at the Contract unit price. Z. 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 �Vork and the Contract will be amended by a Change Order in accordance �vith Article 12. 4. A significant chang� in the character of work occurs when: a. tlle character of worlc for any Item as altered differs materially in kind or nahire from that in the Coniract or b. a Major Itenl of work varies by more than 25% from the original Coniract quantiry. 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 pariy to t�e Contract may request an adjustment to the unit price on the portion of the work that is above 125%. CTI'Y OP FORT VJORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised: September 8, 201 i 00 72 OQ - 45 GENERAL CONDiTIONS Page 4S of 62 6. When the quanrity of work to be done un�r any Major Item of the Contract is less tkan.75%: of the original quantity sta.te3 in the Contract, ihen either party to tlie Contract may request. an adjustme�t to the nnit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may nat 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 tnis Article. B. If the quantity measured as outlined vnder "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for s�ecific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustrnent may be made to the quantity of authorized work done for payment purpases. The party to the Cont�-act requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payn�ent 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 Cfiange 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 Iess 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 Contxactor ab ee in writing to fix the fznal quantity as a plans quantity. E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTI2ACT PRiCE; CI�ANGE O� CONTRACT TIME 12A1 Change of Contract Pt�ice 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 follotivs: 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 itetns involved (subject to the provisions of Paragraph 1 i.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Dacuments, by a mutually agreed Iump sum or unit price (which may include an allawaalce for overhead and profit not necessarily in accardance with Paraa aph 12.01.C.2), and shall include the cost CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Rcvised: September 8, 2Qt i 00 72 00 - 46 GENERAL CONDITfONS Page 46 of 62 of any secondary impacts that are foreseeable at the tiu�e of pricing the cost a� Exira Work; or 3, where the Wark involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unif price is noi reache� under raragraph 12.41:�t;2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a �'ontractor's fee for averhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be dcternuned as follaws: l. 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 Worlc: a. for costs incuned under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1} rental fees for Contractor's own eqtaipment using standard rental rates; Z) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and I 1.O1.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.OI.C.2.a and 12.O1.C.2.b is that the Suhcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by sueh Suheontractor under Paragraphs 11.Q1.A.1 and 11.O1.A.2 and thai any higher tier Subcontractar and Contractar 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°/a; c. no fee shall be payable on the basis of costs itemized under Paragraphs l 1.O1.A.6, and 11.O1.B; d. the anzount 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 io five percent (5%) of such net decrease. 12.02 Cl�ange of Contract Tzme A. The Contract Time may only be changed by a Change Order. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcviscd: SeptemUer 8, 2011 00:72.00 - 47 GENERAL CONDETIONS Page 47 of 62. B. No extension of tke Conixact Time will be allowed for Extra Wozk or for claimed delay unless the Extra Work cantemplaied or claimed. delay is shown to be on the critical path of the Project �chedale or Contractor can sliow by Critical :Path Method analysis how the Extra Work or claixned delay adversely affee�s `the critical path. 12.03 �elays A. Where Conlractor is reasonably delayed in the perfarruance or completion of an.y part of the Work v�rithin the Contract Time due to delay beyand the contral 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 perforn�ing other work as contemplated by Article 7, fires, floods, epideznics, abnormal weather conditions, o: 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, attomeys, 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 pzoject. C. Contractor shall not be entitled to an adjust�nent in Contract Price or Contract Time for delays within the control of Contractar. Delays attributable to and within the control of a Subconlractor or Supplier shall be deemed to be delays within ihe control of Contractor. D. The Conn�ctor sha11 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 grovide information or nnaterial, if any, which is to be furnished by the City. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOV_�I.OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice ofDefects Natice 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 Wot-k City, mdependent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable tzmes for their abservation, inspection, and testing. Contractor sha11 provide them proper and safe conditions far such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. CITY OF FORT WORTii STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENT'S Reviscd: September 8, Z017 00 73 00 - 48 GENERAC CONDITIQNS Page 48 of 62- 13:03 Tests and Ins�ections A. Cor_h-actar shall give Ci�y iimely notice of readiness of the Work for all required inspections, tests, or approvais and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B, If Contract Documents, Laws or Regulations t�f any pubiic body having jurisdictian require any of the Work (or pari thereof} to be inspected, tested, or approved, Contractor shall assume fuli responsibility for arranging and obtaining such independent inspectians, tests, retests or approvals, pay all costs in connection therewith, and fumish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department af Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Canditions. G Contra.ctor shall be responsible for arranging and obtaining and shall pay all costs in coiuiection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Wark; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contracior's purchase thereaf for incorporation in the Work. Such inspeetions, tests, re-tests, or approvals shall be performed by organizations acceptable to Ciiy. D. City may arrange for the services Qf 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 wiII coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did nat pass" ar other similar negative result, the Contractor shall be responsible for paying for any and a11 retests. Contractor's caucellaiion without cause of City initiated Testing shall be deemed a negative result and require a retesi. 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City witl forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testzng Lab, City will not issue Finai Payment until the Testing Lab is paid. E. If any Work (or the work of others) thai is to be inspected, tested, ar 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 ex�ense. G. Contractor shall have the right to make a Cantract Claim regarding any retest ar invoice issued under Section 13.43 D. CITY dF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcviscd: Septembcr S, 20I 1 00 72 04 - 49 GENERAL GONDiTIONS Page 49 of 62 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documenis or specific instrucfions 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 ohserved by Ciry or inspected or tested by others, Contractor, at City's request, shall uncover, expose, ar otherwise make available for observation, inspection, or testing as Ciiy may require, that portion of tlze Work in questian, furnishing all necessar�� labor, material, and equipment. If ii is found that the uncovered Work is defective, Contractor shall pay aIl 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 sucli uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reca�lstruction (includii�g 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.Q8 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Vi�ork. 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, eaposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the WoYk 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 %r the beiiefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 CorYection of- Removal of Defective Y�ork A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, oz 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 a11 caurt or arbi#ration 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 af others). Failure to require the removal of any defective Work shall nat constitute aceeptance of such Work. CITY OF FORT WORTH STANDARD CONSTRUCTlON SPECIFICATION DOCUMENTS Rcvised: September 8. 2d11 oonao-sa GENERAL CONDfTTONS Page 50 of 62 B. When earrecting defecfizve V4'o�k under the terms ef t�,is Paragraph i3.06 or Paragraph 13.07; Contractor shall: take no action that would void or oth;erwise impair C���'s special warranty and guarantee, if any, on s�:id Work. 13.07 Cot-reciion Period A. If within two (2} years after the date of Final Acceptance (or such longer period of time as may be prescribed by tlie terms of any applicable special guarantee required by the Cantract Documents), any Work is found to be defective, or if the repair of any damages to the Iand or areas macie available for Contractor's use by City or pennitted by Laws and Regulations as contemplated in Paragraph 6.IO.A is found to be defective, Contractor shall promptly, without cast ta City and in accordance with City's written instnzctions: 1. repair such defective land or ar�as; or 2. correct such defecti�e 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 athers 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 biit not limited to all fees and charges of engineers, architects, attorneys, and other professionals aald all caurt or other dispute resolution costs) arising out of or relating to such eQrrection or reparr ar such remaval and replacement (including but not limited to all costs of repair or replacement of work of others} will be paid by Coniractar. C. In special circunnstances where a particular item of equipment is placed in continuous service before Final Acceptance of aIl the Work, the correctionperiod for that item may start �o run from an earlier date if so provided in the Contract Documents. ll. Where defective Work (and damage ta other Work resulting therefrom) has been correeted or removed and replaced under this Paragraph I3.07, the conection period hereunder with respect to such Work may be required to be extended for an additional period af one year after the end of the initial conection period. City shall pravide 3Q 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 14.06. E. Contractor's obIigations under this Paragraph 13.07 are in addition to any other obligation or �varranty. 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_ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2013 OQ 72`00 - 5} GENER.4L CONDITIONS Page 51 of 62 13.08 Acceptance of De}'ective Work If, instead of requiring cbrrection ar reznovai and replacement of def�ctive Work, City prefers ta accept it, Gity may da so_ Contractor shall pay all claims, costs, losses, and damages (including buf not Iimited to a11 fees and chaxges af engineers, architec�s, attameys, and'othex Yrofessionals and a11 court or otber dispute resolution costs} attributable to City's evaluaiion of and deternunation 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 sha11 be entitled to an appropriate �ecrease in the Contsact Price, reflecting the diminished value of Work so accepted. 13.09 City 11lcry Correct Defective YI�oYk A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remQve and replace rejected'JJork as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the �Vork in accordance �uith the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Doctunents, 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 w�th such corrective or remedial action, City may exclude Contractor from all ar part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Woxk all materials and equipment incorparated in the Work, stored at the Site or far which City has paid Contractar but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, emplayees, and Ciry's other contractors, access to the Site to enable City ta 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, attomeys, and other professionals and all court or other dispute resolution costs} ineurred or sustained by City in exercising the rights and remedies under this Parab aph 13.09 will be cl�arged agairtst Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to t.he Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extez�sion of the Contract Time because of any delay in the perfortnance of the Work attributable to the exercise of City's rights and reinedies under tl�.is Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTI�ACTQR AND COMPLETION 14.01 ScJiedule oj Values The Schedule of Values for lump sum contracts es�ablished 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 CITY OF FORT �VORTH STANDARD CONSTRUCTION SPECIFICATION BOCUMENTS Revised: September 8, 201 I 40 72 00 - 52 GENERAL CON�ITIONS Page 52 of52 acceptable to Gity. Progress payments on account of Unit Price Work will be based on the number �� units completed. 14A2 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering tY:e 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 Vtitork but delivered and suita.bly stored at the Site or at another location agre�d to in writing, the Applic,ation for Payment sha11 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 alI Liens and evidence that the materials and equipment are covered by appropriate insurance ar other arrangements to protect City's interest therein, alI of wl�ich must be satisfactory to City_ 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous prob ess 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. B. Reviery af�IppZications: 1. City will, a$er receipt of each Application for Payment, either indicaie in writing a recotruner�dation of payment or ret�.irn the A�plication to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary concctions and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's obsezvations of the executed Work; and on Ciiy'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 Docuruer�ts (subject to an evaluation af the Work as a functioning whole prior to or upon Final Acceptance, the results of any suhsequent tests called for in the Contract Documents, a final CITY OF FORT �VORTH STANDARD C�NSTRUCTION SPECTFICATION DOC(IMENTS Revised: September 8, 2Q 11 40 92 A0 - 53 GENERAL GQNDITIONS Page 53 of 62 deiermination of quantities and classificat�ons for Work perfarmed under Paragraph 9:05, and any other qualifications sta.ted in the xecommendation). 3. Processing any such payment will nat thereby be deemed to have represented that: a. inspections made to check tl�e quality or tke quantity of the Work as it has been performed have been e�austive; extended to every aspeci of the Work in progress; or involved detailed inspections of the Work beyond the responsibilities specifically assigned io Ci.ty in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additional�y by City or entitle Cityto withhald payment to Contractor, or c. Contractor has camplied �vith Laws and Regulatians applicable to Cantr�ctor's performance of the Work. 4. City may refuse to pracess the whole or any part of a.uy payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payn�ent previousiy made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Wark has been damaged by the Contractor or �is 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 wit1� Paragraph 13.09; ar e. City has actual knowledge of the occusxence 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,OOQ at the time of execution, retainage shall be five percent (5%�. D. Liquidated Damages, For each calendax day that any work shall remain uncompleted after the time specified in the Contract Docun�ents, the sum per day specified in the Agreement, will be deducted frorn the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS Revised: September S, 2011 00 72 DO - 54 GENERAL G[�NDITIONS Page 54 offi2 E. Payment: Contractor will be paid pursuant to the reguirements of this 1�riicie 14 and paymer�� will become due in accordance with ihe Contract Documents. F. Reduction in Paymsnt.� l. City may refuse to make payment of the amount requested because: a. Liens kave been filed in connection with the Work, except where Contractor has delivered a specifzc 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 acfizal knowledge of the accurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.�2.B_4.e or Paragraph 15.02.A. 2. If C'rty refuses to make payment of the amount requested, City wiil give Contractor written notice stating the reasons for such action and pay Coniractor any amount remaining after deduction of the amount so withheld. Ciiy shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by Ciiy and Contractor; when Contractor remedies the reasons for such action. 14.03 Contr^actoY's Wat�ranty of Title - Contractor wanants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Praject or not, will pass to City no later than the tiFne oipayment free and clear of all Liens. 14.04 Pczrtial Utilization A. Prior to Final Acceptance of all the Wark, City may use ar occupy any substantially completed part oi the Work which has specifieally 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 perfornzance of the remainder of the Work. City at any time may notify Coi�tractor in «�-iting to permit Ci�y to use or occupy any such part of the l�Vork which City determines to be ready for its intended use, subject t.o the following conditions: L Contractor at any iime n�ay notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonabie time after notification as enumerated in Paragraph 14.OS.A.1, City and Cantractor sha11 make an inspection �f that part of the Work to determine its status of completion. If City does not consider that part of the Vt�ork to be substantially complet�, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Aceeptance by Ciiy. CiTY OF FORT WOftTEt STANDARD CONSTRUGTION SPEC]FICATION DOCUDZENTS Revised: September 8, 2011 04 72 0� - 55 GENERAL CONDITIONS Page 55 of 62 14.05 Finallnspection A. Upon written notice from Contractor t_hat the entire Worlc is complete in accarda:nce with the Contract Documents: 1, within 14 days, Gity wzll schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all pazticulaxs in which tlus inspection reveals that the Work is incomplete ar defective_ Contractor shall immediateiy take sueh measures as are necessary to camplete such Work or remedy such deficiencies. B. Na time charge will be made against the Cont�actor between said date of notification of the City and the date of Final Inspection. Shauld the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City wili issue to Contractor a letter af Final Acceptance. 14.07 Frnal Payment A. Ap�Iication for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for fmal payment following the procedure for progress payments in accordance witli the Contract Documents. 2. The fmal Application for Payment shall be accompanied (except as previously delivered) by: a. alI 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 pendiz�g or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments aud 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. Paynient &ecomes Due: CITY OF FORT �UORTH STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Rcvised: Septembcr 8, 201 ] QO7200-Sb GENERAL CONDiTtONS Pagc 56 of G2 i. Aiier City's accep`�nce of the Apglication for Payment<and.accompanying documentation, requeste� by Contractor, less previous payments made and any sum City is entit�ed, including b�at not limited to liquidate� damages, will become due and payable. 2. After alI Damage Cla:ms have been resol�ved: a. directly by the Contractar 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 sha11 not relieve the Contractor of any guarantees or other requirernents of the Gontract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retuinage Release A. If final completion of tl�e Wark 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 Parab aph 14.02.C, and if bonds have beei� furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that portion of the Wark fully campleted 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, excepi that it shall not constitute a waiver of Contract Claims. B. Paf�tial Retainage Release. For a Contrac� 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, aIl submittals and fznal quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver o, f Claims The acceptance oi final payment will constitute a release of the City from aIl claims or liabilities under the Contract for anything done or furnished az relating to the work under the Contract Dacuments or any act or neglect of City related to ar connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TER;NIINATION 15.41 Cit�� Mav Suspend Wor�k A. At any time and without cause, City may suspend the Work or any portion thereof by «n-itten natice to Contractor and which may fix the date on which Work will be resumed. Contractar shall resume the Work on the date sa fixed. During temporary suspension of the Work covered CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Kevised: Sepiember 3, 2011 00 7a oo - s� GENERAI CONOITIONS Page 57 of 62 by these Cantract Dacuments, for any-reason, the Ci1.y will make na extra payment foz stand-by time _of construction equipment and/or construction crews; B. Shouid the Coniractor not be able to complete a portion of the Project due to causes beyond the contral of and without the fault or negligence; of the Contractor, and should it be determined by mutual consent of the Contraetor and City that a solution to a11ow constnzction to proceed is not available within a reasonable period of time, Contractor may request an extension in Gantract Time, directly attributable to any such suspension. C. If it should beconle necessary to suspend the Work far an indefinite pe:iod, the Cantractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any �vay, and he shall take every precaution to prevent damage or deterioration of the work performed; he sha�l prcvide suitable drainage about the work, ar�d erect temporary structures where necessary. D. Contractor may be reimbursed for the cost af moving his equipment off the job and retuming t�ie necessary equipment to the job when it is determined by the City tl�at 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 ta another construction project for the City. 15.02 City May Te��n�inate fot� Cause A. The occurrence of any one or mare of the following events by way of e�ample, but not of limitation, may justify termination for cause: l. Contzactor's persistent failure to perform the Work in accordance with th� Contract Documents {including, but not iimited to, failure to supply sufficient skilled workers or suitable materiats or equipment, failure to adhere to tlie Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant ta Paragrapl� 6.04, or failure to adhere to the City's MWBE ordinance established under Paxagraph bA6.D}; 2. Contractor's disregard of Laws or Regulations of any public bady having jurisdiction; 3_ Contractor's repeated disregard of the autharity of City; or 4. Contractor's violation in any substantial way of any provisions of the Co�tract Documents; or Contractor's failure to promptly make good any defect in materials or warkmanship, or defects of any nature, the correction of which has been directed in writing by the City; ar 6. Substantial indication that the Contractor has made an unauthflrized assignment af the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or CITY OF PORT WORTH STANDARD CONSTRUCTION SPECffICATTON DOCU1vI�NTS Revised: September 8, 201I oo�zoo-ss GENERAL CONDtTfQNS Page 58 of b� 7. Substantial evidence ihat the Contractar 'fias became insolvent or bankrupt, or oiherwise financially unable to cany on the Work satisfactorily; or 8. Contracior conlmences Iega1 action in a court of competent jurisdiction against the Gity: B. If one or more of the events identified in: Paragraph 15.02A. occur, City will provide written notice to Contractor and:Surety io arrange a canference with Contractor and Sure�y to address Contractor's failure to perform the Work. Conference shall be held not later than l5 days, after receipt of natice. l, If the City, the Contractor, and ihe Surety do not agree to a11ow 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 clefault shall not be declared earlier than 20 days after the Coi�tractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor`s services are terminated, Suxety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 cansecutive calendar days after date of an additional written natice demauding Surety's per%rmance of its obligations, then Cifi�, 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 Vi�ork, City may exclude Contractor and Surety from th� site and take possession of the Work, and all materials and equipment incorporated into tlie Work stored at the Site or for which City has paid Contractor ar Surety but which are siored elsewhere, and finish the Work as City may deem eYpedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the �ork is finished. If the unpaid balance af the Contract Price exceeds ali claims, costs, losses and damages sustained by City arising out of or resuIting 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 danlages incurred by City will be incorporated in a Change Order, �rovided 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 Sureiy for the method by which the completian of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shail not forfeit the right to recover damages froin Contractor or Surety for Contractor's failuxe to timely complete tl�e entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in campleting the Contract. CITY OF FORT VJORTH STANDARD CONSTRUCTION SPEC[FiCAT[ON DOCUMENTS Revised: September 8, �'.O1 I 00 72 00 - 59 GENERAL GONDITIONS Page 59 of 62 6. Maintenance of the Work shall continue, to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Dacuments or any speeial guarantees provided for under uae Contract Documents or any other oblzgations othenvise prescribed by law. C. Notwitb.standing Paragraphs 15.02.B, Contractar's services will not be terminated if Cantractor begins within seven da.ys of receipt of notice of intent ta terminate to correct its failure to perfarna and proceeds diligently to cure such failure within no more tl�an 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any xights or remedies of City against Contractor then e�sting or which may thereafter accrue. Any retention or payment of moneys due Contractor hy City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under tl�e provisions of Paragraph 5.02, the termination pzocedures of that bond shall not supersede the provisions of this Article. 15.03 City May Terminate For Copzvenience A. City may, without cause and without prejudice to any other right or remedy of Ciiy, terminate the Contract. Any termination shali be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance af Work under the contract is temzinated, and the date upon which such terminatian 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 praof in any claim, deniand 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: Stop work under the Contract on the date and to the extent specified in the notice of termination; 2_ place no furtl�ez arders or subeontracts for materials; services or facilities except as may be necessary for completion of such portion of the �ork under the Cantract as is not terminated; 3. terminate al1 orders and subcontracts to the extent that they relate to the performance of the Work tenninated 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: CITY OF FORT WQRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Scptember 8, 201 I ooraoo-�o GENERAL CONDITfONS Pagc 60 of b2 a. the fabricated or unfabricated parts, Work in grogress, completed Work, supplies and other material produced as a Yat of, or acquired iu connection with the perfozmance of, the Wor?c terminated by the notice of the termination; and �. �he completed, or partially completed plans; drawings, inforinati�n and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. comp�ete performance of such Work as shall not have been ternzinated by the notice of termination; and 6. talce such action as may be necessary, or as the City may direct, for the pratection and preservation of the property related to its contract which is in the possession of the Contractor aiid in which the awner has or may acquire the rest. C. At a time not later than 30 days after the terznination date specified in the notice of termination, the Contractor may submit ta the City a list, certified as to c�uantity and quality, of any or all items of termination inventory not previously disposed of, exclusive af items the disposition of which has been directed or authorized by City. D. Not later than 15 days thereafter, the City shail accept title to such items provided, that the list - submifited shall be subject to verification by the City upon remaval of the items or, if the items are stored, within 45 days fram the date of submission of the 1ist, and any necessary adjustments to correct the list as submitted, shall be made prior to final setilement. E. Not later than 60 days after the notice of tennination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in wriiing within such 60 day period by the Contractor, and granted by tlie Ciry, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplicatian of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, inciuding fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior ta 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 terminatian. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to tlie Contractor by reason of the temzination 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 terminaLion and shall pay to the Contractar the amounts determined. Contractor shall not be paid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DQCUMENTS Revised: September 3, 2011 QO7200-61 GENERAL CONDITIONS Page 61 ofb2 on accc•,:nt of loss of anticipated profits or revenue or other economic Ioss: arising out of or resultzng from such tem7ination. ARTICLE 16 — DISPUTE :RES�LUTION 16:01 Methods� and Procedures A. Either City or Contractor may request mediaiion of arty Contract Claim submitted for a decision under Paragraph 1OA6 before such decision becomes final and binding. The request far mediatio� 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 Cantractor shall participate in the mediatian process in good £aith. The process shall be commenced within 60 days of filing of the request. G If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06_C or a denial pursuant to Paragraphs 10.06.C3 or I0.06.D shall became fmal and binding 30 days after terrnination of the metliation unless, within fihat time period, City or Contractor: elects in writing to invoke any other dispute resolution process pravided 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. AI2TICLE l? — MISCELLANEOUS 17.01 Givilag Notice A. Whencver any provision of the Contract Documents requires tlae giving of written notice, it will be deeined to ha�e been validly given if: l. delivered in person to the individual or to a member of the firrn 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 Cantract Docuinents specifies giving notice by eiectronie ineans such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving parry. CITY OF FORT WORTI-i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 [ OQ 72.00 - 62 GENERA� GQNDITIONS Pagc 62 of 62 1:7.02 Computation of Times When any period of iime is referred to in the Gontract Documents by days, it will be �omputed tQ exclude tlie f�rst and include the lasi day of such period. Tf the last day af any such geriod falls Qn a Sat��rciay or Sunday or on a day znade a legal holiday the next Working Day shall become the last day of the periad. 17.03 Cumulative Remedies The duties and obligations imposed by these reneral Conditions and the rights and remedies available hereunder to fhe parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available io any ar all of them which are otherwise imposed or availa�,le by Laws or Regulations, by special warranty or guarantee, or by other pravisions of the Contract Documents. The provisions of this Parab aph will be as effective as if repeated specifically in the Contract Documents in connectian with each particular duty, obligation, right, and remedy to which they apply. 17.Q4 Suf�vival 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 tlie Contract Dacuments, will survi�7a final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragxapl� headings are inserted for convenience only and do not canstitute parts of these General Conditions. C1TY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 3, 20I 1 00 73 00 - l SUPPLEMEN'I'ARY CONDiTIONS' Page i of 4 2 3 4 5 6 7 8 9 lfl 11 12 13 14 IS 16 17 18 19 za 21 22 23 24 25 26 27 28 �g 30 3 i. 32 33 34 35 .i 6 37 38 39 40 41 42 43 44 45 46 47 SECTT�JN 00 73 00 SLJPPLEMENTARY CON]3ITIQNS TO GENERAL CONDITIONS Supplementary Gandifians These Supplementary Conditions modify and supplement Sectian 00 72 00 - General Conditions, and other provisions of the Contract Documez�ts as indicated below. AII 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 Canditions which are not so moditied or supplemented remain in full force and effect. De�ned Terms The terms used in these Supplementary Conditions whicl� are defined in the General Canditians have the meaning assigned to them in the General Conditions, untess specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific para�raphs in the General Conditions and other Contract Documents. SC-3.038.2, "Resolving Tiscrepancies" Plans govern over Specifcations and Specifications shall govern over standard details. SC-4.01 A Easement timits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving fhe final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a iist of known outstanding right-of-way, and/or easements to be acquired, if any as of IiTay 23, 2013: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL O WNER NUMBER iVone TARGET DATE OP POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Cantractor considers the final easements provided to differ materially from the representations an the Gontract Drawings, Contractor shall within five {5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.61A.2, "Avai[ability of Lands" CITY OF F�RT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 2011 City Project Nos. 002�9, 003�2, 01�33 00:73 00 -2 SUPPLEMENTARY GONDITIONS Page 2 of4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 rs lb 17 18 19 20 21 i? 2� 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 �3 44 45 46 47 48 Utilities or abstructions to be removed, adjusted, andlor relocated, The foIiow�:ng is list of utilities a.n�,��r obstructions that have aot been remaved, adjusted, and/ar relocated as of A�ay 23, 2013: EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADNSTMENT Oncor Upon completion of water Overhead Electric — CravensRaad line relocatiion AT&T � �� Overhead Communication — Cravens Road Upon completion of water line relocation The Contractor understands and a�ees that the dates listed above are estimates only, are not b aranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of e�:plorations and tests of subsurface conditions at the site of the Work: A Geotechnicai Investigation Report No. DG-08-15900, dated April 2Q, 2016, prepared by HVJ Associates, Inc., a sub-consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing additional infarmation on geotechnical conditions for the bridge replacements. A Geotechnzcal Invesrigation Report No. H101326 dated Decetnber 16, 2d 10, prepared by Addula Consulting �nb neers, a sub-consultant ofKimley-Horn and Associates, Inc., a consultant of the City, providing additional information on geatecluiical cenditions for the sanitary sewer aerial crossing. The following are drawings of physical conditions in or relating to esisting surface and subsurface structures {eYcept Underb ound Faciiities) whicli are at or contiguous to the site of the Work: None. S�-4.06A., "Hazardous Envirommental Conditions at Site" The fallowing are reports and drawin�s of e�isting hazardous environmental conditions known to the City: None. SC-5.03A., "Certificates af Insurance" The entities iisted below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. {1) City (2) Consuitant: Kimley-Ham and Associates, Inc_ (3) Other: None. SG5.U4A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GG�.04 shall pravide the following covera�es for nat less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-S.O�A. Stataatory limies CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS REPLACEMENTS AND UTIL[TY RELOCATIONS Revised November 9, 201 i City Project Nos. 002�9, 00302, 01�33 007'3Q0-3 SUPPLEMENTARY CONDITIONS Page 3 of 4 1 2 3 4 5 b 7 8 9 10 11 12 13 14 15 16 17 18 14 20 21 22 23 24 25 26 ?7 28 24 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 45 47 48 49 �Q 51 52 53 54 55 :�IO(1,.()fitl etich <acci�e�ztl�ccurr�.�rzce. sIt10,Q(7(1 Diseuse - ecreh en7ple�v�c: ,� S(1�.n�(1 Z3iseirsc:� - �ic>lir,}' titriit SC-5.Q4B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.fl4S. Goiitractor's Liability Insurance under Paragraph GC-5:04B., which shall be on a per project basis covering the Cantraotor with minimum limits of ,SI,l10f.).11(1t� eac.h occ;•rrrr<�ftcc� vS?.1�Qt),t70(� uc,�re�c��e lirair_ 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 poticies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Cerkifccate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-�.04C., which shall be in an amount not tess than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired andnon-owned. 51,0(1(�.l)l10 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: ��?�,0�0 L'oclily.l�jur�t,��c�t-pe�rso.t:" SS00, f,�O0 G���Ii!}' I�•i jrrr}� �er uccidenl;` ,S.Il1i:?.(?DO Fropert,� 1.)a�r�a�e SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deIiveries to cross railroad properties and tracks: None. SC-6.04., "Froject Schedule" Project schedule shall be eier 3 for the project. SGb.07., "Wage Rates" The following is the prevailing wage rate table{s) applicable to this project and is provided in the Appendixes: 2008 Prevailing Wag� Rates <Buzzsaw locatio», Resources/02-Constrztetion Documents/Constr-uction Specification Book/OS-General and Special Conddions/05.9-t3'age Rate M&C 7-8-08.pdf5 SC-6.09., "Permits and Utilities" CITY OF FORT WORTH CAAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS REPLACEME�TS AND UTILITY RELOCATIONS Revised Novembec 9, 207 I City Project Nos. 002�9, 00342, 01533 OQ 73 00 - 4 SUPPLEMENTARY GOND1T10NS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2� 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 Eya SC-6.09A., "Contractor obtained permits and licenses" The following are knawn permits andlor licenses required by the Contract to be acquired bythe Contractor: None SC-b:09B. "Cify obtained permits and licenses" The: following are known pernnits and/or licenses required by the Contract to be acquired by the City: 1. TacDOT Driveway Permit (Chapin Road) 2. Flaod Plain Permit (Cravens Road and Chapin Road) SC-6.U9C. "Oatstanding permits and ticenses" The following is a list of kno«�n outstanding permits and/or li�enses to be acquired, if any as of May 23, 2013: Outstanding Permits and/ar Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSS�SSION None SC-7.42., "Coordination" The individuals or enti4es listed below have contracts with the City for the performance of other work at the Site: Vendor None Scope of Work N/� Coordination N/A SC-S.Ql, "Communications to Contractar" None. SG9.01., "City's Project Representative" The following firm is a cansuItant to the City responsible for construction management of this Project: None. SC-13.03C., "Tests and Inspections" None. SC-16.O1C.1, "Methods and Procedures" None. END OF SECTION C1TY OF FORT WOR'FH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIOI�S Revised November 9, 201 I City Project Nos. 00259, Q0302, 01533 Q1I100-1 SUMMARY OF WORK Page i of 3 s�cTzoN ai l� o0 su��r,.Y o� waxx 3 PART1- GENERAL 4 1.1 SUMMARY 5 b 7 8 9 10 11 12 1.2 A. Section Includes: 1: Stzmmary of Work to be perfarme�i rn accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specifcation 1. None. C. Related Specification Sections include, but are not necessarily Iimited to" 1. Division 0- Bidding ftequirements, Contract Foims, and Conditions of the Contract 2. Division 1- General Requirements PRICE AND PAY1biENT PROCEDURES 13 A. Measurenzent and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. i5 No separate pay�nent will be allowed for this Item. 16 I.3 REFERENCES (NOT USED] 17 1.4 ADII2INISTRATIVE ItEQU1REMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Cantract Documents 1. Work is to include furnishing a11 labor, materials, and equipment, and perforrning all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Wark 1. Any and all Work specifically governed by daeumentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has beeil provided for in the Proposal and the item is not a typica.l unit bid item ineluded on the standard bid item list, then the item shall be considered as a subsidiary item of Worlc, the cost of which shall be included in the price bid in the Proposal far various bid items. C. Use of Preinises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safelceeping 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 �he Contract Documents, or as may be specifically authorized in �vriting by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes m,.�y be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF PORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Re��scd November 9, 2611 Ciry Project Nos. 00259, 40302, 01533 ai t i oa -:z SUMMARY4F WORK Page2 of3 i b. Exeavated and waste _materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free a.ad unobstnzcted ? and so as not to inconvenience occupants of a�ijacent property. 4 c. If the:street is occupied by railroad tracks, the Work shall be carried on in su�fi 5 manner as not to interfere: with the operatian af the railroad. 6 1) All Work shall be in accordance with railroad requirem�ts se� iarth in 7 Division 0 as well as ihe railroad permit: D; Work within Easements 9 1. Do not enter ugon private property for any purpose withaizt having previously 10 obtained permission from the owner of such praperty. I 1 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contraetor and a copy furnished to the City. 14 3. Uniess specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be r-emaved to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 18 19 20 21 22 23 24 25 26 27 �g 29 30 31 32 33 34 35 36 3� 38 39 40 41 42 4_ 5. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or iznprovements, to all water, se«er, and gas lines, to all conduits, o��erhead pole lines, or appurtenances thereof. including the construction of temporary fences and to ali other public or private property adjacent to the Work. Notify the proper representatives of the o�vners or occupants of the gublic or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Worlc. � c. Notices shali be applicable to both public and private utility campanies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land nught be affected by the Work. Be responsible for all damage or injury to properry of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Worl�, or at any time due to defective worlc, material, or equipment. 6. Fence a. Restore all fences encountereci ai�d removed dwing construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of tlle fencing removed whenever the `Vork is not in prob ess and when the site is vacated overzught, and/or at alI times to provide site security. c, The cost for aiI £ence work associated with easements, includin� removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, uniess a bid item is speciircally provided in flie propasal. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDG� STANDARD CONSTRUCTION SPECIFICATION DOCUMENCS REPLACENILNTS AND UTtLI'TY RELaCATIONS Revised November 9, 20 ] 1 Ciry Projcct Nos. 60259, 00302, U] 533 Ol' 1t 40-3 SUNIMARY OF WORK Page 3 of3 1 1.5 SUBMITTALS [NOT iTSED] 2 1.6 ACTION SUBMTTTALS(INFORMATIONAL SUSMITTAi,S [NOT �JSED] 3 1,7 CLOSEOUT SUBMITTALS (NOT USED] 4 1.8 MAINTENA,NCE MATERI.AL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING (N�T USED] 7 1.11 FIELD [SITE] CONDITIQNS [NQT USED] 8 1.12 WARRANTY [NOT USE➢] 9 PART 2- PRODUCTS [NOT USED] 10 PAR.T 3- EXECU'TION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT �VQRTH CAAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTSON SPECIFICATCON DOCUMENTS REPLACEMENTS AND UT[LITY RELOCATTONS Revised November 9, 20 t 1 City Project Nos. 00259, 00302, 01533 O12500-1 �UBSTITUTI4N P120CEDURES Page 1 of4 i 2 3 PART1- GENERAL 4 �.1 SUIi�IMARY SECTION O1 25 40 SUBSTITUTIQN_PROCEDURES S A. Section Includes: 6 l. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product wluch is specified by descriptive or performance criteria or 8 defined by reference fo 1 ar more of the following: 9 a. Name of manufacturer 20 b. Name of vendor 11 c. "Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fart Worth Siandard Specification 15 1. None. 16 C. Related Specifcation Sections include, but are not necessarily limiEed to: 17 l. Di�ision 0— Bidding Requirements, Contraet Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Ttem is considered subsidiary to the various iiems bid. 22 No separate payment will be allawed for this item. 23 1.3 REFERENCES [NOT USED] 24 1.4 r�D10'�y1�IISTg2A'I'IVE REQUIR�IVIE10'TS 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City wiil consider formal requests frorn Contractor for substitution of groducts in place of those specified. 2. Certain types of equipment and kinds of rr�terial 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 duc ta strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF PORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE 5TANDARD CONSTRUCTION SPECIF[CATION DOCLFMENTS REPLACLMENTS AND UTTLITY RELOCATIONS Reviscd November 9, 20 i 1 Ciry Project Nos. 00259, 60302, 01533 0'125 00-2 SUBSTITUTION PROCEDURES Page 2 of4 1 2 3 4 5 6 7 8 9 14 11 12 13 14 15 16 17 is 19 2Q 21 22 23 ?q. 25 26 ?� ?� ?g 30 31 32 33 34 35 36 37 3S 39 4d 41 42 43 44 45 46 47 b. Contractor proposesa cost and/or time re�iuction incentive to the Ciry. 1.5 SUBNIITTALS A See Request for Substiturion For� (attached} B. Procedure for Requesting Substitution 1. Substitutian 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. Documentatian 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identiiication a} Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Dra«izig reference of originally specified product, including discrete name or tag number assigned to original product zn the Contract Documents 2} Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Dacuments 3} Itemized comparison of orid naI 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 gast projects utilizing product b) Name and telephone number of persons associated �vith referenced projects knowledgeable concernin� proposed product c} Available �eld data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples became the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejeciion I. Written approval or rejectian of substitution given by the City 2. City reserves the right to require proposed product to comply with color and gattern of specified product if necessary to secure desib intent. 3, In the event the substitution is approved, the resulting cost andlor time reduction will be documented by Change Order in accordance with the General Conditians_ 4. No additional contract time will be given for substitution. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMEI�ITS REPLACEMENTS AND UTILITYRELOCATIONS Revised Novcmber 9, 2011 City Project Nos. 00259, 003fl2, 01533 Ol 25 OU - 3 SLJBSTITUTION PROCEDURES :Page 3 of4 � m 11 12 13 14 15 I6 17 i8 19 20 21 ?2 23 24 25 26 5. Su�stitution will be rejected if: a. Submittai is<not through the Contractor with his stamp of approval b. Requesf is nat made in accordance with tiiis Specification �ection c. In the City's opinion, acceptance will require substantial revision of tbe original design d. In the City's opinion, substitiution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSIiNFORMATIONAL SUBMITTALS [NOT USED] 1.'7 CLOSEOUT SUBMITTALS [NOT USED� 1.8 MAINTENANCE MATE�2IAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE A. In malcing request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in ail respects to that specified, and that ii will perform funetion for which it is intended 2. Will provide same guarantee for substitute item as for product speci�ed 3. Will cocrdinate installation of accepted substitution into Worl:, to include building modi�cations if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives �11 claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIEILD [S3TE] CONI)ITIONS [NOT USED] 1.12 WARRANiY [NOT USEI)] PART 2 - PRODLICTS [NOT USEDJ 27 PART 3- EI�ECLTTION [N�T USED] 28 24 I- ► _1 � �7�i�1 Revision I.og DATE 1�TAME SUMMARY OF CHI�NGE � CTTY OF FORT �uORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTI4N SPECIFICATION DOCUMENi'S REPLACEMENTS AND UTILITY RELOCATIONS Revised Novembcr 9, 20ll City Project Nos. OQ259, OQ302, 01533 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHiSIT A REQUEST FOR 3USSTITUTION I+'ORM: TO: PRO.TECT: DATE: W� bereby submit for your consideration the following product instead of t�.e specified item for the above: proj ect: SECTION PARAGRAPH SPECIFIED ITEIVI 11 12 13 14 15 16 17 13 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 �2 43 44 45 46 47 48 49 Proposed Substitution. Reason for Substitution: I�clude complete inforrnation on changes to Drawings anrL'or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Selow: A� Will the undersigned contractor pay for changes to tl�e building design, including engineering and detaili.ng costs caused by the requested substitution? B_ What effect does substitution have on other trades? C. Differences between proposed substitution and specified itetn? D. Differences in product cost or product deiivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (e�plain an attaclunent) The undersib ed states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended _ Recommended Not recorrunencted _Received late By Date Remarks Dat.e CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIQN BOCUMENTS Reviscd November 9, 2011 Rej ected CHAPIN R0�1D AND CRAVENS ROAD BRIDGE REPLACEMENTS AND UTILITY RELOCATIONS Ciry Project Nos. 402�9, 00302, 01533 013114-I PRECONSTRUCTION MEETING Pagc l of3 SECTION 01;31 Ig PRECONSTRUGTION MEET`Il�1G 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 Ii 12 13 A. Section Includes: 1. Provisions for the precanstruction neeting to be held prior to the start of Wa�k 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 Fonns and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAl'1VIENT PROCEDURES 14 A. Measurement and Payment 15 l. Wark associated with this Item is considered subsidiary tc the various items bid. 16 No separate payment �vili be allowed for this Item. 17 1.3 REFERENCES [NOT USED] I8 1.4 ADMINISTRA.TIVE REQUIREM[ENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Coordination 1. Attend preconstruction meeting. Z. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting admirustered by City may he tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preeanstructian Meeting l. A preconstruction meeting will be heid within 14 days after the execution of the A�reement and before Work is started. a. The meeting wi11 be scheduled and administered by the City. 2. The Project Representative wirl preside at the zneeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by ful.ly completing the attendance forrn to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Coiitractor's superintendent d. Any subcontractar or supplier representatives whom the Contractor may desire to invife or the City may request e. Other City representatives CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRtDGE STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Reviscd Novembcr 9, 201 ] City Projcct Nos. 00259, 003Q2, 01533 013119-2 PRECONSTRUCTION Iv1EETING Page 2 af 3 2 3 4 5 b 7 S 9 10 11 12 13 14 15 lb 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 £ Others as appropriate 4. Construction Schedule a. Prepare baselinc c��struction schedule in accordance with Secrion Ol 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstructio� Meeting. 5. Preliminary Agenda may include: a. Introductian 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 pian and schedule e. Contract Time f. Notice to Proceed g. Construction Stakin� h. Progress Payments i. Extra Work and Change Order Pracedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Rene�vals m Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentatian of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety P1ans t. Confined Space Entry Standards u. Coordination �vith the City's representative for operations of existing water systeir�s v. Stonn Water Pollution Preventian P1an w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Canditions applicable ta the project aa. Damages Claims bb. Submittal Procedures ce. Substitution Pracedures dd. Corresgondence Routing ee. Recozd Drawings f£ Temporary construction facilities gg. M/WBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY' RELOCATIONS Revised November 9, 20i t City Project Nos. 00259, 00302, 01533 013J 14-3 PRECONSTRUCTION MEETIIvT� Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 l.b ACTI4N SUBNIITii�LS/INFORMATIONAL SUBTVIITI'ALS [1VOT USED] ---- 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED) 5 19 QUALIT�' ASSURANCE [NOT U5EDj 6 I.1Q DELIVERY, STORAGE, AND HANDLING (1�OT US�D] 7 LI l FIELD [SITE] CONDiTIONS [NOT 1USEDJ 8 1.12 WARRANTY [NOT USEDj 9 PA :T 2- PRODUCTS [i�OT USED] 10 PAR'I' 3 - EXECLTTiON [NOT �JSED] i i END OF S�CTION 12 13 Revision Log DATE NAMB SUMMARY OF CHANGE CITY OF FORT WORTR CHAPIN RQAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTtON SPECTFICATION DOCUMENTS REPLACEMENTS AND UTCLITY RELOCATIONS Reviscd Novcmber9, 201 i Ciry Project Nos. 00259, 00302, 01533 a13i zo- i PR07ECT MEE1'IIJG& Page l of 3 SECTION 41 31 ZQ PROJECT MEETINGS 3 PART 1 - GENEgZAL 4 1.1 SiTMMARY 5 A. Section Includes: 6 1. Provisions for project meetings tl�roughout th� construction period to enable orderly 7 review of the grogress of the Work and to provide far systematic discussion of 8 patential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 I . None. 11 C. Related Specification Sections include, but are not necessarily iimited to: 12 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1— General Requirements 14 1.2 PR�CE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with tlus Item is consi;iereci subsidiary to the various items bid. 17 No separate payment will be allo��ed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADPVI�NISTRATIVE REQUIREl!'IENTS ZO A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetzngs, and 22 specially called meetings tl�roughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings adininistered by Ciry may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 24 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighbarhood Meeting 31 l. After the execution ofthe Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including constructian start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of ineeting to be determined by the City. 37 3_ Attendees 38 a. Contractar 39 b. Project Representative CiTY OF FORT WORTH CHAPN ROAD F.ND CRAVENS ROAD BKIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS ANI? UTILITY RELOCATIONS Revised Novemfier 9, 201 I Ciry Project Nos. OQ259, 00302, 01533 01 3120 - 2 PR0IECT NIEETINGS Page 2 of 3 1 c. Other City representatives 2 4. Meeting Schedule 3 a. In general, tfie neighborhood meeting wiil occur within the 2 weeks following 4 the pre-construction conference. 5 b. In no case will construction be allowed to begin uutil tbis meeting is held. 6 7 8 9 10 11 12 13 14 15 16 17 18 14 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 3� 36 37 38 39 40 41 42 43 44 45 46 47 48 C: Progress Meetings 1. Formal project coordinatian meetings will be held periodically_ Meetings will be scheduled and adminzstered by Project Representative. 2. Additianal 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. Co�rdinating shutdowns h. Installarion of pip;ng and equipment c. Coordinatian between other construction proj ects d. Resolution of construction issues e. Equipment approval 3 4 � 6. Meeting Schedule 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 fuily completing the attendance form to be circulated at the beginning of each meeting. Attendance shall include: a. Contractor's proj ect manager b. Contractor's superintendent c. Any subcantractar or supplier representatives whom the Contractor may desire ta invite or the City may request d. Engineer's representatives e. City's representatives f. Otl�ers, as requested by the Project Representative Preliminary Agenda may include: a. Review of Wark progress since previous meetitig b. Fieid observations, problems, conflicts c. Items v��hich impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requuements with other construction contracts f. Corrective measures and pracedures to regain projected schedule ;. Revisians to constructian schedute h. Progress, schedule, during succeedzng Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. RevieFv proposed changes for: 1) Effect on construction schedule and an complerion date 2) Effect on othez contracts of the .Project n. Review Record Documents o. Review monthly pay request p_ Review status of Requests for Informatian CiTY OF FORT WORTH CHAYIN ROAD AND CRAVENS RdAD BRIDGE STA�IDARD CONSTRUCTION SPECIFtCATION DOCUMENTS REFLACEl�1ENTS AND UTILITY RELOCATIONS Revised November 4, 201 I City Project l�Tos. 00259, 00302, 01533 ai sizo-3 PROJECT MEETINGS Fage 3 of 3 1 a. Progress meetings will be held peri��icall� as deterrnined by the Project 2 Representative. 3 1) Additional meetings may be keld at the request ofthe; 4 a} Ciry 5 b) Engineer 6 c) Contractor 7 7_ Meet?ng Location 8 a. The City will establish a meeting locatian. 9 1} Ta the extent practicable, meetings will be held at the Site. 10 1.5 SUBI�2ITTALS [�tOT USEDJ 11 1.6 ACTION SUBMITTALS(IN�'ORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSIEO�JT SUBMITTALS [NOT USED] 13 1.8 1tBA,INTENANCE MATERIAL SUBA�IITTALS [NOT USED] 14 19 QUALITY ASSUR.ANCE [NOT USED] 15 1.� Q DELIVERY, STORAGE, AND HANI)LING [NOT USEI)] lb l.11 �'IELD (SiTE] CONDITIONS [NOT USED] 17 1.i2 WAR.RA.NTY [NOT US�D] i8 PART 2- PRODUCTS [NO'i' USED] 19 PART 3- EXECLTTION [NCDT USEDJ 20 END QF SEC'I'ION 2I 22 Revision LoD DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CHAPIN ROr1D AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMEAtTS REPLACEMENTS AND UTILITY RELOCATIQNS Revised Navember 9, 2011 City Project Nos. OU259, 00302, OI 533 OT�32 i6-�i CONSTRUC'LION PROGRESS SCFIEI?ULE Pagc I of5 SECTION 013216 CONSTRUCTION PRQGRESS S�HEDULE 3 1 AR'�' 1- GENERAL 4 1.1 SIJMMARY 5 A. Section Includes: b 1. General requirements for the preparation, subinittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presenCed in the City ofFort �Vorth Schedule Guidance 9 Document 10 B. Deviations from ihis City of Fort Worth Standard Specification ll 1. Nane. 12 13 14 IS 1.2 16 I7 18 C. Related Specification Sections inciude, but are not necessarily limited to: 1. Dzvision 0— Biddiug Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PIZICE ANI3 PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considereci subsidiary to the various items bid. No separate payment will be ailowed for ihis Item 19 D.3 REF'ERENCES 20 Z1 22 23 24 25 26 27 �g 29 3Q 31 32 33 34 35 36 37 38 39 40 A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration proj ects b. Tier 2- No schedule submittal required by contract, but tvill require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittaI required by contract as described iu the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule suhmittal required by contract as described in the Speciiication and herein. Large and/or coinplex prajects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection ta 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 lang durations, higb public visibility 1) Exampies might include a water ar wastewater treatment plant 2. Baseline Sci�edule - Initial schedule submitted before wark begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progxess schedule documenting pro�ess on the project and any changes anticipated. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTIQN SP�CIPICATION DOCUMENTS REPLACEMENTS AND UTTLITY KELOCATIONS Revised November 9, 2011 City Project Nos. 002�9, 00302, 01533 0132 i6-2 CONSTRUCTFON PROGRESS SGHEDULE Page 2 of5 1 4. Schedule Narrative - Concise nanative of the sohedule including scheduie 2 changes, exgected delays, key schedule'issues, critical path items, etc 3 B. Reference Standards 4 l. City ofFort Worth Scheduie Guidance Document 5 1.4 ADNIINISTRATIVE REQUIREMEI�IT5 6 A. Baseline Schedule 7 I _ General g a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Fath l�Iethod (CPM) as reyuired in the City of Fort Worth Schedule 10 Guidance Document. ll b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of ehe worlc to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Praject Scheduier} responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 l. Update the progress Scnedule monthly as required in the City of Fort Worth 1S Schedule Guidance Document. ig 2. Prepare the Schedule Narrative to accompany the monthly pragress Schedule. 20 3. Change Orders 21 a_ Incorporate approved change orders, resulting in a change of contract time, in 22 tlie baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsib.ility for Schedule Compliance 25 l. ��Vhenever it becomes apparent frozn the current progress Schedule and CPM Status ?6 Report that del.ays to the critical path ba��e resulted and the Contract completion �� date wi11 not be met, or when so d'u-ected by the City, make some or all af the �g following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 31 32 33 34 3� 36 37 38 39 44 41 42 43 44 45 46 outlining: 1) A written staeement of ihe steps intended to take to remove or arrest the delay to the critical path in the appraved schedule 2} Irzerease construction manpower in such quantities and crafts as vvill substantially eliminate the backlog of work and return current Scl�edule to xneet projected baseline completion dates 3) I�crease the number of workin� hours per shift, slvfts per day, working days per weeic, the amount of construction equipment, or any combination of the foregoing, su�cienily to substantially eliminate d�e backlog of work 4) Reschedule activities to achieve maximum gractical concunency of accamplislunent af activities, and cornply 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 inerease the level of effort in manpower (trades), equipment and work schedule {overtime, �veekend and holiday woxk, etc.} to be employed by the Contractor in order to remove or arzest tbe delay to the critical path in the approved schedule_ a. No additional cast for such work will be considered CITY dF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDA,RD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND tJT[LITY RELOCATIONS Rcvised November 9, 2011 City Project Nos. 002�9, 00302, 01533 Ol 3216 -3 COIvTSTRiJCTION PROGRESS SCAEDULE Page3 of5 1 2 3 4 5 6 7 8 9 14 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 �a 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5� D. The Contract camgletion tzme will be adjusted anly for causes sgecifted in ttiis Contract. a. Requests for an extension of any Contract cornpletion date must be supplemented with the following: i) Furnish justi�cation and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions ofthis Contract. a) The City will, after receipt of such justifcation and supporting evidence, make iindings of fact and v✓ill advise the Contractor, in tivritin� thereof. 2) If tl�e Ciry finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the exiensions sha.11 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) Actuai delays in activities which, according to the Baseline schedule, do not affect any Contract compietion date sliown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract cornpletion date to the City within 34 days after the begin.ning of the detay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension wi11 be granted for requests which are not submitted within the faregoing time limit. b. From time to time, it ma}� be necessary for the Cantract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficuliies, strilces, una�oidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direet the Contraetar to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor sha11 revise his schedule accordingly. a) No additronal compensation wi11 be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected �vork, in which case the Contractor shall take a11 possible action to miniinize any time ertension and �ny additional cost to the Gity. b) Avaiiable float time in the Baseline schedule may be used by the City as we11 as by the Contractor. 3. Fioat or siack time is deiined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the Iatest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benef t of either the Contractor or the City. b. Proceed with work according to early start dates, and the City sha11 have the right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, wi11 not have any effect upon contract completion times, providing that the actual delay does not exeeed the float time associated with those activities. CtTY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRTDGE STANDAAD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATtONS Revised November 4, 20l ] City Project Nos. 00259, 00302, 01533 Oi 32 ib -4 CONST?? UCTICN PROGRESS SCHEDULE Page 4 of3 1. 2 3 4 5 6 7 8 9 1� 11 12 13 E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be perfet-med under this Contract concurrenfly with Qr contingent upon work performed on the same facilities or area under other contracts, the Baseline 5cheduie shall be coordinated with the schedules of the other contracts. a. Obtain the scheiiules of the other appropriate contracts from the City for the preparation and updafing 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 af 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 iemporary delay of any work due to such circumstances shall not be considered as justification for claims for additianal compensation_ 14 1.5 SUSMITTALS 15 16 17 18 19 20 21 A_ Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City �f 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. 22 B. Progress Schedule 23 1. Submit progress Schedule in native f�1e format and pdf format as required in the 24 City of Fort Worth Schedule Guidance Document. 25 2. Subxnit prob ess 5chedule monthly na later than the last day of the month. 26 27 28 29 30 C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required iu the City of Fort Worth Schedule Guidanee Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 31 1. The City administers and manages schedules through Buzzsa�v. 32 2. Contractor shall submit documents as required in the City af Fort Worth Schedule 33 Guidance Document. 34 3. Once the project has been completed and Final Acceptance has been issued by the 35 City, no further progress schedules are required. 36 1.6 ACTION SUBMITTALS/INFORIVIATIONAL SUBMITTALS [NOT USEDj 37 1.7 CLOSEOUTSUSNIITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. The person preparing and revising the construction Progress Schedule shall be 41 experienced in the preparation of schedules af siznilar complexity. CITY OF FORT WORTH CHAPIN ROAD r1NB CRAVENS ROAD BRIDGE STr�NDARD CONSTRUCTION SPEC[FICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 201 I City Project Nos. Q0259, 00302, 01533 0132d6-5 CONSTRUCTION PROGRESS SCIiEDULE Page 5 of 5 1 B. Scfiedule and-supporting dacuments addressed in this Specif �ation shall be prepared, 2 uptiated and revised fco accurately re#Iect the performance of the construction. 3 C. Contractor is responsible for f1�e quality of alI subm�ttals in this section meeting the 4 standard of care for the construction industry for similar projects. _ 5 1:10 DELIVERY, STORAGE; AND I3ANDLING [NOT USEDJ 6 1;11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRAivTY (NOT iJSED] 8 PART 2- PR�DUCTS [NOT IJSEB] 9 PART 3- EXECUTION [1�T0'I' YISED] 10 END OF SECTION 11 12 Revision Log DATE NAMi SUMMARY OF CIIIINGE CITY OF FORT WORTH CHAPN ROAD AND CRAVENS ROAD BRIDGE STANDARD CQNSTRUGTION SPECiF1CATION DQCUMENTS REPLACEMENI'S AND UTILITY RELOCATIONS Revised Novcmbcr 9, 201 ] City Project Nos. 00259, 00302, 01533 o13z 33 - t PREGONSTRUCTION VIDEO Page 1 of 2 SECTIUN 41:32 33 PRECONSTRUCTION VIDE.O 3 PARTl- GENERAL 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2� 27 28 29 �a 31 32 33 11 SUMIVIARY A. Section Includes: 1. Adu�inistrative and procedural requiremei�ts for: a. Preconstruction Videos B. L�eviations from this City of Fort Worth 5tandard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Divrsion 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Drvision 1— GeneraI Requirenlents 1.2 PRICE AND Pr�YMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy te the various items bid_ No se�arate payment will be allowed for this Item 1.3 REFERENCES [NOT USED] 1.4 ADMINIS7['RATI�E REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignrzlent, including all areas in the vicinity of and to be affected by construction. a. Provide diaital copy af video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUSMITTALS (NOT USED] �.� ���Io�r Su�N�TTALS/��rFor�vr�sTIONAL suB�rITT��,S [No�r LTs��� 1.7 CLOSEOLTT SUB1i�IITTALS [NOT USEID] 1.8 1�1AINTENANCE MATEI2IAL SU�MIT'TALS [NOT USEDJ 1.9 QUt9iLITY ASSUI�NCE [NOT USED] 1.10 D]ELIVERY, STO�tAGE? AND HAl\TDLING [NOT LJS�D] 1.11 FIELD [SITE] CONDITIONS [NOT US�Dj 1.12 WARRANTY [NOT USEID) PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS RflAD BRIDGE STANDARD CONSTRUCTION SFECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 2011 City Praject Nos. 04254, 00302, 01533 4i 3233-2 PRECONSTRiJCTION VIDEO Page 2 of 2 PART 3 - EXECUTION (NOT USED] END OF SECTION Revision Log DAT� NAMB 5UMMARY OF CHANGE CITY OF FORT WORTH STAIVDARD CONSTRUCTION SPECIFICAI'ION DOCUMENTS Revised November 9, 2011 CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND UTILITY RELOCATIONS City Project Nos. 00259, 00302, 01533 0133 00 -1 SUBMITTALS Page i of 8 1 2 3 :PART 1 - GENERA.L 4 1:1 SUMMARY 5 6 7 S 9 10 11 12 i3 14 15 16 17 1.2 SECTION d133 Q0 SU�'vLITTHLS A_ Section Includes: 1. Ge�eral methods and requirernents of submissrons applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (includin? Standard Product I.ist submittals} c. Samples d. Mock Ups B. Deviatians frbm this City af Fort Worth Standard Specifcation 1. None. C. Related Specification Sections include, but are not neeessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND P�YMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work assoeiated with tlus Item is considered subsidiary to the various items bid. 20 No separate payment will be allawed for th'rs Item 21 1.3 REFERENCES [NOT USED] 22 1.4 ADIVIINISTRATI�E REQUIREMENTS 23 24 25 26 27 ?g ?g 30 31 32 33 34 35 36 37 38 39 40 A. Coardination l. Notify the City in wriiing, at the time of submittal, of any deviations ii1 the st�bmittals fi-om the requirements of the Contract Doeuments. 2_ Coordination of Submittal Times a. Prepare, prioritize and transrnit each submittal sufficiently in ad��ance 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 instaliation will not be delayed by processing times including, bnt not iimited ta: a} Disapproval and resuhmiital (if required) b) Coordination with other submittals c} Testing d) Purchasing e) Fabricatian � Delivery g) Sisnilar sequeneed 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 WQRTH CHAPIN ROAD AND CRAVENS ROAD BRiDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised No��cmber 9, 2011 City Project Nos. 00259, 60302, 0 i533 4I 33 00 -2 SUSIvt11"f.ALS Page 2 of 8 d. Make submittals promptly in accorda.nce-with approved schedule, and in such sequence as to cause na delayin the `i%ork: or in the wor� of any other contractor. 4 5 6 7 8 9 10 il 12 13 I4 15 16 17 18 19 � B. Submittal Numbering 1. When submitting shop drawings or samples, uiilize a 9-chaxacter subznittal ��ss- reference identification numbering system in the £ollowing manner: a. Use fhe firsf 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numhers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a let#er, A-Z, indicating the resubmission af the sarne drawing {i.e. A=2nd submission, B=3rd subsnission, C=4th submission; etc.). A typical submittal number wauld be as follows: 03 3a oo-ag-B 1) Q3 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 21 1. Review shop drawings, groduct data and sampl;.s, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. �ield construction criteria 25 c. Catalog numbers and siinilar data 2b d. Canformance with the Contract Doeuments 27 2. Provide each shap drawing, sample and product data submitted by the Contractor 28 with a Certification Staten�ent affixed inclucting: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that 1 i�ave deternuned and verified 33 field measureinents, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with othez apglicable approved shop drawings." 36 37 38 39 40 41 42 43 44 45 46 47 D. Submittal Format 1. Fold shop drawings larger than 8'/� inches x 11 inches to 8% inches x 1linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b_ List of items / Table of Contents c. Product Data /Shop DrawingslSamples /Calculations E. Submittal Content i. The date of submission and the dates of any previous submissions 2. The Project title and number CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS REPLACED4ENTS AND UTILITY RELOCATIONS Revised Novcmber 9, 20 i 1 City Project Nos. 00259, 00302, Q I533 Ol 33 00 - 3 SUBMITTALS Pagc 3 of 8 3. Contractor identifzcatian 4. The names of: a. Contractor b. Supplier c. Ivlanufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s} 6. Field dimensions, clearly identii'ied as such 7. Relation to adjacent or critical features of the Worlc or inaterials 1 Q 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by �vighlighting of deviations from Contract Documents 12 1 d. Identification by highlighting of revisions an resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 3i 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 F. Shop Drawings l. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabr'rcation and erectionlinstallation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork mar�ufacturinD instructions e. Custom teinplates f. Sp:,cial wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicabte to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct f�brication of the VJork depends apon �eld measurements 1} Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submitta.is of product data for products included on the City's Standard Product List, ctearly identify each itezn selected for use on the Project_ 2. For submittals of praduct data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a_ 5tandard prepared data for manufactured products (sometimes referred to as catalog data) 1} Sucl� as the manufacturer's produet speciftcation and installaeion 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 b} Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTTON SPECIFiCATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Re�•iscd Novcmber 9, 20 ]( City Praject Nos. 00259, Q03Q2, Q 1533 of ss ao-4 susMrrr�:s Page 4 of 8 1 9) Production or quality control inspection and:test reports and certifications Z lOj Mill reports 3 11) Product operating �d maintenance instructions and'recomsnended 4 spare-parts listing and printed product warranties 5 12) As applicable to the Work 6 H. Samples 7 1. As specified in individual Sections, include, but are not necessarily limited to: 8 a. Physical examples of the Work such as: 9 1) Sections of manufactured ar fabricated Work iQ 2} Small cuts or containers of materials i i 3) Complete units of repetitively used products colorl#exture/pat#em swatches 12 and range sets 13 4) Specimens for coordination of visual effect 14 5) Graphic syznbols and units of �.Work to oe used by the City for independent I S inspection and testing, as applicable to the Work 15 17 18 i9 20 21 22 23 24 25 I. Do not start Wark requiring a shop drawing, sample or product data nor any matezial to be fabricated or installed grior to the approval or qualified approval of such itern. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approvcd shop drawings and data is at the Contractor`s risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish confor�nity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop dra�rings, applicable samples, and product data. 3. Submittal Distribution 26 1. Electronic Distribution 27 a. Confirm development of Project directory for electronic subnuttals to be 28 ugloaded to City's Buzzsaw site, or another external FTP site approved by the 29 City. 30 b. Shop Drawings 31 1) Uplaad submittal to designated praject directary and notify appropriate 32 City representatives via email of submittal posting. 33 2} Hard Copies 34 a) 3 copies for all submittals 3� b) If Contraetor requires more than 1 hard copy of Shop Drawings 36 returned, Contractor shall submit more ihan the number of copies listed 37 above. 38 c. Product Data 39 1) Upload submittal to designated project directory and notify apprapriate 40 City representatives via email of submittal posring. 41 2) Hard Copies 42 a} 3 copies for aIl submittals 43 d. Samples 44 1) Distributed to the Project Representarive 45 2. Hard Copy Distribution (if required in lieu of electrozuc distribution) 46 a. Shop Drawings 47 1) Distributed to the City 48 2) Copies CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCtlMENTS REPLACEb1ENTS AND UTILITI RELOCATIONS Revised November 9, 2Q11 City Project Nos. 00254, 00302, 01533 013300-5 SUBMITTALS Page 5 of 8 1 2 3 4 5 b 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 �2 23 24 25 26 27 �g 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 a} 8 copies for mechanical submittals b) 7 copies for alI other submittals c) If Contractor requires more than 3 copies of Shop Drawings returnect, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed tio the City 2) Copies a} 4 copies c. Samples 1} Distributed to the Project Representative 2) Copies a} Submi# the number stated in the respeerive Specification Secrions. 3. Distribute reproductions of approved shap drawings and copies of approved. product data and samples, where required, to the job site file and eisewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the numUer previously specified_ K. Submittal Review 1 2. 3 � S. The review of shop cl�awings, 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 responsibilit}� for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor frorn his/her responsibility with regard to the fulfiilment of the ternzs of the Cantract. a. AIl risks of enor and omission are assumed by the Contractor, and the City will have no responsibility therefore. The Contractor remains responsibie for details and accuracy, for coardinating the Work with all other assoeiated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 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 exeeption. Submittals will be returned to ti�e Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when tliere are no notations or comments on the subrnittal. a) When ret�u-ned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED°. This code is assigned when a coniu-mation of the notations and con�unents IS NOT required by the Contractor. CITY OF FORT WORTH STANDARU CONSTRUCTION SPEC�FICATION DOCUMENTS Revised November 9, 201 ] CHAP�I ROAD AND CRAVENS ROAD BR[DGE REPLACEMENTS AND UTILITY RELOCATIONS Ciry Project Nos. 00259, 00302, 0] 533 Ol 33 QO - 6 SUBMETTALS Page 6 of 8 1 a} The Contractor ma_y release the equipment or material for manufacture; 2 however, all notarions and comments must be.incorporated inta: the 3 final product. 4 c; Code 3 5 1) 'BXCEPTIONS NOTEDIRESUBMIT"_ This combination of codes is - 6 assigned when notati�ns an� coaunents are extensi�=� enough to require a � resubmittal of the packa:ge. g a} The Contractor may release tbe equipment or material for manufacture; 9 however, atl notations and comments must be incorporated into the I O final product. 11 b} Tlsis resubmittal is to address all comments, ozrussions and 12 non-conforming items that were noted. 13 c) Resubmitial zs to be received by the City wi.thin 15 calendar days of the �4 date of tlie City's transmittal requiring the resubmittal. I5 d. Code 4 16 1) "NOT APPROVED" is a�signed when the submittal does not meet the 17 intent of the Contract Documents. i g a) The Cantractor mnst resubmit the entire package revised to bring the ig submittal into conformance. 2p b) It may be necessary to resubmit using a different nianufacturer/vendor 21 to nxeet the Contract Documents. 22 6. Resubmittals 23 a. Handled in the same manner as first suhmittals 24 I) Correctiorr�ss other than requested by the City 25 2) Marked with revision triangle or other similax method 26 a) At Contractor's risk if not marked 27 b. Submittals for each item will be reviewed no more than twice at the City's 28 29 30 31 32 33 34 �5 36 e�pense. 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 reimbursernent to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubnussion or any other deiay in obtaining City's review af submittals, will not entitle the Contractor to an extension of Contract Time. 37 7. Partial Submittals 3g a. City reserves the right to not review submittals deemed gartial, at the City's 3g discretion. 40 b. Submittals deemed by the City to be not complete will be returned to the 41 Gontractor, and will be considered "Not Approved" until resubxnitted. 42 c. The City may at its option provide a list or mark the submittal directing the �3 Contractor to the areas that are incomplete. 44 8. If the Contractor considers any correction indicated on the shop drawings to 45 canstitute a change ta the Contract Documents, then written uatice must be 4{, provided thereof to the City at least 7�Vorlcing I3ays prior to release for 4� manufacture. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CON5TRUCTION SPECIFICAT[ON DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Rcvised Noverabcr 4, 2011 City Project Nos. OQ2�9, OQ302, 01533 013340-7 SUBMITTALS Pagc 7 of 8 6 7 8 9 10 li 12 13 14 15 16 i7 18 19 20 21 ?? 23 24 25 26 27 28 29 9: VL'aen the shop dra�uings have been completed to the satisfaction of the City, the Contractor may carry out the constructian in accordance ttierewit� :and no further changes therein except upon wriiien insiructions from the City. 10_ Each submittal, apprapriately coded, will be returned within 30 calendar days following receipt of submit;<.l by the City. L. Mock ups 1. Mock Up units as s�ecif'ied in individual Sections, include, but:are not necessarily limifed to, cotnplete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion af the Work or when directed. M. Qualifications 1. If specifically required in other Sections ofthese 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 confliet between Contract Documents c. When the Contractor beiieves there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarifieation 2. Use the Request for Infermation (RFI} form provided by Ehe City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxa:", beginning with "O l" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The Czty ��i11 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. CITY OF FORT'4VORTH CHAPIN RVAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATlON DOCUA�ENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 2011 Ciry Project Nos. 002�9, 00302, 01533 �l 33 00 -8 SUBMITTALS Page 8 of 8 1 1S SUBMITTALS [NOT USED} 2: 1.6 _ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBNII'TTALS [NOT USEDJ 4 1.8 MAINTENANCi MATERI�L SUBll�:ITTALS jNOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1,10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USEl�] 8 112 WARRA.NTY [NOT USED] 9 P�9.RT 2- PRODUCTS [N�'I' USED] 10 PA.RT 3- EXECUTION [NO'T USED] I1 12 13 END O� SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Rcvised Novembcr 9, 2011 CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND UTILITY RELOCATIONS City Project Nos. 00259, 00302, 01533 O13513-1 SP�GIAL PRa7ECT PROCEDLiRES Page i of8 1 2: 3 PART1- GENERAL 4 1.1 S�UMMARY 5 6 7 8 9 1Q 11 i2 I3 14 15 16 17 18 19 20 21 22 23 S�E�TTON 0135 i3 SPECiAL I'RCI7ECT PROCEDURES A. Section Includes: l. The procedures for special �roject circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transpartation b. Worlc near High Valtage Lines c. Confined Space Entry Program d. Air PolIution �'Vatch Days e. Use of Explosives, Drop Weigl�t, Etc. f. Water Departrzzent Notification g. Public Notification PriQr to Beginning Construction h. Coordination witl� United States Army Corps of Engine�rs i. Coordination within Rail�oad permits areas j. Dust Controi k. Bmployee Parking B. Deviations from this City of Fort Worth Standard Specificatian 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. Di��ision 1— General Requirements 3. Section 33 12 25 — Conneetion to Existing Water Mains 24 1.2 PR[CE AND PAYMEN']C PROCEDUI2�S 2S 26 z� ?g 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payrnent l. Caordination within Railroad permit areas a. Measurement I} Measureinent for this Item will be by lump sum. b. Payment 1) Tlze �vork performed and materials fiu-nished in accordance with this Item will be paid for at the lurnp sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety tra.ining 4) Additionallnsurance 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 canstruction of the Project. 2. Railroad �tagmen CIT'Y OF FORT �i�ORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTTON SPECIFICATION DOCi.7MENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised Novembzr 9, '2011 Ciry Project Nos. 00259, 00302, 01533 01 3513 - 2 SPECIIIL PRQJECT PROCEDURES Page 2 of & 2 3 4 5 6 9 14 a. Measuremenf 1) Measurement for this Item will be per warking day. b. Payment 1} Tfie work per€ormed and materials iurnished in accordance with this Item will be paid for each worlting day that Railroad Flagmen are present at the Site . c. The price bid shall include: 1} Co�ruination for scheduling fla�nen 2) Flagmen 3) Other requirements associated with Railroad 11 3. �.�' other items 12 a. Work associated with �hese Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed far this Item. 14 1.3 REFEItENCES 15 A. Reference Standards 16 1. Reference standards cited in this Sgecification refer to the current reference 17 standard published at die time af tl�e latest revision date logged at the end of this 18 Specification, unless a date is specificaily cited. 19 2. North Central Texas CounciI of Governments (NCTCOG) — Clean Construction 20 Specification 21 1_.4 ADMINISTRATIVE REQUIRENIElV'TS 22 A. Coordination with the Texas Department of Transportation 23 1. When work in the right-of-way which is under the jurisdiction of the Te�:as 24 Department of Transportation (TxDOT): 25 a. Notify the Texas Departrnent of Transportation prior to commencing any work 26 therein in accordance with the provisions of the perniit 27 b. AlI work performed in the TxDOT right-of-way shall be performed in 28 compliance with and subject to approval fram the Texas Department of 29 Transportation 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 B. Work near High Voltage Lines Warning sign a. Provide sign of sufficient size meeting a11 OSHA requirements_ 2. Equipment opezating within 10 feet of high voltage lines will require the fallowing safety features a. Insulating cage-type of b ard about the boom or ann b. Insuiator links on the life 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 3. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1} The power company {example: ONCOR) a) Maintain an accurate lag of alI such ca11s to power company and record action taken in each case. b. Coardination with power company 1) After notification coordinate with the power company to: CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTiON SP�CIFFCATION DOCUM�NTS REPLACEMENTS AND UTILITY RELOCATTONS Revised November 9, 2011 City Project Nos. 00259, 00302, 01533 0135 T3 - 3 SPEGIAL FRQJECT PROCEDUAES Page 3 of $ 1 2 3 4 5 6 7 8 9 10 lI 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 a) Erect temporary mechanical barriers, de-energiae the linas, or raise or lawer the lines c: No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. i,onf'ined Space Entry Yrogram 1. Provide and follow approved Gonfined Space Bntry Pragram in accordance with OSHA requirements. 2. Co�fined Spaces include: a. Manhales b. Ali other confned spaces in accordance with OSHA's Pernvt Required for eonfined Spaces D. Air Pollution Watch Days l. General a. Observe the following guidelines relating to working on City construction sites on days desia ated as "AIR POLLUTION WATCH DAYS". b. Tygical 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 Cornrnission on Enviranmental Quality (TC�Q), in caordination with the National Weather Service, will issue the Air Pollution Watch by 3:OQ p.m. on the a$ernoon prior to the WATCH day. b. Requireznents 1) Begin work after 10:00 a.m_ whenever construction phasing requires the use of rnatorized equipment for periods in excess of 1 hour. 2} Hou�ever, the Contractor may begin work prior to 10:00 a.m. if: a} Use of motorized equipmerzt 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 (ITLSD}, diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents pernut on the praject the foliowing wi11 apply: a. Public Notification 1} Submit notice to City and proof af adequate insurance coverage, 24 hours prior to comrnencing. 2) Minimum 24 hour public notification in aceordance with Section O1 31 13 F. VE�ater Department Coordination 39 1. During the construcrion of this project, it will be necessary to deactivate, for a 40 period of tune, existing Iines. The Contractor shall be required to coordinate with 41 the Water Department to determine the best times for deactivating and activating 42 those lines. 43 2. Coordinate any event that will require connecting to or the operation of an existing 44 City water line system with the City's representat'rve. 45 a. Coordination shall be in accordance with Section 33 IZ 25. 46 b. If needed, obtain a hydrant water meter from the Water Department for use 47 during the life of nained project. CTT'Y OF PORT WORTH CIiAPIN ROAD AIvD CRAVENS ROAD BRiDGE STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILiTY RELOCAT30NS Revised November 9, 2011 City Project Nos. 0�259, 00302, 07533 OI 35 13-4 SPECIAL PROJEC'F PROCEDURES Page 4 of $ c. In the event that a water valve on an e�sting live system be turned off and on to accommadate the c�nstructiQn of the prajcct is required, coordinate this activity through the agpropriate City representaxive. l) Do not operate water line valves �f eacistang water system_ a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03:(Criminal lvlischie� and the Contractor will be prosecuted ta the fiall extent of the Taw. b) In addition, the Cantractor will assunne all liabilities and responsibilities as a result of these actions. �i] G. Public Notification Prior to Beginning Construction 11 l. Prior to beginning construction on any block in tl�e project, on a block by block 12 basis, prepare and deliver a notice or flyer of the pending construcrion to the front 13 door of each residence ar business that will be impacted by construction. The notice 14 shall be prepared as fol�ows: 15 a. Past notice or flyer 7 uays prior to beu�inning any construction activity on each 16 block in the project area. 17 1) Prepare flyer on the Contractor's letterhead and include the following 18 information: 19 a) Name of Project 20 b) City Project No (CPN) 21 c) Scope of Proj ect (i_e. type of construction activity) 22 d) Actual construction duration within the block 23 e) Name of the contra�tor's foreman and ghone number 24 fl Name of the City's inspector and phane number 25 g) City's after-hours phone number 26 2} A sample af the `pre-construction notiiication' flyer is attached as Exhibit 27 A. 28 3) Submit schedule showing the construction start and finish time for each 29 blocic of the project ta the inspector. 30 4) Deliver flyer to the City Inspector far review prior to distribution_ 31 b. No construction will be aliowed to begin on any block until the flyer is 32 delivered to all residents of the block. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 H. Public Notification of Temporary Water Service Interruption durin� Construction 1. In the event it becomes necessary ta temporarily shut down water service to residents or businesses during canstructian, prepare and deliver a notice or flyer of the pending interruprion to the front dc�or of each affected resident. 2_ Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary mterruptron. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the proj ect 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 pF�one number c. A sample of the temporary water service interruption notification is attached as Exl�ibit B. CITY QF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STt1NF)ARD CONSTRUCTION SPECIFICATION I}OCUMENTS REPLACENIENTS AND UTILITY RELOCATIONS Revised November 9, 2011 City Project Nos. 60?S9, 00302, 01533 01 35'13 -5 SPECIAL PRO7ECT PROCEDURES Page 5 of 8' 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 ?g d.. Deiiver a copy of the temporary interruption norification to the City inspector for review prior to being distributed. e. No intemzption of water service can occur until the t7yer has been delivered #o all affected residents and businesses. f. �lectronic versions of the sample flyers can be obtained from the Project Construction Inspector. I. 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 ail requirements set forth in each designated pernut. J. Coordination within Raikoad Permit Areas 1. At locations in the project where constn�ction activities occur in areas where railroad ; ermits are required, meet alI requirements set forth in each designated railroad permit. This includes, biit is not limited to, provisions for: a. Flagmen b. inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other empIoyees required to protect the right-of-way and property of ihe 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. Qbtain any supplemental information needed to coinply tivith the raiiroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of i�orking days tliat railroad flagmen were personnel were present on Site. 29 K. Dust Control 30 1_ Use acceptabie measures to control dust at the Site. 31 a: If water is used to control dust, capture and properly dispose of waste water. 32 b. If wet saw cutting is performed, capture and properly dispose of slurry. 33 L. Employee Parking 34 l. Provide parking f�r employees at Iocations approved by the City. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS REPLACEMENTS AIYB UTILITY RELOCATIONS Revised November 9, 2011 Ciry Project Nos. 00259, 00302, 01533 0'] 35 13-6 : SPEGL/+Z. PROJECT PROCEDURES Page 6 of$ 1 2 3 4 S 6 7 8 � 1.5 SUBIVIITTA:LS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED] 1.7 CLOSEOUT SUBMITT'ALS [NOT USEDj �.8 MALNTENANCE MA:TERIAI� SUBMITTALS [NOT USED] 1.9 QUALITY ASSITRANCE jNOT USED] 110 DELIVERY, STORAGE, AND HA.NDLING [NOT U5EDj 1.11 FIELD [SITE] CONDITIONS [NQ � USED] 1.12 WARRANTY [NOT USED] PART 2 - FRODUCTS [NOT USED] 10 PART 3- E�iECUTION (NOT USED] 11 12 13 END OF SECTION CITY OF FORT WORTH CI�Ai'IN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Reviscd November 9, 20l I Ciry Project Nos. 00259, QQ302, 01533 Ql 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 :5 6 Date: 7 8 CPN Na.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 EXHIBIT A jTo :be printed on Cantracfor's Letterhead} 14 IS rs t� THIS IS TC? INFORM YOU THAT UNDER 1� CONTRACT WfTH THE CITY OF FORT 18 �ifOFZTFi, OUi2 COMPANY rdVILL 1JVORK ON UTBLITY LINES Ohl OF2 AROUiV� YOUR 19 PROPERTY. 20 z1 CON�TRUCTION WI�L BEGIhI APt°ROXIMATELY SEVEN DAYS FROM THE D�T� 22 OF THlS N01'ICE. 23 24 1F YOl! HAVE QUESTIQ(�S ABOtlT ACCESS, SECIDRITY, SAFETY �R ANY OTHER 25 ISSUE, PLEP.SE GALL: 26 27 28 (I�IC. <CONTF�ACTOR'S SUPERINTENDENT> AT <7ELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 R�1lI OR ON WEEKENDS, PLEASE CALL (817} 392 8306 35 36 PLEASE KEEP TN/S FLYER HAIVDY WHEN YOU CALL 37 CITY OF FORT WORTH CHAPIN ROAD A.TiD CRAVENS RO.aD BRIDGE STANDARD CONSTRUCTION SPLCTFICATION DOCUtvIENTS REPLACENIENTS AND UTILiTY RLLOCATTONS Revised November 9, 2011 Ciry Project Nos. 04259, 00302, 0} 533 O13513-8 SPEGfALPROJECTPROCEDURES' Page 8 af $ 1 � EXIiIBIT B FORT WORTH e.,e- DOE MO_ XXXIC 6$roket I�eane: � r •. ' ,. � DUE TO UTILITY LMPROVENEENTS i:�T YOUR 1�iEIGHBORHOOD, YOUR WATER SERVLCE WILL BE INTERRUPTED ON BETV1'EEN THE HO�I2S OF �D IF' YOU HAVE QUESTIONS ASQL3T THIS SHUT-UUT, PLEASE CALL: MR. AT (COIVTRACTORS SUPERINTENDEIY'i') (TELEPHOI�IE Ni3MBER) �R MIZ. Ai' (CITY IiVSPECTOR} (TELEPKO�NE NU'MBER) THIS I3VCONVENIENCE WILL BE AS SHOi2T AS POSSIBLE. THANK YOU, COPiTRAC'E'OR E7 4 CITY OF FORT WORTA CHAPIN ROAD AND CR.-1VENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 2011 City Project Nos. 00259, 00302, 01533 (lI 45 23 - I TESTING AND INSPECTION SERVICES Page! of2 1 2 3 PART1- GENERAL SEC'T-I(.)N Ql 45 23 TESTIh1G AND INSPECTION SERVICE5 4 1.1 SUMMARY 5 � 5ection Includes: b l. Testing and inspection services procedures and coordinaiion 7 B. Deviatzons from this City o£Fort Worth Standard Specification " " 8 l. None. 9 10 11 12 1.2 13 14 15 16 I7 1S 19 20 21 22 23 24 25 1,3 C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Di��ision 0— Bidding Requirements, Contract Forms and Conditions of tlie Cantract 2. Division 1— General Requirements PRICE AND PAYMENT FROCEDURES A. Measurement and Payment 1. Work associated with this ltem is considered subsidiary to the various Items bid. No separate gayment will be allawed for this Item. a. Contractor is responsible for performing, coardinating, and payment of all Quality Contral testin�. b. City is responsibie for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing untii a passing test occurs. a) Final acceptance will not be issued by City untii al1 required payments far testing by Contractor have been paid in full. REFERENCES [NOT USEDj 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordii�ation a. When testing is required to be performed by the City, notify City, sufiicieiltly in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3, Distribution of Testing Reports a. Electronic Distribution 1} Confirm development of Project directoiy for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. 2) UgIoad test reports to designated project directory and notify appropriate City representatives via e�i�aii of submittal posting. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Rcvised November 9, 2011 City Pcoject Nos. �0259, 00302, 01533 0145 23 - 2 TESTING AND INSPECTiON:SERVICES Fage 2 of2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1.5 17 1.6 3) I-�ard Copies a) l copy for a11 subznzttals subxnitted to the Project Representative b. Hard Copy Distribution`(if required in lieu of electro�ic �istri.bution) 1) Tests performed by City a) Distribute 1 bard copy to the Contractor 2) Tests perfornzed by the Contractor a} Distribute 3 hard copies to City's Project Regresentative 4. Provide City's Project Re��esentative with trip rickets for each delivered load of Concrete or Lime material including the following inforn�ation: a. Name of pit b. Date af defivery c. Material delivered B. Inspection l. Inspection cr lack of inspection daes not relieve the Contractor from obligation to perform work in accordance with the Cantract Documents. SUBI`vYITTALS [NOT USED] ACTION SUBMITTALS!INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOIJ'I' SUBMI'TTf�I.,S [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT �7SED] 24 1.9 QUALITY ASSURANCE [NOT USED] Z1 1.10 I�ELIVERY, ST�RAGE, AND I�ANDLING [NOT USED] 22 l.11 FIELD [SITE) CO1�tDITIONS [NOT USEB] 23 24 25 26 27 28 1.12 VVAI2RflNTY [NOT USEDj PART 2 - PRODUCTS [NO"T' USEDj PART 3 - EXECUTION [NOT USED] END OF SEC'I`ION CITY OF FORT WORTH CIiAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S REFLACEMEIVTS AND UTILITY RELOCATIONS Rcviscd November 9, 2011 City Project Nos. 00259, 00302, 01533 OI 5400-1 TEMFORARY FAGII.TTIES AND CaNTROL,S Page 1 0€4 SECTION Ql 50 00 TBMPORARY FACILITIES Aiv-D CONTROLS 3 PART1- GENERAL C��t.Y/lul►Ti I:\:ii� 5 6 7 8 9 10 lI 12 13 14 15 16 17 18 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. Deviaiions fram this City of Fort Workh Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0- Bidding Requirements, Contract Foxms and Conditions of the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Iterns bid. 21 No separate payment will be allowed far this Item. 22 1.3 I2EFERENCES [NOT USEDj 23 1.4 A.DIVIINISTRATIVE REQUII2E&TENTS 24 25 26 27 28 29 34 31 32 33 34 35 3b 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements r�zth utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities havina jurisdiction. c. Be responsible for utility service costs until V✓ork is approved for Final Aceeptance. 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 potahle water for domestic consumption by Contraetor personnel and City's Project Representatives. c_ Coordination 1) Contaet City 1 week before water far construction is desired CITY OF FORT WORTH CHAPIN RQAD AND CRAVENS ROAD BRIDGE STANDATtD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 2011 City Project Nos. QQ259, Q0302, 01533 Ol 5.0'00 -2 TEMPnAARY FF CILTCIE$ AND CONTROIS Page2 of4 I 2 z 4 5 b 7 8 9 10 11 12 13 14 15 16 17 18 14 20 21 22 23 24 25 26 27 2$ 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 d: Contractor Payment for Constructzon Watez 1) Obtain construction water meter from Cityforpayment a� billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, inclnding testing of W ork 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service incl�des iemporary power service or generator to maintain aperations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for usz by Contractor personnel and others perfornung work or furnishing services at Site_ 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection ar completion of VVork. b. Provide temporary heat and ventilation to assure safe �vorkiug �onditions. B. Sanitary Faciiities ?, 3. l. Provide a�Id maintain sanitary facilities for persons on Site. a. Comply u�ith regulations of State and local depaz-tments of health. �nforce use of sanitary facilities by construction persannei at job site. a. Enclose and anchor sanitary faeilities. b. No discharge ��rill be allowed fram these facilities. c. Collect and stare 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. Locate facilities near Work Site and keep clean and maintained thraughout Project. 4. R�move facilities at completion of Project C. Storage Sheds and Buildings l. Provide adequately ventilated, watertight, weatherproof stozage facilities with floor above ground level for materials and equipment susceptibie to weather damage. 2. Storage of materials not susceptible to weatber damage may be on blocks aff b ound. 3. Store materials in a neat and orderly manner. a. P1ace znaterials 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 ventiiation as necessary to provide storage environments acceptable to specified znanufacturers. 5. Fill and �ade site for teznporary structures to provide drainage away from temporary and existing buildings. 6. Renaove building from site prior to Final Acceptance. D. Temporary Fencing l. Provide and maintain for the duration or construction when required in contract documents 45 E. Dust Control CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTIL]TY RELOCATIONS Rcvised November 9, 2011 City Projcct Nos. 00259, 00342, 01533 15 16 at sa ou -s TEMPORARY FACILTTIES ANB CONTROLS Page3 of4 1. Contractar is responsible for ma.intaiiiing dust conirol through the duration of tlie project: a. Contractor remains on-call at alI fimes b. Must respond in a timely manner F. Temporary Pratection of Constructio� 1. Contractor ar subcontractars are xesponsible for protecting Work from damage due to weather. IS SUBMITTALS [NOT USED] l.b ACTION SUBMITTA]LSfINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENAI�CE MA'd'ERIA� SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 I�ELIVER�', STOR4GE, ANI� HANDLIl`dG [NOT USED] 1.11 FIELD [SITE] COl`�'DITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [IVOT USED] 17 PART 3- EXECUTION [NOT USED] I8 3.1 INSTALLERS [i`dOT �JSED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPAF2ATION [NOT USEDJ Z 1 3.4 II�STALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REIPAI[Rj ! [12ESTO�TION] 25 3.6 RE-INSTALLATIOl\T 26 3.7 FLELD (ox] SITE QUALIT'Y CONTROL [NOT U5ED] 27 3.8 SYS'I'EM STARTUP (NOT USED] 28 3.9 r�DJUSTING [NOT US�D] 29 3.10 CLEANING [ilOT USED] 30 3.11 CILOSEOIUT ACTI�ITIES 3I A. Temporary Facilities CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDAAD CQNSTRUCTION SPEC[FICATION DOCUM�NTS REPLACEMENTS AND UTILITY RLLOCATIONS Rcviscd November 9, 2011 City Project Nos. 0�259, 00302, 01533 Ol SQ 00 -4 TEMPORARY FACII.ITIES AND CONTROL.S Page4 of4 1 1. Removeall temporaryfaciiities and restore area;after completion of the Work, to a 2 condi�ou equal ta or better than prior to start of Wark. 3 3.1i PRv^TECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3:14 ATTACHMENTS [NOT USED] 6 END OF SECTION CITY OF FORT WORTH CHAPIN RO.AD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUbSENTS REPLACEMENTS AND UTILITY RELQCATIONS Reviscd November 9, 201 ] City Project Nos. 00259, 00302, 01533 01 ss z6 - � STREET USE PERMIT AND MODIFIGATIONS TO TRAFFFC GONTROL Page I of3 S�CTION 0155 26 STR:EET USE PEItMIT AND MODI�ICATIONS `I'O TRAFFIC CONTROL 3 PART1- GENERAL 4 1.� SL�PvIlVIARY 5 6 7 8 9 10 11 12 I3 14 15 16 1.2 17 18 19 20 1.3 21 22 23 24 25 26 1.4 A. Section Inoludes: 1. Aaministrative procedures for: a. Street Use Permit b. Modification af approved traffic control c. Removal af Street Signs B. Deviatians from this City of Fort Worth Standard Specifcation 1. None_ C. Related Specificaiion Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. I}ivision 1— General Requirements 3. Section 34 71 I 3— Traffic Control PRIC� AND PAYMENT PROCEI?URES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separaie payment will be allowed for this Item REFE][2ENCES A. Reference Standards 1. Reference standards cited in this specification refer ta the current reference standard publislzed at the time of the latest revision date logged at the end of this specificatian, unless a date is speciiicaily cited. Z. Texas Manual on Uniform Traffic Contral Devices {TMUTCD). A.DI�IINISTY2ATIVE R�QiJIREMEli'TS 27 A. Trafiic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, grepare traffic 32 control plans in aecordance witb Section 34 71 13 and submit to City for 33 review. 34 1) A11ow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Cantrol, a City Street Use Permit is required. 37 a. To obtain Street Use Pemut, subinit Traffic Control Plans to City 38 Transportation and Public Works Department. 39 1) Allow a minimum of 5 working days for permit revie�v. CiTY OF FORT WORTH CHAPIN .ROAD AND CRAVENS ROAD $RTDGE STANDARD CONSTRUCTION SPECIFICt:TTON DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised Novcmber 9, 2011 City Project Nos. 002�9, 00302, 01533 O1S526 -2 5TREET USE PERMIT ANB'ivfODIFiGATIONS TO TRAFFIC CONTRQL _ Page 2 of 3 1 2 3 4 5 6 7 8 9 10 2) Contractor's responsibility to coardinate review af Traffic Control plans far Streef Use Permit, sucn tha.t construction is nct �elayed. C. Modification to ApprQved `Traffic Cantro� 1. Prior ta installation traffic canitrol: a. Submit revised traffic control plans tc� City �epaxrment �'�nsportaiion and Public W orks L epartment_ I} Revise Traffia Conirol plans in acc:ordance with Section 34 71 13. 2) AllQw 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. 11 D. Removal of Street Sign 12 1. If it is detemuned that a street sign must be removed for cansiruction, then contact 13 City Transportation and Public Worl�s Depart�.ent, S�ans and Markings Division to 14 remove the sign. 15 16 17 18 19 20 21 22 23 B. Temporary Signage 1. In the case of regulatory signs, replace permanent sib with temporary sign meeting requirements of t�e latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). Z. Install temporary szb before the removal of permanent sign. 3. When cons�ruction is complete, to the extent that the peimanent sign can be reinstalled, contact the City Transportation and Public Works Department, S bans and Markings Division, to reinstall the pernnanent sign. F. Traffic Cantrol Standards 24 l. Traffic Control Standards can be found on the City's Buzzsaw website. 25 1.5 5UBMITTALS (NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USEDj 28 1.8 MAINTENANCE MATERIAL SUBIVIITTALS [NOT USEDj 29 1.9 QUALITY ASSURANCE [N4T USED] 30 1.10 DELI'VERY, STORAGE, AIVD HANDLING [NOT USED] 31 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA�RRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED) 34 35 36 PART 3 - EXECUTION [NOT USEDj END OF SECTION CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 4, 2011 City Project Nos. Q0259, U0302, 01533 01 5526 -3 STREET USE PERMIT AND tvIODIFfC.4TIONS TO TRAPFIC CONTTZOL Page3 of3 Revision Log DATE NAM� SI7MMARY OF CHANGE 1. CITY OP FORT WORTH CHAP[N ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Rcvised November 9, 201 I City Project Nos. 00259, 00302, 01533 Ol 5713- i STOR.M WATER POLLUTIONPREVENTI.ON Pagcl of3 SECTIQN 015713 STORM WATER POLLUTION PREVENTION 3 FART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Starm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Speci�cation 8 l. None. 9 C. Related Speci�catian Sections include, b�rt are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forn�s and Conditions of the I 1 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Conn-ol 14 1.2 PRICE AND PAYMEN�' PROCEDURES 15 A. Measurement and Payment 16 L Construction Activities resulting in less than 1 acre of disturbance 17 a. Work assoeiated with this Item is eonsidered subsidiary to the various Items 28 bid. No separate payment will be allowed for [his Item. 19 2_ Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 OQ. 21 1.3 R.EFERENCES 22 A. Abbreviations and Acronyms 23 l. Notice of Intent: NOI Z4 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 l. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Inte�ated Storm Management (iSWM) Technicat Manual for Construction 33 Conirols 34 1.4 ADM�NISTRATIVE REQUIREMENTS 35 A. Genezal 36 l. Contractor is responsible for resolution and payrnent of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH CHAPIN ROAD Ah7D CRAVENS ROAD BRIDGE STANDARU CONSTRUCTION SPECIFiCATION DQCUMENTS REPLACEMENTS AND UTTLITY RELOCATI4NS Revised Novcmber 9, 2411 Ciry Project Nos. 00259, 00302, 01533 Oi 57 13 -2 SLORM WATERPOLLUTIQN PREVENTlON Eage 2 of 3 1 B. Construction Activities resulting in= 2 1. Less than 1 acre of distuxbance 3 a_ Provide erosioti dnd sediment control in accordance with Section 31 25 OO and 4 Drawings. 5 2. 1 to Iess than 5 acres of disturbance b a. Texas Pollutant Di�claarge Elimination System (TPDES) �eneral Constraction 7 Permit 'rs required 8 b. Complete SWPPP ixz accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstzuctian Meeting, send 1 copy to City Department �f 13 Transportation and Pubtic Works, Environmental Division, (817) 392- 14 6088. 15 2 j Provide erosion and sediment control in accordance �vith: 16 a) Section 31 25 00 17 6) Th� Drawings ig c} TXR150000 Genez-al Permit 19 d) SWPPP 2Q e) TCEQ requirements 21 3. 5 acres ar more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES} Genei�al Constnzctzon 23 Permit is required 24 b. Complete SWPPP in accorrlance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign andpost at job site 27 b) Send copy to City Departtnent of Transportation and Public Worlcs, 2g Environmental Division, (817} 392-6088. 29 2} TCEQ Notice of Change required if making changes or updates to NOI 30 3} Pravide erasion and sediment control in accordance with: 31 a) Section 3I 25 00 32 b) The Drawings 33 c) TXRI50000 Generai Pernut 34 d) S WPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout reqtiirements of 3� TCEQ have been met a TCEQ I`Totice of Tei7nination can be submitted. 3g a) Send copy to City Department of Transpartation and Public W"orks, 3g Bnvironmental Division, (817) 392-6088_ 44 1.5 SIJBIV�ITTALS 41 A SWPPP 42 1. Submit in accordance ��ith Section O1 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meetu�g, submit a draft copy of SWPPP to the City 44 as follows: 45 1} I copy to the City Project Manager 46 a) City Froject Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review 4g B. Modified SWPPP CITY OF FORT WORTH CHAPIN ROAD t�ND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLAC6MENTS AND UTILITY RELOCATIQNS Revised November 9, 2011 Cicy Project Nos. 00254, 00302, 01533 OI 57 13 -3 STORM V✓ATER POLLUTION PREVEIVTION Page 3 of 3 1 1. If the'SWPPP is revised_during sonstruetiony resubrnit modified SWPPP to the City 2 in accordance with Section Ol 33 00. � 1.6 ACTION SUB1VIiTT.ALS/INFOR.IVIATIONAL SUBMITTALS [NOT USED] 4 1.� cLo��f2iTT SUSMITT�.;�� [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURhIVCE [NOT USED] 7 1.10 D�LIVERY, STORAGE, AND HANDLING jNOT USED] 8 1.11 FIELD [SI`iEj CONDITIONS [NOT US1�D] 9 1.12 WA,KR.ANT�' [NOT USED] IO PAR'I' 2- PRODUCT5 [NOT USED] 11 PART 3 - ��ECUTION [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUNIMARY OF CHANGE CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFtCATTON DOCUMENTS REPLACEIv1ENTS AND UTILITY RELOCATIONS Revised Noveinber 9, 2011 City Project Nos. 40259, 00302, 01533 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 015813 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 ZS 26 27 28 29 3Q 31 1.1 SUIVIMARY A. Section Includes: L Temporary Project Signage Requirements 3. Deviations from this City of Fort Worth Standard Speci�ication l. None. C. Related Specification Sections include, but are not necessariiy limited to: 1. Division 4— Bidding Requirements, Contract Fonns and Conditions of the Ccntract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measureinent and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment wili be allowed for this Itern. L3 REFERENCE5 (NOT USED] 1.4 ADIVITNISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [N4T USED] 1.6 ACTION SUBMITTALS/iNFOR���ATIONAL SUBli'iITTAI.IS (NOT USEDJ 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAi1NTENANCE MATERdA1L SUBMITTALS [NOT USED] 1.9 QUALiTY ASSURANCE [NOT USED] 1.10 DELIVER�', STORAGE, AND I�r�NDLING [NOT USEI)j l.11 FIELD [SITE] COl�'I}ITIONS [NOT US�D] 1.12 WARRAI�TY ['vOT US�D] PART 2 - PRODUCTS 2.1 OVV6'l�ER-FURNISH[ED [oR] OWNER-SUPFLIEDPRODUCTS [NOT USED] 2.B EQUIPMENT, PRODUCT TYP'ES, AND MATERIAI.S A. Design Criteria 1. Provide free standing Project Designatian Sign in accordance with City's Standard Details for projeet signs. CITY OF FORT WORTA CHAPIN ROAD AND CRAVENS ROAD BR[DGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 201 I City Project Nos. OQ259, 00302, 01533 oi ss r3 -2 TENfPdRARY PROJECT SIGNAC�E Page 2 of 3 1 B_ Materials 2 1. Sign 3 a. Constructed:of 3/4-inch fir plywood, grade A C(exterior) or better 4 2.3 ACCESSORIES [NOT USEDJ 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 8 9 10 11 12 13 14 15 i6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USEDJ 3.2 EXAMLNATION [NOT USEDj 3.3 P1�PA.RATION (NOT USED] 3.4 INSTALLATION A. General l. Provide vertical instaliation at extents of project. 2. Relocate sign as needed; upon request of the City. B. Mounting options a_ Skids b_ Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USEDj 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oa] SITE QUALIT�' CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING (NOT USED] 31Q CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PR4TECTIflN [NdJ�T USED] 3.13 1ViAINTENANCE 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 CHAPIN R�AD AND CRt1VL-NS ROAD BRIDGE STANDARD GONSTRUCTION SPECIFiCATION DOCUMENTS REPLACEMENTS AND UTILI"I'Y RELOCATIONS Revised Novcmbcr 9, 201 I City Project Nos. 00259, 00302, Q1533 -01 3813 -3: TEMPdAARI= PROJECf SIGNAGE Pagc 3 of3 r Revision Log DATr NAIVIE SUMMARY OF CHANGE 2 CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD B1tIDGE STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS REPLACEMENTS AND UTTLITY RELOGATCONS Revised November 4, 2011 City Project Nos. 00259, 00302, 01533 O1b000-1 PRODUGT REQtJIREMENTS Page;1 of2 S�CTION Q1 60 00 PRODUCT` REQUTREMENTS 3 PART 1 - GENERA�i., 4 1.1 SUMMA.RY 5 A. Seetion Includes: 6 1. A listing of the approved products for use in the City 7 B. Deviations fram this City of Fort Warth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily Iimited to: 10 1. Di:�ision 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Divisian 1— General Requirements 12 1.2 PRICE AND PAYMENT PR�CEDURES [NOT USED] 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 ?� ?g 29 30 31 32 33 34 1.3 REFERENCES [NC1T US�I7�] 1.4 ADNIINISTRATIVE REQUIREMENTS A. A list of City approved products for use is attached �o this Section. B. Only products specif�ically included on City's Standard Product List in these Contract Docurnents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allo��ed for use upon specific approval by the City. C. Any specific product requirements in tt�e Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow produets to be used for certain proj ects even though the product is listed on the City's Standard Product List. D. Although a speci�c product is included on City's Standard Product List, not al1 products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 Od for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFOItMATIONA][. SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMiTTALS [NOT USED] 1.8 1VIAINTENANNCE MATER�AI. SUBNI�T`TALS [NOT USE1D] 1.9 QUALITY ASSURANCE [NOT US]ED] 1.10 I3ElLIVERY, STORAGE, �1ND H�NI}LING [NCDT USED] CTTY OF FORT WORTH CHAPQ�' ROAD AND CRAVENS ROAD BRIDGE STANDARD CdNSTftUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RL-LOCATIONS Revised November 9, 2011 City Project Nos. 00259, OQ302, 0 F 533 az 6a ao - z PRODUCT REQUIREMEI�TS Page2 of2 l.11 FIELD [SITE] CONDITIONS jN�T USED] 2 :1.12 Wt�RR.ANTY [NOT USED� 3 PART 2- PRODUCTS {NC}T USEDI 4 PART 3- EXECUTION [NOT USED� 5 END O�' SECTION 0 Revision Log DATE NAMfi SUMIvIARY OF CIIf1NGE CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROr1D BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPbACEMENTS AND UTILITY RELOCATSONS Revised Novzmber 9, 24 i i City Projcct Nos. 00254, 00362, 01533 01��66 U4 -1� FRdDUCT STORAGE AND HANDLING REQUIREMENTS Page1 of4 1 2 SECTION Ol 66 40 PRODUCT STORAGE ANiD HANDLING REQUIREMENTS 3 PART1- GENERAL 4 5 6 7 8 9 IO II I2 13 14 15 16 17 13 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3� 35 l.i SUMMARY A. Section Includes; 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handiing b. �xposure to elements or harsh environments B. Beviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, hut are not necessarily Iimited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements L2 PRICE AND PA�'MENT PROCEDURES A_ Measurement and Payment 1. Work associated with this Item is considered subsidiary to the variaus Items bid. No separate payment will be allowed for this Item. 1.3 RE]FERENCES [NQT USED] 1.4 ADIVIINISTRATIVE REQUIREIVIENTS [NOT USED] 1.5 SUBMITTALS [NOT USED} 1.6 ACTION SU�NIITTALS(INFORMATIONAL SUSMITTALS [NOT USED] 1.7 CL(aSEOUT SUBMITTALS jNOT USEDJ 1.8 MAINTEN_ANCE MATERIAL SUBMITTALS (NO'T USED] 1.9 QUALITY ASSU�2AIVCE [NOT US]ED] 1.10 DELIVERY ANID H�►NDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required ta allow timely installation and to avoid grolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended peiiods of time on the Site for personnel or equipment to receive the delivery. 4. Deiiver products or equipment in manufacturer's original unbroken cartons or other containers designed and coi�structed to protect the contents from physical or environmental damage. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARll CONSTRUCTION SPECIFICATI�N DOCUMENTS REPLACEMENTS AND CJTILITY" RELOCATIONS Revised November 9, ZQ 1] City Project Nos. 00259, �4302, 01533 01 66 00 - 2. PRODUCT STORAGE AND FIANDLING REQUiREMEN'TS Page2 of4 I 2 ✓ 4 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructians for storage and �andling. B. Handling Requirements i. Handle products or equipment in accordance with tllese Contract Dacuments anu manufacturer's recommendations' and instructions. C. Storage i2eqnirements 1_ Store materials in accardance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary piovisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporateti into Wor� to prevent daznage 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 cantractors, public travel, adjoining owners, tenants and occupants. a. Anange storage to provide easy access for inspectio� 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 ��equate. 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 pu�poses without written permisszou of owner or ather person in possession or control of premises. 7. Store in manufaciurers' 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 ather impravements to satisfaction of City's Project Representarive. a. Total lenb h which materials may be distributed along rouke af construction at one time is 1,Q00 linear feet, unless otherwise approved in writing by City's Project Representative. CITY' OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRLDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMEN�'S RGPLACEMENTS AND UTILITY RELOCA'CIONS Revised November 9, 2011 City Projccc Nos. 00259, 00302, 01533 Ol bb 00 -.3 PROIIUCT'STORAGE ANff HANDLING REQUIREMENTS Page 3 of4 1 1.11 FIELD [SITE] CONDITIONS [N4T USEDj 2. 1.12 W�RA1vTY jNOT U5ED] 3 PART 2,- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 I3 14 IS 16 17 18 19 ao 21 22 23 24 25 26 27 28 �� 30 3.1 INSTALLERS [NOT US�B] 3.2 E�:AlYIINATION [NOT USED] 3.3 PREPARATION [NOT USED) 3.4 EI�EC'h"ION [N4T US�D] 3.5 I2EPAIR / RESTORATI(3N [NOT USEDj 3.6 RE-INSTALLATION [NpT USED] 3.7 �'IELD (oR] SgTE �UAiLiTY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading_ B. Non-Conforming Work l. Reject a1I products or equipment tha.t are damagecl, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STAI�TUP jNOT USED] 3.9 ADJUSTING [NOT [15EB] 3.10 CLEANING [NOT USED) �.I1 CLOSEQUT AC�'IVITIES [1V�o� usEn� 3.12 PROTECTION A. Protect all products or equipment in accordance «�ith manufacturer's «�itten directions. B. Store products or equipment in location to avoid pbysical dama�e to items while in storage. C. Proiect equipmeni from exposure to elements and keep thoroughly dry if required by the manufacturer_ 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHNiENTS [NOT CJSEDj END OF SECTI�N CITY OF FORT 1�'ORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECiFICATION DOCCTMENTS R�PLACEMENTS AND UTIT.ITY RELOCATIONS Revised November 9, 2011 City Project Nos. 00259, OQ302, OI533 01 66-00 -4 PRODUCT STORAGE AND HANDLING REQUIRENIENTS Page 4 of 4 Revision Log DATE NAME' SUMM[ARY �F CHANGE CITY OF FORT WORTH CAAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Rcvised November 9, 2611 City Projcct Nos. 00259, d03Q2, 01533 ��at �i�z3 - i GONS'IRUCTION STAKiNG AND SURVEY Page i of 4 1 2 3 PART1- GENERAL 4 1.1 SUMIVIARY SEGTION 01 7123 CONSTRUCTION STAKING AND SURVEY 5 A. Section includes requirements for constructron staking and surveying. 6 B. Deviations from City oi �'ort Worth Standards 7 1. I 2.A.2 8 2. 3.4 9 10 1t 12 13 1_2 i4 15 16 17 18 19 ?p 21 ?2 23 24 1.3 25 2b �7 ?g 29 3� 33 32 33 34 35 36 37 38 39 C. Related Specification Sections inciude but are not necessarily limited to 1. Division Q- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. P�CE AND PA�'IIVIENT PRQCE�LTRES A. Measurement and Payment 1. Construction Staking a. Work associated with this item is considered subsidiary to the various items bid. No separate pa}nnent will be allowed for this item. 2. Construction Survev a. Measurement 1) Measuremert for this Item ��vill be b�p sum. b. Pa.� 1) The work performed and rnaterials furnished in accordance with this Item will be paid for at the luinp sum price bid for Construction Survey. REFERENCES [NOT USED] 1.4 AD10�IINISTRATiV� REQLT�El!'IEN�'S A. Construction Stakes 1. Construction s�aking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Canstruction Staking. 3. General a. It is the Contractor's responsibility to coordinate staking such that construction activities are not deIayed or negatively impacted_ b. Contractor is responsible for preserving and maintaining stakes furnished by City. c. If it is opinion of the City, that a su�cient number of stakes or markinas have been lost, desiroyed, or disturbed, such that the contracted work cannot take place, then the Contractor will be required to pay the City for new staking with a 25% ma.rkup. CITY OP FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFTCATION DOCUMEI��`I'S REPLACEMENT5 AND UTILITY RELOCATIONS Revised November 9, 2U 1 l City Project Nos. 00259, 00302, 01533 oi��z�-2 CONSTRUCTION STAKING t1ND SURVEY Page 2 of 4 1 2 1) The cast'for staking wili be deducted from the payment due to the Contractor for the Project:. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section OI 33 QO Submittal Procedures. 5 1. All submittals shall be approved by the Engineer or the City prior to deiivery. 6 1.6 ACTION SUSMITTALSiINFORMATIONAL SUBMITTALS 7 8 9 10 11 12 13 14 �.7 A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in ccnformance or non-conformance with rEquirements of the contract documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality C�ntrol Submittals 1. Documentation verifying accuracy of feld engineering �vork. CLOSEOUT SUBNIITTALS [NOT USED] 15 1.8 MAINTENANC� MATEItIAL SUBMITTALS [NOT USED] 16 1.9 QUAI.ITY ASSUP2ANCE 17 A. Use adequate numbers of skilled warkmen who are thoraughly trained and experienced i 8 in the necessary crafts and who a.re campletely famiiiar with the specified requirements 19 and the methods needed for proper performance of the Work. 20 1.10 DELIVERY, ST4RAG�, AND HAI�DLING [NOT USED] 21 22 23 24 �� 26 1.11 FIELD [SITE] CONDITIONS [NOT USEDj 1.12 WARI2A.NTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 Il�TS'I'A_I.,LEIZS [NQ'� USEI)] 3.2 EXAMINATION [IVOT USE�j 27 3.3 PR]EI'AIZATION 2S A. Verify Iocation and protect contro] points before commencing work. 29 B. Notify City's Project Representative immediately of any discrepancies discovered. 34 3.4 APPLICATION 3 ] A. Construction Survev 32 1. Verify that control datum for s�u-vev established bv pravided survev as indicated on 33 Drawin�s remains. CITY OF FORT WORTH CHAPiN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTIdN SPECIFICATION DOCUMENTS REPLACEMENTS AND UTtLITY RELOCATIONS Revised November 9, 201 i City Project Nos. OQ2�9, 00302, 01�33 01 71 23: - 3 CONSTRUCTION STAKING ANII SURVEY Page: 3 of 4 i a. Infarm Citv's Project �epresentative in advance of tirne at;wl�ich horizontal 2 and vertical control points will be established so verification deemed necessary_ 3 � City's Project Representative ma�be done with minimum inconvenience to 4 Citv and:minimum delay to Cc:�tractar. 5 b. Notifv Ci 's Pro'ect i Representativa of need for restoration ar for relocation of 6 reference_points_due ia chan�es ir. �rade or otherxeasons. 7 c. Keplace permanent reterer 8 additional cost to the Ciiv. 9 2. Project Record Survev 10 a. Maintain complete and accurate lo� of control and survey Work as it 11 praeresses Includin� but not limited to the followin� items: 12 1} All: Rim and t7owline elevatians and coordinates for each manhole or 13 iunctian structure 14 2) Water Lines: Top of �ipe elevations and coordinates at the followin�- I S intervals; l6 a} Every 250 l�near feet 17 b) Horizontal and vertical points of inflection, ctirvature, etc_ (all fittin�s) 18 c} Cathodic Projection test stations 19 d} Samplin� stations 20 e} Meter boxes/vaults (all sizes� 21 f} Fire iines 22 g) Fire h dy rants 23 h) Gate Valves 24 i} PIu�s, Stubouts, Dead-end lines ZS j) Air release valves (Manhole rim and Vent pipe) 26 k) Blow off valves fManhole rim and Valve Lid) 27 1} Pressure Plane Valves 28 m} Cleanin� R'ves 29 n) Casing Pipe (each eud} 30 3) Storm Se��er Lines Top of �ipe elevations and coordinates at the 31 following intervals: 32 a) Every 2501inear feet 33 b) Horizontal and vertical points of inflection, curvature, etc. 34 4) Sanitary Sewer Lines: T� of �ipe elevations and coordinates atthe 35 followin� inteivals: 36 a) Every 250 linear feet 37 b) Horizontal and vertical points of itZflection, curvature, etc. 38 c) Cleanouts 39 b. Upon completion of Project Record Survey, provide City with digital GIS file 40 of all required attributes for review. 41 42 43 411 45 46 47 48 49 3. Control of Line of Grade a. Maintain complete and accuraie lo� of control and survey work associated with meetin� or exceedin� the line and grade required by these Specifications. b. Confirm that all established benchmarks and control points provided for the Contractor's use are accurate. 1) Use these benchmarks to furnish and maintain all reference lines and �rades for tunnelin�. 2) Use lines and grades to estabiish the location of the pipe usin� a Iaser or theodolite �uidance system. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS REPLACEiV1ENTS AND UTILITY RELOCATIONS Revised November 9. 2011 Ciry Pcoject Nos. 002�9, 00302, 01533 A1 7223-4 CONSTRUGTION STAKING AND SURVEY Page 4 of 4 1 2 3 4 5 6 7 8 9 14 11 12 13 3) Submit to the Citv copies of field nates used to establish all lines and �rades and allow the City to check guidance system setup prior to be i�nnin�:each tunnelin d�rive_ 41 Provide access for the Citv to verifv the �uidance s�tem and the line and grade of the carrier �ipe on a dailv. 5} The Contractorremains fullv res�onsibie for the accuracv of the work and the correction af it, as required. 6} Monitor line and grade continiiously durin construction_ 7} Record deviation with respect to desi�n line a:nd grade once at each pipe joint and submit dailv records to Citv. 8} If ihe installation does not meet the specified tolerances. immediatelv notifv the Citv and correct the installation in accordance with the Contract Documents. 14 3.5 [REPAIR] / [RESTORATION] [N4T USEDj 1� 3.G I2E-II+�STALLATION [NOT USEDj 16 3.� FIELD [ox] SITE QUALITY CONTROII 17 A. Preserve permanent reference points during progress of the work. 18 B. Do not change or relocate reference points without approval from tlie City. 19 C_ Utilize recognized engineering survey practices. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 AD.i�JSTING (NOT USED] 22 23 24 25 26 27 28 29 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PR�'I`ECTION [NOT USED] 3.13 11�IAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT CTSED] END OF SECTION CITY QF FQRT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATTON DOCUIvI�NTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 20l 1 City Project Nos. 00259, 00302, 41533 01 74 23 -1 CLEANTNCi Pagcl of4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 SECTIqN 0174 23 CLEANING A. Section Includes: 1. Intermediate and final cleaning fo� VVork not including special cieaning of closed systems specified elsewhere B. Deviations `from thrs City of Fort Worth Standard Specification 1 _ None. C. Related Specifieation Sections include, but a�-e not necessarily limited to: 1_ Division 0— Bidding Requirements, Contract Forzns and Conditions of the Contract 2. Division 1— Generat Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYIVIENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid 17 No separate payment wili be allowed for this Item. 18 1.3 REFER�NCES [NOT USEI?j 19 1.4 ADIVIINiSTRA'I'IVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newiy painted surfaces. 23 2. ScheduIe final cleaning upon completion of Worlc and immediately prior to fmal 24 inspectiorL 25 1.5 SUBMITTALS [NOT USEDJ 26 1.6 ACT10N SLIBMI�'�ALS/INFOR�I<4'Y'I�N�L sUB1�lI`TTALS [NOT USED) 27 1.7 CLOS�I�UT SUBMITTALS (NOT USED] 28 1.8 MAINTENANCE iV�TERIAL SiJ�iVIITTALS [NOT USED) 29 1.9 QUALITY ASSUItANCE [NOT YJSEDj 30 1.10 STORA�E, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cteaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAI? BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACENIENTS AND UTiLITY RELOCATIONS Revised Novembcr 9, 20ll CitY Project Nos. U0259, 00302, 0 t 533 Ol 74 23 —Z CLEANING Page2:of4 1 1,11 FIELD [SITE] C4NDITIONS [NOT USED] 2 1.12 WARRA.NTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [Nf7T USEDj S 2.Z MAT�'I2IALS 6 A_ Cleauing Agents 7 l. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 1Q a. Material recommended by lnanufacturer 11 2.3 ACCESS�RIES [NOT USED] 12 2.4 SOURCE QUALITY C�NTR4L [NOT US1ED] 13 PART 3 - EXECiTTION 14 3.1 �"ISTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREFARATION [NOT USED] 17 3.4 APPLICATION [NOT USEDj 18 3.5 REPAIR 1 RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USEDj 20 3.7 I'IELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USE1Dj 23 3.10 �I,EANillri G 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions_ 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile �vastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an apgroved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. 33 6. Handle materials in a controlled manner with as few handlings as possible. C[TY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUIvIENT5 ftEPLACEMENTS P.bID UTILITY RELOCATIONS Reviscd Navember 9, 201 ] Ciry Project Nos. 00259, Q0302, 01533 01 74 23 - 3 CLEAAIING Page 3 of4 7. Thoroughly clean, sweep, r�vash and polish ail Vi�ork and equipment assoc�ated v:r�th this project. 8. Remove all signs of temporary constructicn and activities incidental ta construction of required permanent Work. 9. If project is not cleaued tathe safisfaction of the City, the City reserves therighf to have the cleaning completed at the expense of the Coniractar: 10. Do not burn on-site. 8 9 IO I 1. 12 13 14 15 16 17 rs 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �4 B_ Intermediate Cleaning during Construction 1. � c;ep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maxunum weekly intervals, dispose of waste inaterials, debris and rubbish_ 3. Confine construction debris cll�ily in strategically located container(s): a. Caver to prevent blowing by wind b. Store debris away from construction or operational aeeivities c. Haul from site at a minimum of once per week 4. Vacuum clean interiar areas when ready to receive finish painting. a. Continue vacuuxn cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storn� evenis, thoroughly clean site of all loose or unsecured items, �vhich xnay become airborne or transported by flowing water during the storm. C. Interior Final Cleaning l. Remove grease, rnastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fi7cture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear slune. 5. Ventilating systems a. C1ean 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. b. Replace all burned out lamps. 7. Broom clean pracess area floors. 3. Mop office and control room floors. D. Exterior (Site or Right of Wayj Final Cieaning 1. Remave trash and debris containers from site. a. Re-seed areas disturbed by locatioii of tr�sh and dehris 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, bue not liinited to, vaults, manboles, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upan approval by City, remove erosion control from site. 5. C1ean signs, lights, signals, etc. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD SRIDGE STANDltftD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised Novemher 9, 2017 City Projcct Nos. 00259, 00302, 01533 01 74 23 - 4 CI:EANING Page 4 0€4 1 3.11 CLOSEOUT' ACTIVI-PIES jNOT USED] 2' 3.12' PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USEDj 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OP CHANGB CITY OF FORT WORTH CHAPIN ROAD ANB CRAVENS RO AD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELC�CATIONS Rcviscd November 9, 2011 City Project Nos. 00259, D0302, 01533 017719-1 CLOSEQUT REQUIREMENTS Page 1 of3 SECTION Ol �719 CLOSEOUT REQUIEZEMENTS 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b PAI2T l - GEN�RAL l.l SUMMARX A Section Includes: l. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specificatron 1. None_ C. Related Specification Sections it�clude, but are not necessariiy limited to: l. Division 0— Bidding Requirements, Contract Fonns and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Iteni is considered subsidiary to the various Items bid. No separate payment will be ailcNed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADIVIINI5TItATIVE REQUIREMENTS A. Guarantees, Boncl� 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 spzcified are satisfactoriiy filed with the City. B. Release of Liens or Claims l. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to th.e City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS RQAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATTONS Revised November 9, 2011 City Project Nos. 00259, 60302, 0 t 533 01 �77 l9 -2 CLOSEOUT REQUIREMENTS Pagc 2 of 3 1 2 3 4 1.6 INFORMATIONAL SLIBMITTALS [NOT USED] 1.7 C�.GSEOUT SUBIVIITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USEDJ fi] 3 3.3 PREPARATION [1�10T USED] 3.4 CLOSEQUT PROCEDURE 9 A. Prior to requesting Finai Inspection, submit: 14 1. Project Record Documents in accordance i��ith Section O1 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 12 B_ Prior to requesting Final Inspection, perform final cleaning in accozdance with Sectian 13 O1 74 23. 14 15 Ib 17 18 19 24 21 22 23 24 25 2b 2� 2$ 29 30 31 32 33 34 35 3b 37 38 39 C. Finallnspection l. After final cleaning, pravide notice to the City Project Representative that the Work is campleted. a. The City will make an initial Final Inspection tivith 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 �Vorl: is defective or incomplete. 2. Upon receiving �vritien notice from the Ciiy, immediately undertake the Work required io remedy deficiencies and complete the Worlc to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's tivritten notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Conh-actor, will make a subs �uent Final Inspection of the project. 4. Provide a11 special accessories required to place each item of equipment in full operation. These special accessory items include, but are not Iimited to: a. Specified spare parts b. Adequate oii and d ease 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 exgendable items as required for initial start-up and operation of all equipment D. Notice of Project Completian CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRLICTION SPEC[F1CAT(ON DOCUM�NTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 20I 1 City Project Nos. 90259, 00302, 01533 1 2 3 4 5 6 7 8 9 10 11 I2 I3 I4 1� 16 17 1� 19 20 21 22 23 24 25 26 27 23 O1 77 14 -3 CLOSEOUT REQC7llZEMENTS Page 3 of 3 L Once the City Projeet Representative finds tne Wo�k subsequent to ��na1 Inspeetion to be satisfactary; the City will issue allotice of Project-Completian (Green Sheet). E. Supporting Documentation 1. Coordinate with the Ciry Project Representative to complete fhe failowing additional forms: a. Final Payment Request b. Stater.lent of Contract Time c. Affidavit of Payment and Reiease of Liens d. Consent of Surery to Final Payment e. Pipe Report {if requixed j f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Aceeptance 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 / R�STORATION [NQT USELD] 3.6 RE-Il'�11STALLATICPN [NOT USED� 3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED] 3.8 S'i`STEM STARTUP [NOT iTS�D] 3.9 AD3USTING [NO'r USEDj 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITiES [NOT �JSED] 3.12 PROTECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.i4 ATTACHMENTS (NO'I' USED] END 4F SIECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS RO�D BRIDGE STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS EtEPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, Z011 City Project Nos. d0259, 00302, 01533 Ol 78 23 -1 OPERATION AND MAINTEAIANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AN� MAINTENANCE DATA 3 P�ORT l - GElVERAL 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 2? 28 29 30 31 32 33 34 35 36 37 1.1 SUMMARY A. Section Includes: 1. Product data and related infarmatian agpropriate for City's main#enance and o�eration of products furnished under Contract 2. Such products may include, but are not limited to: a. Tra�c Controlters b. Irrigation Controilers (to be operated by the City} c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are nat 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 PROCEDUR.ES A. Measurement and Payznent 1. Work associated �vith this Iiem is considered subsidiary to the various Items bid No separate payment will be allowed far this Item. 1.3 REFERENCE5 [NOT USED] 1.4 AI)MINISTRATIVE REQUIREIO�IENTS A. Schedule 1. Submit manuals in final form to the City �vithin 30 calendar days of product shipment ta the groject site. 1.5 SIJBNIITT'ALS A. Submittais shall be in accordance with Section O1 33 00 Submittal Procedures. All submittals shall be approved by �he City prior to deLivery. 1.6 INFOiZM:ATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8%z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH CHAP[N ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFiCATiON DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised Novcmber 9, 2Q l i City Project Nos. 00259, 00302, 01533 01 78 23 - 2 OPERATiON AND MAINTENANCE DATA Pagc2 of5 9 1Q 11 12 13 14 15 a. D��� l) Pravide reinforced puncked binder tab, bind in with text 2) Reduce larger drawings and fold to size of fext pages. e. Proyide fly-leaf for each separate praduct, or each piece of operati.ng equipment. 1} Provide typed description of product, and znajor component parts of equipment. 2) Provide indexed tabs. f. Cover 1} Identify each volume with typed or printed title "�PERATING AND MANTENANCE INSTRUCTI�JNS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity ef generai subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple hinders are used, correlate the data inta related consistent 19 �oupings. 20 4. If available, provide an electronic form of tbe O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: z6 1) The name, address and telephone number of the subcontractor or installer 27 2) A Iist of each product requn-ed to be included, indexed to content of the 2g volume 29 3} Identify area of responsibility of each 30 4) Local �ource of supply for parts and replacement 3� d. Identify each product by product name and other identifyin� symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b_ Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) ClearLy identif}% data applicable to installation 3g 3) Delete references to inapplicable information 39 40 41 42 43 44 4S 46 47 48 3. Drawings a. Supplement product data vvith drawings as necessary to clearly illustrate: 1} Relations of component parts of equipment and systems 2} Control and flow dia�rams b. Coordinate drawings with information in Project Record Documents ta assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to suppiement product data for the particular installation: a. Orgaruze in consistent forinat under separate headings for different procedures. b. Provide Iogical sequence of instructions of each procedure. CITY OF FORT WORTH CHAPIN ROAD F,ND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMEDITS AND UCILITY RELOCATIONS Revised November 9, 20 ( I City Projcet Nos. 00259, Q0302, 01533 Ol 78 23 - 3 OPERATION AND MAINTENANCE DATA Pagc3 of5 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 5 6 7 8 9 10 II 12 13 14 I5 16 �: Manual for Materials and Finishes l, Submit S copies of complete manual in final form. 2. Content, for arclaitecturai products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation far types of cleaning agents and met�ods 7_) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2} Chemical composition 21 3) Details of installation 22 b. Tnstructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 2� 2) Performance cuives, engineering data and tests 29 3) Complete nomenclature and comrnercial number of repiaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating 'vastnrctions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1 } Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 £ Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recorrunended to be stocked as spare parts 46 g. As instailed control diab arns by controls manufacturer 47 l�. Each contractor's coardination drawings 48 1} As installed color coded piping diagrams CITY OF FORT W�RTH CHAFIN ROAD AND CRAVENS ROAD BRIDGE ST.ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised Novcmbcr 9, 2011 City Projcct Nos. 00259, 00302, 01533 Oi 78 23 -4 OPERATION AND MA.INT`ENANCE DATA Page 4 of 5 2 3 4 5 6 7 8 9 10 li 12 13 14 15 16 17 18 19 za 21 �2 23 24 25 26 27 i. j. k. Charts of valve tag: numbersy withlocation and fumctian ot ea.ch valve List of original manufacturex's spare parts, manufacturer's currenf prices, and recommended quanritzes to be maintained in storage Other data as required under pertinent Sections of Speeifi�ations 28 29 3. Content, for each electric and eleclxonic system, as appropriate: a. Description of system and componenE parts l) Function, narznal operating characieristics, and limiting conditions 2) Periormance curves, engineering da.ta and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrica� service 2) Contr ois 3) Communications c. As installed colar coded wiring diagrams d. Operating procedures 1) Routine and normal operatin� instructions 2) Sequencesrequired 3) Special operating instructions e. Maintenance procedures 1) Routine operatior.s 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance insri-uctions g. List of original mznufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATEItIAL SUBMITTALS [NOT USED] 32 19 QUALITY ASSUILINCE 33 34 35 36 A. Provide operation and maintenance data by personnel with the following criteria: l. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent requn-ed io communicate essez�tial data 3_ Sicilled as draftsman competent to prepare required drawings CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Reviscd Navember 9, 2011 City Project Nos. Q0259, 003d2, 01533 ba �s z3 - s viBRATION ANI} MAINTENANCE DATA Page 5 of 5 1 I:It} DELI'YERY, STORAGE, AND HANDLi1�7u'[N�T USED] 2 1.11 FIELD [SITE] CONDTTIONS [NOT USED] 3 1�12 WA,RRANTY [NOT USED] 4 PART 2— PRODUCTS (NOT USED] 5 PART 3— EXECU'TION [NOT USED] d 7 � END OF SECTION Revision Log DATE NAME SLrMMARY OF CI-IANGE CITY OF FORT WORTH CHAPCN ROAD AND CRAVENS ROAD BRIDGE ST4NDARD CONSTRUCTION SPECIFICATTON DQCUMENTS CZEPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 20 i 1 City Project Nos. 00259, 00302, O I533 417839-I PROTECT RECORD DOCUMENTS Page 1 of4 SECTIOI�10178 39 PROJECT RECORD DOCUMENT� 3 PARTI- GENERAL 4 1.1 STJIVIMA.RY 5 A. Section Includes: 6 I. Work associated with the documenting the project and :ecording changes to praiect 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports i0 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specificatian 13 l. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirements, Contract Fortns and Conditions of the Contract 16 2. Division 1— General Requirements 1� 1.2 PRICE ANi7 PAYl�'iENT PROCEDtiRES I8 19 20 21 22 A. Measurement and Payinent 1. Worlc 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 R�QUIREMENTS [NOT USEDj 23 1.5 SUSMITTALS 24 A. Prior to submitting a request for Final Inspeciion, deliver Project Record Documents to 25 City's Project Representative. 26 �.6 fLCTION SLTBiVIITTALS/IN�ORMATIONAL SUBNFITTALS [NOT USED) 27 28 4.7 CLOSEOUT SUBIYiITTALS (NO'I' USED] 1.8 Il�IAINTENANCE IVgATERIAL SUBMITTALS (1�T0'I' USED] 29 1.9 QUALITY ASSURA.NCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet af Drawings and 33 other pocurnents where such entry is required ta show the change properly. 34 2_ Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the agproved Project 36 Record Documents. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BR[DGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILI►'Y RELOCATIONS Reviscd November 9, 2011 City Project Nos. dQ2S4, 00302, 01533 Ol 78 39 -2 PTtOJECT RECORi} DOCUMENTS Page 2 of4 1 3. To facilitate aecuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide faetual information regarding all a.spects of the Work,'�oth concealed and 4 visible, to enable future modification oi the Work to proceed without lengthy and 5 expensive site measurement, investigation and examinat�on. 6 l.l� STORAGE AND IiANDLING 7 8 9 LO ll 12 �3 14 IS �� A. Storage and Handling Requirements l. Maintain the job set of Record Documents completely protected from deterioration and from loss and dannage 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 originaU.y required by the Contract Documenis. 1.11 FIEI�D [SITE] CONDITIONS [NOT USEDJ 1.12 WARRAIVTY [NOT USED] I7 PART 2 - PRODUCTS IS 2.1 OWNER-FURNISHED (ox] ��tER-SUPPLIED PIPODUCTS [NO'I' USED] 19 20 Z1 22 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receigt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Cantract. 23 B. Final Record Documents 24 1_ At a time nearing the completion of the Wark and prior to Final Inspection, provide 25 the City 1 complete set af all Fznal Record Drawings in the Contract. 26 2.3 ACCESSORIES [N�T USEDj 27 2.4 SOURCE QUALITY CON'TROL [NOT USED] 28 PART 3 - EXECUTION 29 31 INSTALLERS [NOT USED] 30 31 32 33 34 35 3.2 EXAMINATION [NOT USED] 3.3 PREPARATIfJN [NOT USED] 3.4 l�'I�INTENANCE DOCLTM�NTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUIv1ENTS - JOB SET". C[TY OF FORT WORTH CHAPIN R0.4D AND CRAVENS ROAD BRIDGE STAAiDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY AELOCATIONS Revised Novcmber 9, 201 [ City Project Nos. 04259, 00302, 03533 OI 78 39 -3 PROJECT RECORD DOCtJMENTS Page3 af4- 1 2. Preservation 2 a. Considering the Contract completion time, thaprobable number of occasions 3 upan which the job set must be taken out for new entries and for examination, 4 and the canditions under which _these activities wi11 be performed, devise a 5 suitable method for protecting the iob set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start oftransfer of data to'final Project RecordDocuments. 8 a Maintain the job set at the site of work. 9 3. Coordination with Constructian Survey 10 a. At a minimum, in accordance with the int�rvals set forth in Section 01 71 23, ll elearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 14 15 16 17 18 19 ?p 21 22 23 24 25 26 27 ?g 29 30 31 32 33 34 35 36 37 38 39 40 41 42 4. Making entries on Drawings a. Record any deviations froin Contract Documents. b. 1Jse an erasable colored pencil (not ink or indelible pencil), clearly describe the change by �aphic line and note as required. c. Date a11 entries. d. Call attention to tl�e eiitry by a"cloud" drar�rn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. S. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, cireuits, piping, duets, 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 approva,l. 2} Hov��ever, design of future modifications of the facifity may require accurate information as to the finai physical layout of items which are shown only schematically on the Drawings. b. Show on the job set af 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 apgrovai. 2} Show, by symbol or note, the verticallocation of the Iiem (°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 far conversian of schematic layouts wi�ere, in the City's judgment, conversion serves no useful purpose. However, do not reiy upon waivers being issued except as specifically issued in ��riting by the City. B. Final Project Record Documents 43 1. Transfer of data to Dra�vings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the chan�es as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during constructioi�, and the actual location of items. 48 c. Cali attention ta each entry by drawing a"cloud" around the area or areas 49 affected. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECTFICATtON DOCUMENTS REPLACEMENTS AND UTR,TTY RELOCATI�NS Rcviscd November 9, 2011 City Project Nos. 00259, 00302, Q1533 �i 7£s39-4 PRQJBCT R�CORD DOGUMENTS Page 4:of4 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 d Make changes neatly, consistently and with the praper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings; have been kept clean during progress of the Work, and if ezitries thereon have been orderly to the approval af the City, tke job set af those Documents, other thau Dxawings, will be accepted as final Record Documents. b. ?f any such Document is not so approved by the City, secure a new copy of ihat Docuinent from the City atthe City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City 3.5 REPAIR ! RESTORATION [NOT USED] 3.6 1tE-INCTALLATION [NOT US�D] 3.7 FIELD �oR] SITE QUALITY CO�NTR�L [NOT USEDj 3.8 SYSTEiVI STARTUP [NOT IJSED] 3.9 A.DJUSTING [NOT USED] 3.10 CLEANING [NOT USE�] 3.11 CLQSEOUT ACTIVTTIES [NOT USED] 3.12 PROTECTION [NOT USED� 3.13 MAINTENANCE [NOT USEDj 3.14 A'i'TACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRII?GE 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILtTY RELOCATIONS Keviszd Novembcr 9, 2011 City Project Nos. 00254, 00302, 01533 033000-1 �AST-IN-PLACE CONCRETE Paga 1 of 25 1 2 3 PART I - GENER.A.L 4 5 6 7 8 9 10 I1 12 13 14 15 I6 17 18 19 20 21 22 23 24 zs 26 27 �g 29 30 31 32 33 34 35 36 37 38 SECTION 03 3Q Q4 CAST-IN PLACE CONCRETE l.l SUMMA.RY A. Sectioil Tncludes: l. Cast-in place concrete, including formwork, reinforcement, grout, concrete materials, m'vsture desib , placement procedures and f nishes, for the following: a. Piers b. Footings c. Slabs-on-b ade d. Foundation walls e. Retaining walls £ Suspeuded slabs g. Blockinb B. Deviations from this City of Fort Worth Standard Specification 1. Class I Non-Shrink Grout C. Related Specification Sections include, but are not necessarily limited to: l. Division Q— Bidding Requirements, Contract rorms and Conditions of the Contract 2. Division 1— General Requirernents 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. Tlus Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work perfonned and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no ather compensation will be allowed. 1.3 RE�'E�NCES A. Definitions l. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydrauiic cement 2) Fly ash 3) Other pozzolans 4} Ground granulated blast-furnace slag 5) Siiica fume b. Subject to compliance with the requirements of this specification B. Reference Standards CTI'Y OF FORT WQRTH CH.4PIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACENtENTS AND UTILITY RELOCAT[ONS Revised November 9, 201 I City Proiect Nos. 00259, 00302, O1 �33 0330UO-2 CAST-IN-PLACE CONCRETE Page 2 of 25 i l. Raference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specifcation, unless a date is specifically cited. 4 2. American Association of State Highway and Transportation (AASHTQ}: 5 a. M182, Burlap Clath Made from Jute or I�enaf. 6 3. Amexican Concrete Institute (ACI}: 7 a. ACI i 17 Specificati�� for Tolerances far Concr�te Construction and Materials 8 b. ACI 301 Specifications for Structural Concrete g c. ACI 305.1 Specification for Hot Weather Concre�ing ld d. ACI 306.1 Standard Specification for Cold �IVeaiher Concreting 11 e. ACI 308.1 Standard Speci�cation for Curing Concrete 12 £ ACI 318 Building Code Requirements for Structural Concrete 13 g. ACI 347 Guide to Formwork for Concreie 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (AS1M): a. A36, Standaz-d Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot-Dip} on I�on and Steel Hardware. c. A193, Standard Specification for Alloy-Steel and Sfai.nless Steel Bolting Materials for High-Temperature Service and Other Special Purpose Appl? caticns. d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reznforcement. e. A746, Standard Specification for Low-A11oy St�el Deformed and Plain Bars for Concrete Reinforcement, f. C3 l, Standard Practice for Making and Ct�ring Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Agb egates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Driiled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready-Mixed Concrete. k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Nlortars {Usin�- 2-inch or {50-milimeter] Cube Specimens} l. C 143, Standard Tesk Method for Slump of Hydraulic-Cement Concrete. m. C171, Standard Specificatian for Sheet Materials for Curing Concrete. n. C1�0, Standard Specificarion for Portland Cement. o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Fiydxaulic Cement. q. C231, Standard Test Method for Air Content of Freshly 1VIixed Concrete by the Pressure Method. r. C260, Standard Speciiication for Air-Entraining Adinixtures for Concrete. s_ C309, Standard Specification for Liquid Membrane-Farrning Compounds for Curing Concrete. t. C494, Standard Specification for Chernical Atimixtures for Concrete. CITY OF FORT WORTH CHAPiN ROAD AND CR.AVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AIvD UTILITY RELOCATIONS Revised November 9, 2011 City Project Nos. 00359, 00302, 01533 03 30 oa - 3 CAST-IN-PLACE-CONCRETE Page 3 bf 25 17 18 i9 20 2I �2 23 24 u. C61S, Stanclard,Specification for Coal Fly AsL andRaw ar Calcined Nafiaral Pozzalan far Use in Concrete. v. G88 i, Standard Specification for Epoxy-Resin Base Bondang Sysiems for Concrete, w. C989, Standard Specificatian far Graund Granulated B1ast-Furnace Slag for Use in Concrete and Mortars. x. C1017, Standard Specifica#ion for Chemical Admixtures for Use in Praducing Flowing Concrete. y. C 1059, Standard Specification far Latex Agents for Bonding Fresh to Hardened Concrete. z. C 1064, Standard Test Method far Temperature of Freshly Mixed Hydraulic- Cement Concrete. aa. C1240, Standard Specifcatian for Silica Fume Used in Cementitious Mixtures. bb. E11S5, Standazd Test Methad for Determining FF Fioor Flatness and FL Floor Levelness Numbers. ce. F436, Standard Specification for Hardened Steel Washers. American Welding Society {A�VS). a. Dl.l, Structural Welding Code - 5teel. b. D1.4, Structural Welding Code - Reinfarcing Steel. Goncrete Reinforcing Steel Institute {CRSI) a. Manual of Standard Practice 8. Texas Departinent of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 25 1.4 A]DMINISTRA'TIVE REQUI�t.EMENTS 26 27 28 �g 30 3I 32 33 34 35 36 37 38 39 1. Uesign, fabrication, zrection and stri�ping of fonnwork for cast-in-place concrete including shoring, reshoring, falsework, bracizzg, proprietary forming systems, prefabricated forms, void forms, perxnanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by otl�er trades. 2. Fumish al1 labor and materials required to fabricate, deliver and install reinforeement and enlbeddec� metal assemblies for cast-in-place conerete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. rurnish all labor and inaterials required to perfoml the following: a. Cast-in-place concrete b. Concrete mix designs c. Groutin� 40 1.5 SU�NdITTALS 41 A. Submittals shall be in accordance with Sectian Ol 33 04. 42 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 43 fabrication for specials. G 7 A. Work Included CiTY OF FORT WORTH CH.�IPIN ROAD AND CRAVENS ROAD BIZIDGE STANDARD CONSTRUCTION SPECIFICATI�N DOCUMENTS REPLACEMENfS AND UTILITY T2ELOCATIONS Revised November 4, 201 I Cicy Project Nos. 00259, 00302, 01533 a33000-a GAST-IN-PLACE CONCRETE Pa�e 4 of 25 1 1.6 ACTION SUBMITTALSIIlVFOR1VIATIONAL SUBMITTALS 2 A. Product Data 3 l. Required far each type 3f product indicated 4 B. Design Mixtures 5 l. Eor:each concrete mixture submitproposed mix desi�s in accordance with ACI 6 318, chapter 5. 7 2. Submit each proposed mi� design with a record of past performance. s 3. Submit altemate deszgn mixtures when characteristics of materials, Project 9 conditions, weather, test results or other circumstances warrant adjustments. 10 4. Indicate a�ounts of mixing water to be witliheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C. Steel Reinforcerrzent Subnuttals for Information 13 L Mili test certificates of supplied concrete reinforcing; indicating physical and 14 chemical analysis. 15 1.'7 CLOSEOUT SUBMIT'TALS [NOT USED] 16 1.8 MAINTENANCE M[A�'ERIAL SUB11'IITTALS jNOT USED] I7 1.9 QUALITY ASSURANCE 18 A. Manufaciurer Qualifications 19 1. A firm experienced in manufacturing ready-mi�Yed concrete products and that 20 complies with ASTM C94 requirements for production facilities and equipment 21 2. Ivlanufacturer certified according to NRMCA's "Certification of Ready Nlixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 l. Obtain each type or class of cementitious material of the same brand from the sasne 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 1. Comply with the fallowing unless modified by requirements in the Contract 2q Doctunents: 30 a. ACI 341 Sections 1 through 5 3I b. ACI 117 ;2 D. Concrete Testing Service 33 l. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY, STORAGE, AND lE3.ANDLING 35 A. Steel Reinforcement 36 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. 38 B. Waterstops CITY OF FORT VJORTH CHAPIN ROAD P.,'VD CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS REPLACEMLNTS AND UTCLITY RELOCATIONS Revised November 9, 2011 City Project Nos. 00259, 00302, 01533 03 30 00 - 5 GAST=IN-PLAGE CONGRETE Page S of 25 I 2 3 4 5 l. �tore w aterstaps under e�ver to protect fr�m moisture, sunlight, dirt, oil and other contaminants. 1.11 F`IELD CONDTTIONS [NOT USED] 1.12� �ARRANTY [NOT USED] PART 2 - PRODUCTS 6 �.1 OWN�R-FU�2.�TISHED OR O�'NER-SUPPLIED PRODUCTS [NQT USEI)J 7 2.2 PRUD�JCT TYPES A�ND MATERIALS 8 9 10 11 12 13 14 15 16 17 Is 19 �a zl 22 23 24 25 26 27 Zs 29 30 31 32 33 34 35 3b 37 38 39 40 4I A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Avvailable Products: Subject to compliance with requirements, products that may be incorporated into the Worlc inciude, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form-Facing Materials 1. Rough-Formed Finished Conerete a. Plywood, lumber, metal or another approved material b. Pravide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/q-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease af form removal 4. Form-Release Agent a. Commercially foniiulated form-release agent that will not bond with, stain or adversc;ty affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steei form-facing materials, formulate with rust inhibitor. 5. Forn� Ties a. Factory-fabricated, remavable or snap-off inetal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Fumish ties that, when removed, wi11 leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral �vater-barrier plates to walls indicated to receive dampproofing or �vaterproofing. 42 C. Steel Reinforcement CITY O(' FORT \IJORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS REPLACEMENTS AIv'D UTILITY RELOCATTONS Revised November 9, ZOI [ City Project Nos. 00259, 00302. 01533 033000-6 CAST-IN-PLAGE CONCRETE Page 6 of 25 1 Z 3 4 5 6 7 8 9 10 11 12 13 I4 15 I6 I7 1s E� 1. ReinforcingBars a. A:STM A615, Grade 54, deformed D. Reinforcement Accessories 1. Smooth Dowe1 Bars a. ASTM A615, Grade 64, steel bazs (smooth) b. Gut bars true to length with ends square and free of bu�s. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wixe, plastic or precast concrete accoz-ding to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact fonns, use CRSI Ciass 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) Far slabs�n-grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier l�as been specified. E. Embedded Metal Assemblies 20 1. Steel Shapes and Plates: AST`M A36 21 2. Headed Studs: Heads welded by fuJl-fusion process, as furnished by TRVv' Nelson 22 Stud Welding Division or approved equal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3� 39 40 41 42 43 Adhesive anchors shall consist of threaded rods anchozed with an adhesive system into hardened concrete or grout-filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a mininium ailo�vable band strength that is equal to the allowable yield capacity of the rod, uniess ofiherwise specified_ Available Products a. Hilti HIT HY 150 Ma:c b. Simpson Acrylic-Tie c. Powers Fasteners AC 100+ Gold 3. Thxeaded Rads: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot-dip zinc coating, ASTM A153, Ciass C 44 H. Inserts F. EYpansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tuisa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1 2 C1TY OF FORT \�JORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFiCA►'ION DOCUMENTS REFLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 2011 City Project Nos. 00259, 00302, O 1533 o33ooa-� CAST-IN=PLACE GONGRETE Page 7 of 25 L Provide metal inserts required for anchorage c� mate:ials or equipment to concrete construction where not supplied by other trades; a. In vertical c�ncrete surfaees for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete-with bolts, nuts and washers. 1) Prov'zde 3f4-inch bolt size; unless otherwise indicated. b. In horiaontal concrete surfaces and whenever inserts are subject to tension forces, provide fhreaded inserts of malleable casi iron fumished with full depth bolts. 1} Provide 3/4-inch balt size, unless otherwise indicated. li 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ?g 30 31 32 33 34 35 36 37 3� 34 40 41 42 43 44 45 46 47 48 I. Concrete Ma�erials 1. Cementitious Material a. Use the following cernentitious materials, of tlie same type, brand, and source, throughout Project: 1} Portland Cement a) ASTM C150, Type UII, gray b} Supplement with the foliowing: (i) Fly Ash (a) ASTM C6I8, Class C or F (Z) Ground Granulated Blast-Furnace Slag (a) ASTivI C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximuin Goarse-Aggregate Size a} 3/.�-inch nominal 5) Fine Aggregate a) Fxee of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air-Entraining Adinixture a. ASTM C260 2. Chemical Adinixtures a. Provide admixtures eertified by manufacturer to be compatible with other admixtures and that will not contribute water-saluble chioride ions exceeding those pennitted inhardened concrete. b. Do not use calcium chloride or aclmixtures containing calcium chloride. c. Water-Reducing Admixiure 1) ASTNi C494, Type A d. Retarding Admi.xture 1) ASTM C494, Type B e. Water-Reducing and Retarding Adnu�ture 1) ASTM C494, Type D f. High-Range, Water-Reducing Admixture 1) ASTM C494, Type F CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUNtENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 2d11 City Project Nos. 002�9, 00302, 01533 0330-00-8 Ct#ST-IN PLACE CONCRETE Page 8 of 25 g. High-Range, Water-Reducing and Reiarding Admixfure 1) ASTM C494, Tyge G h. Plasticizing and R:+arding Admixture l j ASTM G 1017, Type II 5 6 7 S 9 ld 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 '' 7 28 29 30 31 32 33 34 3� 36 37 38 39 40 41 42 43 44 45 K. Waterstops l. Self-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoida? strip, butyl ruhber with sodium bentonite or other hydroghilic polymers, for adhesive bonding to concrete, 3/a- inch x 1-inch. b. Avuilable Products 1} Cotloid Environmenta! Teclmologies Compazzy; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3} Greenstreak; S�vellstop 4} Henry Company, Sealants Division; Hydro-Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mzrastop L. Curing Materials 1. Absorptive Cover a. AASHTO Ml$2, Class 2, burlap cloth made from jute or kenaf, weighing approximateiy 9 ounces/square yard when dry 2. Moisture-Retaining Cover a. ASTM C171, polyethylene film or whi�e burlap-polyethylene sheet 3. Water a. Potable 4. Clear, Waterbame, Me�nbrane-Formin� Curing Compound a. ASTM C309, Type l, Class B, dissipating b. Available Praducts 1) Anti-Hydro International, Inc.; AH Curing Compaund #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear 4} Conspec Marketing & Manufacturing Co., Ine., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-1 I-W) 6) Euclid Chemical Company (The}; K�.u�ez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure-Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 14} Meadows, W. R., Inc.; 1100 Clear 1I) No�-Crete Products Group, Kinsman Carporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure l�} Tamms Industries, Inc., Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Ve;�con Cl�emicals, Inc.; Certi-Vex Enviocure 1Q0 46 M. Related Materials CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, ZO11 City Project Nos. 00259, 00302, 01�33 0330Q0-9 CAST-IN-PLACE C(3NCRETE Page 9 of 25 1. Bonding Agent a. ASTM CI059, Type II, non-redisnersible, acrylic emulsion or styrene butadiene lI 12 13 14 15 16 17 18 19 20 21 ?2 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 3� 39 40 41 42 43 44 45 46 2. Epoxy Bonding .4dhesive a. l��TM C881, 2-cornponent epoxy resin, capable of humid curing and �onding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non-load bearing 2} IV and V, load bearing, for bonding 3} Hardened ar freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0:0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Fom�ed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, f ber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to rnaintain fozmwork in place while placing concrete I�T. Repair Materials I . Repair Underlayment a. Cement-based, polymer-modif ed, self-Ieveling product that can be applied in thicknesses of l/8 inch or greater I) Do not %ather. b. Cement Binder 1) ASTM C150, portland cement ar hydrauiic or blended hydraulic cement as defined in ASTM C219 c Q G Prin�er 1) Product af underlayment manufacturer reconnnended for substrate, conditions, and application Aggregate 1) Well-graded, washed g�-avel, 1/S to ll4 inch or coarse sand as recommended by underlayment manufacturer Compressive Strength 1} Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thiclrnesses of 1/8 inch or greater 1} Do not feather. b. Cement Binder 1) ASTM C154, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer CITY OF FORT WORTH CHAPfN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATtONS Revised November 9, 201 1 City Project Nos. 00259, 00302, 4I533 a33oaa-io CAST-IN :PLACE CONCRETE Page 14 of 25 1) Product of tapping manufacturer recommended far substrafe, conditions, and application d. Aggregate 1) We1l-graded, washed gravel, 1/8 to :,'4 inch or coarse �and as recommended by topping manufacturer e. Campressive Strength 1} Not less than 5000 psi at 28 days when tested according to ASTM C109 8 O. Concrete Mixtures, General 4 l. Prepare design mixtures for each type and strength of eoncrete, proportioned on the 10 basis of laboratory trial mixture or field test data, az both, accordiug to ACI 301. i l a. Required avera�e strength above specified strength i2 1) Based on a recozd of past perfornaance 13 a) Determination of required average strength above specified strength I4 shall be based on the standas-d deviation record of the results af at least 15 30 cansecutive strength tests in accordance �vith ACI 31&, Chapter 5.3 16 by the larger amount defined by formulas 5-1 and 5-2. 17 2) Based on laboratory trial Lnixtures 18 a} Proportions shall be selected on the basis of laboratory trial batches 19 prepared in accordance wiYh ACI 318, Chapter 5.3.3.2 to produce an 20 average strength greater than the specified strength fc by the amount � 1 defined in table 5.3.2.2. 22 3� Proportions of ingredients for concrete miYes shall be determined by an 23 independent testing Iaboratory or quali�ed concrete supplier. 24 4) For each proposed mixture, at least 3 campressive test cylinders shall be 25 made and tested for strength at the specified age. 26 a} Additional cylinders may be m�ade for testing for information at earlier ?7 as 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 �5 4b 47 48 ages. 2. Cementitious Materials a. Limit percentage, by tiveight, of cementiiious n�aterials other than portland cement in concrete as follows, unless specifed atherwise: 1) Fly Ash: 25 percent 2} Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 percent 4) Combined Fly Ash ar Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent 5} Portland cement m.inimum, with fly ash or pazzolan not exceeding 25 percent 6) Silica Fume: 14 percent 7} Colnbined Fly Ash, Pozzolans, and Silica Fume: 35 percent witb fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 8) Cambined Fly Ash or Pozzoians, Ground Granulated B1ast-Furnace Slag, and Silica Fun�te: 50 percent with fly ash or pazzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to 0_3 percent by weight of cement. 4. Admixtures a. Use admixkures according to manufacturer's written instructions. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPEC]FICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATLONS Revised November 9, 20 f 1 City Proiect Nos_ 002�9, 00302, 01533 03 30 00-1 1 CAST-IN-PLACE CONGRETE Page I 1 of 25 Q. Fabricating Reinforcement Do not use admixtures which have nat baen incorporated and tested iu accepted mixes. Use water-reducing high-range water-reducing or plasticizing admu�ture in concrete, as required, for placement and workability. Use water-reducing and retarding admixture when required by high temperatures, Iow humidity or other adverse placeznent conditions. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking sfixcture slabs, concrete required to be watertight, and conerete with a water-cementitious materials ratio belotu 0.50. Use corrosion-inhibiting acimixture in concrete mixtures where indicated. 11 P. Concrete Mixtures 12 l. Refer io TxDOT "Standard Specifications for Construction and Maintenance of 13 Highways, Streets, and Bridges" for: 14 a. Cuiverts 15 b. Headwalls lb c. Wingwalis 17 2. Proportion normal-weight coacrete mixture as f�lIows: 18 a. Minimum Compressive S#rength: 3,000 �si at 28 days 19 b. IVlaximum Water-Cementitious Matzrials Ratio: 0.50 20 c. Slump Limit: S inches or 8 inches for concrete with verified slump of 2 to 4 21 inches before adding high-range water-reducing admixture or piasticizing 22 admixture, plus or minus 1 inch 23 d. Air Content: b percent, plus or minus 1.5 percent at point of delivery for 3/4- 24 inch nominal maximum aggregate size 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 b. c. d.. e. f. 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R, Fabrication of �tnbedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by buining. Welding shall be in accordance with AWS D11. 2. Metal assembiies exposed to earth, weather or moisture shall be hot dip galvanized. t111 other metal assemblies shall be either hot dip galvanized or painted with an epo�y paint. Repair �alvanizing after �velding with a Cold Galvanizing compound instalied in accordance witl3 the manufacturer's instruetions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixzng 1 2. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and fiu-nish batch ticket informatian. a. When air temperature is between SS and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 houxs to 75 rninutes; when air temperature is above 90 degrees Fahrenheit, reducz mixing and delivery time to 60 minutes. Project-Site iVliYing: Measure, batch, and mix concrete materiais and concrete according to ASTM C94JC94M. Mix conerete materials in appropriate drum-type batch machine mixer. CITY OF PORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARB CONSTRUCTION SPECIFICATION DOCUMENTS REPLACENIENTS AND UTILITY RELOCATIONS Revised November 9, 201 t City Project Nos. 00259, 00302, 01533 03 30 00-12 CAST-IN-PLACE CONCRETE Page 12 of ZS 10 11 12 13 14 15 16 17 18 19 2Q 21 22 23 24 25 26 27 28 29 2.3 30 ;i a. For mixer capacity of l. cubic yard or smaller, conrinue mixing at least 1-1/2 rriinutes, but not more than 5 minutes after ingredients are in znixer, 'nefere: any part of bateh is released. b. For mixer capacity larger than 1 cnbic yard, increase mi�cing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, i;ldicating Proj ect identification name and number, date, mixture type, mixture time, quantity, anC amount of water added. Record approYinnate location of fmal deposit in sisucture_ T. Class I Non-Shrinlc Grout 1. Class I non-shrink grauts shall have a �ri_n_imum 28 day cornpressive strenb h of 7040 psi. This grout is for precision grouting and where water tightness and nan- shrinlc reliability in both plastic and hardened states are critical. Refer to areas of appiication as specified herein. 2. Shall meet t�e requirements of ASTM C 1107 Grade C and B(as modified below) when tested using the amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds) in accordance witli ASTM C 939. b. At temperatt�res of 45, 73.4, and 95°F. 3. The length change from placement to time of final set shall not have a sku-inkage greater than the amount of expansion measured at 3 or 14 days. The expansion at 3 or 14 days shall not exceed the 28-day expansion. 4. The non-shrink property is not based on a chemically generated gas or gypsum ex- pansion. 5. Fluid grout shall pass through the flow cone, with a continuous flow, one hour after mixing. 6. Product and Manufacturer: Provide ane of the following: a. Masterflo�v 928, as manufactured by BASF. b. Five Star Graut, as manufactured by Five Star Products, Inc. ACCESSORIES [NOT USED] � � !� ; �! � ' �� ; �, '� � ;E PART 3 - E�ECUTION 32 3.1. INSTALLERS [NOT USEii] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [N�T U�ED] 35 3.4 INSTALLATION 36 A. Foxmwork C[TY OF FORT WORTH STANDARD CONSTRUCTION SP6CIFICATION DOCUMENTS Revised November 9, 201 I CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND iJ"tILITY RELOCATIONS Ciry Project Nas. 4d259, 00302, 01533 033000- l3 CAST-IN-PLACE'GONCRETE Page 13 of 25 1 2 3 4 5 6 7 8 9 ld 11 12 13 14 15 16 17 ls 19 ZO Z1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 1. Design, erect,,shore, brace; and mainta:n for*nwork, according to ACI 301, to support vertical, laterai, static, and dynamic loads, and:canstructianloads that might be applied, until structure can support such loads. 2. Consmzct formwork so concrete:members and stnxctures are of size, shape, alignment, elevation, and position indicated, within tolerance li_mits of �CT 117. a. Vertical alignment �� Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside comer of exposed corner columns and control joints in concreie exposed to view less than 100 feet in height - 1/2 inch. 3} L�nes, surfaces and arises greatei than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed:corner columns and control joints in concrete e�posed to view b eater than 100 feet in height - 1/2000 times the height but not mare than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerizne of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3} Sawcuts, joints, and �veakened plane emUedments in slabs - 3/4 inch. c. Level alignment 1} Elevation of slabs-on-grade - 3/4 inch. 2} Eievation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3} Elevation of fonned surfaces before removal af shores - 3J4 inch. d. Cross-sectional dimensions: Overall dimensions t�f beams, joists, and columns and thickness of walls and slabs. 1} 12 inch dimension or less - plus l/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to nunus 3/4 inch. e. Relative ali�unent 1) Stairs a) Difference in height befween adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximi.un difference in height between risers in a flight of stairs - 3/8 inch. d) 1Vlaximum difference in width between treads in a flight of stairs - 3/8 inch. 2} Grooves a} Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside comer of expased corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other coriditions - 3I8 inch in 10 feet. 44 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 45 as follows: 46 a. Class B, 1/4 inch for smooth-formed finished surfaces. 47 b. Class C, 112 inch for rough-formed finished siu�faces. 48 4. Construct forms tight enough to prevent lass of concrete mortar. C1TY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDG� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILIT`Y RELOCATIONS Revised November 9, 201 I City Project Nos. 00259, 00302, 01533 03 30 00-14 CAST-iN-PLACE GONCRETE Page 14 of 25 1 5. Fabricate fozms for easy removal without haminering ar prying against concrete 2 surfaces. Provide crush or'wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms ior inclined surFaces steeper than 1.5 4 horizontal to 1 vertical.. 5 a. Install ke_yways, zeglets, recesses, and the Iike, for easy remaval. 6 b. i7o not use rust-stained steel form-facing material. 7 6. Set edge forms, bulicheads, and intermediate screed strips for slabs to achieve 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to su�port sereed strips; use strike-off templates or compacting-type screeds. 1 � 7. Construct formwork to cambers shown or specified on �the Drawings to allow for 11 structural deflection of the hardened concrete. Provide acidztional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 1� 8. Foundation Elenaents: Form the sides of all below grade portions of beams, pier 15 caps, walls, and columns straight and to the lines and grades speci�ed. Do no earth 16 form fotu-�dation elements unless specifically indicated on the Drawin�s. 17 9. Provide temporary openings for cleanouts and inspectian ports where interior area 18 of formwark is inaccessible. Ctflse apenings with panels �ightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forms at inconspicuous locations. 21 10. Chamfer exterior comers and edges of permanently exposed concrete. 22 1 l. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 23 bulkheads required in the Work. Deternune sizes and iocations fron� trades 24 providing sucl� iter�s. 25 26 27 28 29 30 31 32 33 34 35 � I2. Clean forms and adjacent surfaces to receive conerete. Remove chips, wood, sawdust, dirt, and otker debris just before placing concrete. 13. Retighten forms and bracing before �lacing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms �vith form-release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where cancrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreaied forms �vith clean water. Keep surfaces tivet �i-ior to placing cancrete. B. Embedded Items 37 l. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to ar supported by cast-in-place concrete. Use 39 setti.ng drawings, templates, diagrams, instructions, and directions fi�rnished with 40 items to be embedded. 41 a. Install anchor rods, accurately located, to elevations required and complying 42 with talerances in AISC 303, Section 7.�. 43 1} Spacing within a bolt group: 1/8 inch q.4 2} Location of bolt �oup (center): '/2 inch 4$ 3) Rotation of bolt group: 5 degxees 46 4) Angle off vertical: 5 degrees CITY OF FORT WORTH CHAYIN ROAD AND CRAVENS ROAD BRIDGE STANDt1RD CONSTRUCTIdN SPECIFICATION DOGUMENTS REPLACEMENTS AND UTILITY RELdCATiONS Revised November 9, ZO1 t City Project Nas. 00259, {10302, 01533 033DDO-15 CASP-IN-PLAGE CONCRETE Page 1S of25 1 5) Bolt projection: � 3/8 inck. 2 h. Ins#all reglets to receive waterproafing and to receive through-wali flashings in 3 outer face of con.crete frame at exterior walls, where flashing is shown at lintels, 4 sheif angles, and other conditions. C. tZemoving and Reusing Forms 1. Da not backfill prior to concrete attaining 7S percent of its; 28-day design compressive strength. 10 I1 12 13 14 15 16 17 18 19 ?a 21 22 23 24 25 26 27 ?g 29 30 31 32 33 34 35 36 37 3� 39 40 41 42 43 44 4� 46 47 2. General: F4rmwork for sides of beams, walls, columns, and sirnilar parts of the Work that does not support weight of concrete rnay be rernoved after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing conerete, if concrete is hard enough to not 6e darnaged by fonu-removal operations and curing and pratection operations are rnaintained. a. Leave formwork for beam soffits, jaists, slabs, and other siructural elements that supports weight of concrete in place until eoncrete l�as achieved at least 70 percent of its 28-day design compressive strength. b. Do not rernove forxnwork supporting conventionally reinforced cflncrete until concrete has attained 7fl percent af its specified 28 day compressive streiigth as established by tests of field cured cylinders. In the absence of cyiinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air tempera�ure is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimurn cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after form«�ork removal. Reshores shall remain until the concrete has attained the specified 28 day coznpressive strenb h. d. Minimum cumulative curing times may be reduced by the use of high-early strenb h cement or fornung systems which allow form remaval without disturbing shores, but only after the Cantractor has demanstrated to the satisfactian of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forn�s. Provide temporary openings if required. £ Provide adequate methods of curing and thermal protection of eAposed concrete if fonns are removed priar to completion of specified curing time. g. Reshore areas required to support cons�ruction laads in e;ccess of 20 pounds per square foot to properly distribute constructian loading. Construction loads up to the rated Iive laad capacity may be placed on unshored construction provided the concrete has attained the speeifed 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form renioval is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit rernoval of forms without loosening or disturbing shores. 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, deiaminated, or otherwise damaged fornl-facing ma�erial will not be acceptable for exposed surfaces. Apply new forrr►-release agent. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILiTY RELQCATIONS Revised November 9, 2011 City Project Nos. 00259, OQ302, 01533 �os 3o ao -��6 CAST-IN-PLACE CONCRETE Page 16 of ZS 1 4: When farms are reused, clean surfaees; remove fuZs ancl laitance, and tighten to 2 close joints. Align arid secure joints to avcid offsets Do not use patchedforms for 3 exposed concrete suxfaces unless approved by Engineer. 4 D. Shores anct Reshores 5 1. 'I`he Contractor is salely responsihle f�r proper shoring and reshoring. 6 2. Comply with ACI 318 and ACI 301 for design, znstallation, and removal of shoring 7 and reshoring. 8 a. Do not remove shoring or resnoxing until measurement of slab tolerances is 9 complete. 10 11 12 13 14 15 16 17 18 19 zo 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �k2 43 44 45 l. General: Comply with CRSI's "Manual of Standard Practice" For piacing reinforcement. a. Da not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinfarcement of loose rust and xni11 scale, earth, ice, and other fareign materials that would reduce bond to concrete. Accurately position, suppoit, an� secure reinforcement against displacement. Locate and suppar# reinforcement with bar supparts ta maintain minimuzn concrcte cover. Da not ta:ck weld crossing reinforcin� bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A746 may be welded. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: �3/S inch 2) Members more than 8 inches deep: �l/2 inch b. Concrete Caver to Formed or Finished Surfaces: �318 inches for members S inches deep or less; �l/2 inches for members over 8 inches deep, except that tolerance for cover shall not e�ceed 1/3 of the specified cover. 5. Conerete Cover a. Reinforcing in structw-al elements deposit�d against the ground: 3 inches b. Reinforcing in formed bearns, columns and girders: 1-1/2 inches c. Grade beams and exterior face of fornaed wa11s and columns exposed to weather or in contact �Jith the ground: 2 inches d. Interiar faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Providz standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Da not lap splice no. 14 and 18 bars. 7. Field Welding af Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepaare all areas «here paint or galvanizing lias been rernoved with the specified paint or cold galvanizing campound, respectively. 46 F. Jaints 3. Plan sequence of removal of sl�ores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflectian. E. Steel Reinfarcement 3 4. CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD SRIDGE STANDARD CONSTRUCTION SP�CiF[CAT[ON DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 20l t Ciry Project Nos. 00259, Q0302, 01533 D33000-t7 CAST-IN-PLACE GONCRETE Page } 7 of 25 1 2 J 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2U l. General: C�nstrucY joints true to line with faces perpendicular to surface plane of concrefe. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicaied or as appraved by Engineer. a. Placejoints perpendieular to main reir.fe:��ement. Continu� reinforcement across construction joints, unless otherwise indicated. Do-not continue reinforcement fhxough sides of strip placements of floors and slabs. b. Form keyed joints as indicaxed. Embed keys at least 1-112 inches inta concrete. c. Locate joints for beams, slabs, joists, and girders in �he middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. d. Locate horizontai j oints in walls and colurnns at underside of floors, slabs, bearns, and girders and at ihe top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral witii walls, near corners, and in concealed locations v���ere possible. f. Use a bonding agent at locations where fresh concrete is placed a�ainst hardened or partially hardened concrete surfaces. 3. Doweied Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-i/2 of dowel length to prevent concrete bonding to I side of joint. 21 G. Waterstops 22 l. Fle�ble Waterstops: Install in constnzction joints and at other joints indicated to 23 form a continuous diaphragm. Instali in longest lengths practicable. Support and 24 protect exposed waterstops during progress of the Work. Field fabricate j oints in 25 waterstops according to manufacturer's written instructians. 26 27 2� 29 30 31 32 33 34 3� 36 37 38 39 4� 41 42 43 44 45 2. Self-Expanding Strip Waterstops: Install in construction joints and at other iocations indicated, according to manufacturer's written instructions, adhesive banding, mechanically fastening, and firmly pressing into place. Install in longest Iengths practicable, H. Adhesive Anchors 1 2. Comply with the manufacturer's installation instructions an the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. Properly clean out the hole utilizing a wire brush and compressed air ta remove all loose material from the ho1e, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinfarcement, and embedded items is complete and that required inspections have been performed. 2. Do not add wa#er to conerete during delivery, at Project site, or during placeni�nt unless approved by Engineer. 3. Before test sampling and placing conerete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high-range �vater-reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. CITY OF FORT W'ORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STt1NDARD CONSTRUCTION SPECIFIC.ATION DOCLJMENTS REPLACENTENTS AND UTILITY RELOCATIONS Revised November 9, 201 I Ciry Project Nos. 00259, 00302, 01533 as sa oa - is CAST-IN-PLAGE GONCRETE Paoe 18 of 25 1 4. Deposit concrete continuouslyin 1layer or in horizonta.l layers af such thiclmess 2 that no new concrete will be placed on concrete that has hardened :enough to cause 3 seams or planes of weakn:ess. If a section cannot be placed continuously, provide 4 construction joints as indicated. Deposit concrete to avoid segregation. 5 a. Depasit-concrete in. horizantal layers of depth to not exceed form�rork design b pressures, 15 feet maximuin and in a manner to avoid ineline� construction 7 j oints: 8 b. Consalidate placed conerete with mechanical vibrating equipment accarding to 9 ACI 301. 1 b c. Do nat use vibrators to transport concrete inside fornls. Insert and withdraw 11 vibrators vertically at uniformly spacec� locations to rapidly penetrate placed 12 layer and a# least 6 inches into preceding layer. Do not insert vibrators into 13 lower layers of concrete that have begun to Iose plasticity. At each insertion, 14 li��it duration of vibration to tune necessary ta consotidate concrete and 15 complete embedment of reinforcement and other embedded item:s witbout 16 17 Is 19 ?p 21 22 23 causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete conf.ain;.ng a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place conerete where longer drops are neeessary. Do not place concrete into excavations with standing water. If place of deposit cannot be piunped dry, pour concrete tl�rough a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 24 5. Deposit and consalidate concrete for floors and slabs in a continuous operation, 25 within limits of construction joints, until placement af a panel or section is 2G complete. 27 a. Cansolidate concrete during placement operations sa concrete is thoroughly 28 worked around reinforcement and other embedded items and into corners. 29 b. Ivlaintain reinforcement in position on chairs during concrete plaeement. 30 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 31 d. Slope surfaces uniformly to clrains where required. 32 e. Begin initial floating usin� bu11 floats or darbies to form a uniform and open- 33 textuxed surface plane, before excess bleedwater appears on the surface. Do not 34 further disturb slab surfaces before starting finishing operations. 35 36 37 3s 39 40 4I 42 43 44 4� 46 6. Cold-Weather Placement: Compiy with ACI 306.1 and as foliows. Protect concrete v��ork from physical damaQe or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete ntixture temperature within the temperature range required by ACI 301. b. Do not use frazen materials or materials containing ice or snow. Do not place cancrete on fiozen subgrade or on sub�ade containing frozen matezials. c. Do not use caicium chloride, salt, or other materials containing antifreeze agents or chennical accelerators unless otherwise specified and approved in mixture designs. 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: C1TY OF FORT WORTH CHAPiN R0.4D AND CRAVENS ROAD BRIAGE STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS REPLACGMEN'fS AND UTILITY RELOCATIONS Revised November 9, 20] 1 City Project Nos. 00259, 043Q2, 01533 033000-19 CAST-TN-PLAGE CONCRETE Page 19 of 25 8 9 10 11 12 13 1� 15 16 17 18 19 Za 21 22 23 24 25 2b 27 28 29 30 3I 32 33 34 35 J. Finishing Formed Surfaces l. Rough-Formed �inish: As-cast concrete teYture imparted by forrn-facing inaterial with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on farmed-surface irregularities. a. Apply ta concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizon±al affsets, and similar unfon:�ed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue iinal surface treatment of formed surfaces tuuformly across adjacent unfornzed surfaces, unless otherwise indicated. K. Miscellaneous Cancrete Items 1 2. 3 �! a. Maintain concrete temperaiure `below 95 degrees Fahrenheit at time of placement. Ghilled xnixing water or chopped ice may be nsed to control temperature, provided wa#er equivalent of ice is calculated to total.amount of mi�ng water. LTsing liquid nitrogen to caol concrete is Contractor's optian. b. �og-spray forms, steel reinforcement, and subgrade j ust before placing concrete. Keep subgrade uni%rmly rnoist wi#hout standing water, soft spots, or dry areas. Filling In: Fill in holes and openings left in concrete structures, imless otherwise indicated, after work of other trades is in place. Mix, place, and cLre conerete, as specified, to blend with in-glace construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. Curbs: Provide manolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. �quipment Bases and Foundations: Provide machine and equipinent bases and foundations as shou�n on Drawings. Set anchor bolts far machines and equipment at correct elevatians, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Houselceeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Troz�el conerete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pourin� of concrete fill. Pratective slabs ("Mud slabs"): Normal weight concrete (2�00 psi minimum) wit11 a rninimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 36 L: Concrete Protecting and Curing 37 1. General: Protect freshly placed eonerete from premature drying and excessive cold 38 or hot temperatures. Gamply with ACI 306.1 for cold-weather protection and 39 ACI 305.1 for hat-weather protection during curing. 4Q 41 42 43 44 45 46 7 3. Formed Surfaces: Cure forrned concrete surfaces, including iznderside of beams, supparted slabs, and other similar surfaces. If fornis remain during curing period, moist cure after loosening forms. If removing forms before end of curin� period, coniinue curing for the remainder of the curing period. Unformed Surfaces: Begin curing immediately after fini.shing cancrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. CITY OF FORT VJORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECTFTCATION DOCUMENTS REPLACEMENTS AND UTILCt'Y RELOCATIONS Revised November 9, 201 l City Project Nos. 00259, 00302, 01533 03 30 00-20 CAST-IN:PLACE GONCRETE Page 20 of25 2 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 4. Cure concrete according.to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not Iess than 7 days wii'a the following materials: 1) Water Z) Continuo�s water-fog spray 3) Absorptive eover, water sahuated, and kept continuously wet. Cover concrete surfaces and edges witli 12-inch lap over adjacent absorptive covers b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- retaining caver for curing concrete, placed in widest practicable width, with sides and ends lapped at Ieast 12 inches, and sealed by watezproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes ar tears during curing period using cover material and waterproof tape. I} Moisture cure or use moisiure-retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating Iiquid floor treatments. 3) Cure concrete surfaces to re_ceive floor coverings with either a moislure- retaining cover or a cuxing compound that the manufacturer certifies will not interfere with bonding of flooz covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by po�ver spray or roller acc�rding to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 2b 3.5 REPAIR 27 A. Concrete Surface Repairs 28 l. Defective Concrete: Repair and patch defective areas when approved by Engineer. 24 Remove and replace concrete that cannot be repaired and patched to Engineer's 30 approval. 31 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part poi�tland 32 cement to 2-1/Z parts fine aggregate passing a No. 16 sieve, using only enough 33 water for handling and placing. 34 3. Repairing Formed Surfaces: Surface defects inciude eolor and texture 35 irregularities, cracks, spalls, air bubbles; honeycombs, rock pockets, fins and other 36 projections on the surface, and stains and other discolorations that cannot be 37 removed by cleaning. 38 a. Immediately after form removai, cut-out honeycombs, rock pockets, and voids 39 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 40 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dainpen 41 with water, and brush-coat holes and voids with bonding agent. Fill and 42 compact with patching xnortar before bonding agent has dried. Fill form-tie 43 voids with patching mortar or cone plugs secured in place with bonding agent. CITI OF FORT WORTH CHAPIN AOAD AND CRAVENS ROAD BRIDGE STANDARD CON3TRUCT1dN SPECIFICATION DOCUMENTS REPLACEME�!'fS AND UTILITY RELOCATIONS Revised November 9, 20ll City Project Nos. 002�9, 00302, 01533 a3 sooa=2i CAST-iN-PLAGE CONCRETE Page 21 of 25 1 2 10 lI 12 13 14 15 16 17 18 19 ?fl 21 22 23 24 25 26 27 28 �9 30 31 32 33 34 3� b. Repair defects on surfaces exposed to view by blending white portland cer.�ent and standard portland cement so that, when dry, patciung mcrtar will match: surrounding calor. Pateh a test area atinconspieuous locations to verify mi�ture and color match before proceeding with patehing. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repazr defects on concealed formed siarfaces that affect concrete's durability anct. structural perfarmance as determined by Engineer. 4. Repairing Unfarmed Surfaces: Test unfonned surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Conect low and high are�s. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped ternplate. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock paekets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections r�gardless af widtli, and other objectionable conditions. b. After conerete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or imn�ediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diaineter, by cutting out and replacing with fresh conerete. Remove defecti��e areas vvith ciean, square cuts and expose steel reinfarcement with at Ieast a 3i4- inch clearance all around. Dampen eonerete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as ariginal concrete except without coarse aggregate. Place, compact, and fizush ta blend with adjacent finished concrete. Cure in same manner as adjacent �oncrete. e. Repair randam cracks and single holes 1 inch or less in diameter w�ith patc}�ing mortar. Groove top af cracks and cut out holes to sound cancrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching martar and finish to match adjacent conca-eie. Keep patched area continuously maisi for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 3b 6. Repair materials and installation not specified above may be used, subject to 37 Engineer's approval. 38 3.6 RE-IlVSTALLr-STION [NOT USED� 39 3.7 FIELU QUALI'I`Y CONTROL 44 A. Tesiing and Inspecting: City will engage a special inspector and qualified testing and 41 inspectina agency to perfarm field tests and inspect;ons and prepare test reports. 42 B. Inspections 43 1. Steel reinforcement placement 44 2. Headed bolts and studs 45 3. Verification of use of rec�uired design mixture CTTY OF FORT WORTH CHnPIN ROAD AND CRAVENS ROAI} BRIDGE STANi}ARD CONSTRUCTiON SPECIFICATION DOCUMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 201 l Ciry Project Nos. 00259, 0030Z; 01533 03 30 00 -22 GAST-IN-PLACE CONCRET� Page 22 of 25 l 4. Concrete placement, including canveying and depositing 2 5. Curing procedures and maintenance o� curing temperat�re 3 6. Verification of concrete strength before remo�al ofshores and f�rms from beams 4 and slabs 5 C. Concrete Tests: Perforxn testing of cairposite samples of fresh concrete obtained 6 accarding to ASTM C172 according to the following requiremenis: 7 l. Testing Frequency: Obtain 1 com�osite sa.mple far each day's pour of each 8 concrete miYture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 9 each additional 50 cubic yard or fraction thereof. za 11 12 13 14 15 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when et�ncrete consisteney appears to change. 3. Air Content: ASTM C23 l, pressure method, for normal-wei�ht concrete; I test for each camposite sample, buf not less than 1 test for each day's powr of each concrete mixYure. 16 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 44 I7 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 is test for each composite sample. 19 5. Compression Test Specimens: ASTM C31. 2p a. Cast and laboratory cure 4 cylinders for each composite sample. 21 1) Do not transport field cast cylinders until they have cured for a 22 minimum of 24 hours. 23 6. Compressive-Strength Tests: ASTM C39; 24 a. Test 1 cylinder at 7 days. 25 b. Test 2 cylinders at 28 days. 26 c. Hoid I cylinder for tesfing at 56 days as needed. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 : G] �a. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in-place conerete. Strength oi each concrete mixture will be satisfactory if every average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strenb h test value falls below specified cornpressive strenb h by more than 500 psi. Report test results in �vriting to Engineer, conerete manufacturer, and Contractor w�ithin 48 I�ours of testing. Reports of compressive-strength tests shall contain Proj ect identification name and mm�ber, date of concrete placement, name of concrete testing and inspecting agency, location of conerete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for bath 7- and 28-day tests. Additional Tests: Testing and inspecting a�ency shall make additional tests of concrete when test results indicate that sluinp, air entraimnent, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of conerete by cored cylinders compiying with ASTM C42 or by other methods as directed by Engineer. CIT'Y OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS REPLACEMBNTS AND UTILITY RELOCATIONS Revised NovemUer 4, 2Q11 City Project Nos_ 00254, 00302, 01533 D3 3Q DO - 23 CAST-IN-FLACE CONGRETE Page 23 af 25 I a. Whe� the strength level of tbe concrete for any portion af the stnzcture, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditians andlai adjustments to the mi�c design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as fo be deeme� unacceptabl_P, follocv the core test' 6 pracedure set forth in ACI 301; Chapter 17..Locations of core tests sha11 be 7 approved by the Engzneer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tes�s indicate that the strengtl2 of fhe structure is 10 inadequate, auy replacement, load testing, or strengthening as may be ordered 11 by the Engineer shali be provided by the Contractor without cost to the City. Y2 11. Additional testiug and inspecting, at Contractor's expense, wiil be performed to 13 determine compliance of replaced or additional work with specified requirements. i4 I2. Correct deficiencies in the Work that test reports and inspections indicate does not IS comply with the Contract Documents. 16 1� 18 19 ao Z1 �2 23 24 25 25 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 D. Measure floor and slab flatness and levelness according to ASTM Ell 55 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances 1. All floars are subject �o measurenlent far flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in ld feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 faot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots sha11 not exceed the above dimension anywhere along the siraightedge. Flatness shall be checked the next work day after iinishing. b. Slabs sha11 be ievel within a tolerance of f 1i4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the filoor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 fooi grid using a level after removal af forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM El 155. 2. 2 Tiered Measurement Standard a. Each floor test section and �Ize overall floor area shall conform to the 2-tiered measurement standard as specified herein. 1) Minimum Local Value: The minimum local FF/FL values represent the absolute minimum surface profile that will be acceptable for any 1 test sample (line of ineasurements} anywhere within the test area. 2) Specified Overall Value: Tlie specified overall FF/FL values represent the minin7um values acceptable for individual flaor sections as we11 as the floor as a whole. 3. F1oor Test Sections a. A floor test section is defined as the sn�aller of the following areas: 1) The axea bounded by coh.uru� andlor wall lines 2) The area bounded by construction and/or cantrol joint lines 3} Any combination of column lines and/or control jaint lines CITY OF FORT 4��ORTH Ct-IAP[N ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSIRUCTION SPfiCIFICATION DOCUMENTS REPLACEMLNTS AND UTILITY RELOCATIONS Rer7sed November9, 2Q1 t Ciry Project Nos. d0259, Q0302, 01533 03 3a oa -24 CAST-IN-PLACE CONGRETE Page 24 of 25 1 2 3 4 S 6 7 8 9 IO Il 12 13 14 15 i6 17 18 19 20 21 22 b. Test sample measurement lines within each test sectian sha11 be multidirecti:onal along 2 orthogonal liues, as defined by ASTM E1155, at a spacing to be determined: hythe City's testing agency. c. The precise layaut of eacb test section shall be determined by the City's tes«ng agency. 4. Conczete Floor Fin.ish Tolerance a. The follawing values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL34 Minimum Local Value FF30IFL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follouTs: 1} Slab-on-Grade Construction: t 3/.� inch 2) Top surfaces of formed slabs measured prior ta removal of supporting shores: � 3/4 inch 3} Top surfaces of all other slabs: f 3/4 inch 4} Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to 3/a inch from theoretical elevation at any point. 23 3.8 SYSTEIVi STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT [TSED] 25 26 3.10 CLEANING A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of tl�e entire job shall be satisfactorily 29 replaced at the Contractor's expense, and in conformity with aIl of the requirements 30 of the Drawings and Specifications. 31 2. Perform remaval and replaceznent of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any �vay. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment, protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors, wash floors with clean water. 37 3. Leave iinished conerete surfaces in a clean condition, satisfactory to the City. CITI' OF FORT WORTH CfIAPIN ROAD AND CRf�VENS ROAD BR[DGE STANDARD CONSTRUCTiON SPECIFICATION DOCUNIENTS REPLACEti1ENTS AND UTILITY RELOCATIONS Revised Novembec 9, 20l 1 Cit}� Project Nos. 00259, 00302, 01533 03 30 00 - 25 CAST-IN-PLACE CONGRETE Page 25 of 25 1 3.11 GLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT `USED] 3 3.13 1�ZAINTENANCE (NOT USED] 4 3.14 ATTACHIYIEN'TS [NOT'USED] 5 END OF SECTY�N CITY OF FORT �VORTH CHAP(N ROAD .4ND Cl2AVENS ROAD BRIDGE STANDARD CO?�iSTKUCTION SPECIFICATION DOCUMENTS REPLACEMENTS AND UTII.ITY RELOCATIONS Revised Novcmber 9, 2Cill City Project Nos. 00�?59, 00302, 01533 2004 Specifica�ions SPECTt�L PROVISION 360---007 Concrete Pavement For this project, Item 360, "Concrete Pavement," of the Standard Specif catians, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or cl�anged hereby. Article 360.3. Equipment, Section E. Curing Equipment. The third sentence is voided and replaced by the following: Pravide curing equipment that is independent of all other equipment �vhen required to meet the requirements of Article 3b0.4.I, "Curing." Article 36Q.4. Construction, Sectioaa H. Spreading and Finishing, Section 2. Maintenance of Surface l��oisture. The first and second sentences are voided and replaced by the follgwing: Frevent surface drying of thepavement before application oithe curing system by means that may include water fogging, the use of wind screens and the use of evaporation retardants. Article 360.4. Construction, Section H. Spreading and Finishing, Section 3. Surface Texturing is voided and replaced by the following: Complete final texturing before the conerete has attained its initial set. Drag tlle carpet longi.tudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Prevent tlle caipet from getting plugged with grout. Do not perform carpet dragging operations while there is excessive bleed water. A metal-tine texture finish is required for aIl areas with a posted speed limit in excess of 45 mph. A metal-tine texture finish is required unless otherwise shotivn on the plans for areas with a posted speed limit less than 45 mph. Immediately following the carpet drag, apply a single coat of evaporation retardant at a rate recon�mended by the manufacturer. Provide the metal-tine �inish immediately after the concrete suxface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a rninimum depth of 1/8 in., and approximately 1112 in. wide. Do not overlap a previously tined asea. Use manual methods to achieve similar results on ramps and other irregular sectians of pavements. Repair damage to the edge of the slab and jaints immediately after texturing. Do not tine pavement that will be overlaid or that is scheduled for blanket diamond grinding or shot blasting. When carpet drag is the only sirrface texture required by the plans, ensure that adequate and consistent micro-texture is achieved by applying suf�cient weight to the carpet and keeping the carpet from getting plugged with grout, as directed by the Engineer. Target a caipet drag texture of .04 in., as measured by Tex 436-A Correct any Iocation with a texiure less than .03 in. by 1-2 360---007 12-46 diamond grinding or �hot blasting. The Engineer will determine the test locations at points Iocated transversely to the directior� of traffic in the outside wbeel_path.. Articl� 360. 4. Construciion, Sectian I. Curing. The first sentence is voided and replaced by the following: Keep the concreie pavement surface from drying as described in Sectian 360.4:H.2, "Maintenance of Surface Moisture;" until the curi�g material has been :applied. Article 360. 4. Construction, Section I. Curing, Section 1. Membrame Curing. The first paragraph is voided and replaced by the following: Spray the concrete surface uniformly with 2 coats of inembrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Do not allow the concrete surface to dry before applying the curing compound. Use a to�vel or absorptive fabric to remove any standing pools of bleed water that may be present on the surface beforc applying the curing compaund. Apply the f�rst coat within 10 min. ai'ter completing texturing operatians. Apply the second caat within 30 min. after completing texturing operations. 2_2 360---007 12-06 `2004 Specifications SPECIAL PROViSION 420---002 Concrete Struciures For this project, Item 420, "Con�rete Structures," of the Stan�ard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements af this Item are waived or changed hereby. Article 420.4. Constructio�, �:.ctian I, "Finish of �ridge Slabs". The tenth paragraph is supplemented �vith the following: For bridge approach slabs the cazpet drag, burlap drag, or broom iinish may be applied either longitudinally ar transversely. Article 420.�. Constructi�n, Sectian I, "Finish of Sridge �iabs". The first sentence af the fourteenth parab aph is voided and replaced by the following: Unless noted atherwise, saw-cut grooves in tl�e hardened concrete of bridge slabs, bridge approach slabs, and direct-traffic culverts to produce the final texturing after completion of the required cuzing periad. Article 42Q.4. Construction, Section I, "Finish of Bridge Slabs". The fourteenth paragraph is amended by the fallowin;: When saw-cut grooves are not required in the plans, provide either a carpet drag or broom finish for micro-texture. In this case insure that an adequate and consistent micro-texture is aehieved by a�plying sufficient weight to the carpet and keeping the carpet or l�room from getting plugged with grout. For surfaces that do not have adequate texture, the Engineer inay require corrective actian inchiding diamand grinding or shot blasting. t�.rticl� 420.4. Consiructian, Section J. Curing Concrete. The first sentence of the fourth paragraph is voided and replaced by the following: For upper surfaces of bridge slabs, bridge appraach slabs, median and sideti�valk slabs, and culvert top slabs constructed using Class S concrete, apply interim curing using a Type 1-D curing compound before the water sheen disappears but no more than 45 minutes after application of the evaporation retardant. Do not allow the concrete surface to dry before applying the interim cure, and do not place the interim cure over standing water. 1-2 420---002 09-OS Article 420.6 Payment The pay adjustmen.t farmula given in the sixth bullet of the fourth paragraph is voided and replaced by the following: A = Bp[-537{Sa/Ss)2 + 11.69(SaJSs} — 5.32] Where: A= Amount: to be paid Sa = Aefual strength from cylinders Qr cores Ss = Spec�ed design strength Bp = Uiait bid price 2_2 420---002 09-05 2004 Specificarions SPECIAL PRt)VISI�N 421---035 Hydraulic Cement Concrete For this project, Item 421, "Hydraulic Cement Concrete," of the 5tandard Specifications is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Ariicle 421.2.D. Water, Table 1. Chemical Limits for Mix Water is voided and replaced by the following: Table 1 Chemical Limits far Mix Water Contaminant Test Method Maximum Concentration ( m Chloride (Cl} ASTM C 114 Prestressed concrete S00 Bridge decks and superstn�cture 500 All othzr conerete 1,000 Sulfate SO4 ASTM C 114 2,000 Allcalies :a�0 + 0.658K20 ASTM C 114 600 Totai Solids ASTM C 1603 50,000 Aa�ticle 421.2.�. Supplementary Cementing Materials (SClY1� is supplemented with the following: 6. 1Vdodiiied Class F Fly Ash (M�rA}. Furnish MFFA conforming to DMS-4610, "Fly Ash." Article 421.2.1). Water, Table 2. Aeceptance Criteria for Questionable Water Supplies is voided and replaced by the following: Table 2 Acce tance Criteria for uestionable Water Su lies Pro er Test Method Limits Compressive strength, min. % ASTM G 31, ASTM C 39 � 94 control at 7 da s T'rme of set, deviation from ASTM C 403 From 1:00 early to 1:30 tater control, h:nun. l. Base coinparisons on fixed proportions and the same volurne of test water compared to the control mix using 100% potable water or distilled water. 2. Base comparisons on sets cansisting of at least two standard specirnens made from a composite - - sampie. Article 421.2.E.1 Coarsp Aggregate. The fourth paragraph is voided and replaced by the following: Unless otherwise shown on the pla.ns, provide coarse aggregate with a 5-cycle magnesium sulfate soundness when tested in accordance with Tex-411-A of not more than 25% when air 1-7 421---035 08-Q9 entrainment is waived and 18% when air entrainment is not waived. Crushed recycled: kydraulic cement`concrete is not subject to the 5-cycle soundness test. Article 421.2.E.� Fine .Aggregate, ihe fifth paragraph is voided and replaced by the following: Acid insoluble (%) = {(Al){Pl j+(A2)(P2}}l100 where: �41= acid insoluble (%} of aggrega�e 1 A2 = acid insoluble (%) of aggregate 2 PI = percent by weight of aggregate 1 of the fine aggregate blend P2 = percent by weigh� of aggregate 2 of the fine aggregate blend Articie 421.Z.E.2. Fine Aggregate. The final paragraph is voided and replaced by the following: For all classes of concrete, provide �ne aggregate with a ftneness modulus between 2.3 and 3.1 as determined by Tex-402-A. Article 4B1.2.E. Aggregate is supplemented by the following: 4. Interntediate Aggregate. When necessary to complete the concrete mix design, provide intermediate aggregate consisting af clean, hard, durable particles of natural or lightweight aggregate or a combination thereof. Provide intermediate aggregate free from frozen material and from injurious amounts of salt, allcali, vegetable matter, or other abjectionable material, and containing no more than 0.5% clay lumps by weight in accordance with Tex-413-A. If more than 30% of the intermediate aggregate is retained an the No. 4 sieve, the retained portion must meet the following requirements: s must not exceed a wear of 40°/a when tested in accordance ��sJith Tex-410-A. • must have a 5-cycle magnesium sulfate soundness when tesfed in accordance with Tex-411-A of not more than 25% when air entrainment is waived and 18% `�vhez� air entraimnent is not waived. If more than 30% of the intermediate aggregate passes the 318" sieve, the portion passing the 3/8" sieve must not show a color darker than standard when subjected to the color test for organic impurities in accordance with Tex-408-A and must have an acid insoluble residue, unless otherwise shown on the plans, for concrete subject to direct traffic equal ta or greater than the value calculated with the following equation: AIia > 6�AIfa)(P� ( Pia) where: AIfa = acid insoluble (%) of fine agb egate or fine aggregate blend Pfa = percent by weight of tl�e fine aggregate or fine aggregate blend as a percentage of the tota.l weight of the aggregate passing the 3/8" sieve in the concrete mix desi� Pia = percent by weight of the intermediate aggregate as a percenta�e of the total weight of the aggregate passing the 3/8" sieve in the concrete mu� desi�l 2_7 421---03 5 08-09 Article 421.2.F, Mortar and Grout is supplemented bythe following; Sectica 421.4.A.6, "IvlixDesign 4ptions," does not_apply for mortar a:nd.grout. Article 42i.3.A. i oncrete: Planis aud Mi�ng Equipment is supplemented by the following: When allowed by t�e plans or the Engineer; for cancreie classes not identified as structural concrete in Table 5 or for C1ass C concrete nat used for bndge-class structures, the Engineer may inspect and approve all plants and trucks in lieu af the NRMCA or non-Department engineer sealed certifications. The cri.teria and frequency of Engineer approval of plants and trucks is the same used for NRNiCA certification. Article 421.3.A.2. V�lumetric Mixers is supplemented by the follow3ng: Unless allowed by the plans ar the Engineer, volumetric mixers may not supply classes of conerete identified as structural concrete in Table 5. Artiele 421.4.A Classifieafion aa�d IVIix �esign. The first paragraph is voided and replaced by the following: Unless a design method is indicated an the plans, furnish mix designs using ACI 21 l, "Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete," Tex-470-A, or other approved procedures for the classes of eonerete required in accordance with Table 5. Perform mix design and cement replacement using the design by weight method unless otherwise approved. Do not exceed the maximum water-io-cementitious-material ratio. Article 421.4.A. Classification and 14'Iix Design, Table 5 Concrete Classes is voided and replaced by the following: Table 5 ("ancrete f'tasses Design Class of �trengtli, Maximum Coarse a Concrete M�n' W/C RaCio1 Aggregat3 General Usage 28-day f � Grades ' si Iniets, manholes, curb, gutter, curb & gutter, A 3,000 O.bO 1-4, 8 cone. retards, sidewalks, drive���ays, backup walls, anchors B 2,000 0.60 2-7 Ri ra , small roadside siQns, and anchors Drilled shafts, bridge substructure, bridge CS 3,604 0.45 1-6 '�ailing, culverts except top slab of direct tra�c culverts, headwalls, wing walls, approach slabs, concrete traffic banier east-in- lace) C HPC 3,600 0.45 1-6 As shown on ttze lans D 1,500 0.60 2-7 Ri ra B 3;000 0.50 2-5 Seal concrete FS Note 6 0.45 �_5 Railroad structures; occasionaliy for bridge iers, coiuznns, or bents F(HPC ' Note 6 0.45 2-5 As shown on the lans HS Note 6 0.45 3-6 Prestressed conerete beams, boxes, piling, and concrete traffic barrier recast) H HPC Note 6 0.45 3-6 As shown on the lans S 4,000 0.45 2-5 Brid e slabs, to slabs of direct tra�c culverts 3-7 421---035 08-09 Design Strength, Eoarse Glass of �II. Maximum Aggregate General Usage' Concrete W/C Rafio Z,� 28-day f � Grades si S(fiPC 4 040 0.45 2-5 As shown on ihe lans P See Item360 0.45 2-3 Concrete avement DG 5 500 0.40 6: Dense conc. overla CO' 4;600 0,40 6 Conc. overla LIvIC 4 000 0.40 b-8 Latex-modified concrete overla SSS 3,6007 0.45 q� �lurry displacement shafts, underwater drilled shar�Gs K Note 6 0.45 Note 6 Note 6 HES Note 6 0.45 Note 6 Note 6 1. Maximum water-cement or water-cemenut�ous ratio ny weign�. 2. Unless otherwise pernutted, do not use Grade 1 coarse aggregate except in massive foundations with 4-in. minimum clear spacing between reinforcing steel bars. Do not use Grade 1 aggregate in driiled shafts. 3. Unless othervs�ise approved, use Grade 8 aggregate in extruded curbs. 4. For infornzation only. 5. Structural concrete classes. 6. As sho�m on the plans or specified. 7. Use a minimum cementitious material cantent af 6541b/cy of concrete. Do not apply Table 6 over desib requirements to Class SS eoncrete. Article 421.4.A. Classification and Nli:: JDesign, Table 6 Over Design to Meet Compressive Strength Requirements. Footnote 3 is supple�ented by the following: For Class K and concxete classes not identified as smzctural concrete in Table 5 or for Class C concrete not used for bridge-class structures, the Engineer znay designate on the plans an alternative over-design requirement up to and including 1,000 psi for specified strenb hs less than 3,000 psi and up to and including 1,200 psi for specified strengths fxom 3,OOQ to 5,400 psi. Article 421.4.A.1. Cementitiaus Materials is supplerzlented by the following: The upper limit of 35% replacement of cement with Class F fly ash specified by mix design Options 1 and 3 may be increased to a maximum of �5% far mass placements, high perfarmance concrete, and precast members when approved. Article 421.4.A.3. Chemical Admixtures is supplemented by the following: When a corrosion-inhibitir�g admixture is required, use a 30°io calciuzn nitrite solution. The corrosion-inhibiting admixture must be set neutral unless atherwise approved. Dose the admixture at the rate of gallons of admixture per cubic yard of concrete shown on the plans. Artiele 421.4.A.4 Air Entrainment is voided and replaced by the following: Air entrain all concrete e�cept for Class B and concrete used in drilled shafts unless otherwise shown on the plans. Unless otherwise shown on the plans, target an entrained air content of 4.0% for concrete pavement and �.5°/a far ali other concrete requzring air entrainment. To meet the air- entraining requirements, use an approved air-entrainiAg admixture. Unless othervvise shown on the plans, acceptance of concrete Ioads will be based on a tolerance of � 1.5% from the target air content. If the air content is more than 1.5 but less than 3.0% above the target air, the caiacrete 4_� 421---035 08-09 may be accepted based on strength iests. For specified concrete strengths above S,OOO psi, a reduction af 1%o is pemutted. Anc�le 421.4.A Table 7 Air Entrainment is voided. Article 421.4.A.6. Mi� I)esign Optio�s. The first and second paragraphs are voided and replaced by the foilowing: For structurai concrete identified in Table 5 and any other class of concrete designed using more than 5201b. of cementitious material per cu. yd., use ane af the mix design Op�ions 1-8 shawn below, unless otherwise shown an the plans. For conerete classes not identified as structural conerete in Table 5 and designed using less than 520 ib, of cementitious material per cu. yd., use one of the mix design Options 1-8 shown below, except that Class C fly ash may be used instead of Class F fly ash for Options 1, 3, and 4 unless _ sulfate-resistant concrete is shawn on the plans. Do not use mix design C?ptions 6 or 7�vhen High Perfornlance Cancrete (HPC) is required. Option 8 may be used when HPC is required provided: a minimum of 20% of the cement is repiaced with a Class C fly ash; Tex-440-A, "Initial Time of Set of Presh Concrete" is performed during mi� design verification; the additional requirements for permeability are met; and tl�e concrete is not required to be sulfate-resistant. Article 421.4.A.6.b. Optian 2 is vaided and replaced by the following: b. Optiot� 2. Replace 35 to 50% of the cement with GGBFS ar MFFA. Article 421.4.A.6.e. Option 3 is voided and replaced by the following: e. Option 3. Replace 35 to SQ% of the cement with a combinatioil of Class F fly ash, GGBFS, MFFA, UFFA, mctakaolin, or silica fume; however, no more than 35% may be fly ash, and no more than 10% may be silica fume. Article 421.4.A.6.f. Option 6 is voided and replaced by the following: f. Option 6. Use lithium nitrate admixture at a minimum dosage determined by testing conducted in accordance with Tex-471-A, "Lithium Dosage Determination Using Accelerated Mortar Bar Testing." Before use of the nzix, provide an annual certified test report signed and sealed by a iicensed professional engineer, from a laboratory on the Department's List of Approved Lithium Testing Laboratories, certified by the Construction Division as being capable of testina -- according to Tex-471-A, "Lithium Dosage Detemunation Using Accelerated Mortar Bar Testing." Article 421.4.A.6.g. Option 7 is voided and replaced by the followuig: g. Option 7. When using hydraulic cement on1y, ensure that the total alkali contribution from the cement in the concrete does not exceed 3.5 lb. per cubic yard of conerete when calculated as follows: lb. alkali per cu. yd. _(lb. cement per cuyd.} x(% Na20 equivalent in cement) 100 5-7 421---03 5 08-09 In the above calcula�ion, us� the ma�cimurn cement:alkali c�nient reported on the cement:mill certificate. Do not use Jption 7 when any of the aggrsgates in the concrete are listed. on the Department's Lzst ot Aggregate Sources E�cclnded from Option 7 ASR Mitigation. Arficle 421.4.A.6.�t. Option S is vaided and replaced by the following: h. Option 8, For any deviations from Options 1-5, perform annual testing on coarse; intermediate, and fine aggregate separately ul accordance with ASTM C 1 Sb7. Befare use of the mix, provide a certified test report signed and sealed by a licensed professional engineer, from a laboratory on the Department's List of Approved ASTM C 1260 Laboratories, demonstrating that the ASTM C 1567 test resuit for each aggregate �oes not exceed 0.08% expansion at 14 days. Do not use Op�ion 8 wh�n any of the aggregates in the concrete are listed on the Department's List of Aggregate Sources Excluded from Option 8 ASR Mitigation. Vilhen HPC is required, pravide a certified test report signed and sealed by a Iicensed professional er�gineer demonstratzng that AASHTO T 277 test results indicate the permeability of the cancrete is less than 1,500 coulombs iested immediately after either of the follo�ving curing schedules: • Moist cuxe specimens Sb days at 73°F. • Moist cure specimens 7 days at 73°F followed by 21 days at 100°F. Article 421.4.J�. Trial Batches is supplemented by the following: Once a trial batch substantiates the miY design, the proportions and mixing methods used in the trial batch become the n7ix desib of record. Article 421.4.B. Trial Batches. The fourth sentence of the second paragraph is voided and replaced by the follo��•ing: Test at least one set of design strength specimens, consisting of two specimens per set, at 7-day, 28-day, and at Ieast one additional age. Article 421.4.D. Measurement of Maferials, Table 9 is voided and replaced by the following: 6_� 421---035 08-09 Tabte 9 Msasure_mentTolerances—Non-Volumetric i�lixers Article 421�4:E. Mixing :and Delivering Goncrete. The first pazagraph is supplemented with the following; Da not top-load nz� concreie onto returned concreie. Article 421.4.E.3. Truck-Mixed Concrete. The first paragraph is voided and replaced by the follo�Y uig; Mix the cancrete in a truck mixer from 70 to 100 revolutions at the mixing speed designated by the manufacturer to produce a uniform concrete mix. Deliver the conerete to the project in a thoroughly mixed and uniform mass and discharge the concrete with a satisfactory deb ee of uniformity. Additional mixing at the job site at the mixing speed designated by the manufacturer is allowed as long as the requirements of Section 42 L4.A_5, "Slump" and Section 421.4.E, "Mixing and Delivering Concrete" are met. 7-7 421---035 08-09 2404 Specificatians SPECIAL PROV'ISIOI�T 425---001 Precast Prestressed Cancrete Structural Members _ For tllis projeci, Item 425, "Precast Prestressed Concrete Structural Members," of the Standard Specif cations, is hereby a:nended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Artiele 425.2. ld'iaterials is supplemented by the following: For bridges with Type Tx2�, Tx34, T�40, Tx46, Tx54, Tx62 and/or TY70 prestressed concrete girders, the contractor can submit an alternate design for approval using oth�r TxDOT prestressed concrete girder shapes . Alternate designs must be si�ned, sealed, and dated by a Licensed Professional Engineer and submitted io the Engineer for review and approval. Use the same live load as the original design and adhere to the current versions of the AASHTO LRF`D Bridge Design Specifications and the TxDOT LRFD Bridge Design Manual. Alternate bradge designs can differ from the original design only by type af girder used. Do not raise the roadway grade or iower the stnicture bottom chord elevation ta accommodate the alternate girders. No other changes to the originat geometry, including bent locations, are allowed. Substructure re- design may be necessary to accommodate the alternate girders. Article 425.5. I'ayment is supplemented by the following: No additianal compensaiion will be made for alternate designs or for any increase in c�uantities required to accommodate alternate designs, ii�cluding quantities paid for under other Items. 1-1 425---001 10-08 ZOQ4 Specificarions SPECIAL FiRO :TISION' 44Q---006 Rein�arciu� Steel For this project, Item 440, "Reinforcing Steel" of the Standard Specifications, is hereby amended with respect to the clauses cited below, and na other clauses or requirements of this Item are waived or changed hereby. Article 444.2 Materials, Section Ei. Approved Mills is supplemented by the following: Contact the Construction Division with the name and tocation of the producing mill for stainless steel reinforeement at least 4 weeks prior to ordering any material. Article 440.2. Materials, Section D. Weldable iZeinforcing Steel is supplemented by the following: Da not weld stainless reinforcing steel without permission from the Engineer. If welding is required, provide stainless steel reinforcing suitable for welding and submit welding procedures and electrades to the Engineer for approval. Article 440.2. 14�Iaterials, Section F. Ep�xy Coating. The second paragraph is voided and replaced by the following: Furnish coated reinforcing steei meeting the requirements in Table 3_ A�ticle 444.2. Materials, Seciion �'. Epoay Coating. Paragraph four is voided and not repiaced. Article 440.2. Materials, Section G. Mecha�ical Coupiers is voided and replaced by the following: When mechanical splices in reinforcing steel bars are showrl on the plans, use couplers of the type specified in DMS-4510, "Mechanical Couplers for Reinfarcing Steel," Article 4510.S.A, "General Requirements." Furnish only couplers produced by a manufacturer pre-qualified in accordance with DMS-4510. Do nat use sleeve-wedge type couplers on coated reinforcing. Sample and test couplers foz use on individual projects in accordance with DMS-4510. Furnish couplers anly at locations shown on the plans. Furnish couplers for stainless reinforcing steel with the sarne alloy designatian as the reinforcing steel. 1-2 440---006 10-11 Article 444.2. Materials is supplemented by the following: Ii. Fibers. When,allowed by the plans, supply fibers at the mizumum dosage listed on the 1Vlaterial Producer List maintained by the Materials and Pavements Section of the Consiructian Diviszon: When shown on the plans, use fibers that do not corrade due to carbonation of concrete or the use of deicing salts. I. Stainless Steel. When stainless reinfarcu�g steel is required in the glans, provide deformed steel bars of the types listed in Table 3a and conforming to ASTM A 955, GR 60 or higher. Table 3a Acce table T r es af Deformed Steel Sar UNS Desi narion S31653 S31803 S24100 532304 AISI T e 316LN 220� XM-28 2304 Article 440.3.Construction, Section A. Sencling is supplemented Uy the following: Bend stainless reinfarcing steel in accordance with ASTM A955. Article 44Q.3.Construction, Sectian C. Sto�age is supplemented by the following: Do not allow stainless steel reinforcemez�t to be in direct contact with uncoated steel reinforcement, nor with galvanized reinforcement. This does not apply to stainless steel wires and ties. Store stainless steel bar reinforcement separately, off the ground on wooden supports. Artiele 440.3. Co�struction, Seetion I3. Splices. The fifth bullet is voided and replaced by the following: • Far box culvert extensions with less than 1 ft. of fill, lap the existing longitudinal bars with the netiv bars as shown in Table 5. For ehtensions with more than 1 ft. af iill, lap at least 1 i. 0 in. Article 440.3. Construction, is supplemented by the following: G. Handling and Placing S�ainless S�eel 12einfo�-cing. Handle, cut, and place stainless steel bar reinforcement using tools that are not used on carbon steel. Do not use carbon steel tools, chains, slings, etc. when handling stainless steel. Use only nylon or polypropylene slings_ Cut stainless steel using shears, saws, abrasive cutoff wheels, or torches. Remove any thermal oYidation using pickling paste. Do not field bend stainless steel without approval. Use 16 gauge fully annealed stainless steei tie wire conforming to the material properties listed in 440.2.I. "Stainless Steel". Support all stainless steel on solid ptastic, stainless steel, ar epoxy coated steel chairs. Do not use uncaated carbon steel chairs in contact with stainless steel. 2_2 440---006 10-11 2004 Specifications SP�CIAL FI�OVISION 450---041 Railing For this project, Item 450, "Railing," of ihe Standard Speciiications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are wai :Ted or changed hereby. Article 450.2. Maierials is supplemented with the following` Where epoxy anchors are allot�ed or required, provide an approved Type III, Class C epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing drilled and epoxied rail anchorage reinforcement or rail anchor bolts. Use other materials if shown in the plans. Provide only dual cartridge epoxy systems mixed with a static mixing nazzle supplied by the epoxy adhesive manufacturer and dispensed �vith a tool supplied by the epoxy adliesive manufacturer. Do not use bulk epoxies. Drill and install anchorage reinforcement or anchor bolts to the embedment depth shown in the plans or the depth recommended by the manufacturer, whichever is deeper. No additional payment will be made for providing embedment deeper than shown in the plans. If na resistance or embedment depth is specified in the plans, select an embedment depth capabie af developing the yield strength of the steel anchor. zArticle 450.3. Canstructian, Section B. Concrete Railing. The last paragraph is voided and replaced by the following: Obtain approval to slipform railing. Slipforming equipment must be approved_ Do not slipform railing with cast-in-place anchor bolts unless noted otl�erwise. Provide additional reinforcing, at Cantractor's expense, as needed to prevent rnovement of the reinforcement cage. Clear cover and epoxy coating requirements for additional reinforcement are the same as shown for the rail reinforcement. The rail reinforcing cage may be tack welded to the rail anchorage reinforcement provided the rail and anchorage reinforcement ar� not epo�cy coated and weld locations measured along the rail are no closer than 3 ft. If epoxy coated reinforcement is required for the railing proposed to be slipformed, tie all bar intersections. Provide a wire line to maintain vertical and harizoi�tal alignment of the slipform machine. Attach a grade line gauge or pointer to the machine so a continuous camparisan can be made between the rail being placed and the established grade line. Rails or supports at the required grade are allowed instead of sensor controls. Priar to placing concrete, make one or more passes with the slipforrn over the rail segment to ensure proper operation and maintenance of grades and clearances. Provide slipformed rail within a vertical and horizontal alignment tolerance of +/- '/4 in. in 1Q ft. Construct rail with a smfloth and uniform appearance. Consolidate coFicrete so it is free of honeycomb. Provide concrete with a consistency that will maintain the shape of the rail without support. Minimize starting and stopping of the slipform operation by ensuring a continuous supply of concrete. 1-2 450---001 07-09 Da not exceed the manufacturer's recominended speed for the slipform machine. If slipforming causes movement of the reinforcement;such that plan clearances are not achieved, stop slipforming and take remedial.action. Remove and replace unsatisfactcry slipformed rail at the Contractor's expense. Install epoxy adhesive an.chorages in accordance with the manufacturer's instructions includi.ng hole-size, drilling equipment and method, hole cleaning equipment and method; mixing and dispensing epoxy, and a.nchor insertion. Do not alter the manufacturer's rnix.ing nozzle ar dispenser. Ancharage bars or bolts mustbe clean and free of grcase, oil, or any other foreign material. Do not weld to an anchor bar or anchor bolt that is anchored with epoxy adhesive. Do not expase rail to traffic unfil epoxy adhesive has cured. Article 450.3. Canstruction, Section C. Tests is szapplemented with the following: The Engineer will select three anchor bars or bolts of the first day's production to be tesied after the epoxy has cured. Test the bars or bolts in the presence of the Engineer in accordauce with ASTM E 1512, using a restrained test, to evaluate the epoxy adhesive's bond strength. Verify that the anchor bars or bolts develop the required pullout resistance in the plans or 75 percent of the yield strzngth of the bars or bolts, whichever is less, without a bond failure of the epoxy. The Engineer may require additional tests during production. If any of the tests do not meet the required test load, perfarm corrective measures to provide adequate capaciry. Repair damage from testing. Article 45Q.5. Pa�mert is voided and replaced •.�ith the following: The work performed and materials furnished in accordance with �his Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Raiting" of the type specified. This price wiil be full compensatian for furnishing, preparing, and placing cancrete, expansion joint material, reinforcing steel, structural steel, aluminum, cast steel, pipe, anchor bolts or bars, testing af epoxy anchors, and aIl other materials required in the finished railing; removal and disposal of salvageable materials; and hardware, paint and painting of inetal railing, galvanizing, equipment, Labor, tools, and incidentais. 2_Z 450---001 07-09 ZQ04 SpecificatianS ��ECIAL PR�VISION 540---023 Metal Beam Guard �ence For this project, Item 540, "Meta.l Beam Guard Fence," of the Standard Specifications, is hereby amended with respe�t to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 540.2. Materials, Section A. Metal Beam Rail Elements. The third paragraph is replaced by the following: Furnish metal beam rail elements frorn a manufacturer on the Department's approved Material Producer List, entitled "Metal Beam Guard Fence Rail �leinent Manufacturers." t�rticle 540.2. Materials, Seciion B. Posts, Section 2. Steel Posts is voided and replaced by the following: 2. Steel Posts. Provide rolled sections conforming to the material requirements of ASTM A 36. Drill or punch posts for standard rail attachmeni as shown on the plans. Galvanize in accordance with Item 445, "Galvanizing." Low fill culvert p�sts nnay be fabricated as galvanized "blanks" with the hole to accept the rail and the final height field fabricated. Treat all exposed posi surfaces caused by the field fabrzcation in accordance with Section 445.3.D. "Repairs." Artic(e 540.2. Materiats, Section S. Pos�s, Table 1, Rail Element Requirements. The section entitled "Marl:ings" is voided and replaced by the following: Markings Permanently mark each metal beam rail element with the infornzation required in AASHTO M 180. Permanently mark all curved sections of inetal beam rail element, in addition, «jith the radius of the curved section in the format "R=xx ft." These additional markings (die-imprinted) must be on the back of the metal beam rail section away from traffic and visible after erection. 1-3 540---023 06-10 Article 540.2. Materials, Section B. Posts is supplemented by the f�llowing: 3. Composite Posts. MPet the requirements of DMS-7210, ``Composite:lVlaterial Posts and Blocks far Metal Beam Guard Fence." Article 540.�. Materials is supplemented by the fallowing: H. Terminal Anchor Posis. Fumish new termiraal ancbor posts from steel couforming to the material requirements o£ ASTM A 36. Fabricate posts in accardance with Item 441, "Steel Structures." Galvanize terminal anchor posts after fabrication in accordance with Item 445, "Galvanizing." I. DrivEway Terminal Anchor Posts. Furnish new terminal anchorposts from sieel conforming to the material requirements of ASTM A 36. Fabricate posts in accardance with Item 441, "5tee1 Structures." Galvanize terminal anchor posts after fabrication in accordance with Item 445, "Galvanizing." Article 540.3. Construction, Section B. Rail Elements is supplemented by the fellowing: Shart Radius. Special rail fabrication will be required at installations having a culvature of less than 150 ft. radius_ The required radius shall be as shown on the plans. Short radius metal beam guard fence requires the placement of controlled release terminal (CRT) posts of the quantity shown an the plans. Article 540.3. Constructian is supplemented by tne following: G. Driveway Terminal Anchor Posts. Embed terminal anchor posts in concrete unless otherwise shown on the plans. Article 544.4. Measurement is supplement by tbe foilowing: D. Short Radius. Measurement will be by the foat to the nearest whoie foot along the face of the rail in place, from beginning of radius (and first CRT post) to the end of radius. E. Drive�vay Terminal Anchor Seetian. Measurement will be by each section, complete in place, consisting of a driveway terminal anchor post and one 6 ft. section of rail element. Article 540.5. Payment. Tbe first paragraph is voided and replaced by the following: �40.�. Fayment. The work perfornled and material farnished in accordance tivith this Item and measured as provided under "Measuretx�ent" will be paid for at the unit price bid for "Metal W-Beam Guard Fence" of the post type specified, "Metal Thrie-Beam Guard Fence" of the post type specifiecl, "Terminal Anchor Section," "Metal Beam Guard Fence Transition" of the type specified, "Metal W-Beam Guard Fence Adjustment," "Metal Thrie-Bearn Guard Fence Adjustment," "Terminal Anchor Section Adjustment," "Transition Adjustment," "Short Radius," or "Driveway Terminal Anchor Section." When weathering steel is required, Type N will be specified. Article 540.5. Payment, Section C. Transitian is voided and replaced by the following: 2-3 540---023 06-10 C: Transition. Thepricebid for "NFetal Beam Guaxd'Fence Transition" is full compensation for fumishing nested sections of thrie,-beam; nested sections of'W-beam; thrie-beam-to-W-beam firansitional rail piece, posts, concrete, curb, and connections to W-beam guard fence and bridge raiis; thrie-�eam terminal connectors and terminal connectors;' excavation and �u:,kfilling; and equipment, labor, tools, and incidentals. Article 540:5. Pa�rraent is supplemented by tlze following: E. Short Radius. The price bid for "Short Radius" is full compensatio� �r furnishing special rail fabricated metal beam guard fenee, cantrolle� release terminal (CRT) posts, materials, hauling, erection, blocks, driving pasts, excavating, backfilling, equipment, labor, tools, and incidentals. �'. Driveway Termfinal Anchor Section. The price bid far "Driveway Terminal Anchor Section " is full campensation for furnishing the rail elenlent, driveway anchor assembiy, dxive�vay tern�inal anchor post, and foundations; instatling tl�e rail element anchor assembly and the driveway terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tooIs, and incidentals. 3-3 540---023 06-10 2044 Specifications SPECIAI: PROVISIOI� 658---006 Delineator and Object 1Vlarker Assemblies For tbis project, Itein 658, "Delineator and Object Marker Assemblies," of the Standard Specifications, is hereby amended with respect to tlie clauses c'rted below, and no other clauses or requirements of this Item are wai`�ed or changed hereby. Ar�icle 658.2. Materials. The first sentence is voided and replaced by the following: Unless otherwise shown on the plans, fumish oiily new material in accordance �Jit�1 the details shown in the plans. Ariicle 658.5. Payment, Section A. Installation. The first paragraph is voided and replaced by the following: This price is full compensation for furnishing and fabricating �vhen required, and for installing and mc�unting the delin�at�r or object marker assemblies including posts, adhesive or pads for surface mount assemblies, back plates, reflector units, fastening plates, brackets, bolts, nuts and washers: and equipment, labor toals, and incidentals. 1-1 658---006 09-OS 31 b3 29-1 DRILLED CONCRETE PIERS Page l of 3 SECTION 3163:29 DRILLED :CONCR_ETE PIERS 3 PART 1 GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 15 17 18 I9 20 21 22 23 24 25 26 27 2� 29 30 31 32 33 34 35 36 37 38 1:1 SUMIVIARY A. Scope: 1. CONTRACTOR shall furnish all labor and materials required to construct drilled concrete piers camplete including layout, excavation of shafts, steel casings, fabrication and installation af reinforcing steel, furnishing and placing concrete, setting anchor bolts and removal of spoil. B. P.ela#ed Sections: l. Division 0— Bidding Requirements, Contract Forrns, and Conditions of the Contract 2. Divisian 1— General Requirements 3. 03 30 00 - Cast-In-Place Concrete. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payznent 1. Measuremenf a. This Itern is considered subsidiary to the structure ar Items being placed. 2. Paytnent a. The work perforrned and the materials fixrnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 QU�[.ITY t�SSiJ�2ANCE B. Referenced Standards: Comply �vith applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ACI 336.1 - Siandard Specification for the Construction of Drilled Piers. B. The Iaboratory and OWNER represeatative shall monitor all pier drilling operatians. CONTRACTOR shall give a minimum two days notice to the laboratory for services in conjunction with drilled piers. C. InsYaller: Company specializing in perFornung the wark of this Section with minimum three projects in similar soil and rack conditions, and with similar shaft sizes, deptlls, and quantities. 1.4 SYIBIVII'Y'TALS A. Submit in accordance with Division l. B. Submittal for Review: 1. Sliop Drawings: Indicate dimensianed plan layout, do��el and anchor bolt setting plans including tempiates, drilled pier shaft sizes, casing sizes, top of pier elevation, and details of reinforcing steei. C. Submittal for Information: CITY OF FQRT WORTH S'fANDARD CQNSTRUCTION SPECIF[GATION DOCUMENTS Revised [Q4(15/2011] CHAPIN ROAD AND CRAVENS ROAD BRO�GE REPLACEI�4ENTS AND UTILITY RELOCATIONS City Project Nos. 00254, 00302, O(533 31 63 29-2 DRII,LED CONGRETE PIERS Page 2 of 3 1. Pier Drilling Log: Report of drilled concrete pier construction inclnding actual elevations of top and bo#tom of each pier, eievation of bearing s�rahun, penetration into bearing stratum, deviations of pier centerline and plumbness, shaft size, presence of wafer, use of temporaay casing, pLacemer�� af concreie, and time af start and finish of excavation. b 1.5 JOB CONDITIONS 7 A. Site Informatzon: 8 L Refer to Division 2. 9 Z. Information regarding site conditi�ns is previded for the convenience of the 10 Contractor and is not a warranty that the information represenis site conditions 11 that may be encountered. The OWNER shall not be responsible for 1Z interpretatior.s or conclusians drawn from the information provided by the 13 CONTRACTOR. 14 3. Additional borings or ather exploratory work may be conducted by the 15 CONTRACTOR at no cost to the OWNER. i6 B. Utilities: 17 is 19 20 2I 22 1 2. Locate eYisting piping and utilities �riar to the co�mencement of drilled concrete pier operations. Provide protection of piping and utilities during construction. Do not interrupt piping and utilities serving existing facilities unless �ermitted in writing by the ENGINEER and OWNER, Provide temporary utility services to replace interrupted utilities. 23 PART 2 PRODUCTS 24 2.1 MATERIALS 25 A. Reinforcement: Refer to Section 03 30 00. 26 B. Concrete: Refer to Section 03 30 00. 27 C. Bar Supports: Ftunish spacers to maintain required concrete cover to sides and bottom of 2g excavation. ►�5 30 31 l. 2. Shaftspacer Systems, Foundation Technologies, Inc., Tucker, Georgia "Centraligner" and "Highjacker", Pieresearch, Arlinb on, Texas. PART 3 EXECUTION 32 3.1 INSTALLATION 33 A. Drill pier shafts to diameters and de�ths indicated. 34 B. Clean shaft and bottom of loose material. Maintain shafts free of watez. Provide 35 temporary steel casing to the bearing stratum to prevent cavzng soil and to ensure a 36 watertight seal. Required pier penetration in the bearing strata shall be below the bottom 37 of any casing. CITY OF FORT WORTH CH.4PIN ROAD AND CRAVEN3 ROAD BRIDGB ST�NDARD CONSTRUCTION SPECIFICATION DOCUI�I�NTS R�PLACEMENTS AND UTLLITY RELOCATIONS Revised [04/IS/201I] City ProjectNos. 00259, 40302, O(533 3 I fi3 29-3 DRILLED CONCRETE PIERS Fage 3 of 3 15 16 17 18 19 20 :C. Allow inspection.of shaft prior`to placement of reinforcernent and concrete. D. Place reinforcing steel in accordance with Section 03 30 00. E. Place concrete in accordance with Section 03 30 00. 1. Cancrete shall be placed within tfie time limit stated on the Drawings. 2. Placzng equipment shall be designed for vertical pla.cement of concrete. Use tremies to place concrete in piers. Use hoppers to: keep the concrete from striking the reinforcing cage and casings. 3. Provide mechanical vibration for consolidation for the upper 5'-0" of each shaft. 4. Concrete slump for piers �hall be 6-inches plus or minus 1-inch. P. Form top of shafts if cut off elevatian is above ground elevation. G. Reznove excess concrete at the top of piers beyand the limits of the pier shaft diameter. Top of shaft shall be of the same diame+er as shaft below. H. Ercavated znatei-ial shall be removed and disposed off site, or shall be deposited and spread on site at locations as directed by the OWN�R. TOLERANCES A. Maximum Variation rrom Vertical: One percent of length. B. Maximum Variation From Design Top Elevation: Plus 1 inch to rninus 3 inches. C. Maacimum Out-of-Position: Qne twenty-fourth of the shaft diameter or 3 inches, whichever is less. ENI) OF S�CTION 3.2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [04/IS/2t111] C1-I.APIN ROAD AND CRAVENS ROAD BRIDGE REFLACEIvtENT5 AND UTILITY RELOCATIONS Ciry Project Nos. 00259, 00302, 01533 33�-39� 10�=� l CONCRETE SLIPi'O$T STRUCTURE Page 1 of 3" SECTION 33 39 '70 CONCRETE SITPPORT STRUCTURE 3 PART1- GENERAL 4 11 SUMMARY 5 6 7 8 9 �a 11 12 13 14 1S 16 17 18 19 20 2I 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Section Includes: 1. Concrete Support Structures B. Rela�ed Specificatio� Sections include but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Cautract 2. Division 1— General Requirements 3. Section 03 34 40 — Cast-In-Place Concrete 4. Section 31 63 29 — Drilled Concrete Piers l.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Concrete Support Structw-e a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials fiunished in accordance with this Item sha11 be paid for at the unit price bid per each "Support Structure" installed for: a} Various sizes b} Various types c. The price bid will include: 1) Excavatian 2) Forms 3) Piers 4) Casing 5) Reinforcin� steel 6) Concrete 7) Backfill 8} Foundation 9} Hauling 10} Disposal of excess material 11) Placement and compaction of backfill 12) Clean-up 1.3 REFE]E�El`dCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at t3�e time of Yhe latest revision date logged at the end of this Specification, unless a date is specifically cited. CITY" OF FORT WORTH STAND.4RD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [04/ I S/2011 ] CIIAPI� I ROAD ANI? CRAVENS ROAD BRIDGG REPLACEMENTS AND UTILITY RELOCATIONS City Project Nos. 00254, 003Q2, 0! 533 33 39 l0 - 2 CONCRETE SUPPORTSTRUCT[JRE Page 2 of3 1 2 1.4 .ADIYIINISTRATIVE REQUIREMElYT5 [NOT USED] 1.5 ST1R�'IIT'TAI.S 3 A. Subzni�tals s� all be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the Engineer or the: City prior to delivery. 5 1.6 ACTION S�i.TBMITTALS(INFORMATIONAL SUBMITTALS [NOT` USED] b 1.7 CLOSEOUT SUBMITTALS [NOT USEDJ 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSUI2ANCE [NOT USED] 9 1.1� DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 l.11 FIELD [SITE] COND�TIONS [NOT USED] 11 1.12 �'ARRANTY [N�T USEDj 12 PAIaT 2 - PRODUCTS 13 2.1 OWNER-FURNISHED (ox] O��NER-�UPPLIEAPRODUCTS [NOT US]ED] 14 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 15 16 17 18 14 20 21 22 23 24 25 26 �� 28 A. Manufac#urers 1. Only the manufacturers as listed on the Ciry's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer tnust 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 O1 25 00. B. Types and Materials l. Formwork— Conform to Section 03 3d 00. 2. Cast-in-Place Concrete — Conform to Section 03 30 00. 3. Steel Reinforcement — Conform to Section 03 30 00. 4. Controlled Low Strength 1blaterial— Coufonn to Sectian �3 34 13. 5. Drilled Concrete Piers — Conform to Section 31 63 29. �.3 �cc�sso�zEs �NOT usEn� 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 31 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Evaluation and Assessment C[TY dF FORT WORTH STANDAi2B CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised [04lIS/�011] CHAPIN ROAD ?.ND CRAVENS ROAD BRI[?GE REPL,ACEIvIENTS AND UTILiTY RELOCATIONS City Project Nos. Q0259, 00302, 01533 33 39 10 - 3 CONCRETE SUPPORT STRC7CTCJRE Page 3 of 3 1 :2 3 4 S 6 7 & 9 10 ll 12 13 14 15 16 l7 18 19 20 21 22 23 24 ZS 2b 27 28 1. Verify lines and grades are in aceordanee'to the Drawings. 3:3 PREPARATIUN A. �ounda.fion Preparation 1. Excavate concrete suppart foundatian.per as shown in the drawings. 2. Replace excavated sail with ?ean concre�e fill as shown in the drawings. 3.4 INSTALLA7CION A. Support Structure 1. Construct support structure to dimensions shown on Drawings. 2. Cast concrete support foundation monolithically. 3. Cast concrete support wall pilaster as shown on Drawzngs. a. A construction joint with water stop is shown at the midheight of the carrier pipe. b. I�io other joints are allo��ed unless shown on Drawings. 4. Place, finish and cure concreee according to Section 03 34 00. a. Support structure must cure 3 days before backfiiling around structure. 5. Internal coating application �vili conform to Section 33 39 60, if required by Drawings. 3.5 REPAIR ! REST0�2ATION [NOT USED] 3.6 RE-INSTALLATION [NOT I7SEI)] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM ST.�RTUP [NOT USED] 3.9 AI}JUSTING [l�0'I' USE�] 3.10 CL�ANING [NOT USEI)] 3.11 CI.,OSEOLTT ACTIVITIES [NO'I' USED] 3.12 �ROTECTION [NOT USED] 3.13 1V�AINTENANCE [N�T USED] 3.14 ATTACIiMENTS [l�OT �T�ED] END OF SECTION CITY OF FORT WORTH STANDARD C4NSTRUCTION SP�CIFICATION DOCUM�NTS Revised [0�l15/201 lJ CHAPIIV ROAD AND CRAVENS ROAD BRIDGE REPL.4CEnQ�N1'S AND UTILITY RELOCAT[ONS City Project Nos. OQ259, 04302, O1533 .�� e� GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06:D Minority and Women Owned Business Enterprise Complianee GC-bA7 Wage Rates GG6.09 Permits and Utilities GC-624 Nondiscrimination: None. GR-01 60 Od Product Requirements CITY OF FORT WQRTH CHAPIN ROAD AR�D CRAVEIYS ROAD BRIDGE STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS REPLAGEMENTS AND U'I'ILITY RELOCATIONS Revised November 9, 201 I City Project Nos, 04259, 00302, 01533 GC-4.0�. t�.vailability of Lands � .; � . ; . CiC1' OF FdRT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARb CONSTRUCTION SPECIFiCATION DOC[3MENTS R�PLACEMENTS AND UTILITY RELOCA"fIONS Revised November 9, 2011 Ciry Project Nos. 00254, 00302, 01533 ��change: t�uthorized Users Only . ;� , Document Receipt I�formation Reference Number: ALDA1=18-AT000002�3915-- Easemeni InstrumenS Numher: C �to of Pages: i Recorded Date: 7 County: Volame: ��ge: Recordinq i�ee: 4 �� niz 11 8 :43; 04 AM https:!; ��Tww.er�change.com�'UI/Vre�vReceipt.aspx?DacumentId=4952616 Page l of I 7% 14�'2011 Electranically Rec���ed Tacrant Counf�r Texas Official P�sblic Record� 7I'f�/201�I 8:43 AM CIiA�'€tV R � T��►�i'T:�.C��►!�4 CH�.�:�IEL BF��E �tEPt��hIT PARCP'cL Na�f1�� x�: ah c.�af CITY PRO.lECT �{�,� Subm�!�er. ACS 9190 CHAPIN RO�#I�'��� �arcia HAY� CQiftNt3TON SURiiEY, ABST�tACT No. 2�3 GiTY E�F FOR7 V�ORTH, TARRr4�ti tY3U1�iY, TEX�4S s ��: t �1i [� .�� L1 ii�� � a.,i 'r�� �► �` .1�� -i i :..:, aJ :. .c- ' � � � -. ,- �..,;- GRAtd�'EE: GF�,�6TEE'S A�AlLI{�G AD[3i�ES� .��uue��r a�, �� � � � C121't1677'[2 �L��#� TITL.E CJh����Y GF r� �oo � �S- �s.�. /�c.�-r� f� �aa souT��sT e�����w� ��f�'T Wi"R"6'��[, T�►RRANT COUi�TYs T}f i�17�6 . • ,- � ii�� •� i.i:r � i. ' i ` i� ►; . 1, C09�IS1[3ERATION: T�t D�llars �$10.Qfl� �nd at#�er �#oad and valuabl� t�s�derati�t►� tfi3e receipt and sui�cisncy of wh[ch is h�reby ackno�nrlsdgsd. P#��P�R'TY: �U�g a fism�sy cacistruc�ticrn s�semer�t sa�uatsd ir� f�e Hat}s (;o�s�gt�► Sur,re�, Abstraet h�o. 2�6. Ci�y of �or� �/orth, Tarr�nt Ga�nty, Tsxss, sa�i tsm�orary cQnstnit�an eas�8msnt be�ng a pa�r#�ion af a iv.992 acr+e t� of iand (by d�ed) descied t� Hamror�y Reatty Ltd. as re�orded in Couraiy Cleck's Fil� No. i72083�8720 af tt� deed Records o# Tarrant Ca�nty, �'e�cas, and bsing furth�r desa�fb�ai' in Co�nty C�e€k's Fle No. D2��QQ7 af said Deed R�corcis �# Ta�f Co�tnty, Texas� sa�! tempor�ry constructi�n easement b�ing more parfi�cul�r#y descr�be� 1� exhibi#s "A° and �B°. r�,�y c� €�� ovo�zoa� t . • GH'APlN Ra/�D �RT SAlVTA CF�P►RA CHANhIEL BRIDGE REPLACEMENT PARCEL No.1 �� Gt'!`Y PRfl:tE�T No. (�4259 91gU CH�4P[M RQ/�D HA►YS CfJVit+tGTt�N SURVEY,_�BSTRACT No.256 C(TY C'1F EORT V6/C}RTH; TARRA�ii" C�1Uh1TY, ?�XAS: C1TY Q� Ft�RT WOiiTH T�{VfP�RARY Ct7NSTRUCTiO�! EAt�El�lENT .� �Ra�-ro�.: JA�lU�4RY 31, �011 EiAROV1C3NY REALTY LTD. �����0 TETLc v`Q�[�A1�Y �` � 7"�i'DOODc�� l � � - L S,� ����� iz GRANTOR'S MAI�ING ADDRESS 380{� SCIUTHWEST BOULEVARl3 FORT WOl�TH, T�4RRANT COUPITY, TX 76'!16 GRANTEE: Ct7Y C3F FORT WORT}i GRA�JTEE'S MA[LING ADDRESS 10Q0 THQZOCKMORTON ST. FORT WORTH, TARR�lF�T COU�lTY, TX 76'f02 CONSIDERAT(ON: Ten Dolfars ($'f0.00J and other good and valuabie consideration, the recsipt and su�ciency of which is hereby acknowledged. PF�C�FERTY: Being a temporary construcfion easement situated in the Hays Cavington Survey, Absfraci No. 25s, C�ty �f �art V�/orth, Tarrant County, Texas, said temporary constructiort easerr�enT being a pQrtion af a 15,992 acre tract of land (by deed) deeded to F(armony Rea(ty Ltd. as recorded in County Clerk's Fi(e No_ D208356720 af the Deed Records of Tarrant County, Texas, and being further described in County Clerk's File Na. D208237007 of said Deed Records of Tarrant County, Texas, said temporary construction easerrte�t 6e�ng more particularfy described in exhibits "R" and "B„ Temp<rary l_'oailn<tian Easement Ol%(�,200) Grantor; for #he consideration paid to Gcantor; fiereby grant, barr�ain: and cartuey unto Grantee; ifs successors and assigns, the use and passage in, aver, and across, belowand alang the easerr�ent sifuated in Tarrant County, Texas, i�z accordanc,e wifh the Iegal description hereto attached as Exhibit "A", and ingress and egress over' Gran#or's pcop�rty io the easernet�t as shown on Exhibit "B". it is furth�r agreed and understoQc( that Grantee wil( be permitted`the use of said easemer�t for tfi►e purpose of fhe CONSTRUCTION of a bridge. Upan completian of improvements and its acceptance by Grantee, all rights gran�ed wiYhin the described T�mporary Canstruction Easemenf shal! cease. TO HAVE At4D TO HOLD the above described easetrient, together with, a(I and singu{ar, the rights and appurtenances thereta in anyway belonging unto Grantee, and Grantee's successors and assigns untii ihe completion of canstructian and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns> to warranf and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully cfaiming or to claim the same, or any part thereof. 1'empocary Coneuuctina Fzsernent O 1 %09/2007 � - GRANT�R: Grantor:'Harrnony Realty ltd. A Texa� T�imited Liability Company By: Harmony Realty Management Cn., LLC A Texas Carporation IYs General Parhler GRANTEE: City af t=art WorfFi �� � 4 � William Churchilf, Secretaryl Treasurer Fernando Costa Assistant City Manager APPROVED /�S TO FQRM AND LEGA�ITY y , � ���.' , a ^ � �'�� .�'� v .�` � fi:r� d L�`-.. assistant City At#or�ey ACKN�VIILEDGEMEtVT ST�TE OF TEX�S CaURITY OF T�,RR�P1T 0 0 BEFORE ME, the undersigned uthori�a No#ary Public in and for the State of Texas, on this day personally appeared �61�� �'� �-�-L� ��« , known to me to be the same person whase narne is suE�scribed t the foregoing instrument, and acknowledged to me that fhe same was the act of�1f�,��Dn1� ��,-�LTy�IGrr� �.�.,1..,�..�,. and that he/she executed the same as ihe act of said �-{-�}-�1�A,,,y ,�.��-�ct f"}�l�,i�-t7. Co LL�,. for the purpases and cansideratian tl�erein expressed and in the capacity ther i��n stated. G{VEht UNdER MY HAND AND SEAL OF OFFfCE this �� � day of �� ��� , zo� l_ = ��,�����k{� _q %¢.�w �E ^ 'r¢ i'1C7�F�Ji�Jd7h6, i .. � a Y� r� �a•_ aiRtd` .^_� TBXLY : ,���'`� <` �^°��'�„ Gure:�r; E�- � t,CtS`1 I + . ` � ��.-�� Natary Public in an�i f the State of Texas ,.- TemgonryConswction Easement t}1 /U9r2007 - ST�ETE OF TEXAS Ct�UNTY aF TARRANT � 0 ACKNt}Wl.EaGEMENT BE�ORE ME, the undersigned au#hority, a Nofary Pubi�c in ar►d for tt�a State af Texas, ��r this day personalfy appeared Fernando Casta, Assistant City Manager of the City of Fort Warth, known to me to be t�e sam� person whose name is subscribed fo the foregoing instrument, and acknowledged ta me ihat the same was the act of the City of Fort Worth and that he/she executed tne same as the act of the Cify of Fort Worth for the purpoves and cQnsideratian th�rein expressed and in the ca�acity therein stated. �� GIVEN UNDER MY HAND AND SEAL OF OFFIGE this � day af _ , 20�. After recordiz�g return to: City of Port Worth Department of Engzneering Rsal Property Services 1040 Thzockmorton St Fc�rt Worth, TX 76102 Temporacy Construction Fasement 67 it��2Q07 � < ���� ary Pubiic in and or the Siate of Texas �;�.r�:-, �vfl��� Qa�vtEts � . �� ��� 1 _ ': :.,tY GOR�MiSSI4N EXRiRFS ':�;, ., t" S�t4y f0, 2013 I •�::: - —� CHAPIN RO►ADAT SANTA CLARA CHANNELBRiDGE REPLACEME1rTT FARCEL Na.1 TE �I'TY PRQJEC'�` Nc�. !�(�259 9190 CHAPIN FL(}AD HAYS COVINGTON ST�,rRVEY, A��TRACT No. 25(i CITY OF Ff.�RT Wf11tTH, TARRAI�'I' C{3UNTY,'TE�AS EN�HI$I�' `cA�� Being a terr�porary construction easement situated in ttte Hays CovTngton Survey, Abstract No. 256, City of Fort Worth, Tarrant Caunty, Texas, said te�nporary canstruction easement being a partion of a 15.992 acre tract of Iand (by deed) deeded to Ha�mony Realty Ltd. as recorded in County Clerk's File Na. D208356720 af the Deed Records of Tan•ant County, Texa_�, and being further described in County C�erk's File No. D2Q8237007 of saad Deed Records of Tarrant Couniy, Texas, said temporary �anstnTction easement hein� more particularly described by metes and bounds as fo�laws: C011�MENCIlrtG at a 5/8 inch iron rod with cap stamped "City of Ft. Warth" found far the southeast corner of said t 5.992 acre tract of land, said 5/$ ineh iron rod with cap stamped "Ciry of Ft. Worth" being the intersection of the north line of Chapin Road (an i.u�dedicateci right-af- way) with the existing west rigl2t-of-way izne of Interstate Loop 820 (a variabie width nght-af- way), fram which a 112 ineh iron rod with cag stamped "Area" fourzd far the souihwest corner of said 15.392 aere tract vf land bears Sou� 89 de�ees 37 minutes 4? seconds West, a distance of 520.48 feet, said 1/2 incli iron rod with cap stamped "Area" being �he souiheast corner of a 4.OE�S acre tract of Iand (by deed} deeded to Frank Kent Enteiprises, L�d. as recarded in County Clerk's File No. D208 i 55059 af said Deed Records of Tarrant County, Texas, said P/2 inch iron rod with cap stampe;d "Area" also being in the nortl� line of said Chapin Raad; THBI�TCE North 40 degrees 26 minutes 47 seconds East, with the southeast line of said � 5.992 acre tract of Iand and with the existing west ri�;ht-of-way iine of said Interstate Loop 82Q, a distance c�f I2.98 feet to a right-of- way marker set for the POINT �k+ �E�INI�IING of the herein described temporaty construction easernent, said right-of-way marker being the intersection of the southeast line of said 15.99� acre tract of land and the existing west ri�ht-af-way line of said Interstate Highway 820 with the groposed north right-of-way Iine af Chapin Road; THCENCE South 49 degrees SI minutes 44 seconds West, with the propased north right-of-�vay Pine of said Cha�in Road, a dist�nce af 61.55 feet to a point for comer; T�[El`dCE North 40 degrees 08 minutes 16 seconds WesY, a distar�ce of 45.00 feet to a point far corner', 'I`HEl�TCE I�'oc-Yh 89 c�egrees S1 minates 44 seconds East, a distance af 2Q.55 feet to a point for corner; E�cl�ibit A Page 1 of 2 4• � TI�ENCE Sauth 76 degree� 58 m�nutes 27 secands East, a dist�nce ,of 68.06 fe�t to a point for cc>mer ir� the s�utheast 1in� of caid 15.992 acre tract af land, said pc�int being in the e�sting west right-of-way line of said interstate Loop 820; THENCE South 4Q degrees 26 minutes 47 secc�nds Wesi; with tbe sautheast line of said I5:9g2 acre tract o€ Iand and with the existi�zg west rigl�t-af: way iine of said Interstate Laop 820, a distance of 38_84 feet to the P�TTI�iT OF BEGINNING, and containing 3,421 square f�et ar 0.069 acres of land, more or Iess. Nates: (1) {2) ��) A plat of even survey date herewit2i �.ccornpanies this legal descriptzon. Right-of-way markers along proposed right-af-way Iine are 518 inch iron rod set with blue cap star�lped "GORRONDONA" u�Iess ott�erwise noted. Bearings are zeferenced to the Texas Caordinate System, NAD-83, The Narth Central Zone 4202, all disiances and areas shown are surface. Date: January 31, ZOI i CLILfIS �IIliiil Registered Professicanal Land Surveyor No. 5494 Exhibit A Page 2 of 2 �� �� � T 1 �P�'����fRG �G n CURTIS SMITH ---�---------------,�— �':A 3ag4 �;= �' >-v� :a�` a? � 4 r FS�� ��� �```.`� S L' ;� 50 25 0 50 �� �--•— SCALE IN FEET z 3 � 0 a 4.065 ACRE5 {9Y DEEB) FR�4NK KENT ENtERFRtSE5, I C.C.F. No. D208155055 D.R.T.C.7. .E��IBIT „�" p�c�� �va. ' � vE� R � ��yG� �� 2 6 �a�SeSpR�C.� No. A 15.992 ACRES (BY DEEQ�' � ^ ..Z..� � m � � � � A 4 � � HARMONY RFALIY L.TD s '�a C.C.F. No. G20835672Q ���� ������ .,...� c.c.�. r�a. �2oRz�7ooz Eass�Errr aR� � D.R.T.C.T. 3s�21 SQ. �T. (i%t = �i O.Q89 ACRES � t'a. �t �9'5t'44'E� S 7�'b8'27'E J�� a o ao.�s �- ss.as• .� o O Id oo�p�i�$^�� s 6'v�/ Y�.VV� PR4POSE0 � fND t/2"IR W/CAP � R.�.W. STAMPfD "AREA" t�ARKER PROPfRiY IfHE SURVEY UNE � � ��r �E 2a3.sa8 acREs (aY o�o) RQWAN ALTGEL7 LAUGHC.tN GROUP, LTD. C.C.F. No. D21Q259834 - C.C,F. No. 0 24 4009 43 2 D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTtON OF EVEN DATE ACCOA(PANfES THIS P'LAT 2. ROW MNtKERS A�ONG PROPtl5ED (gGHT—OF—YdAY llNE ARE A 5/8' fRON ROD SET W�TH Bl.UE CAP STAAdPED "GdRRON04N4` UN{.�SS 07HERVdi5E NOFED CI 1�1 � 1 V 1 l�/i� (AN UNDE0ICATE�J RIGHT-4F—WAY} L S�Ry `� 1..-g • GRE p��� N� . 36� �gs`(R Q�O� `L V �� � � � � s �2s�i�%'w � �.$+�� P. �..�. R.d.W. MARKER � N 40'28'47"E 12.98' � 1—.V.l.. --- �o s/e-�� w/cnP� SThMPED `CtTY OF �T WOftTH" FASEMENT \ LOCATION WHOLE PROPERTY MAP & EASEMENT �OCATION wore: e�thcs ��r�xc� sa mE racas coawrrute s��a. raafl-as, tH� �o� c�v� zora� 4aoz, Atl DtS7ANCES ANII kREAS &HOWtd ARE Si1Rf,�E. R.O.W. RIGHi—dF—WAY� �...-...',. -MARK£R ��'� ' '' �, ,.. a� ��:..._:. S 89`51'44"V�+ 81.55' S 89'37'47"W � � � 520.48. �, � �.r �� � �� �� 1Q00 MftOCKMORTON S7REET • fORT WORTH, TEXA5 76102 A TEMPORARY CaNSTRUCfitON EASEMEt�fi QUT OF A 15.992 ACRE TCZACT OF tAi�lD SITUATED 1N TEfE NAYS COVINGTQN SURVEY, RBSTRAC7 Na. 256 AS RECQRflED IN COUNIY CLERK'S FILE No. D2Q835672Q ANO D2�8237(307 DEED RECOROS OF TARf2�NT COUNTI', TEXAS : JANUAKY 3t. 201 i � EX}ii8ti 8 PAGE 1 OF T � SCAl.E: f" � 50' {N0. GORRON60NA � hSSOC4lTE5. It�C. • 7514 JACK NEWELL 8JUl.EVARD SOUTH fORT WORTH. TX. 78115 • 8t ��.,..°�.. � �e-.���asreR �-{ � f`� O . CU 1"fS �:dff ' � ` 5�94 .' '14 O^ ..�`f � �•. '�f� PROFfSStaPN1. IAND SURVEYOR 1424 FAX 817-49fi-1768 E�'xchange: Autharized LTsers f3nly Page 1 of 1 $. Document Receipt 3nformatian Refee�ence-Number: ALDAL18-At00Q00299i5 - Warranty Deed https:U�v�v�v.et�change.com/IJI/ViewReceipt.aspx?DocumentId=4952601 7/i4/2011 . � , , � . , ElectronicaltV I��cord�d - C�ficial Public Recoeds 7I1�1f20'€18:43 AM Br;age rro' - p�s � Ch�gin R a ����hi►t�2 Bridge �tlsecement D(3E # G644 Ci����i���59 Submit�er: Parcei i� 1 9190 C�:pia �asd Ab�tracY Na� 256, Hays Covin�on Survey Tarrant County Texas $44: Qfl ACS QZ1�1��77i� ALA�� T��'LE ��M�A�f'� GENERRL, wA.lt��►Iv'I� DEED �'`,,-�F �rl.�a�U � g� t.� - c S,tc �L��� f� TI�E STATE OF 'I'EXAS ; �, .... THAT, Hartn�ony R.e�lty Ltd., h��ina#ier referre� to as "Gran�tor", for and in cansideration c�f T�n Doilars (�I0.�0� and o�her ual�.ble consiciera�ion paid t� it b� the City of Fort V,�or�h, a mwucipal carpor�tion af Tarrant �ounty, Texas, whc�se maiting adc3ress is 10U� 'I1�u�ockmortora Street, Fort Worttz, Texas, 7f 102, t�ae receipi and ss�ficiency of which i� here�y ack�aow�edge�, has Grew�ed:, Sald, and Canveyed, and by these presents do Grant, Sell, �.nd Convey, unto ti�e said City of Fort Worth, "Grant�e" its successors attd sssigns, all those certain latsr traets or parcels of Iand Iyuig ir� the Cuunty of Tarrant anci Sta#� of Texas, and bei�g described as follows: § § KNQ�I AL€, MEN BY TH�SE F�ESENTS § Being a O.Q42 acre tract of laad situated in t�e Hsys Cavingtc�n St�rvey, �ibstraat 1'�io 256, City af Fa�t ialorth, Tarrant County, Te7cas, sai� �.fi42 acre trar.�t of Iand alsv i�eing a gartian of a 15.992 acc� tract �i tand {by deed) ci�ed�d to Hatms�ny Realty Ltd. as recorded iu County C1erk's File No. D2083�672{} of the Deed records �f Tarranx Counzy, Texas, ansi h�ng fiirther described in �aunty Cler�'� File No. D2Q82370fi7 �f said Deed I�ecords aiTarratrt County, Te�as said 0.4�2 acr� tr�et of land als� being more particularly describes� � the attached aad inc�rporated Exh.ibits `<�°' a�d "B" RESERVA,'ITQNS FE�.€?3vi COi�t�EYANCE: Fvr Grantar and Gr�entar's h�irs, sttcc�ssvrs, a�d �ssigns forever, a resetvation of alI oil, g�s, and ather minerals in and under and. tha� ma�r l�e pr�clt� froBn t�� P`�err3', hoevever Crrantar hereb� �rsives any �d �Il r�gl3ts to cvndtact dri�]ing, mizur��, �xplaratory �n.d g�ducia►� ageraiions on #he surfa.ce af �he Prr�p�riy or to con�hhvct h�us�s, I�ts, tanks, Pipe�i�es, com� ar �imilar structur� ther�urt. If the misfes^al estate is snbjsci to existi:�g �rodur.tizrn or an e�asting l�as� this res�rvatian includes the pmductirrn, th� lease, and all benefits from it, provgded ths� t�e lessee �nder �uc�t �isting lease waives alI rights oonduct drilling, mining, exploratory aud p�aci�g operRtions on the surface af the Pnnperty Qr to cvnstruct houses, Pits, tanks, PlPelines, compressors or sianilar struc�ires there�n. 'I'�e rigbt to produce the ai1, gas, hydrocar{�ons aIId aflp other minerals un� the Fr�perty shall be ezercised by � � , Bridge Reptacement:Project Cnapin Road ai Santa �a�� a ChanneE Bridge R�placement i}QlE # 6604 Ci#y Project I�to. OQ259 ParceI # 1 9I90 Chapin Road Abs±ract i'�o. 25b, Hays Caviagton Survey ��.�,�c�J 1 i��.� �������'` GENERAL WARRANTY DEED �� ��i� � �� �� �� - ���c r�G.,�� �� � THE STATE OF TEXA� § � F�NOW ALL MEN BY THESE PRESENTS COU?�?TY OF TARRANT � THAT, Harmony Realty Ltd., hereinafter refened to as "Grantor", for and in consideratian of Tei� Dollars ($10_00) and other valuable con�ideratian paid to it by the City of �ort Worth, a municipal corporation of Tarrant County, Texas, �vhose mailing address is IQ04 Throckmorton Street, Fort Worth, Texas, 76102, the receipt and suffici�ncy of which is hereby acknowledged, has Granted, Sold, and Conveyed, and by these presents do Grant, Sell, and Convey, unto the said City of Fort Worth, "Grantee" its successors and assigns, aIi those certain lots, tracts or parcels af iand lying in the County of Tarrant arzd State ofTexas, and being described as follo��rs: Being a 0.042 acre tract of land sittzated in tl�e Hays Cavingt�n �urvey, Abstract No 25b, City of PorC Worth, Tarrant County, Texas, said 0.042 acre tract of land also being a portion af a I 5.992 acre tract of land (by deed} deeded to Harmony Realty Lte�. as recorded in County Clerk's File No. D20$356720 of the Deed records of Tarrant Caunty, Texas, antl bein� furt�ler describecl in County Clerk's File No. D208237007 af said Deed Records of Tarrrani Coiulty, Texas �aid 0.04� acre tract of land also being more particularly described in tl�e attached and incorparated Exhibits "A" and "B". RESERVATIONS FROM COIVVEYANCE: Far Grantar and Grantor's heirs, successors, �.nd assigns forever, a reservation ot all oil, gas, and other minerals in and under anc� that may be produced from the Property, ho�.vever Grantor hereb� waives any and alI rights to conds�et drilling, inining, exploratory and producing operations on the surface �f the Property ar to consmtct houses, pits, tanks, pipelines, campressors c�r si�nilar structures therean. If the min�ral es#ate is subject ta existing production or an e�isting lease, this reservation ineludes the production, rhe Iease, and aIl benef ts frc�m it, prQvided that the lessee under such existing lease waives a1I rights conduct driliing, mining, exploratory and producing operatians on the surface of the Property or to construct hauses, pits, tanks, pipelines, compressars or similar stnictures thereQn. The right to produce the oil, gas, hydrocarbons and any other minerals under the Property shall be exercised by � v '�onducting a11 such exploring, mining, drilling and producing ogerations on lands other than the Property. TO HAVE AND TO I�OLD the aboLe described pr�nises together with, aIl and singular, the rights a�a agpurtenances there�o in anywise belongzng urzto said City 4f Fart t�Vorth, its successors and assigns forever. And Grantar hereby binds itself, its heirs, exec�tors, administrators and assigns, to �uarrant anEd forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every persan whomsaever lawfiilly claiming or to clairr� the sanze ar any part thereof. TN '�§�Ii'�1ESS `�/HIEREOF, this `��r( lch-� , 2011. Grantor_ Hanmony Realty ltd. A Texas Limited Liability Company instrument is executed on the ��__� day of By: Harmony Realty lblanagement Co_, LLC A Texas Corporation It's General P,�rtner _ � 0 Churchill, Secretary/ Treasurez , ' /� f �t � , f � . ;� ���� �t� �"� � ��1; ' f` �`�� µ � t ��- Approved as �o �orni�'and Legality Asszstant City Attott3ey � ��� Fernanda Casta, Assistant City Manager City of Fort Wort1a � � f THE STATE C7F TEXAS § § CQUNTY OFTARRANT § ACKNC2WLEDGEMENT BEFORE ME, ��� o r� h�L �R-LC.fJ�S , the undersigned authorit_y, on this day personall y a p peared �Ue t t�'�t.n� c�2a�i �`� t � known to rne, or proved to me to be the person whose name is subscribed to the foregaing instr�zment, and acknowledged tc� me that he/she executed the same for the purposes and consideration therein expressed. � GI�EN UNDER MY HAND AND SEAL, OF OFFICE, this the �. �l �day of � c..�k-- , 20 � 1 `. MY�I������ i��1� � t ar%a � 5 � ; � �'NI '�^ Noten, �vd�r. i€r=,��'g�"'' 51ct+acf%xas ; � / ` � '�h1. �``.o : . '`''� "`.-G�,�-�=-E�. Si�fl� t� "{ Natary Public, State f Tex.as � � c..�j My Commission expires on the � day of _/ (���'�w�.-�-� , 2� f/. L � 'i`HE STATE OF TEKAS § § COUNTY OF TARF.�NT § ACKI`:O'tWLEDGENIENT BEFORE NIE, the undersigned authority, on thzs day personally appeared Fernanda Cosfa, Assistant Czty Manager of the City of Fort ��arth, knawn to me, or proved to me to be the person whose name is subscribed to the faregoing inst:-ument, and acknawledged te me that he executed the same as the act and deed and on behalf of the City of Fort �L'arth, a municipal corporation af Tarrant Coun#y, Texas, for the purposes and cansideratron therein expressed. ��""" GNEN LTNDER MY HAND AND SEAL OF QFFICE, this the � day of , 20 �. i ' j"r y EVOtJIA [7Ai�tlEtS � . � �,__ < =1' ` !�iY COMMISSI�?N �(PIRES :�S',7;;:`'� ,lufyf0,'Zf`.r13 otary Public, State o Texas My Commissian expires on the;G �day o , 20� - CHAPIN ROAD �T SANTA CLAR.A CHAI�TNEL BFtIDGE REF'LA�CEMENT FA.RCEL No. 1 1tOW CiTi' PROJECT No< 00259 9194 C�tAPIN R.OAD HAX''� C(}VIlVGTUN SiC�RVEY, �B�TRACT No. 256 CiTY OF FORT WCJRTH, TARRANT CCii1N'I`Y, TEXAS EXIiI�IT "�" Being a 0.042 acre lract of land situated in the I-Iays Covington Survey, Abstract No. 256, City of Fort Warth, Tarrant Cotznty, Texas, said 0.042 acre tract Qf land being a gortion of a 15.992 acre �ract of Iand {by deed) deeded to Harmony Realty Ltd. as recorded in County Clerk's File No. D248356720 of the Deed �2ecords of Tarrant Caunty, Texas, and bein� further describecl rn Caunty Clerl�'s File No. D208237007 of said Deec� Records of ?'arra.nt Caunty, Texas, said 0.042 acre tract of Iand being more particularly described by metes and bounds as folloc�s: BEGINNIIo1G at a S/8 inch iron rod with cap stamped "City of Ft. Warth" found for the southeast corner af said 15.992 acre tract of land, said 5/8 inch iran rod with cap starnped "City af Ft. Worth" being the intersection of the north line of Chapin Road (an andedicated right-of- way) with the existing ti�vest rig}�t-of-way line of Interstate Loap 820 {a variable width right-of- waY); 'I'HlENCE SautIi 89 degrees 37 minutes 47 secands West, �vith the south Iine of said 15.992 acre ---- tz�act of land and with the north Iine of said Chapin Road, a distanee of 175.46 feet to a right-of-way marker se# for fihe intersection of the narth line of said Chapin Road and the south line of said i5.992 acre tract of Iand with the propased narth rigktt-af- -- way line of Chapin Road, frarn which a i/2 inch iron rad with cap stamped "Area" found far the sauthv✓est corner of said 15.992 acre tract of Iand bears South 89 degre�s 37 rninuies 47 seconds West, a distance of 345.01 feet, said 1/2 inch iron rad -- with cap stamped "Area" being the southeast corner of a 4.065 acre tract of land (by deed} deedect to Frank Kent Enterprises, Ltd. as recarded in County CIerk's File No. D2Q815S059 of said Deed Records �f Tarrant County, Texas, said 1I2 inch iron rod wi�h cap stamped "Area" also bein�; in the north line of said Chapin Road; TIE�ENC� North QO degrees Q8 minutes f 6 seconds West, with the proposed north right-of-way line of said Chapin koad, a distance of 1 U.57 feet to a right-of-way marker set for ar� exteriar e11 corner iza the proposed north right-of-way l�ne of said Chapin Road; TIKEI"aIICE �i�,'orth &9 degrees 51 minutes 44 seconds Easi, with the proposed north right-of-way line of said Chapin Road, a distaiice of I�3.9I feet to a right-of-way marker set in the southeast line of said 15.992 acre tract of land, sai� right-of-way marker being the intecsection af the proposed narth right-of-way line of said Ghapin RQad with the existing west right-of-way lin� of said Interstate Laop 820; Exhibit A Pabe 1 of 2 - � . - . . . , 0 i2) (3) THENCE Sauth 40 degrees 26 minutes 4Z seco�tds West, wifh the southeast line af said 15:992 acre tract: of land and with the existir�g west right-of-way line of said Interstate:Laop 820, � distallce of 12:9$ feet'to t_�e i OINT OF BEGIl�INING, and contiaining 1,834 square feet n*� 0.442 acres of Ia�ci, mare or less. A plat of even survey date herewith accompauies this Iegal descz-�ption. Notes: (1) Right-of-way markers alang proposed right-of-way line are 5/8 inch iron rod set with blue cap statnped "GORRONDONA" unless othaz-wise noteti. Bearings are referenced to the Texas Coardinate System, NAD-&3, The I`3orth Centrai Zone 4202, all distances and areas snoivn are surface. Date: January 31, 2411 ��� Curtis Smith Registered Pr�fessianal L,and Surveyor No. 5494 E�thibit A Page 2 af Z � ; o � r� �o '� Y �P•' 4.�', � r�'4c�`�'•.'y � � .`� �' o : �.n �CURTIS SM(iH c' _ � 5494 .�; ��, �� ' O,rfiSS � 4�; —LC',� 1��.� SUR�� � I Y l���l �.l � f7� 93 p.A.xe�L Na. r Rvx� o� ��R��� C����G� rla 2�6 50 25 0 50 Np�'� A$�-�R¢,C1 SCAl:E IN F�EEI� t5.992 ACRES {BY DEED) HARMOtJY REAL�I' LTQ C.C.F. iVa. D2g835672t? C,GF. hto. D208237007 4,065 AC(tES (BY OEED) D.R.T.C.T. FRANK KENT ENiERPRISES, L7D_ c.c.�. No. oaos, ssass REGHT-OF—WAY Q.R.T.C.T. A{;QUISITEOPi ARER ( � l .534 SQ. �i'. OR ! 0.0�2 ACRES N Ot)'O8'16`V!! �-'�`'�K� N 89'51'4-4"E 10.57' -,-�--.'.:�-,c-,-•-�-,.,�-�, l537'47"W 345.01' - �r .".:�i�i': R.o.w. s e9`3r�7"1A+ - �o � /2�iR w/ca� �,�K�R STAliPED "ARErt" PROPERIY llNE .Tuf�YGl ur�� r -- 7RACT il 245.689 ACRES (BY DEF.U) "" ROWAN ALT6ELi" I.AUGHLiN GRCUP, L7D. C.C.F. No. 0210259834 C.C.F. No. D204009432 O.R.i.C.7. / R.O.W. �AARKER 183.91 ' �:«i;.:�'''�..::... --- - - i 75.4B' C( I!'ll (� �o�D (AN UNDEDICATED RIGHT--OF—WAY) 1 �, `➢—�l < i"� � � � � m � � � D ,?� = m Q�°e��/ = Q � ✓ c � -rt � � � � � • S 4Q'28'47iM � � 12.38' � Z �V�L♦ Frro s/s'�� w/caP SiAMPED "CI7Y OF fT W( G,�,� � ACQUiSITIQN LOCATI6N WHdLE PROPERTY IvIAP & ACQUISITION �OCATiON URv �� ; OTES:E.EGAL DESCftfPT10N OF EYtIY rSW E.L� S 3 6�1 DATE ACCO#APAFtl6 TFi1S P1AT G�` �Q. 2 ROW MAEZKERS AIOMG PROPOS� i.,.gh• S-�R(a,G� R1GNT—OF—WAY L1PtE AltE A 5/8� Y�B IRQN Rt}0 SET W(TH BtUE GP ST,4WtPED 'GBRRONDONA` UNL£SS OTi�lERWtSE NOTED NOTE: 9EhR}AlGS ARE REfEEtEtdCE4 TO TH£ 1EW�5 WQRl7i1�c7E SY5fEkt. NAD-83, iNE NORTN CENTRAL ZONE 4202, ALL OiSTANCES AND RREAS S}iflWP� ARc StlRFPL:E_ � #`�� , ' ' ` 1 �' �' �'"�' 1000 THROCKhfORTON STRcET = FORT WQRTH, 7EXA5 7&i02 A RlG�fT—OF—WAY ACt}UISITI{1N (�.fT OF A 15.992 ACRE TRAC7 OF LAtaD SFTCtATED 1!� THE �� cov�r�c�a� suxver, ABSTRACT No. 256 AS RECORflED tM CaUNTY CLERK'S FILE No. D208356720 AND 02082370(J7 OEED RECORDS OF TRRRANT COUf�TY, TEXAS PROJECT: CNARtht ROAb AT SANTA Ci.ARA CHRNNEL BRIDGE REPtACEMENT CfiY PRO.J_ Na. 00259 AC UIS1TIOh1 AR£A: 1 834 S UARE FE�T OR 4_Q42 ACRES I J08 NO. Q91 f-3888 ORAYIM BY: JPii CAp Fit£: 3i388A EASEAtENT.dw � oatF: �,wuaa^r s� . 2av t Htsrr s par� t o� � sc�s.�: a.= so. GQRRON�ONA dc ASSOCIA7E5. tNC. - 7524 JACK NEWElL B4ULEVARO SOUiN FORT WOR'M. TX. 7&1t8 . ���"C7F T �F::��,1ST�F,�� ¢- c CUR 3 SF�f C' �. 5�54 .� � PRo�sstot� wva su�o� 1424 �AX 817-498-1788 E�char►ge; Authorized Users Only �ivcurt�ent Rece�pt Inf+�rma#idrr Reference Number; AL^ALiB-ATfiDQ002991fi - Easernent Ins#rument NumBer: iYo af Pages —.�____ ftecvrded Date: Courttv: I�� D2112b8663 7 7f i4/20i 1 3:29:23 PM � �� https://ww�.v,erxchange.cozn/tJI/Vie«�Receipt.aspx?DocurnentId=4956542 Page 1 of 1 7/14/2011 Electranical[y Recarded Tarrant Coun#y Texas Q�rcial Public Recards 7114/20113:29 PM CHAPfN R T�T� �G� CHANNEL BF��SE rREPtA��1�T PA�CEi. f��C����`'U tt�� ah ��nl �� p�p,lE�T' 11�� S�bmitter: RCS CHAPIN RC31�4 �`y e Garcia i...�. CRESWELL SUi�VEY, /�483'fRACT l+ia. 3&7 ClTY Q� F[fRT VItORTH, TAEtI�AN1' COUNTY, TEXAS t �T 'T f ' � J #u l�►al ♦ i DATE: 4aR,�M'a�: GRANTQ�i°S MAtLiNG AD(�RESS GFtANI'EE`. GI�AM'EE'S MA(�.iNG �DDRESS J�1u�Y 31, 2v1'� D2'l'f 168663 �LAN�� �'iTLE ��}�PAN1 GF�T0��0299iG -�S ,4�-�.4� l� f�C►Vi�APd �LTGELT �AUfaHl.lt� GR�tPP, Li�. 215 BURR RQAQ S�t ANTti�ilC31 BEXAR GO�d�t�TY� 'f� F8Z� # s- •- 9E}A!0 TH�4GK�9iiEt7'(3i� ST. FiIRT Y�f��TN, '�� T CCDUNTY, TX 76902 CQI�Si�ER�i'iQN: Te� D�of�irs {$1 a.(�) snd othe� goad and valuabie cor�idera#ian, t�+e receipt and suf�idency of which �s h$+��y acica�ov+dfe�ged. PROP�: Beang � tem�r�s�r cons�n�ctiart easemenf s'shtatad in tti� L.B. Crasweli Survey. �bsfrr�ct Na�. 367, C�y Qf Fvrt V4(or#h, Ta�rar►t Cou�ty, T�xas, said t�rnporary constrv�Eion esssrne� t�ing a�o�iion Q# a 2�Q3.689 atxe ttac# of [and (t�y d�ed} r�esded tc� R�wwa� �ftgett C.�ughiln G�up. Ltd. �s reca�'h��t�aunly Cietic's Fiia No. D2'�Ei2s9834� Qf t�e Deed Re�ord� of Tarrar�4 C�uniy; Tex�s, arxi bein� furth�r descri�s�d as Tract t[ as record�# in Caun� Cierlc's Fi� Nr�. D204�09�432 oi s�id C�ed R�rds �f Tarrar�t Cflunty, Tex�s, s�d %m�rary canstruction easement b�ng m�ra particularly de�criE�sd �t exhi�ts `A" and `B". r�rYcavr,ucax s�4 a�,vvrzoQ� t . i CHAPIN ROAU AT SAtrfTA CLQRA CHANNEL BRIDGE REPLACEMtENT PARCEL fdfl. 2 TE CITY F't:�J�ECT Nr�. 00259 CHAP�y R01�►D L.B. CRESVVELL St1RVEY, ABSTR�G'i No. 367 CtTY OF fi?RT �fORTH, TARRANT CQUNTI', fiEXAS DATE: GRANTOR: GETY t?F FQRT WOR.TH TEMPC3R�4RY CONSTRUCTICJ� EASEMEFdT` �t�..�`t�Ci" T���..E ����;Pf1l�Y ���%I�IJU�D��I�/G -L�� JANU,4RY 3�l, ZO � 1 �1� ai�L /,� - � . x - ,� • � GRANTQR'S �IAIL€NG ADDRESS 2't5 �l1RR RCDA[3 s�N ar�Tanaio, B�xa� cov�vTv, rx 7s�a� GRAN?EE: CITV E3F FURT iNORTii GRANTEE'S MAI�ING ADDRESS �fl00 THROGKMC3RTON ST. F�RT WC3RTFi, TARRAfdT �COUNTY, T� 76102 GONStDERATiON: Ten Dotlars ���a.oa� and othe� goad and va(u�bfe consideration, the receipt anct sufficiency of which is hereby acknowfedged. PRt7PERTY: Being a ternparary canstruction easerrzent situated in tha L.B. Cresweli Survey, Abstract Nt�. 367, City of Fort Wor�h, Tarrani �County, Texas, s�id terr�porary cansfrucfion easement b�irtg a portion of a 243.689 acre tract of land (by deed) deeded to Rc�wan AI#gelt [.aughlin Group, Ltrl. as recarded �in �County Cierk's FEIe [tiIo. D21025�$34 af the �eed Recards of Tarrar�t County,�Texas, and being furtt�er described as Tract fS as r�cordec# in CouRty Clerk's F(e No. D204009432 of said Qeed Reeords of Tarrar�t Co�.�nty, Texas, said temparary construciion easement be€ng more particufariy descri6ed in exhibits `AH and `B�. Femporary Cu�vt6nic[eon Eaumcrit 01;09r20U7 GraRtor, fvr the considerati�t� paid #o Grantor, hereby grant, bacga�n and convey ur�to Grantee, i�s successocs and assigns, the use and. passage fi, aver, and acfoss, below and along th� easemenf si#uat�d in Tarrani County, Texas, in accordance with the legal description hereto attached as E7chibit "A", anci ingress anri egress over �rantoP� property #o the easement as sFtawn orr Exhibit "B": 4t is. furkher agreed and understood tnat Grantee vuili be permitted ttte use of said easement for fhe put�pQse af ihe CONSTRUCTIGN af a brid�e. Upon compietion of irnpravements and its aceeptartce by Gran#ee, af! ri�hts gran#ed urithin t�e described Temparary Constructian Easement shafi cease. TC7 HAVE ANO TO HOLD the above described easement, togefher with, aEl ancf singu{ar, t[�e r�ghts and appurfenances theratn in anyway belonging unto Grantee, and Grantee's successors and assigns unti! the comple#ion of constructian and acceptance by Grantee. Grantar hereby bind themselves, their heirs, successors, and assign�� ta warrant an�i defend, aQ and singular, said easement unta Grantee, its successors and assigns, �gainst every person wt�ornsoever lawfu(ly claiming or to claim the same, or any part thereof. 3'empura�y C:oaswction Easemeni Q'.:Y;9�Zt307 l • � �CKNOWL.EDGEMENT ST,4T� 4F TEXAS � COUNT�I' 0F TARR ;�`.T § BEFQRE ME, the undersigned authority, a Natary Public in and far the State of Texas, on t�iis day personally appeared �ernanda Costa, Assisiant City Manager of the Ci#y of F4rt Worth, kr�own ta me ta be the s�rrte persoR whose narrte is subscribed ta the foregaing inst�rment, and acknowledgec! fo me tha# the same was ihe ac# of the City of Fort Wot�h and that helshe executed the same as the act af the City of Foe� Worfh far #he purposes and conside�ation thereir� expressed ancf in #he capacify therein stafed. / /,,t GIVEN UNDER Al1Y HAND AND SEAL OF �FFIC� this �� day of ` — �,, 20 �. ;:��"'"'�:; �vots;Aon�n��.s :': .`= ��Y C �MMj3SIC}N EXPiRFS �'''',�7�„1�'� JUIy 10, �i313 After rec�rc6iaag re�rn to: City of Fan Worth , . Department af Engineering Reai Property Services 1 a� n�o��orto� st Fort Worth, T�' 75IO2 , . ., , . Temparary Con�u.ution Easement 71;{�g,�0(J7 � otary Pubiic in and for the State of Tex�s _ _ _ . CHA�PIN ROAD AT S,A►NTA CL�RA i HANNEI, BRLDGE REPLACEMENT FARCEL No. 2 TE _ CITi' PRUJECT No. 04259 C�I�PIN RflAD L.B. CRESWELZ; SURVEY, ABSTRACT No. 367 CI'�'Y OF FQR'F WURTH, TAItI�A�1�TT Cc�►ITDTTY, TEXA� L'.�l:ill.l. CG k )7 tl Being a temporary ccinstn�ctian easement sit�.zatect in th� L.B. Creswell Survey, Abstract Na 36i, City of F4rt �Varth, Tarrant County, Texas, said temporary constructian easement being a portion of a 243.b89 acre tract of 1and (by deed) deeded to Rowan A1tgelt La.uglitin. Group, Ltd_ as recorded in Co�inty Cierk's File No. D210259$34 of #he Deed Recards af Tanant County, Texas, anti being further describeci as Tract II as recorded in eouufy Clerk's File No. D204009432 of said Deed Reeords of Tarraz7t County, Texas, said temporary construction easemenf beinb more particulariy described by metes and bounds as follows: BEGINNII'�G at a right-o#=way marker set in the ea.st line of said 243.689 acre tract of lan�, sa.id right-af-way mar-ker being the int�rsectian of the existing west right-of-way line of Intersta�e Loap 820 (a variable width nigtit-of-way} and the east line of said 243.6$9 acre tract of land with t��ie propased sauth right-of-way Iine of Chapin Road, fro�n which a 5/8 inch iron rod faund for an angle poir�t ua the east line a� said 243.689 acre_ tract of land 'oears North 49 degrees 41 minutes 06 secands West, a distance of 50.56 feet, said 5/8 incll iron rod being in the existing v��est right-of-way line of �aid Interstate Loop $24; TJKENC� Soutb 49 degrees 4l minutes 06 seconds East, witk the east line of said 243.689 acre tract of land and wit�� tlle existing west ri.ght-of-way tine af said Interstate Loop 820, a distance af 63.15 feet to a T,YDOT m�r�ument �onnd far an az�gIe point in the east liiae of said 243.689 acre tract of land, saici TxDC1T monument being an an�te point in the existing we�t right-of-way line af said Interstate Laop 320; THENCE South 08 degrees 59 minutes 06 seconds East, with the eas# line af said 2�3.689 acre tract af land and with the existing west righY-Qf-way line oi said Interstate Loop 820, a distance of4.Q7 feet to a point for comer; THENCE Soutk 89 degrees 51 minutes 44 seconds West, a distance of 5629 feet t� a pQint for carner�, T'FiEl'�IICE Soufh Q� degrees 0� minutes I6 seconds East, a di.stance oi 85.OQ feet ta a point fQr carn�r; THENCE Soutfi 89 degrees 51 minutes 44 secands West, a distance of 14.11 feet td a goint for corner; Exhibit A Page 1 af 2 GRAf'�tTOR: Grantor. Rowan Altgelt Laughlin Group Ltd. A Texas Limzted Liabiiiry Company By: RA.L Martagernent, LLG: A Texas Corporaiion It�eneral Partner � �� ...�__� ames E. Altgelt Jr., Manager GRANTEE: Ci#y of Fort Worth � � �� Fernanda Costa �ssistant City Manager APPROVED AS TO FORM AND LEGALITY % .- f ���� :r��{ G� `i`�`'�i,�' �:%t�`-` �C�sistant City Attarr�{{ey ACKNOWLEDGENiENT STAiE OF TE3iAS COU�ITY O� TARRA�fT � 0 BEFORE ME, the undersigned autharity, a Notary Public in and for the State of Texas, an this day perso�ally appeared ��re.�.s �. ,� ��'p�� � _, known to me to be the same person whQse name is sul�scribed to the foregoin nstrument, and acknowledgect to me that th� same was the aci of and that helshe executed #he same as the act af said for the purposes and consideration therein expressed and in the capacity therein stated. �' GNEN UNDER NiY HAND AN� SEAL OF OFFICE this �� day of � ,20��. � rVETtE C /�lJ�tiEt� = gg��' ��� Notary Pu ic in nd for the Sfate of Texas �ar co� esw aa.oa-aaez � Temporary Construc[ion Easemeat 01: G9; 2(b7 'I'HENCE North 16 degrees 59 minutes 45 seconds W est; a distance af 57.00 feet to a point foz corner; THENCE North_37 degrees 1� minutes 46 seconds West, a distarrce of $Q.23 feet to a point far corner, TH�NCE South $9 degrees S1 minutes 44 secands West, a c�istance �f 45.75 feet to a poiat for camez, THENCE North 45 degrees 04 minutes OS secands West, a distance of 14.52 feet to a point fer corner; THENCE North 00 d�grees 08 minutes ].6 seconds West, a distance of 16.22 feet to a�oint for corner in the proposed sauth right-of-way line of said Chapzn Road; �'HENCJE Narth 89 degrees 51 minutes 44 seconds East, wi�h the proposed sauth right-of-way line af said Chapin Road, a distance of 10A0 feet to a right-of-��vay marker set for an interior elt corner in fhe praposed south right-of-way iine of said Chapin Road; THENCE South 00 de�-rees 08 minutes 16 seconds East, witl� the proposed south right-of-way line af said Chapin Road, a distance of 15.0� feet to a right-of-�Jay rr.arker set far an exterior eII carner in the proposed south right-of-way tizze of said Chapin Road; THENCE North 89 degrees 51 min�tes 44- seconds East, with tl�e propos�i south zight�af-way line of said Chapin Road, a distarzce of 132.70 feet to the POINT OF BEGINNiNG, and contaizung 7,902 square feet or 4. I$ I acres of land, more or 1ess. Notes: ��) �2) (Ji A plat of even sufvey da�e herewith accomganies thzs Iega1 description. Right-of-��ay markers alang proposed right-of-way iine are 518 znch iron rod set with blue cap stampeci "G4RRONDONA" unless othen�ise noted. Bearings are reference�. to the Texas Coordinate System, NAD-83, The North Central Zone 4202, aI1 distances and area.s sho�c�n are surface. I7ate: January 31, 201 I ��f_.....--�"� �� Curtis Smith Registered Professional Land Surveyc�r No. 5494 Exhibit � Paae 2 of 2 � ��,.��. 1`F � q- : ti s i-� -•- ,� � ��G /Q�`� �; �: CURTiS S!�(TFi �_.� �,: ,noc�cs4�q'�' � ��° � s ���� Yv� ;� �. ���T �X�I�BI �' ,�B ,, ���oH � PAI�C.BL No. 2 TE 51;R�� � s.sgz ncaes {sv o��o) G� a� �' 6 H�zr�orrr �,!.n �m �S �0�, C.� �o • 2- C.C.F. No. Q2bB356720 c.c.F: �aRocos2s�oaz �P PgS-��`1� J��` _� WF{O�E PROPERTY MAP C�Ai-" I� t�IQA� Qe�/ � & ERS�.MENF �OGATION Q- Q � � (;4fi! UNOED{CATED REGHT—Of—WAYJ � � �— — — r�s � p' Pao�rr uHE a --� �. �'j'j suRver urte PK NAtt R.O.W. S� MFJ2KER N 88'S l'44"E � � a.�' sutzv� uNE � t.�- �i Q Ft3D 5/8"IR � � Q - S OU'08't 6`E 95.�` '� �'. i�,B. � � R.O.Yd. : �1AR'� ft Sa �'io R.O.W. MARKER �� PAOPOSEQ � E'' '•'.� . � `Ss� 6 a MARKER REGF{T-QF-WAY N S.� 'rJ ���E �..3`2.70 �i c�t'. , �:�:�::;��:::::;:;::;:'::.::::::::�;_;::=:�;:::c:::.:-�:,';::;�.`,•..�::�:;:< td OU'08 16'°W •.: ._..�.:.>: .�.�: .>:... .: .: ..� .. :: .: .... . ..,.. 16.22` a-::� �.:.,..._._....�:...,..::::r,'-•�:;;:;;;,�;: .. .. .. � _ .. .. .: .. S 89`�1'4�4"W :,�:•:: 44 �,�.,,.:�__:;.;=:%;':"�: � 4�5.76' `�:::::� ...:.::.::::.. N 4504 {�°W �-.:� :..:::::::::. , <�•.-•,••�.�:- i4.�Ji �+ �::.•:;•:;:::,.. TRACT il , }� � ..,',,. ..., 2�-3.889 AGRES BY DEED j�` ( ) � � � �..:: ROWAN ALTGELT tAUGHLiN GROUF, LTB. ,r, a` C_C.F. No. D2t0259834 �'� 6'� C.C.F. �to. 0204Q09432 50 25 0 50 a.�.T.c.T. � � SCA�E iN FEE1' ��� �N'���� rtot�s: 1. A LEG�I. DESGt�PT[QN QF 6YET( OATE ACCObAPRNtES T}iiS PtAT 2. ROW MPRKKEl22S ALt3NG PROPOSED R1GFiT—df'—WAY UNE Al2E A 5/8' 7R+JN ROD 5ET WClN BLUE CRP sr,as��o �c,o��or��oada• ur�n.Ess a��wnse NOTm EASEMEKT AF2fA 7.942 SQ. FT. OR �.fi3� ILi�E$ L.B. CRES�YEE..L SURVEY ABSTRACi hlo. 367 s s�, �s�' ��' � ...:.�5. 6'�` FNO 7XDOT .. .. .�:':' -'� MONUf�ENT S 89`51'4-4'�i o �s.zs` � E'=%="' �"�.::�` � Z j�::,::'::;::::i.•.•..'::�.;' <p l�.i-.•;:-:�;�".;.:':� � cr a;1.:;;c:.,::;:::'i � ..i cy+ ��::.;.;.:;. �:.;�: i `°'�`.:�:::::`: �'�i � g �r�:.::�:.:'==�:::� �4r:_::'.'r.f In S 8fi'S1'44"W 14.� i' N � �� � `fl 1 � �, 1 `� N4�'EE: SFJJ2tNGS ARE E2EfEREHCEU TD THE 'CEX6.S COORO{NAI'E SYSTEM. Wd3-83. TtiE NORTH CENTRA! ZONE 4202, At1 DtSTi3DlCE5 AN�? AREPS Sk!OWTi RRE SElRFA�E. ��`��� ` � A�: �� t' � 1�" � C" � aao r�aacFc�.�o�roH srKt�r • fORT WdR7}4, r�s �s � 02 A TEMPt7RARY CONSTRi1CTI0N EASE�JfENT OUT OF A 243.689 �CRE 7RACT QF LAND s�at�n irs �tte L.S. GREStNELL SiJRVEY, ABSTRAC7 h#o. 367 AS RECORDEll IN CQUNTY CL�RK'S �'ILE F�o. ki2ia259&34 AND D204009432 DEE(3 RECORf}S OF TARRANT COUI�TY, TEXAS ���Q� � �'�-��� t S T��y�.,�-�'S �.'�- a �t CtJ -15 S1UfT f '• 5434 r < �~�'�F _.r.--1 tt3 uruyars ttr: ar+�r c:au ra�: suatia txstu�[i. i�GtS'fERED PROf"ESSIONAL LArt� SURv'cYOR 2011 EXHIBti 8 PAC;E f R� 1 SChLE: 1�� 50' N4. 5494 & kSSOClFiTES, fNC. • 7524 JACK NEWELl. 6QUCEI�ARA SOUTH FOR'f VlOf7i'H. TX. 76258 < 817-496-5424 FAX SS7-486—t7fi8 : Eixchange, Authorized Users' On1y g . ��c�m�nt Receipt;Informatian Referen�s M1tumbe�: AE.DALfS=AT+Q0000299i6-- Warranty Deed https:Jiwtiv���. eixchange.con�/UI/Vie�vReceipi.aspY'?�ocum�ntld-495653 8 Page 1 af I 7/14i24 t 1 0 Electronically Recorded Tarranf CQunt�r T��tas Officiaf Pub(ic Recards 7�14I20113:29 f'� D2111G86fi2 Brldge j,� � PGS 7 ��pia: Ra�ci �:t �1�`'��'���i�lBr'sd�e R�pi�cement DOE � 5684 G�'�T�1�''4►j��45�g Subr �itter; Ps►rce� #2 Ch�ag�in Ras�d Abstra�t I�to. 367,1�ct 1, L. B. Creswell Survey �1 ti ACS 1�LA�� TlT�.E C��;PAt�Y �F OOlx�o��'FiG_LS� AG �.q� / � �, , .. � � � sT�� oF r�.s CC?UN� OF TARRANI' § � KNCIW �►LL• A�I� B�i T�-IESE P1tES�ENiS § THAT, i�awan Altgeit L,a�aghlin Grou�, Ltd., he�inaf�er re�erred� to as "Graiato�", for and in considera�i.o� af Tea Uollars ($10.00� and otl�er valu�bie con.sid�t�on pa`td i� it by the Gity of Fort Wortb, a mun.icipal carpcaraii�n of Tanant Cclam�y, Texcas, whose naaili�ag address is 1006? ThrockmgrtAn S� Foat Worth, Texas, 76102, the recei�t azid sui�iciency of which is herr�hq acknowie�g�ci, h�s Granted, �old, �d �nveyed, ans� by these p�sents d�o� Cnan� SeII, �d Canvey, uuto the said City crf �art QVartb, "Grantee" its si�eessors and assigns, a11 those ceTtsin lo�s, tracts ar garce�s of land lyi�g i� the Cotmty af Tarrant and State of Texas, and being descxibecl as fallows: Being a 0.222 acre tract of la�d situated in the I,.B. Cresw�ll Scuvey, Abs�ract Nn 3b7, City of F�rt Worth, Ta��i County, Texas, said 0222 acre t�ck of las�d also beiaig a portio� af a 243.689 a�re tract of la�ci (by d�� de�i ta Rawan �tgel# Laughlin Group, �tai. as recor�ed in. Co�ty Ci�'s File N�. D21025}834 o�the Aeed r�cords of Tarrant County, Texas, aud being fiarther de�cribecl as Tract II as recorded in Couniy Clerk's File Na. D2fl4QQ9432 of said Dee� RecaPds af Tazra� Cavnty, Texas said 4.222 a�e tra�t af land a�o being more paziiculacly descrit�ed � the att�heci aud 'uacorporated E�rhibits "A" and "�". RES�R.'Vt�iTT41`�S FRQi�ff CONVEYA2��fi� Gra�tor, for itself and G�►tor's h�irs, s�cess,ors, and �ssigns for�ver, hereby excepts and resenres sll ait, gas, and o#her �inerals in and unrler �d. t3� may be pa�odu�ed frou� the Pro�erty, h�vvever Cxrant�r la�rehy waives aa�y anri ail rigtats ta condu�t c�riiling, mining, explorg�ry and produ�ing ap�er�aii�ns an the �urface af th� Praperty ar tc� const�uct ho�, pits, t�n�s, piPeli�a.es, compressars or stmi�ar st7ucctures thereon. If the �inera� estate i� sut�ect to exs`stirtg produ�tian or au existing Iesse, this reservation includes th� prada�ctioa�, the lesse, a�c€ atl benefits froan it, provided thai the iesse� under such eacist�ng Iease waives s�l rights� co�duct driiling, mini�g, e�cpioratory ar�d �rc�duciseg operations on t� surf�ce of the Pmpetty ar to caastr�ict houses, Agts� tanks, PiP�Iines, caangressars or similar strtactures t�ereon. The right to . . : �� _ �°'.X.�����' ss� �� _ _ P�t1qC�'JG Xa. 8: Ro�1' gl.1R�� ra.o� ��,r �) �d�1�1G� �� � �56 � _ ��: �Tna� �� Ha'`'� ���'�Ri�G� ,,,_. �f '� wHDL£ PaDPE'�TY kUP •- a� ,cc�ursmor� �c�,nr�: CH�4PI�f R�ArC? ;�f � � Fao�cv:un�_ ;art urtt�o�chTtED t���} '� {'. d u.n. �.�.. �.. S`���� �t1�6 � '' ou�.aoa�na nt°r`4" �-•g��,�.�C�:�C� �°. z Aas � �.cxa �n p10fR-fik'-'IfAY�LD� ME A 5/R MKW Iq70- �T M�ii{ Kl& G�F� 'rJ{) '� fl � SlAil!'m �'�' 1�i�tYV` tIKSL`i . �07Fl14eit� NdIIfL (" N6'� � m�,a �m� � �ars�m�� n,e racer�a SGAtE iN FEET �l ��°' C? � �� /"'�' f� �� � t006�115R9&XCLdStOti StAE£T - FG4T 1lORSFL-1E1(M 761tk� r�cKr—of-w�r ,�ouc�nory �� °F rF �� t,15T 2�.ae8 �� o� t1u�D ;� � � �, LB. GRESW�t.L S� �AES�'tR.ACT Ho. 3B7 CURT�S S (XfUNTY CLERK'S P%E Na. D2102.rs9&i4 kND 02a4�Q9432 < QEED R£CtJf2tkS 0� TARR.ANT COUPfIY. TEXAS �: 1fl ..... '�'�'�� " RFASSitTgD PAOf ^�c. :aMD � • �VlK.Y�R'l� 7Y� ��it. � t � � -6p" CA��ilJONAtr-13�CNTiS.11C.�•.7a2t�.LYX t�'lELI.�d04�E1101+L� SdttM f'C�tT�llGllMf. t%. J{i�i8 . i17-4Y�---et2� FUt 6TT-1,OA�-176Q � Bridge Replacement Praject Chapiu Raad at Santa Clara Channel $ridge Replacemea# DOE # C�44 City Project'Na. d4259 Parcei #f 2 Chapin Road Abstract Na. 367, Tract l, Tt.. B. CreswelI Sarvev SPECIAL V�ARRAI�tTY DEED THE STATE OF TEXAS COtTNTY OF TARR.ANT �L���f`1� ��! �i CQ�I,t����� CE� , rr�o�oa�9�'i� 1.�.�� �� �� i � § § Ki�FOW ALL MEN BY THESE PRESENTS § THAT, Rt�wan Altgelt Laughlin Grc�up, Ltd., hereinafter referred to as "Grantor'�, for and in consideratian of Ten Dollars ($1 p.UO) and other valuable consideratian paid to it by the City of Fort V�orth, a municipal co�oratian of Tan�ant Counry, Te�as, whase mailing address is 10Q0 Tiarockizl.ortoa; Street, �'ort 'U�ortl�, Texas, 76102, t1�e receipt and sufficiency of which is �tereby acknowleciged, has Grat�ted, So!d, and Conveyed, and �y these presents do Grant, Se11, and Convey, unta the said City of Fort Worth, "Grantee" its successors and assigns, all those certain lots, tracts or parcels of tand lying in ihe Caunty of Tarraat arzd State af Texas, and being described as foltows: Being a 0.222 acre iract af land sifuated in the L_B. Creswell Survey, Abstract No 367, City of Fort Worth, Tarrat�t County, Texas, said 0222 acre tract of Iand atso being a portion af a 243.6$9 acre tract of tand (by deed) deeded ta Rowan Altgelt Laughiin Group, Ltd. as recorded in County Clerk's File No. DZI0259$34 of the Deed rec;ords of Tarrant County, Texas, and being farther described as Tract II as recorded in County Clerk's File No. D20�009432 of said Deed Records of Tarrarzt County, Texas said 0.222 acre tract of Iand. also being mor� particularly described in the aitached and incorporatecl 6�hibits "A" ans� "B" RESERV�.T�ONS FROM C;ONVEYANCE: Grantar, for itself and Grantor's heirs, successors, and assigns forever, �iereby excepts and reserves ali aii, gasT aud ather r�iinerais in ar�d under and that may be produced from the Froperty, hou�ever Grantor hereby waives any and aII rig�zts to canduct drilling, mining, expioratory and producing operations on the surface of the Proper�y or to construct houses, pits, tanks, pipelines, eQmpressors or similar structures thereon. If the miz�eral estate is sub�ect to existing productian ar ar� existin� lease, this reservatson includes the prt�ductaan, the lease, and at1 benefits from it, provided that t�le iessee under su�h existing lease waiv�s a]I rights canduct dritIing, mining, exploratory and producing operations on the surf�ace of the I'roperty or to c�nstruct houses, pits, tanks, p1�I111�5, cc�mpressors or similar structures thereon. The right to produce the: oil, gas,: hydzo�arbc}}ns and any other minerats uuder the Property sha11 be exercised by conducting aIl such explvring, mining, driliing a.i�d produ�ing operations on Iands other tlian the Prop�rty. Tt7 HA� AND T4 HOI.�D the above described premises together with, aIl and singular, the righxs and appurtenances thereto in artywise beion�ing unto sa.id Gity Of Fort �JVorth, its successors and assigns £orever. And Grantor hereby bmds itsetf, i2s heirs, executors, adminisirators and assigns, to warrant and forever defend, a1I and singular, the said premises unto the said City of Pc�rt Worth, its successors as�d assigns, against every person whomsaever Iaw�fuliy ciaiming or to claim fhe same or any part thereof, when the claim is made by , thraugh, ar under Grant�r, but not otherwise. IN t�VTT?'�rESS VVFIEREOF, this insmunent is execzzted on the �% day of /�?.�t �:` c � � , 201 I . Grantor: Rowan Altg�lt Laughiin Graup Ltd. A Texas Limited Partnership By: RAL Vlanagement, LLC. E1 Texas Limited Liabiiity Company It's General Partner l � �l/ �`� � �� ="- -.� James E Altgeli, Manager Et . � . f � /r� �' . �: ��)f`(/(� 1 ,,� . '+j').,, ,��/{f `Yv��Y{' �'�'f �"Ij�,F�l �L. ApPraved as to Fo�-r�t and Legaiity Assis`tant City Attorn�y ��i L��',�'s�v+v� ��r'�`/€---„'^" Fernanda Casta, �lssistarit City Manager City of Fort Worth v 'I'HE STATE OF TEXAS § § COUNTY OF TARIZANT § ACKNOV4'LEL��EI�riENT BEPORE ME, _��'�{��. �•�f -�Z�--� , tl�e undersigned authority, an this day personaily appeared ��,,,M. �. �, � , �( -j--a,,�. � , known to me, or proved to me to be the person �vhose name is ubscribed to the faregaing :nstrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. GIVEI�T UNDER MY HAND �ND SEAL OF OFFICE, tlzis the �� 5! da of Y _�� �.,. , 20 �_. � �1 IVotary Pnb c, State of Texas My Commissian expires on the �C � day of ��-(/� , 20 �(. ,�s.�.��.> ;o.: �,.. , . ,�,,... rtV£[f�G di�2'��1� � P� .�'fki� �f fEX�S �}' Ci.�eT�n E� �?-Lt�-2Di1 s THE S'i',�TE OF 't'E�CAS § § CQUNTY (JF TARRANT § ACI4NOWLEDGEMEI�IT ,=� (.�%� ��L 'J'� , the �ndersi�r!ed authority< on this BEFORE ME �1I� � day ��r�naIly a�peared �'ernanrlo CosTa, as Assistant City Mana=;er of the CITY of FnRT WORTH, a munictpal corporatio�i of the State of Texas, on behalf of said corporatio���'' GiVEN UND�IZ MY HAND AND SEAL OF O�FICE, ti�is the � day of ,ZO�. = �;�� P�.,, ' 1 � G�-yc.��2� � ; �vor��� nar�«�s :': �'= tr4Y COMtvflSS;OFd E',CP1R'cS �'�..�*���� =�ia �t ;�,?' J�.3y 1Q� 20t3 Noiary Publ ie, Sfa.te of Texas My Commissic:� expires on the /��day o , 20� CHAPIN RUAD AT SAk�ITA CL�RA CHANNEL BRIDGE REPLAC�1ViENT PARCEL No. 2 RO'W CITY PR4JECT Na 00259 �HAFiN RUAD L.B. �RESW�LL �URVEY, ABSTRACT No. 367 CITY UF FURT W(3RTFi, TARIt�ANT CUUNTY, 'TE�S E�:]EIIEIT «i�." �3eing a 0.222 acre tract of land situated in the L.B. Creswell Survey, Absiract Nc�. 367, City of Fort Wort�, Tarrant County, Texas, said 0.222 ac�-e tract of lar_d being a portion of a 243.6$9 acre tract of land (b� d�ed) deeded ta Rawan Altgelt Lau�iin Group, Lid. as recorded in County Clerk's File No. D210259834 af the Deed Records of Tanant County, Texas, azzd being further described as Tract II as recorded in County Clerk's File No. D204009432 c�f said Deed Records af Tarrant County, Texas, saici 0222 acre fract of land being mo�� particuiarly described �iy metes and bounds as follows: �EGTNNING at a paint far ti�e northeast carner of said 243.689 acre tract of land, said poin# being in Chapin Raad (an undedicated right-of-�vay) THENCi South Q8 degrees 59 minutes 11 seconds r,ast, wifh the east line af said �43.689 acre iract of �anci, a ciistance of 24.95 feet to a 51� inch iron rod faund for an angle point in the east line af said 243.689 acre tract of Iand, said 5/8 inch iron r4d being in the existing w�st right-of-way line af Intez�state Lt>op 820 (a varzable width right-of-way); THENCE Sauth 49 degrees 41 minutes 06 seconds East, with the east line of said 243.689 acre tract of land and with the existing west right-of-way Iine of said Interstate Loop $24, a distance af 50.56 feet to a rigiat-af-way marker set for the intersection of the east Iine oi said 243.689 acre tract of land and the existing west right-af-way Iine of said Interstate Lc7ap 82Q with the proposed south right-of-��vay line of Chapin Road, from which a TxD(JT manument found for an angle point in the east line of said 243.6$9 acre tract of lanci bears South 49 degrees 41 minutes 06 seconds East, a distance af 63.15 feet, said TxDOT n�onument being an angle point in the exisring west right-of- way line af said Interstate Laop �20; TiJ[ENCE South S9 degrees � 1 zninutes 4� seconds �Vest, with the propased saath right-af-way line of said Chapin Road, a distance af 132.70 fee# to a righr-of-way marker set for an exterior ell carner in the proposed south right-of-way line of said Chapin Road; T�3ENCE North QO degrees 08 minutes 16 seconds Wesi, �vith the propased south right-of-way fine of said Chapin Road, a distance of I �.QO feet to a right-of way rnarker set for an znterior eIl conier in the proposed south right-of-way line of said Chapin Road; E�chibit A Page 1 of 2 THENCE Soerth 89 degrees 51 rninutes 44 secands West, with ttie proposeii soufh right-of-way Iine of said Chapin Road, a distan�e of 88:36 feet to a right-af:way marker set for an exCeriar elI cor!:�- itt the proposed south right-of-way lizxe of said Chapin Road; TH�NCE Narth 04 degrees 08 mi.nutes 16 seconds West, with th� proposeti souih right-of-way line of said Chapin Rflad, a distance oi 41.54. feet to a survey nail with washer stamped "G�RROl'�TD4NA" set for t1�e in#ersec.�tian af ttle north lirze of said 243_6$9 acre tract of land with the proposed sou�h riglat-of-way Iine af said Chapin Road, said right-of-way rnarker being ir� Chapzn Road; THENCE Nort� 8g degrees 34 minute� 13 seca�ds East, with the north lizle of said 243_689 acre tract of Iand and with Chapin Road, a distance of I78.'75 feet to the PUINT OF BEGTNI�TING, and cc�ntaining 9,667 square feet or 0.22Z acres of land, more or less. Notes: (1) A plat af even survey date herewith accoznganies this legal description. (2} Righi-of-way markers along proposed right-of-way line are 5/$ inch iron rad set with blue cap stamped "GOR.RONDONA" unless otherwise noted. {3) Bearings are referenced to the Texas Coordinate System, NAD-$3, �t'he North Central Zone 4202, all distances and areas shown are surface. Date: 7anuary 31, 2011 --------� G-�`' �� Curtis Smith Registered Professianal Land Survey�r No. 5494 Exhibit A Page 2 af 2 .. 0 t,e�u�smoH ���,ah EX.�1�BI7' ,g� =1 �� PARCEL Na. 2 RO� SU(�� ,5:g92 ,�� �� �> �NG�O� 256 H�tNartr R��r �.7u CQ� �O. c c:F' "�fl: u�zo°si�r��o° K p� 5 S� R P�j .�+�r D.R:T.C,T. P� J��� �+ tRiH�L:E PRnPERTY MAP /� q f p n / y -�-'� & ACQU(5iTI0N LOCA7ION V Ht1� 1 N I-t�AL! ,�� � m {AN UNQEflfCAiED RIGHT�-OF-WAY) � � P�op�m uH� � � --'�, su� �eu� P.O.B. s 'H/YIASkER STAtAPEO PROPER'tY Ltt1E � ""1 �co�o�oorvn� t� 88`34'f3"E 178.75' ------suRv_er ur�E _ s .,r,,,..,....:._,�....�.r: - ..,,,,..,... --- � --- SURYEY uNE _ . . . . . . . ... . . . . . . . ... . � - .... . - - ... . .. .. ._ .. .. .. . ,--$ OB�: 9�i i'E C'r N 00'08'1fi"UV 4t.54�' r aRKea S 89`51 °44'd5+ R.O.W.. MARKER N oa-c�s' 1 s`w -� 15.00' s ss•s�•�a-w �.a.w. pROPosm MARKER R1GH'f—Of-Wi � 24.95' � Q s/s��� o � S 4�`41 `OB"E � "� 50.56° � QfJ � � O 9 32.70' � R.o.w. s �K� �s� t RiGHF—OF—WAY � s� �o rxoor ACQUiSiFtflN AREA •,S. Mor�ur�Erar 9,667 SQ. FT. OR 0.222 /�CRES TRACT 14 243.688 A�RES (BY D�ED} ROWAN kLTGELT tAUGFELEN GROUP, LTQ. C.C.�. �Eo. d210259834 C.C.F. No. D204009432 D.R.T.GT. Sv�v E•{ L �•� • CRE �C� �o ,�� A ��� � �,. �,�: i. A LEUkL DE5CRtAT1DN Of EVEN DATE ACCOi�IPlWlES Tii1S PLAT 2, ROW ►AARKERS ALONG PR4P05ED RIGHi—bF—WAY UNE ARE A 5/8' IRBN ROO S�7 Wttli B1.tJE C4P srnra� "co�owt�ot�a' ur�t_ess oT�teRwtse r�arEo NOiE: BEARINGS hRE RE'�EREPtCED FO TNf 7EXAS COORDtNATE 51'STEM, NAD-83. i'�tE NORTH CE�+CftAl. Z6�iE 42Q2. ALt,. 075iANCE5 ANb AR�AS SFIOVN�i ARE 5U{�ACE. � �� R .' '�, � ..iJ .�, �: A AI � z� m 5� 25 � rJ0 I �, S�AL� �� ��� � � 104a THROCKMQRTON STF2E�T � fQRT WORTH, TEXAS ?6102 A RIGHT—OF—'�MAY RCQUiSiTiflN our of A 243.689 ACRE TRACT OF IAND SfTt}ATED IN THc L8. CRESWELL SURV�Y, ABSTR�,CT No. 367 as �ca�oa� ta� COUt�tiY CLERK'S FlLE fVo. D210259834 �JD D204003432 DEEQ RECORC?S OF TQRRANT GOUN7Y, TE7(AS PJ``��d� e���� '` .''F, F �, y �_'`�- ��cn ��; p ��� sa u�cnnwn nr. �rn uvs ra.�: .�annn ra�-�r..rvi. REGtSTERED FROF'fSSlUNAL iANi1 StJR�lEYOR 2U1 t EX}tlBif 8 RAGE 1 1 SCALE: 1' � 34' MO. 5494 � A55CiC1AT£5, tidC. • 7524 JACiC htEWc'4.1 BCTULEVARtY SOUTH FORT WQf7TH. 7X. 78118 • St7-4S&-1424 FAX Si7-486-1768 �: Page 1 of 7 � y Etectt'oni+c�11V Rect�rded TarrantCauntyTexas Offic�al Pubfic Records 12f30f2�'11 12:53 PM 132"11394755 I3ricig� Ke �a ��t l PGS 7 $4Q.00 l� ���� Submitter: ACS Cra�e�s Kc�uci:��e��� I3rici�e Repi�c�e�s�nt [i{)E # E�fa!)4 Ci�� t'r���ct NU. (�El3#D2 �'a�r�ce( #:�3` �3$2�-St}uth'�arare�c iTaad i I��iirk�r�'Lt�� ,.�€�arii4ic��f�+r�;h4.�'`��sth Ad�t�o� �.._ ,., . - --; , - -.. . .,,•���..--.-�.C`r�:lvF.RAL V4't�+1�.R,11`�11'f'Y i)E;EU i�-��, S�T�,TC (�?�.-�'�<'�S � -: :.`�.. $ 5 KI�()��� ALL E�tEl�.r f3Y "(�f-f�:SL; �'RI�.SEN'C'� t'()[JI�I"Ci' f�l� TAkI'�.,I�ct�i:C...:� ,.... � '1'H�'T", L�r�e.tric,�a_��I.�n,c.�csa>.�Lilliams-�tnii�t [�ee�-eeit�aftcxr referred tt� :�.s "Cxrs�r�tot='. for an�i in cE��sidcr�t.io� of "1��rs, Iki[4�.cs-•��1 �}.dQj aczti c�th�r ��alu�le c��nsscierati�n paiti ta rtt 6y the City af' Fcyrt 1�l4rth;"� riiu����ral cot�oraiiUa3 vf "C"arr,a�t t'c�unty. 1`cxas. ��>�st n�ailin� address is ( 000 '("hrcx:�.ixioricrn•Str�et�.= �art �rarth, Te:�as, 7f t E�2, tia�; receipt a��d sui'�cienc�; c�f whic:Ei is herehy ackr�tiwied�ci, 3a� G�ttec�� S�[d, and Convey�ti, arrcf i�y the,se prescnt� cit� Gr•ant, Seii, and C E>���, unu?_�� s�id City af ��Yrt 1�Jo�-tt�, �•Graniee" ics succ:ess+ors artc� �ssa�ns. at� thc��: c�nain tat4� tracis,ar �arce4s 4f 1�nd l ying i�l thc C'c�unty �f T�rant arsci Sta�� ctt� T�xas, anc3 bein� ��i��d-�-y �t�llo�s: ti Beirag a 0.4}2� acre tr<zct of L�nc� oitt �f I.c3t 4; �ttie�'=�,..� ���itev ��eighis �otFth �dciitiac�, an adc�iziUa� ta tit� Gitv af I�'c�ci Wor�h, Tarrant Cc'i�€tt�. �i'c�as;+as r�.�.orc�ed irt Valume t KE�7, P�e 3l Ei c�f the U€�;d re�:orc�s c�FTarrani C�a�ui�r���e�tm� said I.at � l�ing cie.�edcci t<> L7ernetrica l�ii1[ams-Srrtith �s �c~cc�rd�ci i�� C`aunty C`leri�'s'F`,��c i�lt�. I�2U5�58i9 ofsaid n�ed rtxc�rds af `I'�terani C'tsci��t��, Texas , said t�.02'� az;.re� �r�f �tF�and aIso F�ei�t� ms�r� parii�ul.ariv c�e�.crit�td ir� the ati,�chec� anct incor�raieci`��x3zihi�.�: sf1:': �nci "t3". iZ#�SI�:C��1��1�I{�'`tiS C_f�:{}!vt C:Ui�V'c,.Yr�Iti'C:�: ` •'� - :. Fc�r t�Jran�cJr and Cirantt7r's heirs. succe�u�rs. anri assi�as f�ri:�crer: :� rrs�rvativrz of a!1 oi�, g�.4, anc� otttLr mi:-�era[s in a.��d ur��€f:r �n� tttat ma;4' t1c: �rc�zzc;,c�ci' frsa�a..tk�� �'rvpert}�, ho�,r,°ev�: Gran�c3r her��y v,rair°es an; �� a�1 ri��ts [� coY�.c�.��f. �r���n�, r�iit3ing: e�:�lt�r�sry arxi p�a�tacin� u�crarirrns or� lhe 5�r�'ac�. c�� the �r�>p�t�,'��s� `tc>. �ns€ruct hic�c€ses. p���, tku�;s. �i�e.�inc�, cz��r��-4�,�;��rs �r s�mil� sts�ctu�-es'�-tE�c��tsei:�� :-�-t:, r.h� min�ra.i e�r�t� i� su�ij�ct ta �;�isfin� �-c��ctic�� c�r azn existing �c:a�., t�i€s xesc;i�va€iaa� incituies ti�e prociucticx�, tt�{- �e�s�., an� a�l �u:ne�ts frorn ��, �ravid� ��� f�-i�ss�:�,.. .. u�zdc.�r :cuc:h existiri�, leasr u�aives aIi ri�hts ec>nt��c.t dri#ting> minin�, e�pliiraiar� anci-� �rtsduc-in� a�erati�3:�s ar� t�ie surface c�l�tfte I'rs�trert�f o€' tn cc�r�s`+.xuct hauscs, �,i�,.�, �nks, �i�e�ines, camp�-e�sscs.rs vr,�n�ilar struutu��; ihe�-e�n. Th� r��,�.hi Lt� prcxiuce tt�e �il, ��s. t�v�ira;art}orts a�acl an�� aEher rrti��erads u��cler the Prcxper[}� s}�all tx: exerciscci �t� Pa�e 2, af 7 e cortciucting a1� sucl� erpiorin�, mi�ing, dritlin� an� prc�slucing o�.�ratic��s c�n I;�nc1s ather th�� the Prt�perty. , _ � ��� :_� - ,,� '1'('1l�iA.�'EV�hND T4 FiOLI� tl�e abc,ve descrii�e�3 prem�ses tt�geth�r with, ali �.� sin�t�a�>-'ti��.�.rig�its an.d a}sgurtenanc<�.�s thereio in aszywi� �lon�.ng t:�tro sair� �itij 0= Fart �itzr•t�i; �it��ccc,�svrs ar€d ass��ns forever_ And Grar�tor f�c,reby i�inc�s its�tf, its heirs, exc:cu#c�cs; admzc�istr�ts�rs��d assi�ras, to ���ranc a€�d fure�er defc�d. ail �d sic�gular, thc s�iti gr�;zni'sce,s_zt�tf�th� ;�atci Cat}� t�f Fort 1�'Varih, its successors a�d assigrrs, against every pe�sc�n w}z�mserc,werl���'iillys;ctaiming or t€� c�airn the same c�r an}� part thereof. � - :,. ii�t V4�'ITN]ESS V�[��tt�t?lE`� this. in4irument is exc-�cutec� c�n tt3e __�`% � ciay �f ._.------ 1� � �_ �.2f��•i.� ._ � _ ... Grar�tc�r . _. ' r : i�.r'' ` jt� ,��rtp--.y !/iz-�2�., u Gf t �-�`< .�...����` ; � � � �^--`�� . , rne_t,�ca Varz�ssa Wiilia�tis-Srr�itl-�. - ..__ f � � _ A}�proved as to Ec�rrn atF�i Legality _ - : Assistat�t Gfty A�torney -�'�:=:-��� � � �-. F����.�`astat'�lssistant City��ger City c.,f Fo�t..�J,�'i�r`�f� '"�P� f� .. -� - ; . -;, � Pa�ge 3 0€ 7 F ' �:.r' 4 �c�-�����s���r.��a� �r�:�as � �: . .,.. , � � GOL�N'I'�`.Q�_Ti�:R,�.i'v�;, ,��' ..� ` .;`: +t�.Ci�°{�t���tE��E1�.E1�[i . ,.. �; BEFO�t.E 1�iE, .����� �;;::._,,.,.. �;. �-,�� - �t.�,� F ; c�n this day persona.lCy 3j��ir�d ;_ �'r-,�s�-izrr_r�t �,� �� the undersi�e� a�thc�rity, kntrK�n to me, or �mc�ec�,.tci�me #o,-��,�.; persc�n tvhos� ��nc is subsc:ribed ea flze t<�regoin� i�5trurnent, and sc3�ncswt���ci•'�a.�it;�h�t b�/she e�ec�trx� che sarne for the purpczses and wnsideraiion �erein expre5�c�1`�.�_..";--.. �`.- -�IV�N LTf`llER. MY HA�`�AIv'� SE.�.L�OF O�`FICE, this the ;� �� __ c�ay cit __ � � ��_w.. ___._ �=> 20 ' � — _ �',� rAti��nnar�.rs�r� . '-.....� • `�+�5� ,�;-!...�.,�, --;� j' �• '�`,�r� $YATE�'tE�Ck� ;,� - �--_. _ _� b + � �..y- 3y - l"' .. .. �'.?or,�..< 6Pa'£a,ts�.$ys.t�qr�4.3Bf4 -- . ' '. ', ._. � Nt�t�i-}��. . c,. State � exas �`.. . il i ''v1 Cvmznissir�� cx ires c�n the �':%��' dav vf;'; �'.:- •,� `� 2f�; '�. � ' � - -�- - - --- rr- . . , �. �..: ; _.. •��. - :� ;� . ;,. :• _ , � Page 4 of 7 r� _ { Ti-IE �-�`li:�E UF 'T'��� � Cf�IJi'�"� OF TA.�FtA�1'�' � § _ _ -..- . r��I�It��'f1L�1�GEibI�.NT -----' ��': BEFiJ���� �, �i�'=�d�i�ed autharity, an thi� day pefs€�nally a�peare�d Ferr�anc�o Cos :•.-- � �a;-�A�s�st�,i`-�i�y :'�fanager of` r.he �ity of �o:-t Wortl�, knc�wn to �n�, or proved t� en+e to E�e t,�e��c�..�hose nazne is �ubsc�ibe�i ta th� faregoing instr�zrn�nt, anFi acl�nawlec��ed tU rt�e=t�a��h��ex"�cuted th� same as the wct ar�d deed atatl on beh.al�c�f ii�� Ciry af Fort iT�arth, a�n.�ini�ipai t.��p�`c-�raiion of `i'airant Caunty,. Texas, for the purposes ans� cc�nsid�ratian tfteze���pre5s�c�'. - .�\ : ... .. _ �•. : � G EN �Ii�tDER i+�[Y���D��'i� SEAL OF C�FFECE, this the �.,.? �day of E f f� - _ � � ��Q•- .�` :-� i` - ! ! «� M�'d . �..,� �____�._,_.� �� �, , :---�`° `'°'���s ( :�� �� ` � 1� �� �-�� - _:.�:sw�>;:Y,E�y�,�,�:s � : ' F7:� .f_..�.` � �; .� r, �"`'�:�'•�. �''"�z�'' �' Qt pub�ic, �tate ofTexas - — r'� . �--,�-.. ''� � .-� I�£y C:ommissio� e7cpires czra ttFe r`�' �'�" cls�y of `��'��� �•. � Z� '�?- te t�� `� '� . r . . �•t ' .` f . ` .' � � Page 5 0# 7 CRAVEI'�5 RU� :�.T �JI�.D��1T BR,A�I�I�H BR�CE �E,�'�.AC�MEi�IT PA�L�Ei, �a.:� I3{��'' �ifT�C �^.TEC'�' �Ya. fP43ti�: 3�Z5 ��i,!VE�1S FL�AD L�3�' �, �$t�,C#�`K 4, �4N13LE'Y `E�EI��'I'S SC?�JJTH Ai��iT�Ol�t ( ._✓'' _'. � " E�rs�i u�� :� �� .✓ ��eist�:a.•(�:�i� acre trae� af Iaric� aut a� Lat 4, Blc�k �, k�andi�r Hei��s S�uth Aci�itivn, azt a�di�c�n ��o ,th��+C'ity af For: �daa�kt�, Tarrar3� Ct�unty, T��as, as r�orc�ed in '�lai�me i 8fi7, Page 31� �f the �,1� .R,e�rti�••.s3i "i'�ra1�€ Coim�y� TeAas, sr�d I,�i 4 being de�ded Its 3Jem�ric� �ii�iams-Si�itii's�•t�;oac#�:�n ��.ty �lct-I�'s �it� 1�3c�. D2t152�587� c�f said L3eed Recvn�s c�� '1'ar�ant C'o�.an.ty,�T��;�•-s�id�`EI.C}2� a� tract of l�d being �re �aFtic�la�riy desca�bec# by ra�etes �zd bou�ris as f�i$I�revs:-: .� - �C�+��+i��� at a Sf8-i"�t��:i�cm.�xad foun� for t�ae northwes� comer of s�id La� 4, said 5I8 inch ir�n rod bein� �e srrta�i�est_.rxit�►►e�Y caf Lot � of said Biocic 4, Handte�+ Heights Sau�h Ac�cfi�iaz�, said 5!8 iri�h iran rnd �So��b�ii�g,;_�t,;�e exi�ting east r�ght-of-way 1i�e o#' Cravens Road (a v�riaf�le wic�th right-of-vsra}!); ..: - �"'H�hi�� Nasth 89 de�rees 4I �nittute3i t�:5 $�s Fast,. wi#t� fih� r�ort� Ii�.e af said I.�t 4 at�td[ with t}ie sa�ath iine of s�d L�s�3;`�. d'i.stans:e r�f 29.G9 �'e�t ta a right-caf-way marker se2 far c�m�r i� ihe pmpo�e� �ea`st r-'tg,�i-of-w�r line o� Craver;.s ��ad; THEI�FCE �r�c�. i8 d�grees 54 m�tutes 03.-�ec�niis;'t�/es� with che �aposeci east rigl�t-of-wffy line of said Crav�s Road, a d'is#ar�r��d�` 40:2t1 �`eet ta a right-af w$y rrtarker set for �osner 'v� the west iEne af said Lot�.4,_sar�3- r'tgtrt-�f-cvay rnar�er being t�e int�rsection of the pmgcss�d east rigbt-of-�y fssi� ��"said .Cr$z�ens R4ad +zrith the eAis�.ing eas� rigia.t-�tsf-�ray Iine af sssd Crave�s RoadQ $zi`iia. �+h�c.I� a 5(S inch ires�a rod f�und far tl�ce so��vest c�m�r of saiti Loe 4 bears ���a�i OU de�€ee�s 18 minu��,s 55 �cmds Eas� a dista.ace a#` t�4.83 fee�t, seid 5/� i�rch irvn �i'l��irt�=(t�c�.narth�est cozn�r o�` Lo# S of s�id F31� 4, Hansttegr F�e:igbts �out� Asiditicia; _:=: ,_:: `FI��V�� Nortfi {}(� degr�s 18 mirtute� 55 s��rls W�,. witl� .i�t�e�'i`sti� east right-of way iit�e c�f s�ici C�av�s Roa�, a c�a.�taazca c�f �5.17 feet i�s ttfe`.-��d'r' �' �;�G�tl'd�i�, snrf cunt.txinin� 1,264 sq�re fe�t c�r 0.t)29 �cs-� tract af lans�;'�saz� ear 6es�. s� _— �,: — . ..= � '". � �nr��� � �$�� � at' � Page & of 7 Nafes: � I} A gtat of even st�rvey dat� �er�with a�a�panies ti�.s te�t descriptian. .., �2) .:� Fti�ht--t�f-w2ty tnr�rker� along p�ose�l rigi�t-Qf-s�$y tine are Sf8 ;inch i�ou rai set ,, :`;wit� l�lue cap st�zuped "�f?RI�QN�C2l�(A" c�nE�ss r�the�v►�is� noEed E: . r� ,�. y�.�3} :�'.•, Beari�gs are teferea�ced tg the T'exas �onrciatsate Syste�, iStA►�-83, The I��� ;..,`�entjst Zone 42t32, all ciista�tces anri ar�as shawn ax� surfa�c. ' ; _ .� _ ` �' .= - ._ ;t .. _: �- . �8%8: �Af#�l.3F`�+' ��, ��� � �fT�£3 �IZl]��'1 R�gist�rad Profe�sit�nai L�rsd Surveyor P�io. 54�4 . .: --- -+_.. - i . - f ° . i .. � E�hiEszt A Page 2 of Z Page 7 af 7 � � ��� � tivtiC3E:E fTFIOPEfi'TY kl,� �X..�f.B�T ,x�, ,� �dAF+LBL .N�t, 3 RQi� � _ � dc ACC1UaStTtOtJ �Q�A??OrJ -• - `' �z�t-o€�-wan�r � _ � LOT 3 i �z _, '1�'XAf'VD.t4`R UF Ff �'41 `t�i'F ' _;�"OT B p i�.�. 2fi.Bif' . � s/a�a �.a.�r. ��� ..__....._. r... ..... ..�.�. - - ' - _ paoc�rsr c� � _ � 1V 4£3"18`5.71A1 �i'%i�--WAY : . �.- -...�.:lr �sm�a � � t,aac so. �: a� - --- _ 0�.02� �,cc� _ _ _ ��r�" t�c�' _ _ � s y ���'�"+�r ---- � - 4 �. ac�° � �crsrn�- , � � � Pao�oc�n ���,R�i�(T-rOd'—M�Y� J� Q 4�,Mi—Q�—WhY L�IT� '� � ' � w °,�� o�c�fr.� v�nt_t.u�xas—si�ma - . . : � .� � c.c.F. r�o. tnaszo��s BLDCK Ot�%b` �, '• . ._ � � . =[c � ' D.R.T.G.T. � �vo�u � r� 8�f�� ��c� l�i �:- � : � � � � �yi?� ��g�$�`S PR.z.c:r. � �w .l.td � � . �NpI,�'��gl'T��� ��t� �`' � �; ��U�`� �ry, PA x��r�ux��.� '! � , :�" ` ,.. �a�u�� � �V�,•�.i- t��' Lo?' .4 !' � ..,� � �,p S/e^rr �_ �cor�v us� _. �. v � . �sruvc , � t�srfs: ir.crm-�'-war � ` . • - L�T u t. � ��ltf'�fi0ld �� � , ., - - .� 2 t�lOV'�Jd YA� h{.APdC P�df� .. _ . . R!G?f1'—ti�F—�j' i.� �E A� 3(!� . SRtiidd RflQ �E7 1tlPifi HL.LiE C13' . � � * � . � �d �� � � � - .._,.� iW'� �� ib THE i�7f►� SY'S'�� tU1ti--�.I. 7}tg c� ��v2, ru. c�ssu�s .r� �s �� sua€� :�CALE i N F�Ef �"1 � � � - 2 s�a r��zacx.u�c�rc�e ;,acFr • �nsir ,�c�rw. � �iv�s, 1a � a� ExHtBti S6i�lst� t - � RPGHT—C}F—WAY �G{}f.1lSiTiOf� � ��...C}F �� auT a� Lt3T �, �L�K � �o�e�r r��scrrrs sout� Fwomo� xs �crxzo� �� '�z�%sE 1867, PAG£ 3�� o�� �z�co�o� �� r��rr �aur�rr, T�xAs +� � Ar w��T a�wc�r �s� ,.�.pt'.�.,�.� . �o:�� � � �eti - �► _� � �arEs. wc. . �sz� .�ac �; ev�a�tr sou�, � �rH, �P � 15 T�c s� �w �`� � _I �� � � �� . ar7-�ce-rwz� F�xx �i�-as�-r�sa Electronically Record�! Tarrant , Uffcia! Public Recocds 5/'13124� �_ � D2131�0284 `�y�'8'Gru�1 4� t � , a � � �(Q. � 1-iiU�4� 15 �72_Ci0 Maiy [.ouise Garcia Subtr�itter AC5 C3TY i?�` FC1�T �►''�RT� � C+OI°�DI�.NiI�Y,A��'I�N �`R4GEEDING� �. ]�:E ITH A►.. KTD W E�,i;; �i�i LE I2�Oi31����, L1.�G; (�U��`�C.'��LVV�A 1�S�111R+C��, INf`., Ci`T'� E�F �4}R"Y" �tJ�l�'�i�� FdRT'P�JUf��''H i?°`IT�EFEN�iEN'�' S��t�UL I)LST`�IC'I'; T�Rl��1�T C�IrN7E`1','1`�X.�4,.�; TA�2%�.��'�' N CC��I�i�'Y ��iii�►3,�1, `4��'i"�� �►TS`TIY�CT3 .iFS ���Pi'['Ai� i��ST�t�C:T �T�i� i '�i� C(3Ut'�'�'�' �CD��LE�� �I5"1'Ri�i" § § § s § � � � § § � � § § ���iTY` C�}�I�t'i' �T' LA't�' IkiO. 2 �L'116.[:..:�..1`1 i��iJIS i I, i LA.ti� NE%�TT�'['Ei� SE'CT�.aEI+,�E�dT A�Ft.E��NT ['�t� agreerk�ent (°`A�reement" or "Settle;nient A�-ec���r�t"j is znade be�jccn the Cit;�� vf F�urt W'orth ("�i���"}, h�v its autharizeci Assistant C:.it�� M�nagcr, �.nd Keit#� A. ({.iti��i�l C"KidwilI''') �V`����iS, the C`it� is a hnrrte rule rnunicipality� c�f t#�c 5tat� c�f Te�:tzs; anrf �i�%�i�l�A�, tl�c �'it}� �d Kic�r�ilt are ���nc;€�rne� znc3�viduall� rc:f�;r►�d io as a "�arty" ar�d ce�rilc;ctivePg� as the "P�iies"; a�d �; ����.�, the �;itt° Li�� suit a�air��-t f��dwill � Ca�e Ru�n�r t I-()flfr�5�-- 2, ac� �c�ti�;tnr� �c� du:�uir� tf�e. tr�acts c.>r p�-r:e�t� vf lxu�d d��e�h� iri t�� Cit�r's �etiri�s�; anri �4'����A�T t�ree s�c:iai eo�nmissic�n� ��•er� sr�i�equ�rat��' ap�c�inted t� pr�sid� a�cr and t� �e�.€ t�te �arti�s i� t4i€4 �Src�ce�ciin� t� cfetr�-rniiae the f�r m�ket vai.uc; c�f the � oTia d�gtt�errie-n3 ,4grei;mc:nt i'a;�.c 1 �} im; ��f fc,rt �.'nrth v �cirt;?�- FC��'�:�el1 �.tG.- ` r I_ �� i�% � t1 F'�fi1,Y -�,�! i,� �� Ele�tronicalty Re€orded Tarrant �%� QfficiaE Pubtic Records 5113l20 � [j2'{�r'����$4 `_����y�sc�l�a� �;-�i�. 11-�flf���2 �� �72:oa Mary 1.rruise Garcia Submii�er ACS CITY C}i+ n�I2T Wf3RTi� ��(}�:�ER9�A'Fl4N t'Fc4C`�EDIN�:S v. I�EI��I A�. I�I]t�'ELG; 1?ALiE 3lL'+7l:iV�1.�.r3:+r79 �ls�� (?tTiCi�.�i]L�v'�R �.ESOLlI3C'ES, INC.; C�'�"� C)�' �F'UIiT V�t��ZT�i; F`{3R.T 'ir"VflR'�`HC sNi1EP�idI7�EI�T SCH((�{li., D��'��CT,'t'A�t�t�il��' C4?i1N�`Y,'I`EXA...S; TAR�4NT CC}L`t�tTiT R.�GICii�All'V�I�4'�`��t ll�S'i'ItI�T, 3PS J��SPI"�'�� Di�i`�iGT AN� TA�I2.��i'I` C(l�J�iT`� C:Q�I.EG� UI;�TR1�T` § § � § � § § � � § � § § � COU �i'I`Y �+1�URT �'I' L� � N�. Z TA��.F2�i�i'I' ��d���'Y, TE�..�S �'E(a�T�ATED S�'�'T'LE1ViEN'#` AGR�EI�EN'T i�is ��eeet��etzr (•.A�ee�nent" vr "Settleme�t A�reet�lcnt'} is m�de t�et�recn the ��I�' U� �'tT�"�, ��t{3CI�3 (�Cktl`��}_ hti" IiS �ILl1�lOT7?�C� f�SSISfHilt %`It�' ��7ia�',Ci', 3F3f� �i�il�i f�- Kidl�iil ("Kidwi�i'`l. "�1�E�FRE�, the C'it�� is a t�fl�a�e r�lc rr�un��ipalit} E�iti�e St�te c�f �f�e�.�: �nci %'6���i�A��, t�3c C'it}� �n�f fCi�fuu�ilt arc �o�r��:tinze5 itis�i�=id�a:�l�° re#e.i-rec� tv as a ''�'art�,> at�d c-��I�ec�i�e��` as che -`#�a�ci�s"; azad �'L'�����5; th�: Ci€�� fi1�c� ��.it a�:a�nst Kid��li �� C:��rse �iurnber t 1-fr(��44- �, tc� ::csr�dc�nr �rtc� �c�uire the tr�c�s c�� pa�-cels c��'i�� c��;si�-i.i�ed iEa t�� �i€e�'� �retiEzc�r�; ar�c� i�,�.��tl��t�S, th�-ee sp�zi�l c�rr�i�si�rt�rs �er� su�equ���l�� a�r�c��i�ti tc� presid�: a��cr �r3 t� he.�.r �he E'arties in ThEs �,rLx€�ir�r tc� deter�in� ti�e iair atx�k�t val.ue c�f tF�� �est�caat d 5ett[c.�icnc AEzre�rnent i'�;;e t _.�.__�._ _ . Citf ,�f Fcxt i�'<�nh c�~Kaai+ ;� Ki�:v_e!t �/� _ � r_ ^t c4 j `,Z �t='s�t_�1��*. �4.� ` f �'.� land tc� E�� taken, and thc d�.rrj�gcs, if.�riy. Fc� thc rem�:�der; �d 1'��ERE�iS; �'i.e spe�:iai c�mrrxissfc�t�ers �s�sscd the val�te. n#' the prc�rty the C.ity sec�;.� �rt $5,f7�9:�a; anri '4�JI-l��t:F'�A�: tt e C�ty cie�xs,sit�d �Srt�99.€ltl:into t�� Cauris' re�istrj; aand '��i�EAS, t�e E"it;� 2s�d K:idt�-ill a�ree that �c�rra fide dzs�ufes �nc� co�irt�ver5ies c��st bct�3�� th�m; artd iW1FiE�d.EAS, the �:ity s�r►c� Kic���ill des:re �o ca�nprorrzise. and settfe ar�y aa�d att clainzs andior c��tz�es of action be�t�:�een �he Partics; agd V4-':H�'R�'ALS, t�� �Parties ha�e �s.�re�� to setll� all dis�u�es t�y th�e Ciry payin� Kic3�ill the rcrosic�r�tion descri�3ed ira this A�r�e�nend. fo€ the property that is described in tE��. C'ity�'s �etiti��, a 13.50� syuare fot>t tract or �rccl ir� fee ar��t a 13,270 square �'oot tr�as;t or parcei to �e u.�ed a.s a tcrnpcxar}� canstruci:ic�n e�emen�. thc prc��er�' is de�c.-i-i33ed in the metes �ar�d bctunds and �t�r4eys at�aah�c3 a,s� ��hihzls A-�3 ;�nd WH.�R�AS; c��as Agreecnenl ���ers�d�s �ny pre��Ec�u� agreements �ni� contract5, �nri itny saictt pr��icau��l� e�ecutc;c� agree.n�enls or wntracis, r�f��.th�r c�r nc}t executec�. are nuii �.c�ci vpicf. i��)'G6',1'N�REFC?��, in rc�nsid�~aiiv�a t�f the rez;it�ls �ct torth abv�e, the m�ttt�at �rc�misc� and iu�reezxx�ls r��ade t��r�in, and c�t��er v��t�l��e i:�nsideratrQc�, the r�cci.pt ai�c� st�.#'F�ciency c�f ��hich is a�kr�awlec��ed, the Ci�y and i�id;��11 agree: l. f�.ecii�s. Il�� recitats �antasn� i�t th�s ���re�l�ni: t�a? are true tu�ci carrect �:� c�f its cf�'�c;ti��c: c��.te, 4b) ior�rs ihe basis upc�zr w93ieh th� P�u�ties ���t�tiazet� and ent�:�red inio ihis A�r�e�nent; and (L) rcf��ct t�ze �rtal in��ni c�J' t#�e Yarti�t w�iti� re�ard �c� ihe se3��ect ?ve�Qci:ac�c# �:stiern�rt.Y-1�'c;��t F'a�e Z t,irt� <sf Fart Waih v. Kc�th A, l:edw�i? ��� n�a�er af this 1�greem�nt. �n the e��t zt �com�s n�cessa,r}° t� i�,E�ipreet anv g�vi�ion o£ tt�as Agrecm�nt, t!?e int�r�i c�f thc €'artie��; as e��idenced. t�}� t�e recitals, s�i� �e #�rn i�ia cc��sici�rati�n �ci; to €i�e �i�m�xr� exten� possib�e, gz�en ;Fcill �ff�c�. "E'he Part�es �z��.>e rciied �pon �he refiit�ls a� �rt af t�e �:o�sicierafic�� £t�r e�te�-i�� inEa 1lizs Agz`�ertient_ Z. MuruaI �e�eas�: 4�t�� ar{d in cc�rrsideY�tion �f �h� recita�s ;;�t fo�th abave a�d �b.e actiUns �c� b� taker� un��r t�e t�rms af t�is S�ttle�rr�t Agre�ine�rt a�s d�s�ribcd [�clow_ �id�rill 0�3 th� t�ne ha�d �� t.1�e E�.iiy an ihe other ��ti c� he�eby R�:I,�A��, r�C;4;�1.`I�'. <�d FU�Z�ir�:R I1tSCT-]f�RGF, each �t�er aut� t�ze�r agent5, ser�.��ts, e�plc�}'ees, e�cecul��3rs, i�eirs, � assi�ns, arad afl perst�ns, naturaI or cc�r�ara�s, in pri�ity witl� it �,r at�v of- sai�i pe�o�s frc�m a�ay �€i �11 clai�is, de�rt�n��, vr c�.�s�s �f actiz�ct af dn�� kin.� c��hatsv���r, at �o�rrmon la��, statutor;., ar f��l�c�uise. ��hich �ey E�a�� c�aEa. ICI14Vv71 QT vrzlrx�o�vEa, e�.istin�, dire�:tiy� c�r it�i3i�ec�tty, at�ributable to t.�e circumstances marie tiie t��sis of th� a�cz�e cnii�tl�d an� nur�F�f;rec� c;au�� o� a�izrmy it: bein� inten�d b�� the �cttlem�nt AgreeFn�rst to I�L�4S�, ACQ[.tI"t�, anci i�'t)�F�R C3ISC�I�I.RC��= al1 claims of' an�� fci.nd «hich th� partic�s rni{� t� t�ave anainsi. �ach c�ther_ r�.�heth�r asser��� ir� tl�e abav� c�titled and r�um�crcd caus�: c�f actiU��., c�r nc�t.. �eh P�r�E� ��derstarz�s t3�at this re:lca.=.e ir�clvcfes �y �f.t�ney'� €e�� ar e��}s�s a�ad ��t nc� s�ch �ccc �r cx��sc:.s shall t�e as�ailai�ie_ 3. I�s���s��� a� C'.a..��.. '��� �z�y ar�� k�c��>it€ �,��c t€iat �=n��t�rsr, t€� ciis�a:�s th�.s c�.s�: ��rril i�c: �rc�ser�t�ci t� t€3v �c�uc�;� dFs�i�si�� �tl c�u5�s af actzc�� �u�t,-t�3 �y t�� C°i�° i� the a�iti�. c;�use a�d ac�ci�t�*,�1�d�ng that I�ich�rIi is r�lin����shin� aa�} a�c� �it c1�ir��s a��citc�r c�t�ses ot� ac�i�a� }hat �4ic�itl �ai�,�tt ass€rt a�ai��t ih� €�:i�y� �eca�se c�f ihis '�e Ciete� ScL#c:meftt ��}�s'aGr+t C��� ci f�_K4 Vru�'� 4. Kei'� �.. kiC«r-il �f Paee 3 �:���desnnatic�n actic�n. rurr�tE:r, �e Citrr arfc� I�idw�iti ngrc� tl.�at an �rt�er of d.�sr��ssal ���1 he pres�c�teci to tEye �::c�iu�t to dismi�s this c�.se; ta.�cia�g ���srt u�stis a�ainsi C�te �;it� _ 4. Co�sic}eratic�n. �c�r ar�d in c;��r�sicierat��n�. c��` thL recita�s arit� r���trses se1 _I.C►�th at�a�°e a�td c��te: }�rcyvisic�ns s�t f`ut�b b��c��. ta �utly �nd f�za�i�° s�t�lc th�s �av�uit t�d tc� c�sf��i� �}re prc�perty d�s�ri��d in the Cii�T's c-o��dertiva�i�� �etition i�t� is �tzrth+�}r c�eseri�d i� �xlu6iL5 A, B, C. �nrl �, ai1 �x:�i.ifinits at�a�.fted �.ctri inc�r��c�rated in this As�'e�znenf, the City a�r�es tc� ���% Ki�jill `.fi5,0(3f�_�f}_ in �dt3itzan t�u th� fu�c�s alre��c�y de��si�ed inte� the; C'ourt's re�is�- as indi�a�eci a�ez�e, an�i �ir�u7il s�r�s lv tviths�rau� �he funds in rt�e C�r�urt's rc.�isir�� far ali c�f�i��e prt�p�rtv ini�rtists d�s�rit�cci in the Gity`s �etitic�n a�c9 1w-thcr t3c:scrihed Exhil��[> A, �, C,, ar�d F�_ 5. Cc>nve�ji��I�cx:un.ic�r�i. Kid��ili, at the si�ni;z� vI i.tllS ��I"t�ITt�llt �uVEII �X�Clt�f: .�� c�eliver to ��e City �acu�ne��ts necessan to cas����° the �r�peri_y ini�erests descrihed in t}rc Cit�°'s �#;itivn <anti C�.crthe.�r desc:ribed in T':�hibits A-D. �S_ �`enn�r�° C`��r�stru�tic�n ��Si:Fi2t;ilt. KI��'VF�I f�L�E;S �ere�r�� �`at�C, order �td ct>r�� �t t�� t�� C:`i�� ��ern�rar }� �rr�,�tn►c�icx7 �a.�rr�u�t, t�u�r, �l�r�� and acrc�,5 tl�e pr�pertv as descri�cr� in C��+it "C:-L)," �x�h��t herctc� �nd inca�c�r�ct�ci herein l:a� ail }�ur�cts;;s tt�te :'-�"emp��� Ccs�i�ctic�n �'�s�rrrt�rst�'). ��� �Tc-�€����n` Cv�struLtio� Easement i5 �rantec[ ff�r �l�e p�z�po� =3f c:c�s:��ac�ix�g, �r.�a�ns-tn�ctir�, c��dtin�, main�insn� ir�s�ecti��:, re�s7ri:��, ������c v,�i�..� a.I1 �?�her r€�ts r�a�ar�sbiy z7;�.�Lssa�v fi�r t��e ��.j��7t�,�t c��' �e T�.trz��r�� �.:�fr��t��� �:�S�rrtc,�e. `I't�e ��"'���~�^:- €�cr��sin.�,.�ticYn F.aSc��,c�z'� te�n s#��z€� � ane vear �innin� cr� t�te ciaie tt��. �:i��1i�1 cn�t�r_y�s r<> th� �.:i��. �I�h� t_`tt�� sh�i nc�ti�`v K.id���itI ��cc�nn r�rs7�in�zis�n r�f L��; �T�e��ra.ry Cons#�cti�,n �:ast�iaent. �'ri�r ttt �e �� 'Ee,�atixLecl SectlemerEt. i¢r�xhnc:ni �'s�e 4 i i*5• vF F,;;i a°c,nh ,�+cit:. �: K�da�.^iE termi�ai:i�� of'i-he `I em�cxa�' Cons�vctic�n I:a.se�ne�zt t�e C�ity s1�z1i �iil wi� na�.iz>c ss}if c�r i�.s ec�€u��alent an� dit�h�s �r c�th�r excataiions c�n ii�e 7"�rn�axy Gvz�lr�;4zan �n�ent; '.?IIELIl E:C)€�I�}� �i.S KS�I6 4�t iT��Y1T2lIliI1 C� CIL"SI51�, shatl remove �.tl dir�. c�b�is, nr.b�i4h: at�c� arcv c>th�r �al:eci:�ls, g��t.eti c�r r.csult�ng fF� the C�`it�'s cLSe c�f th� Tcrn��rst�r}� t'ons�t�ctirs�a C�se�ae�t, �t� sl�I� fu�her cc=�n��� �vs� a�i o�er c�E�ta�a�ians �f �e Citcr unc�ier �t13is Agrer.�mc��t. T�t� C�it�r shall i�c�f allc�t� at��� ill�gal di��gin� cit�rii�; t%� C�ita's cantrol af the Teinpor�uy C:ur�strtzction �;a.s�,�cnc-n�. I�atice, ��hen re�u�reci, shall be gi�ez� �d dccmed cc��n�l��e by eai�iriff }tieit� �� � ��� Kic3r:�;i11 �ti (8i�j 3I3-�321$ �.nd �•ia �i�a.il t<7 �''�c.r;1'�-� ��.. Kidv+.-iii s��alt ��tify CiLt� i1` ci�.e tel.e�hone num�er c�r rn�tt3o� o� nc�tic;e chan�c.�. Th� C:i#y 1�-i1� replace any cc�ncre;.e ba>riers th�t it rcmoi=E,.�s tiarina ebnstntctia�. In t�c zvcnt �ie C'ity �ove� ari�� fes�c�rtg and �tes �.i�aon ti�; }�r�rt.Y �epi��d tn �xltihif. "A-ll" ��rLtc�, saict fenci�� �n� �ates sl2ail tx, restnrec� b�' �he £.:i�y� �4�it� si�nilar fer�cing and g�te� � it e:�i�t�� at thc tirne af co�.ssru��ic�n a�zd innve fe���;i.�� ans� �atcs c�n �e�� suru�y prc�x,rt:t' tine- T'li� CFt�' c.���cnart�� arfd ac�t:s ihat it shalt �: re�pt�nsibie E��r a,t��� erx�sioi� ta t%� "I'ern�x�rJ� E.jc�a�str�.►ciior� �,�cn�,�nt, i"�!rc���tx .c4reRa5'� ca�.scr� t��� i�.s act�or�s t�ii�in tura �-ears r�f the cc�m�i��i�sn ��i` the Cit��'s c��� Qn t�i€- 7-c-�np�c3��J C't3ns�.actic�.n FaSernexat_ (."s�yyc�n �i�t�-il1'� rt��ive ttr �he i�tv� o��e�c3sic�t in t�� �:rc�sit�t� �.�-�s c����ir� tx�a v��-s r��"�l-�c Cit� �� ��c�r�c; t��e €:it�= 4hais r�air �cf z�;stc�re tht �r�.ia� E4r�s r� th� �.c�nciiti�� t���C c:xis�r�c3 pz�c�r ta tf�e C'it�'s ��c��s �it�iz� ihirty i3(l'k c�a��s car a� s�xan �s pra�tic��le r�f su�;ii nc-�tiee ta �h.e C�it��. tve.�s�tiacetii Sc[ticrn�r�t Afs.;cnn 1 ?�ify ai 1-�rt 6L'cxtr. .. �:ei(h A. Yij.�,�e3 �� �*�e , 7. �'ar�i�s B�un�. Th�s A�e�ent s�� b� �tir�c3ing t:gon mi�d ir�u�e tv th� �ae_ �etit af the I'�ti� tQ this 1k.�e�ez�t and t�eir hei�-s, e��cu�r�rs,, adut�i�traturs, l�g�I I��i'�SE`.il�#i',�C'.S, S`iiC��SSOI':S, $2tt� i�SSi�P„�S. �. I�ric�r A��xe�emc-�r�ts �u��s�si�ci. ihis �.�rnen3 cu�iit�stes �he c�r.��: a�eemer�c af Y��c �s�' artd �{.it�il� fc�� seittc��tcnt �f an;� �d r�il ciaircls ari�ing �aaY� t�te ccxz�femna�ian �ctior� agai�st Kidwv�ill; �.d it s�r�s�s ar�y p�or ur�c�erst�nd��.s and �-z��:�n ar t�ri�i a.�r�ernen.t� E�t.t��:n t��L P-,�i�s r�;s�e�tira� the �e�:[er�t�nt c�f this c,�s�. 9. Tex�.s .E,�w fc� l4a�rh'. T�iis tt.�reenYeat. ��1 be cvnstru�ci ur�rf�r, �� �z� �ctc�rd�L�e w-iik�, i�s: Ia��rs nf tl�e St�tc c�f'�'c:�as, �.n� a1i d3�igatia�.� af �e Parii�s �:reat� bv tltis A�e�eni a� p�rfc�z�able izt T'��€�t t;o�.m��, 'I'exas. l�_ I:.e�Cansrruc�io�. I€ �ct�� �f tl�e �rr�visicans ccrutained iu this A�-�eme�t shall _ ii�r any re�sa� be heid ta b� invatid, illegai, ar ur�cnf.�rcca�ic, ihe i�validity, iii��ality�, c�r un��lfarcea�iiity sha1l I3�I a#�ect angr o�:t�i� prv�isian c�f €his A�r�mc�a�, ��nd this .4��nent sha�i � ca��t�a�,�d as if��c ir���aiid, il�egal, c�r �inc-�zforc;e��r[e prouisiaz� h�u� ncrt �n inclu�d in the Agreern�rtt_ i i. Kea��cf.i�s. if eithLr P3rty c��amit� �. bre�c� vY �is 4�'e�rri�t� tha nr►�- �re.�c�3ing i'�% rn�;�, in its snle di�cr�,ti���. a�d t�•itha� pr�3uc���;e tn �n�� c��- ri�E �sz3�ec �h�s !��r��tr��;�t, I�.��, c3r ���i�v, s���. any r��ie�` a�*��ab�� ��a��.- o� in ec��iy, i��cludi�� hu€ �zr�t �izn��e� tc�, ar� a�tic�r� uta�i�� t�� I;2��f��rn i;�c(�at��y° �3uc��3n�t �ct, s�ae�i�i ���rt:c,rn��tn:;e_ n���rlaani��, a.�� �,j��,�.%v� �Iie�; prmvs�e�€, h�>wfe�er, th�.t t�i� rxs�-t�r�chin� P�� s���� nt�t t�e �ntit�c.Yd tr� tern���$�e tius �.r�'�ntLni.. "I��� Partie� s-pecifi�a�ly w�hive �;� ri��: �at t��y t�sve or ir� �he f�ttc�re }nay I��r��e t� r^�rri�a�e this Agr�em.�t. tn �Ie�tiated J�i��ernent.A.�'�.�i� n#, fy�,� � f 1j'y (jf�i'f}ti Wi�1M:2 4'. �C�3 i3l �i.F�ii'C.{! a�ditior�, tl�e prevai.Iing garcy in ar��� suc�h actior� ;st�ati i� cn�iticd ta re�.tic�nab�e att�r�ey `s fe� ��n� ct�st� cii` Iitig�t�o� as �iecer�rzinec� in �. tina.�, r�on-appca#a�le order i� a c�surt �t' ��.�►mpete�� j�risd€�tian_ l2.Am�ndrn�nt. N� arr�endrnenta tntidificatic�n, �r alteratic�n of ths terr�s of this Agrrecmcnt shalC h� �indin� t�n�ess zt is izz wr�in�, clated subsequ�nc. tt� thc datc +��' �i� �gr�mertt; az�d dulv ch�c.u�cd �y t�e City and Kidc�ri�i. _� = . �`���C�L �,� � I:aec�ted �r:d ef�ectit�e vn th� f-�:_ _ day a���, 2�13, �t Fort 1�lar#h, "I�arrant C�ur�t} _ `�exa.�. _ ...:..... __ �� �'��_-`�._.w----- Kc;ith A. Kicio��i�1 �TATIE C3�' �XAS CV�l\T�j V� rl, t'dR.R�i:i E� BE�'(}i� tVfE, C�le tttltiel'signcd a.u��rity, Nvl�in- Yublic, in a�d far �I�e Sta�e vt .Cc�a.s. or� this day persona�]ti app�ared K�i'ei� A. KL�'W ILL, €�tt>t��ft tt� �i tt� tjc the �ersori ��ri}ose ���ut�e is subsc�ribec� iv the ft�re�oir�g instrum�fit, �.t�d ac�no��lecl�eci tc� rnc th�t t�e exsxuted �te sarz�c fc�r €l�e �u�poscs ancl consid�.�raii�r� th�rcii� �-x�re�secl, anti iri Che. c�p�wit� 1h�rea� staied. � �. C����:�r` €l��}E� 11�'Y EIA�`ll /�P�it� ���,� E�� t3�`��CF t�is !�;''�` c�ay �f ��� � � 13 , r " , � � -��' -�--.--r l (t � F���! �i� 1 • �".'i �' ��'L.1,� �A.. � '�. - ....�._._ /y _._._._,����• Pts�Iic. in and fi}r the S�ate a#' "T�exd�.s { �y%44• ti i ¢ii��:C ���..'J� �.4 rr : �Ft;�� �_e:�. : r.,t,t3^i :.::r,::.. �fete � . -�':�:� _ �_ �I:Y �'Jt^lf`�tc,SaCct= {_'f.r;:'e�'� � ���hi.lo-7� 1%St' f i�. 2C! � w �� `u�i}ttdtt�3 SctY#enFer�E A�rei�net�i Page ? C',t, uf (=c�-t i�'Urtt} .� f.eivi A iCi�.•.rlt AI'PRC3V�I3 AS 'Ft"�R�Ivl:,t��1i3 LE�LETYe � �� � ` i . .� � c. : �,zo��� �. �[����v Seni�r As,.�istant Cit�r tlttorrtes� C`.itk� c�f Fr�� Wort� . ✓ I (�#?(} �`h�-c�c:.�morwrn S�:r�et Fc�rt �+Var�h, Texas 76I t)'� (Y77) 3J2-7fi13i� �It�arney fr�r Petrtir��t�r ':r' � :� �r:!%'� �,,,; ;���T / � . f � . f "] � J% // � � � r L / / ff 7 fA • �L./' L,'�,t�4.�Tp' i.�,%l `�i �✓ '' f-�,; .' �'_ $rrrtlle� I'r�r�cr . I�arl:er Mci�on�.td ?3 � 7 PIaza Park��ay, S�aite 1 t1(} Bed.Earc� "T�e�cas ?�tl? t .�trorrxe�:7, far IL�{`enc�anrs ATTE�T� `l�iE. C;1"i"'�C C)�' F't?R.T `V�%ORTi-� ���~-"�..,o. ____ ,,., � ����"� �---a-. 8��. �'crnandr� C`os�ri Assistant C:itv' Niana�et �3v: Mac�. E��ayser C`it�'. �re�rc��t�.ry '4�'�t)iiatCt%SC`LEIt;tY3esiI Ay�t'�t�:�tt i"'sri tf ��xt F1'u:ti� r. 4;Ce?h A K:dwef? �� i'a�r R S'TA� t�F TF�AS � § CC}U�TY fJF T'��i�4.N'T § �3�FCl€t� Ni'1�, tize undersign� a�.ihs�ritvT 'vTot�n �u�rlic ��d fnr the Stat� at' T��.xa.s, c� this d�� persc�nall�� a�`Peare.tl .��rnan�� C��; .�ssislan� Gity �Ian�ger �c� t�e C:i� af t�rn� �`crrt�. �n�s��� to ine tt� b� t�e �rst�n ���hose ���e is s�bscr��ed i� �he f�regai�z� iuzstrum��. ��. a�::�n.o�vl�s�ect to ine t�z�t. �ie e�.ecuted the sazrie fcs� �e p�irpc�s�s at�d cc��s�c��a#i�n tl��rein e�pres�ed, and in �h� capacity thL�;rn stated. GT�.Y I.�N�#�R �Y �AN� A,��D SLAL QF t,��F��:E t�tis ci�y o� ��u�_ , 2(�I3_ �m �- ----- ...��� �. -.. ,. _ /�� i � .� � ' : % , � r � T F � Ti{� ', a��� P�ubiic i� and fc�c the Statc czf Tcxas �4 r:z'�,t�`:.r'; ��'Fiii _kr�.ih?i.1..g � � �� �r��,y`� ?,5Y, ��st�8iS5�+':E::Pirt-S i;. �����^•'''�.:-;,�r �`y".� 2s�i3 � c� ��'^-��"'-' �.;�--..�r �1 ��'� _vc'�aua�d SeYileix�.n#_�eer?ieaat Pagr � :'�r4 s�f F:x' �l'�,rri. s• iC�nh .4 }:Fduc�i c�:v�rs t�c��n �-r w�.�c�T g��v� ��� ��c���r�rr �.��ac��, r��. z Raw crr� r�t€�er r�. cu��� s. c�cv��� �o� �.c�� � �� L�r �. ��.oc� a, r���.�� ����rrs s���� �r��-c�arr �rin� a E�.3 T 0 a�e tra# af lar�i oue ctf LQt Z�ansi ( ot 3, 8locJc 4, Hsns�%y Fiec� �ts 3at� Additis�n, a� a�fifi�cm Eo th� Ci�y of Frart th%rth, Ta�raa�t Cat�Tjr, Tcxas, es teco�ied is� Yoiu.r�t 1867, Psgz 3 r{D af tit+� Uceci Re�sds af Tarseat Co�nty. Texas, s�d Lcst � snc# �.nt 3 tr�ng decdc�i to Keith ,ri. 3�dvrs`41 a� rcco�3 irs Co�ry Ciesk`s Fii� Na. �77.t3343C�4� I of sairf i�eect Rc�ards of Tarrant Caun#y, i'exas, sa.id 0_� i€i acre tr�ct o F' tsit,d aE� bess�g a g�ar� oi a f.4� a.a-e tr�ct o f ir�nd {by dc�) d�c3�ci cv Keiah A. Kid�vrtt ss c�oaF�ied i� Ct�ua�t}� CIerir's Fils Na. D203�c3648 t af s�iri i3eeci �tc�cc�tcEs oi Ta�car�t C�ccniy. 'f`exaar s�id �i,32a sere tr�t af tarni being m�re p�rtic�lsrSy c�e�as.bari by rnei�s �d bouas�s as fcsttr,ws: ����C��FG a� s 5!8 inct� iron rvd fc�und �or ths souihwest cvstter ot'said Ccst 3, said 5J8 inciz irc� rad �i� tt�e nvrthwest cam�t of Lat 4 cr#` said ��ock �, H�udley Hcigi;is S��tt�i t�ddition, safd SIS inr..� iao�r cod aiso bei�� in the exist�2g easY cig��i-trf-wgy tr�se af Cr�vens Roact �s va�iaitle wi�t�s rigF�t-of-way}t fresrn whi�h a 51$ i�cia imu rod fo�d for thc s�aut�west comrnea of safd Lui 4 bears Sauti� flfl degr�s I8 axif�aaates 55 secas�dx F�.�st. a cias�u�c� af 28t�.aU fec�, ssiti S/$ inrh ison r�xi ��ig t� norttt�crxt cozncr of [.crt 5 og said Siodt 4, I���y Heig�ts �uth Add�tio�, �aid 5�8 �cR irvr� rod al�o bef�sg in thc �c'rsting cast righ#-of way iine af'said �rav�s Rd�d; �'H£�C� i�t�crh t)0 c��g�-ees 1& minute� 55 seccarads West, wi[t� i� ��est [ina c�f said Lat 3 and wiih ti�e �ci�ing �t rig#�t-af-wey lin� of saic� �ravcrss Ro�d, #�assing as � ctistance of ��'�.Ofi feet, a point itrf ti�se nt�rtitwesi comcr of sni�f i.ot 3, s�id pcfis�e �ceng the svutEiwesl cr�rnra of s:afs3 Lvt 2, �assssrg af a dista�ce of 4%S.E}� fe�€, a�int far thc �outhvre�t casrtcr vf gaid t.�9 s�.�rs trac� of I�su�, in all, s d.�st�utce af 524.83 fe�t ta � rig}�t-c�f-wa.y �ruker se� €'or the i�ter�s�ctior� of th� existing egst rig}�t-�f-way line of �as� Cravcrss f�o��3 t�rit#� #�e �Sro�ased ca:5t rig�it-of-��y 1"s�te c�a Craver�.s Ftc�aa#; 'THfE:`iC�; Soui�s � 2 cfc�ce� 3b rnsnutes 3 i sc�rs�€� East, wtt� th� �mpvscrf easY rig,�at-af 4v�.y �irtc ��s�� Cr�v�rts f�oad, �aa�sir� ai � distar� L�f 3�.5� Fee�z, � periz�t f�r c�rner 'ss� tl:� s�uth t`sci� �€ said 3,4� arse tras:e of i�, in a#�, a da�€aris� c�f i s&. 4 5 f�t co a c�,s�'�t-uf= wav cnsric�r s�t f�r ccrte�r: �'�i�t'+�� Sc3uur�t (tt} d�ee� �� snir�uCe� f� ;rec�ss�s �st� �.sr)f t�ie p��os��i east ri�ht-ttf-s-vxy �ine of sai�i Crav� �c��dF �as.si�tg at a distaz�ce of � t39.R � fee� s�aint f�r cc�rn�r �n t3�e sar�tit Sir�c af �aic� t,crs 2, saici �int b�izig in th� ac��tb. tia�� of sa�� Lc�t 3, in uit. � dist�na:e of38�J.&5 fe�t ts� a rigx�ti-t�f-�ay r�sr#cer s� f'vru�rr��r in th� svutit line o#'saiC L�L 3. s�id �`rnt �reing i:�t the r�arilY tirtc nis��f ��t �4; � t ��"�-". � __._ _ THEiY�C� Sc��i &�9 d�es 4t n�ibu#+ea t}5 s�oc�a t'�'cst, v�h t�:e soutl� tisxe af said i.�t 3 aaci at�th t�e norti� l�te v# sai�t i.ot 4, a cfis�a�sca �,� 29.6q fcet �a chc �Ci#NT t)F BEGIlYl��tG. an� ca�at�is�i�g ! 3.54}5 sqca� f,�t oz t?,314 � r�f i�nci, u�nn ar Icss. Yvices: tit} (2� E�) A piat afe� suavey date harc�itt� acc�ng�niz� thi� lega�t drscri�tioa. Right-cif-cvay �.ers a.�an8 FsroP�sesi �ig#st-af-�vay f�ne �c�c 5i8 inch iavn rad set w�it�t b�ue ca�r s��pc� "f"sfl�2RQN13QN,�" tu�ess c�th�wisa r�ced. Be�i3tgs are rcf�r�c� to th:c Tr,xa� Caarrciic�ate 5ysi�a, "�iAD-83, �I�e 1�Fa�th C.�au�xt Zonc 42c�Z, gi� disttuzces �asS a�er�s sitown are �::face �at� ian�;a� Z�, 2ti � ! ! --------- � �� Curtis Stz�ith ________...� __------._..�-____.� €��gisser�tl Pr�f�:�c�naf [�xi S�eyr3r ;�ff.%. _5��� �:'xhrF�tt � F'age Y �f Z �� ,�` �£ � �}! ���t�fi���+ yf��. I C�1£2T s �kc� � N �}, 5+9+ �,'��. � ` ;�- �J �,.;fa�`�. .�..�..�.� t..;, . � . . � . - � � E � s�c.���vot�a a� tor c _ ������� ��� �� � P�.�'� No. � 14d1!' r E K�if f�. � j � ��� �� Q Y_se �� ��� ac ++u���a coG�ii�a .;,,�y. C.C,F: Nia �3i5�6t {>.R.�:C.Z. i L{?A' i ���r: �: � �- .,,: tc�rrte x: � � � c.c.F rt� oz�3�se�� �; �' c�:rr.r:�.t - s t�'3�`37'� Lt�T .Z t �&ts" e�o�cs r��u� a J�a �� r� . casa�ax a�it��r�ar� � rrytrr.�.8 �is—�s, �*.cc.t �`z�. ��rc:r. ��� aao.ar' � t�+r-�t'—+�,r � � ;_„ �i�'fi��� ��,�� !,a vwa�t.� vrr�T�+ �t�Cm-��—wa°►�: .FtSY,tla'�€D12� (iF' � � �`• : � Lt�t' � • 4 � .R�.. � ��.Y�.. I� t , i ..,� � ,s,jl'. . � . . s. •+ - . �,p . Si � + r�'��r����dr��~'��i'.�+`rt.' � � �"¢�� . � � �'��: � �r �t� g�j��� �ae�,sa' ��j'������� �� fl� ��-�r �� f ���;��2�`. ji(}1i �.i� .� �. � , �-��� � .�'. C1. �. � � Ra.,.. -� � �f�ar slt'�t� � � �� ��1"s. - '-s s9"st'f?S'W 2�.�v` �(iT 4 �-- 5 ucr r c�ss�t � oa' �.� S��9x .� -�� .. . �'L`fTT-�Gd"-rthX.. �r. �. . T �G " � � �id� �� � � �.ii�! : � �.�...+-.. Xk9 C�4Y�'� St"9Tl34a YMS±"'6Je F:�: �lM� ..a +�is ,�c �r�rc. Sfi.�LE 1N F��"I` �� �� � � �'� � ,�y ��sa�an�r+ 5r� - s^.,�r m�rrF+. tEti�t �E'is2 i� 5�Q'tMMt4fii4T A {jF f�v�'—�F-� a� CflE��a�N ��,,� �y,�-$-� �c``f�. L�iT 2.�N� E.I�T 3. ��,C2Gi� 4� �i '� =�t �€?t:�`�` H£SG#�f€S St3tlT�� �£t!?tTt�1v �s a��t�e� iN ��. < S i t!��- Vt�L,t,��tl� � �53, f'�f:C� 31-� s�esx � t.tL�i �£C£31�t7� +�f '�,��`£�,�WT GGi.i'�ti�`. YE�;r� � �t�s t� � ' r � . ,� -__ � ` �Ck��" � ��.� � S . t4..�a�4_ ��# .,,, �� ,/y a' � NC � 1!IX'1. fACi rt's{�,i. � � .r".l � itt lj�:� . it i-W�-��t f.gJd .. i0.il` �«13 -s��- r 761 1''} �rn�runlYa��� l..f �-� , • �-- - r � +CR/►VENS �� AT 3�YIId3eh'i BR�t1sFC� 14it�GE,RBPL,kC�i+fC P�l�.1�te�.1 �'$ _ CiI'�r' �i�#7yt��' � �@�2 s� �� ��� �.ar � � u�r �, B�c�e�c �a, �z� ���s s� ���v sesa� a ce�pos�acr �.cm � c�c cri L�sc 2 a�f �t 3. Biodc 4, F��cy He�g�s � �tio� aa ad�itio�t tti fi�c CitSr o€ F+3rt S�tsriti, Tazr� Cau�ty, '%2ccaa, s� t�� iu V�� t�47, Pagas 3Il3 rs€ ti�e I3e�af Ra�x2� c�Tarc�t Gau�ry> '£c�. � Ltrt 2�� 3 b�iag t4 I£eit� A. Klct�x'it1 Rs �rccs�dsd in Cann�y C2a3t's Fii� AEn. I32ff3��#S D af �airi �.ecard.s a#' Ta� G�y, Taxes� s�d i��ar�r � �n�t bti�g r�o�r p�r�4�tta�r t#�t� by me�� �atr} bvs�o� e� t�o�tov�°s: CfA�IrtM��+3CIP�t� �t a St8 i.�h iraa r� fc� fc�€ � scas��r„� c�sa�r t�f� sasd � 3, �aitt �!� ��ch iresn rcrd �eing t�ee s�ua�st oorats of E.ot 4 0� s.afci �1c�ciE 4, i�a+�1z� Hsig� �c�uth A�S�, � 51S i�s ira� c� �a #�eit�g ia d�c eais�+.�� cs� zi�t-o%w� tinz v€�Cravex�s it�ad (a var'sals�c � rigj�t-vf w�}, f� wiri�b s SJ8 i�dt is�+ct rc�d fo�3 fur t� st�e�hwcat cotncr o� sai� E.ax 4 be►�acs 5sx� titt d��s ��� 55 a�aa�ds .�, a distaa�ac of �8'£i t}Q fa� a�ei 5!8 �h �on rod be� E� � cvraEt ��' � S csf �sid 8lc�it �, Har�iIty �%�ts Sc�s Addii�. aaid 5#$ ia�a is� r�3 alsc: ba� is tfkC e�st t��f-tr€ vffa�r finc af gaitf Crat�er� R�sd; 2i��s �t�3s 84 deg� �#t s�t� i� .� F.a�i, rYiitt tit� � tira of'sai�f %s�t 3 aa�d rrztf� tfse av�a lsa� t�fs�d I.at 4* a" a�f24.£�3 fi�tt to a rit�#-af-�� � a� %' t�c F�.�'i2+di` C�' SE�G��'tC of t#�t he�in �od caa.��n � t}�Zt- of-w� mark�r b�rin� i� �e �sef# e� �ig#��-rt� way �s�se c�f es�v� f�s�i; Tii�NCE I*7utih i�Ct cfe�as Z t mi�utea t9 s� Wess. with ttre g� c�t,' ri�ht-o£-�p �'ss� c�f �aid Cra�e� Rc�, ��S at a�f��s of 2�t.fl�? €e�. s�€� fcx rv� z� C� i�3 ILf3O d� S&3{� ��. SSStt FOi'i� �$ !3i ��()LTL�I fYFtt 4f � LOL �, !11 il��, � (�i�1fZCG i1��.�f�:g� � 6E} H I€�-(3�t�i8Y t€3s�CCY Sti � i�fiiYtGT; Ti'I�+I+C� Nc�t t� de�t�x 3fr a#i� 3d i[�c.s�, u�siiE � e�st €�g�t^4f s�+8y ii�nc df saic€ �rat�a Rcra� n«�� af i�3. �7 Ferz 6� � p,�� fur � i� ihc �szt3� €i� c�� � t_49 � tr�t cr� t�x�. (3�}� tfl Kzi� l�t. i�i �il a� i�: C"� C�rk'a �4� Nc, 37�£3343b�S� af saii� �is�f ��urc�� of �'arr�t Ca�szaty. �`cA� - � �. e y, r �� s e sr, > ..:: . �. . . ,f F � ��: , . ... . _ . . :.�.� . . .,. . . : � ;. , . , :., . .:. -.. . � ,� ,>s F. . . � � , ,... . � �' � � �� 'TI�EF�CL Sa� (}f3 dtg�a 2i rr�inutes 19 secocu�s �,. s�is€s�scc a€ I it�.93 Pce�: tv a pcfiaa� for carneg ez� the soath tirfe o€r,tsid Lot Z� sa�ci goiret bcfug iss ti:c nars� tinc ai`s�id Loi'3; TFIEl�i�E Riasth 89 dcgcz�s 4i Lct;nvtts (i5 setonds �, wit� th� souti� tirte o€ sai�i Lr�t � r�i with the rracth t�n� af sa�cl:L�t 3, a dist�s�c� oP t0�.t�} feet tv a poinr %r cr�rnca; TI�€�NC?� S�utls (}€l degrcxs 2!. mirautcs I9 sr�uruis �as€, a ciistarace af 35.36 fr.et ta� � p�in€ fvr rc�aases; T��N�'f� Soud�tt 4� deg,�e�s 3B r.�ar�trtts 4I seconds �est, n rfistance oi t�4.f}I feet to a paant f4r corr�er; 'iNE:YC� South �� degret� �8 minutes 41 scco�cis West, a distan�e of I0.(1� fce€ t+� a pofnt far cAr�sr; `i'�iENC� Sau� Q4 deg�cts 2l cninuies 1g see�ar�ds Eas#, ��iists,atce of 1&4.$G Pcet ro a point for oorr,er ir� the svuth fine of s�tid i,ot 3� sairi pvi�t besng in th� nort� Eine of said L,ot 4; '�'�IIE}�t�� South 89 4cgrecs 41 iuirt�tcs �S se�ands 57dcst, with tfr� so •�;h Iine of said Lot 3 and wi�t the nfla�tiy l;ne of said i ot �, a distance of 14.U4 fect ta thc FOL�'€' (?F BEGTNP"��l"VG. a�rl corataiising I 3.7.7d s�uaza fi-et or 0.305 acres o€ tand, mo� ar 1ess. "�tutes: �t} i2� (3) A. Fti82 O�CY�77 SiIR'VC� (fBIL' EiCfCWii�t dCX:UTYFj3£t1IiC3 t�1P� iC�[ elescTiptie+n. Ri�t-af-way maricers aiat�g ptn��ec! ti�at-af-�ay tine are Si$ iztc� iran rvd sei wi� bf�e c:� siam}� `•Cr0}tROMDONA" ur�css vtherwisc ncsted. Se�ziasgs arc rcferer;ccs� t4 cfie Tercas Cocsrdi�ta�tc System, NAD-83, The Narth �erftr�f Z�nc 4�fT2, aii dists�tr.es ar�d areas shuvcYr� are sur-f'ace. Uat�: .�a���y �9, 2G 3 f . � �� E:`t�s�Et� Smaih _.�..._._._____._._ f��zsr�t�ci Frui'cssionad I.arui S�ca�evar ?�ta-�. Sa4� Ps�n 7. ;r#� 2 �L- yf � �N . �"t� i n 1 i; FQ �. f'" �r�,r�" f � ���; � f_�,FtT+S Sr�+tN -��,a. —7`i� �- u��c f �� F���r1{� S .^`-�-- �..,,..._ , � .... �td.�.4I1YZ�J[!E Ol Lf13' C I� r2'�Q'�t'1�P_ .BLQ€X Q,P�E` tt13.�7° �S.a... J�R£.a[' !7. C�S,�l�N ;�191Tl7'�TAAt' �KKtf�:�`a! .ld�-4d� F�i�a' 9f P'.1�.P.C:1 � ������� ���� a�i VA�'iiA:B�:E VY�1R^I RIG�fi-C1�-14Gii ,��d[1stivg�� a� � t'. �o� � �.�,x. >. ,: .�;� , �• , ..: � '•��� s..e:. �r . �.<v.-. �� �a�a �cr-ar>�rm --.,,\ � arr�it�-wa. � F.�tl�'+Gl�'l �1`tr, x: �`. u3rr.amo!v � � KF7I�i �i. t�Mxl. � �F�,£ �Rli�ER?`t iH�R ?_�69r �':{�' �EiD} � dc: EiS�f�' LCtG4Tl4�! C.� t#�. Q�1i i1RT;�T. { ��. p. y.r_ . � :� -._ -• M '3�"JF7�`t?Q�1�' � h, ti.3t` GaCF_ Pfa.� t��64D'� � �;��`�t'� 1�,R:�'�.T« 1�.74` Lt?1� 2 9�f1�X � f3 �3`I�G�"� � S �t"t� .�(y[P�'$ �:,�?.fl�'Idtl� i F � �8�,3` P�4�1'.�f.�i° � ���. #�.�G�" ��f Q �r� �47'�'� 1��.T.� % �t�.Gt� S �!`141E �� � r r 5 4�'S�!"�t'�4' " 1=�7�I St�. � R ` • 1�4�'!' 0.30d ,�ES �. . 9 � �i "9t I:U �' .� f ��o�` � � caarzi•tg°� � " tl�+F.�t€` � � u"c S �4"41'�#'W iQ_Q4!' x �'at'i:a'E a��9' LAT 4 �- s oc^�fi'ss'E t6cs.tt4' �u 3f� ^ ._._ Ll?F � ' �? 75 f3 15O aa�e. cr� �r�sF►'�� �_ ____ lE SC:�tI.E lh�l FE�: C � � � te�Uc 'P*R,t.X.xu,�t�"f� SfiRtE£ � �Ftt t��f�k, t�,[,.t�: �°�e� � �'��r��r cc��;.:�reii� ����rr '��- �� p.fi'� � ��� �� �,��� L�sr z o� �:r�r 1. �z:�c�t � � � �� �u�' t���� sou� �mt� cu��� �� .a� agc�� �� Vi}�iJhl� 18�?, Pfti�E 3f{J r` ' S�t .� i�� RECU�D� c� r���sT �U�TY, aE� ,�� _ E7��#i�ST �— — � � � �� � '.�ei... � . �.�c � - ��� ��10 •ail. -�I:�d � f4Y /il...ri4-oT� ' ;s�_ C1���rrne�� ��e���st �n�'orc�a�ic�r� Reference Number: 6G04-Setifemer�i- Agreement {f)therj rvment Number:: rf Pages: �rded aate: irtY: E�s»e: �ee: 5 3 11:51:30 AM ���� _�- -�1��� _�. �f Fage 1 of l Sii i/7()1 � ElectronicaliY Recs�rded Offic:sl Publio Records i � 1 y��(J`��WA1 �l�� G e�L tMary Louise Garcia Tarraat County Texas 5l13l20'� 311:51 AM PGS 7 $4fl:OQ Submitter: A� D213��02�5 'tiftJTICE C)F C�U�'�n�N'f�A�.IT'Y RiGI�fS: I� Yt?�� �RF. A. �Ai"iT�tAL P�Ii.5t3�i, �Y()Ci :.��AY K�btCi'ti'� C1R S"I'kIK� A.�`Y UEZ ALI: O� T'FIE Fi)iiA't�vtiYC,�. t�C'�'i3RiVfA"J7�}�i �"Lt� A�'��' �S'I'RL��:�+d"I' TN'� �' 't�it�c''�iS�R� � L'YI"E�i.ESi' I3� ��.1.� PR(3PER.Ti` �FFCI�R� �'�` tS Fi�.E� FUR R:ECO�D ��T THE I"LSI.iC I2FCUttDS> Yf}Ci#2 SC3�tAi, S��L�Ft�T�-' 1\t�T'M13� 1�3i� 1'(1�I�t D�:[�%E12.`S LIC`E�S.E �� UIlr€I3J�R _ Wt#.�tRAP+'sTI' II�EEI� (�ASE�} (As Is) �ikl`$'Fi 24if'�I�:F2.it. Rl;4[%i21'A'T'ldJ�� «�,�: ?4�.r�R'�.� � �_ �� i 3 c:rsnct�rfs�: K�t't �i A.. kTL�'�Tii.i: P.f:1. BC3�C A-�i�T FC}RT �'�CIRTE-I. TFXAS 76 j 64-(kk�91 T�ARR��'T Ct}ili�T"�" Gr�nte�(s}: CI'1`'t' f3F F'OR'�" th�UitT'I� r-���'I` �'t�x'�'H. T'�x:s'i� T4RttAAIi" CC��I?vTY Cun.�i�€��ati€��r�: 'Che suzn of TE�i Atiil iV01it3fi I}QC.Lt�€:S ($I(l.€}t3j azid other gc����i ar�� vaivabfe ec�z�sider�tic3t�_ tfie re�eci�t and suk�ieiz�ey �f which are �icrn-�wledgc� by G�t�r. Pr��p�rc3�: �3ein� a Q31(3 �cre tract c�i' lanc! or�c of I.«t 2 and t.c�t 3, B lack �, €-��nd �er �ei�F�GS South Addit�c�n. an acEc�€t�nn ta the C'ity ofl=c�n t�fc�r�h, i`�rrwrtt Cc�unfi:, "i�exas, as recarc��d in 'Valume I 5�7, Pa�s 3 3(1� c�f �Il� ��e� rsc�rds af 'I'ar��s:nr. Co�ty, `['exa�, sai�# L�t "Z �n�i I_c�t 3 Fx.isi� detcfL;d to K��cn A. ������� d� ������� �� et,u„� c��r�`s Fiie �a. 1�2€3343fi�&E ofsaid ��cc� r�ct�rds of"Tarrant C�an��, Ti;�s, sai� i�_310 a�re rrdct c>i Ian� also t�eing ��rticfn c�� a i.49 acre tr�ct c3� i�.nc� t�y d�e�� deeded tn Keiila A_ �:idti�-iIl a� recaft�c�i in i:��utti�' Ct�rk's �il� �a_ I�3?(7?�3b�8 i<�t" th� �ai�3 Deeif Rec<�EdS c�f`T�rr�nt C��L.r�, "t��x�s saic� tra�i a, Iand bci�►�.r rncs�. ��rti�u€��� � d�s�ri�cd i�t tn�: ��ta�chec� an� inct�r�rafed Exh.�i�i�s "A" an�f "�i'�. . �es�r��u€i�c�s �ru� C:E�u�e�r�r� �� t�+arr�ca�v: Fc�r t-'jrantar a�d C.��a,;�tt�r's heirs. st�c�r;ss�rs, ara�i ���ign� f��c�ve�, a rc;s�rv�si�n of�a�l otl, ��s, ar3d <�th�r m�nerals in afzd unU��� ��d that �ay ��co�tuc�ct f13m th� PrU}�eriv. if thc mineral estate r� subjeLt ftx ex;siir�� pr�cit�c;iiz}rt ar an �xiS�in� ��a.;e, �t�sis res�rvaLic�n ir�:.tuc�v=s th� �rc��ttctian, tta� le�se, ar�cf ati b�ne��s frvt�z it. Ciraniur h�reby ���ti�e*� any a�ti at! riffl�t5 t.z> the s�rfa�e c�f t�e !'r�p�rty ar�� t�e ri�;hi tL� p�-c�,�ucc tl�c misz�:r�is ur�d�r th� Prcz�rerty ��alI #tie exerci�et� h�� cc>n�uctin�; ati s�et� cx���rirrg. rr�bni�z�.. ciriiiir�� ar�d prac�t�cirg c��c��iicns �tzz l�nds o€h�r thar€ th� �'r�rperty. �J±_ C. �' i 9: � �� ���y _ � Lv; � �?"`..�— i Eiectrotticalt� Recbrded Tasrant Gounty Texas Official Publia Records 511 3120 1 3 i 1:61 AM p213120285 ���'���� f �� c�� PGS 7 �40A0 Mary Louis� Ga�eia Submitter ACS '_�UTICE +�F C(3�4�II3�;P�'�IAL.fTY i$I€xI-�T'S. i� `{C?f= �RF �4. ��'�r'TL''EZA.L P�E�t.,SC}�, '� ti(:I ?t1:A,Y �tE���[3'�'� [?�t '�'�`RT..K:i+:, .�?`�Y (}R ALL �� THE FC)#.,Y�C}'��4'E.�iG. i�`c�'t}Ri4'1A"1'�+C�1 F�4�'� A;'�'?� L-tiS'T�%.�:M'.1��'i T'H�A�' 1�..�S�R:S _�1R+r ��`EI��'ST CI� �tE�L P�.t7P�it7'1` BF.Fi�ii�: I'I` IS JP'�LE� F(f'i�: RECE)RE� iN TNE PEiBT.T�' �tF,+CC1f��5. i�'L�C;1R SOCIAL �ECt1�2IT'�' irIt.��31��2. U.�Z YUL�i2 c3R:�%ER'S LICE�SE :�v`iT11r�B�R. 'O�A.�I2�.�T`�' i���� tc:�s�> �a5 �.�� (t���[•ra s����:t�a, �ti�s�:at`�.�7�t<Y�) I��t�: �1h�iCH 1�. 2� i 3 CranCaY(S): ii,ElTi� A. Yt�I?'i���.,i. f'.Ci_ F3t);� 4�91 Ft?RT �'(�RTf-(,'TEXAS 76tfr�-419i 'I�A�ZK��NT COt;�TY Gr�sntee�s}: G�TY t}� FOR'F Wf3R1'�t C`CI�Z (' 4VUK't'i-l. ��'E�u�S TARRANT Cc}Ll:�,�"["Y Ca��it�er-s��a{>n: 'f'he sural ofTE� A1tiD l`ti�it()0 l.?C}r_t.ARS (�tt�.(}0) and �ther gc>c3ci anci vafuahle cc�sr��idecr<aric�i�, the rcc�i�t ant! sl.i�i�iti�tc:v c?f v��hich arc �^,�tsi�i��tec�,��� �� Cirarer��r. Pr�ig��;��: Bcin� a C�.3 � 0 acre iraLt iif la�d aut o�'t..ot 2 and I.,c�t �, B€ack 4. F�ancltey i�ei�ht� �s.�Lth .4dditic�n, an ac#ditit�n tt� tl�e L:itb- of 4�ort th'c�rffS. �i�arr�z�t C'o�t�ty, P-�A�s, i�s rEcnrd�;�[ itt Valt�rrze I$(i7, Pa�e 3 i Q af t(�e 17eed r�c{>rds �f �#�arranc Count�, `i"exas, s��id Lat 2�rit�! Lot 3 bcitt� d���l�d tt� 14eit� �. i<:icfwiJl as r�c<'re��ci in C'c;�tnty C�'Ie�i�'s Fiie t�It�_ I�2�343fi�f�l c:t aaLd i.�eec� rc�ards a4'Tarrant C;r�ur�€�, T�;xas, saic� t).31f� a�crc; Iract o�� lan i aiso h�.iri5 :� ��ortic�n ��t � I.49 acre t�-a�:t c>f �an�i fh�. de�ti� �eedeJ trt k;eiti� ��. Kid��iIi as rc�:�rded �n C�unty� �Ierk`s �ile l��r�. D203� T648I t�f`th� sai�3 Det.c� R�ct�re�� �7f. �'a�rant C�=unty� �I ��as sai�' trat:� 03 [a��d b�ir��= n�c1rt. ��rti��.t��f �� c�esc.ri�cd 'rn th�. �ttachec� a�� ir��n:�ar�.ted E��,i�its "A" a�-�c� °'�C3„ Res�a�•atia�as fsn�t �`r���cyy-���c �nc� �arr��st��: Fczx- �jrar�tc�r snd C.��tur's heir�� su��cs�i�rs, ar�c� a�s��ns f�xr���cr, a. rti�Lr-va;.ic�n uf ��i r,il, �as, an�i nther rn�a3�ral.s in aric's un�i�r �d �hat may �e pr�+ducc,� fr�nz tf�� �rc��erS.y. If`tf�c rnine:ral ��late Es s«�je�;� t<r �xistan� prc�duc.tic�n ��r �t� existi�� }�a..se, tl�i, re:�eruaci�t� inLludes ti�e proc�tcction, the tcas�, �n�3 �It �Ln�.�t� �'rc�m it. fira�r�r Yc�re�y ��:ti�,�e� any anci all ra�hts tcj �he su►-face t�T ti��: Propert�� an� th� ri�ht te pre��.��c ti�e min��t`�Is tfr�r�Gs ehc< F'rc���rr� shai4 he ex�-rc�y�� £�i' cc�nciuc�i�� afl su�h cx�3�ring, mini��g, �iriiii�� �.rsu' pr�dz�cin� c��cr�tit�na r�ta iand� arftcr than t#�� Pra}�Lt`�y- r, r`:.:."i`v'`r 1� 4t�i � ' GYs�E` ��- F:xcc}�is�r�.c tct C:anvey��ar.� �d Warr�rut�• t��en� �c.-r��t! a� p�t of rhe �:;ar�s�dera�iv�t ar� an�: c�- fi�rs� c3s�cril�eci ir� this c�eeci as [�ing cithe� assumed by C'rr�€� csr �jec;t tc: t�hich titie ss taken �y Ut�n�ee; va�i�ty exissit� re�trictive cove2r��Ls cumz�t�n iv tt�e p��tlec� �u�ivi�is.}n in �hir,� � Pn}�erty is locate�i; st�r�ctb� f�; tases, ar3d �sc.�csn-se� bti� anV ta�irt� auth��r�t�• ft�r ���ar 2fl I3 �cf :;uin���� �-��rs, azx� suhscc�tn.�rt ta.+�e, �I �.ssessrnen�s b�• a»y raxing a€�rity fvr pri�u- yc�rs c#cre t� c�arige in Iam3 usa�e c�r v��n�rsn3p; v�idty �xistin� tuiticv �.s��en�4 crea.te� h�� th� c�e�iicsz�on t�d vr plat ��f thc su�i�7si�� in wi�ich €he �'ropc�'iv zs icrcated; �y discre�rtcies, ctm�i�., t}r shc_srE��es zn area ar bounc�ary f�-t�, cx any et�tts�t�chme�ts t�r �7ir�s�ms. or ��j [)VLfI�}�1111� £3f tiSk�Sf(3V�fll�iitS, hc�rn�ste�.i c�r Gro�mun�ty properrt� nr a�zr� �vvrship ri�s. �(' �ty, c��f �� spc>u.5e �+f C`mant8e; and any' ve.litliy exi�ir�g ti'[��.� c�r �s��fs ass�rte� n} an5'one, incIfFs�iz2� hast rit�t Iim ited to p;rs�a�s, thc �3uf�li�, cn;���iaa�s, grsucr�€r�e.r�Ls_ nr orhz.r e�u�tir:s, to t�} tic�r#ar�d� c�r Iaml.s c;c�►n�sing the sl��rLs or b�s «�' r�� ig�.�1� c�r pea-ennta..f riv�rs arx! st€��s? lakes, bsys, gulfs, c�r i�ce-ans, (b} i8n�is bei�or�d tl�e lEazc; �f ti�te h�z-�iar c�r bt�ik�e�d lines as esta€��ish�d �r ch�ngec� �y a�z}J Ds�7v�mer�t, (t} tt€les�-i�3 far�ds or arrifcial ista.r�tis, (d) t�ater rlgh�s, it���u�in� ri}�arian ri�h�.ti, c�r {e} the a_r�a ��cizr�ing fnam ih� fine afir.� €��u tids:� tfl �e li�e t�t��-e�;et,stivn or thc �-i<= t c?f accx:ss tc� �t area or c.a�rt��att atc,rg �nc3 a�� <�ss ihat ar�_ C►tarit�r, f'or rh� Goz�sidera�ion artd suC�je�t ta the Kesc�atiLns fi�c�m Cc��e�anc� a�d the �xceptions to Cottve}�ar�ce a..r�d t�var'e�ant3°, G�21-',N'F'S, '�'ELi �, 14,�13 CO�tVEY� ta CJr�ztces the Prc��a�rty, lage[h4r wi� aIl and singul�r €he �igt�t�� anri vppur�r�a.i�es t�rerero in �ny� Lva�r betangi�i�, T(JF I#A�E r;i:°tiill '�'() EIt�.�,� ii to f.iran�eL a.nd Gr��tee's hci�s, �eacx.�sc�rs, ar�� assi�ns fc�t•evec-. Cxr~.�ntc��� E�inds Gra�tiar an� Graritt�r's heirs anc� s�.cece�sos-s t« ��acrani a�c� fose+� cr de#en� �il ar�d sin�ular t,he Prt��y f� Gr�u�cec; anc� Ci��tec's heirs, �c�sst�rs, ar�f assi�� a.�� even {�rson w#�birtsc3c��r la.�vfisily cl�u�ing Qr to clairr► tlic sarnc c�r arcy �art ci�e���f, exce�at a.� ic> the i��es-va�i«r�4 frc�m Cc�nv�}=ance � ti�e �xce�ti�F�s tc� C`cmre��ar�rc� :a�d t�,!�m�zt��. C1�!;t''1'� �: A�E�Qi�'�..����`.S Az"+�1�9 A(.YiZ£�:S "E'�f.�,'T GI�tA'�TVI� iL°iAE4E5 �f) F��F�2'f�'s�'i'4.'i'(€�?'VS A.�ttl V�AR�Ni'1�5, t�Xt'�LE�5 U�2 t��PL1�:iJG {QT'H.FR TH�N G�Z�;ti'£Cl�B'S 1�Yla.RSt,4.f+1T�r' f�� TITL.� S�k` �flR'I'�-i .A��4VEj, LN�LUDING, �►�'iTi-�€�iJT .LkLxA�lAf'XkAV�� .CkfE�r /"�`ACC�0...'1����3 E�P EL�L���:il?I�i[�Y} <X'<JCI� lE.I�E3 T7�.Cii'at�`l.c��e,��� ��f�:�s�rxtr�rtr�tv, s�r��t�,r� �.r�r� ���..5 �c�� t�rc�tir��€� ���crs�. �v3T�t �1����1.. L d�t% f�1'4� S li��� �� �ii� Y"��Y"��4 F�.. is��� i�� �.�9 ����i'�rA1.�'.9l�1.4j ����1. ��c3���'r�%� si'�z�c�i,v [rF `>�,;s-ss, a��$��F-��. v�'r� �� �€..L, 14�'��Sr �r`�" �'�i:',t}�€�'r€�r'`t_ C;t�,�?4"�'�E ACG��`� :#�€i ACa�Ei�S '�'fi BEr�R �,LE. 1��SKS Ri�G.��iI�G �I,i.. r����.�r�:� ,��� r€�;���-r�����, �,�.��-��• a�. Q�€�E;x��r:�� ��� rx�1 ��c���.����-, c����r�� ��:, :��a�� �x��r� -r� �a���� ��r� ������� ����-��.-s c��� t;�€tii�i�;C.'�'t4��€ .4:,'��3 I:�i'�Vi`i�A1'I�C3�"+3 £�� "t'H� F�i€J£i'f�f'Y A.;�elj �€i#�Ftt3�:i�€�,?�?'+tt� AR�.A., �i�i'�,[II�i,'�i�. ��%'�'�'�€��.x'�` �..I�r1ti'�.iT�3:�s �f1�� �E}�4i1F�.F`AE��., �iL, �:�+G�AiE�ktlia�if ��(D � 1•F3L' � l��l��i t��V�1� �F`1EF L9T �!�'ihir:�i'rr�� Tfi-[l��t;r�"!i i E�E i�iPs �L'l.�.� [L�� G1T3�4��T Sl i��:� f}� U'I'�i�R i'�BI.I� �'3�t E�iTA,_'�I-I'i�Lf� `�`A.I�IfiGS t'rF` 'i'i�� i'R�#'��tT'�' C(�{tiTE�4ii'LAT`Ei3, �:'��} �P.f Z�'_'�Ii1fs :�?�[3 F2Ef;i=ih'�'£��Y �€��'�'E�4 FER'€'I�I.F_�tiT �'� i'F�� P�.UFP�K`('� Ax'�� "�'i3 �'L-� PR�SEAS"�' C;S� U€�. 4CCLTPt,.i'VC;Y f}� � P�fxPFRTY. C����4'I'�� L.0 PIsRC�I,�,_�B=kG 'I'�i� Fi2€�P�',i�TY �A.S�',li iJ�t31� G�i�.?�i'i'F�'.'� i71�';� I�SPECTif1:� A.i�ii iPkT��',�TiG.A�.`#'��,'�` A?`€�.?.? �Cf`C� I.� �i��f..�:iNC'E O:+�I ��Y �`�'A1'�;�NI', FL'�PR�'�ik;��"I'A"i'��i?'�, �'7}L((°�:�3�y'�'t` l�lB Aixl[��.t44�a��!`�' E:>� t;1�.4.t�"CCJ�. G�ZAI'�{�£E� AEJ�I:� 'T�-I�'T ti�=.T�'HEfd GIt��"�'f3lt i�(?i� A.r+�t`(3?•t�� _4.i"ft*�CY �l'yi BFd��A�,� {1��' Uk��i'T`{3� F��� i�tA�)€ As1YY i�t�#'kiES�Eb'�'I'A'�"If)PiT (Y[iA.I�AN'i'E� Q�t W4321�.4.�€�T'�` VtF�fATS(}�VER, ��'Al7�tP:.ns'�`Y J}E:� [1 �'� � ��� �ITEIGt12 12t�'R�7TEi4 C3R t}RA:il. E:C>l+�f_`�:RN�Ttirf", T��: PR.O�'FR'1'Y' (O"�'E�i�'+1'l2 Z'H�.N C:RA.TVT�EJrR*S '�IAR12A`+�"i"t' t�F T�'('I,�: S�T RC3i2`�'H AR(3t�kr}� AN�' i�:NGII�F.ERiN4� �'1r4"T"1�, SUIIS R�P£}RTS, !?R �'i'HEIt "tN�'RMATit3N TH:¢,:T �Ft�.N`it3R C#R A�' U7E'�iF;?? �"AI2'i'Y ���' ��.�'VE 1�3Eis1V�RE�3 Tt7 C:I2.�1°�`T�E Pltli?Ci Tfi THF II��TF, NFRF:t}F S� �� �L�RitfiS�#C+D �4'ITHUGT eiN�r RFPi2�S�:YTrkTTf)N t7R WAI�RANTY 4�I�A'TS�E'G�ER C=R�IT(3:Ft SHALt, �AVF Ri0 R�Si'C);�SIB�i.i`I'Y, I.it�RTi.i'i'Y €)R ("�E3�,1GA'�'�E)N TtE�`.�.A'lE"��IG 'i'E} A.1''�tY CU£'��3['1C1t3ii�S `i�IiA'l`S�FVEit L��SP�{.:'i`IPr'{r iN A?�wY �'A.i� THi: FRfD�'P�'i'4', ANii G�tAtY'l["�E F�.�R�e;.�Y iZE�EAS�� GR�NTUR, I`T'�+ Q1F`l�i�l�-i2S, �Y�tEt;TC3�, E�P�OY i�E� 4.1t1�? AG�tY'iS �i%ITH Ii3E���C:T TU SEIt°H C;CtS�i3IT�U'4:5. {N E'Ai��'it;ULAR, BL'T' V4�Y't'KUt; �` r1� A4�"1' 'S�A�' f,l;��ITI?+TG '3'H'l� �'U��+t�ttJr�i'�G, GRANT�E ��itEBY RiELE�t:.S G�N'TE3R F124i�1 ti�Y El.�lI3 ALI, ll��+;.'SPU�[S€BI�.tTY. i�IA��'F`Y ANF'3 Ci.�r.INI,� FC}I2 C}�t Al�.i,'�i_°'�� �IUT UF TH�: PR�,���it:l: QfV t3R A66)i1T 'f �E PFZOPEI�T'4' ()�t A.1�'Y PR�PEii�"1' TN TI-�� �ICiNI'Y'Y Ufl� TE�E PF�4�'J�Ri'� (D1�CLl.)t}�iG IN TfiE �I�,, AIR. �"I'Rt�'TUR�`S AI+tI� SLT�AC:E AN� SUB:SL'RFr�€`� ��ATER) f3R iY%.�:TEY2IAL,5, �AS'1'�S QfZ S�tB'�T.4I��CES THAT AR'.� vit I3ECt?I�3� IRECU%,�'T'ED iJ�'•II19ER, (�� THAT .�ItE CDR B���JM� CLASs1FIED AiS TE)�IC Q�22 ��AZrLItDLiUS, i�*�I?i�R �NY E��IRC31�I1kEENTAL 1�tS�TJ, IN�CLY1Da`K€�, t�VITl-�C)UT LII�JLITA'FIt3;`I< PETR.�LE�it�3., OIL, GASLOLi�7E {3R (�TFi�R PE'T�tE.)LEti�t9( F'RC?iD'i1t;'6`�, �3YP1tC}i3IJGTS f7�R `eW�eSBT•,. �l� EJ,'`.,�'I? �iE�R'�I*J, �EPI�'[RC)�3MENTAL LAW" SHA�.iI i��i�►�i,.3S .4�i�#���;]Jl �1�tU IN E��'�:C'€' �iiC}�g Ttl�; TO TilY1F., A�NY F�i3�;RAL, �TAs.i'E C)12 1,UC'AL STATUi�F, C1RD(IYA�C.E, RCt�.�;, E�I?G1%.iI,A'I'[(?P�i, .�[TtZiCIAL CJ�iC��It?!�[, �Et '('HE Ji.i��NiEr4T (}R T3�CYiEF. OF A GnwTT,Ri`I'ViENTAL A.[JT.Hi�RfTY'. tiRBS'fi2.�Tt)Ii (7R UTEf�:lt PRIVATE A��3.IIl�'3iCh'F()R tiY '1�Vi�TCii (�RAi�TEE C?€� THE 541.�; PIZO3'EEZ7'Y �S �3(l1L;N�), PERT�I��I?tiC 'f0 i-f�'AL'i%I, IP�Lli,'S7E'�2iA�. HYGI�N�, f3CCUPA'I'IUI�I.�4.E� S.A�'E7'�' f}�t "f'lF��; F:PvViRC)Ni�i�:N'lf, IR'CLL:DL.�Gt Wl'�"HC)Lt'�" LI1vg�'T�.`Y.It3N, THC]E C;�MPFtEI=�E1'�iS[`VI� �+;�tYf�tt3N�'fF.�iT,hC. .. . I<E`is7��t��.'�� l.Vt►1.YCi:iTL�.L1V1�r +L9L 41L1BL�E3 E t3€.-1 ll� i70V LSi�1J rr111 R.EiJVV[ti�i'�� C'f3NSElRVATI�IY 8c REC(}YER'i' �►Cl' OF 491b, AN�3 ,�LL Ri3L�S A]E�4�Pi'1�,� AN.i'1 G�s3D�:LIN��s l€'iJiV�L' I,G�i'I`ED I'�,ii�SUr�N1` Tt? T1F� � 1f�OK� �iNCv. �''�3en thi c;ontett rcc�uires. sin�iar nou.ns and prnnotuts ins4E�de the piur��. ; .�. n ; � �; ; [N ��V6T�'�.''s5'VV�ItECf�`, tt�is �nstnzment is e:�r;eutcsi on the �~� c#aV ��ti �� �:��� .! �� . ? f) �'7_ � � —` - - . t��nt�r: � �i� �� � ��,/ 1��j� ��°.---'� s` � �-�'� �� �`-�""'��� � �---. " :��S�v� �s t�= fiar� �t�3 L,�:�a�x�- � f`�ssiszant C:it�� =�ttc�rn�:y� � _�,,.�-�-�-�---------�—µ--_ �„ ,�...,'`.�"".,_._...._.. ,�..�_ _- .-.���'r�f'" , kic��c�ilt �.-.�..�> �, .� � " {� � �i:manria Gc�sta, t�ssistarrt C`ity 1:�iar�s�gcr C`i€ti� af Fc>R W<�rth �, xx�;'�ti �,. ' � , 'Fv.aR42.�i�:`#'�` D�ED r t'as;e � ��,�` x. ����'; ��� � ��, T!� k. STr��'E Q!f�' T��iS � § t:+U �JstI'i'I' Q� TA��..�i.l� i � .�C`� �U'+J1'I. EI3t= E?�1 �i�T � ni f' L' ^t'f� Fi��(�I2F t4�IE, ��t �'�c. .:;C � y . . �t�e uncicrsi?��lc�i aut�c�rity. un ihis �ersonail}' appearc.d � �"� �'�`"� � � 4'�'��' e �� kno��.r �cr me, or �Src�v�ti ro rtac to �c thc persc�n i��ht>se narne is su�sscri�ed tu tt�c i�regoinu insnli;nent. .u�d acAnou=led�c i� n7c ih<�t helshe exeeuterl t��e saJ�i� tor th� ptrrpuses and � cnnsi�eratioct t�ierein express�:�. '�ffi��i (FIV�:�+t LI;\D�K :�ti�' I��'�tU AI�`I3 4i?�L C}F UE`F`I��, rhis �hc ,�,,�..�` �"' da} rsF ��i��f �`� .'013. ....d...,,...,, r � F � � �:.�..--�- "` �r� �t'� ].. � __ �-._ ��"'%.�,�_ �f�Oi.E SCC3€T� +,r {y T C /�T `•r°� .. .�d�i£.�f}' a�tSiiC, �ziLiS .�f ;Yti�i� t' I ���2iC. JL`[i�(: t}L i f:��iiS t r K?!c �'�'��'¢ c�i� CGfit.^'?,S�IA�I CXSiItE?$ � . �i =�` t l^ �i[� f I ' � f_Yi�P � iSil� ( X� GL 1.4 t t :L�� �t t�.f �::�"`� t�•f� Cc�inrn�ssi�n ��pires Qi� the € � ''' d�y �7f '� �� � '`� .______• •�- t TH� S'�"AT1; OF 7E:�C.4S � § C�Ii'�rTY O� i'A2ti2AJ�'T � 4Ck.h' O'��' LEI3CC: �;.11i � N'1` $�N`€1€��; i�'��'�, t��e utkriersiGncc� afi�hvrit}, ��n this pei-�tsc�a�iy a}���red �Ef��"ANl3C? Ct?Srf_�, ,�ssist:u�t t'its,° Attc�rne� knor�tt� tc+ �n2_ isr pF�c�ued tc} m� te� he t[�e persc�r� �v�tvse; n�me �s Subscrii�ed tc1 t��e t��re��,ing it�su�u�rient, and uc1�;�tvwlLdi;e tt3 rrke tEz�� he eYecuted thc s�ut�� as ��ie act and ci<-e�i and n�� �sel�alf af the C'iiti� �i�Fc.�rt �:�ctrii�4 � rs�t��ici���l cor��€atiiln c�f�Tarrant Ce�unt�, ��'exa�, f�r che put-�xcrs�s an�1 cc7r�si.€�tatit�n th���ir� cx�e.csed. C�(1� �� i"��3�'R �TY H �.'�� ��#�i ��;�L t?F t��'�i�'�_ i�t'ts L�t� _ � , �fav <�f ,,��,.�: C�..� , �C�13, ;-c � -'� , � :, ; ��; —c---�-- / , ` F,�',, ,��, `m���`'----�-"'� � ti 't/��'� �.G��r ` � �t�'C 'c / "".�-:��"- � -J �'�'.��-' j� "i�otary Put�iie, Statc uCTe�s � ;ya` � � ;.- _ � i � t�-�=] r :�; �_;.;irass- ;.� _;, :`� : : - �, . :,;�'��� .� ��, _� j �''��Ni.M`t _..-� — �ty ��m�ttissiun rxpires t�t� [fie �_.__ d�y ofi W�Rf��i'ii' B�'�'_[? ;� � i_,.�� ��-��.�` �(3 i :. _�t`.- �'�",_,__` : � %' Pa�e 4 �� � � r r � !1 '* '_ � 1 t :+" • #r: ►t: �'s'" .A, _ .� .:�i ./. ,.:c Q: . y r,� .i �f a.: • 3 1 � . `;i: � ;s � : � ��:, •,,e , � # � � �si�sg a t�.3ta ac� �at af taasci orti c�f 1,.� � a�d �a3 3� Bi�lc �. F{aa�d�cy H� � 1§� � '" �s t�s+c � o�f Forx Wr� T Ca�+� Z'exs�, � s�t v�s�sc E �7', i'a� 3 �ti �8€�c � � �tff'€' . Te�t�a, " Lrs� Z �ci � � �g � TGas`:� e� �ii�" �,s r�r�od uc Cv� ��is's Fi� ht�. t��b�� i�f z�d tia� ot' T�rar� Go��'. 'Pra�s�, �af 03 f t3 �� a€ I� �Cs be� a p�o�oa� of a i.4J � ta� c�i I�d � de�oc�} d� ts.► i�� rt. tC�d�ar�� ss ��s C`o� G"�rsi�'s FfI� t+du. D�43�3trl� I of �d � R�s of Tm�i � Ter�s, sa�d E3.3 E� ss� �� i�sd bcis�g � . �S#iczptar� d�crc`besci b� mnnctaa � 6�a as �ws: .. � �, . ...w1� t r::. •s c i".�,1 s. i- ' ♦ ..,}..� ♦�.��. sr.. t : .;�..t • _! r . +._. a r r�.:. u t�.. r.t• �r �a x� e..�. s- •-� � «:.o- r:E a� �(: �:r,�'s � ..k�.re�is.� � s�.�c��:: • c e: r..y,,.. �: -i .� cv{. a. L.a� t ..:,,...t�. • :..::... ch Ya� �-!'1 •'a... �� �;•,'�: � µ;.t�' f � ' x <'� t � ' ...:: i i :-k .. .11�w..�t� � ' L:�It. . i��.A,' t' •' :i- t t:�f:� +'��'.e.:Y3 :�. . _<�: Fi, t�:�Y ♦ � :f'i:•{�i�. !i �: Ic.� ..:�.• ttt "+vi,. Y�r .i-:vr� {� � fi . .s.�. �,• � a w-_w- .�:a:s: i� r .,+� : n e�.r; �+,..t.,,.; : �...,�.. e i:+;i ; i .`�,� • .i ��� V'f 1. ♦�! l..::. �'�rl�..�x t't.- .r-►' Kf >�; �:.i ♦x, t:a., a' : .t�.: ►. '�.:..�t w:..•...x : ,.. ��..�: � �.��g;�, � � ,t a. 4 t..tt�. 1:1 ,.s�!'. it.�.Y}- -. t' . 4 i :."�1� Y'«-ii'.! !k � N' K'St �. �.!i�>t t�. L. � .�'1 i.. � tr,,f: i����:� �t51'4� � QC�C$ �� 3[It12tt�CtlL �J S�LM�.,4 �p�„ Wt� � i�C� �t�iG �� �...0� � 8f9i� 1�`i�i �iQ C7��St1Zl� C8S3 Tt�-O�-�B� � (Tg 17tiE� �i2RYC�t9 �,� �$i� � 8 (�� (�f �8�..�1 �� �a po�st fnr t� �o ��f s�d L.c� 3. s�i:d po� b�u� r�ee s�at�sr,e�. � tsf ��€ I.a� 2. ' �t s� d�a� c�€ �$§.E�4 fr�s, �s p�aag �r t�re c� �f arai� �_4� � tr�t a�` t�i, in a�i, a' c�` 5��4.�3 f�e€ tts � r€�-c►€-�aaP�y st� €�r tise ' Qf t�ac r� �i�t-o#�w�y � u�' s�4 C.�r++s� �ai �ra-i�a afac �ed s�st €i�t-af �'�y ks�a��rs�ass �z�sd; �"H�I� �� # Z 3f rrte�rute� 3 C �k, sv#� t�ie esst rF�-ta$=way tia�c c�f�sf {'a�'�a R�, P�si� �t � z#i� af 3�..� fe�t, � pe�t � e.�t�r za tfs� stxc� iir€� af s� f.� az� t�act of � s� aid. � d" _ of i��_ �� f+�t €a � r"s�-c�f ar.��€ � � �. c�� . . . �,.ss ��f �. ...� : r• *r.. ♦ ,.n s s;.� tr; t> s� r r r.. ..z v<::• >sr^ s _.. a� � .'•t' ' t : s - ' s.' tt_: 'e:: e�. • . .€,.a . r.:.; .0- - ,F� ►t � . .� [� ' a rri! i� t:,. G�� ,:t.;.f �^.t:.k [ 4 F: a��... •. �_ f �. � - fi� .! . fJ. :?. ' l � '��� t '� K. s . �:«.c� • � ' °" a. •�s_ �..: a . .a�>..r...,, :� . .r :r+ . . - [' : }.• :�. k..,.s. . �r) f .: .a. �t�. i�.� Y � :..f �_ ., ��*�� � � `s_.J � ' � . THB1'�C� : 3a� 8A � jE � 4# �coads '�csc, � t�e sa� � of aa�d E�ot 3 msci c� 8�e oart� �ine af sas�f t�t �T a� of ,�$.�9 €oet #c� t� PaQ�Fi' (��' B�.►G�C� �d �g 13„S�P$ sq�sa ft� 8r 433 t f# a�s t�f ias� ts�s cx t�ss.. �+"� { i y el plst �� au� �* d�e �ca�i� '�s t�tis de� d�. '.7:> t e�.::. �: .a_� �: x s s:a�e�.x �3�:�. .� . - - r�.. r � a c. ��e-r 3t • s. s-w •�:.ot:r-�■ �.. . t. �.� � t�.� , r.a . r (3j Saa�ga � ra�a�d ta t� Te�s Cs�u£c�aic 5�tem, AtA�83, it�c A�a� Ce�,rad Zons 4Zi32. efI ' � a�cas s#�o+�-a� are �'ace. ��a: �ac�u� ��. �Qt � C:� ScraiEtt i�c�asia�cf Pro{essrcxte! i.�r��f. Scsrveyv€ (Yo_ 54fJ€ ��se� A Pa�r? a€� ��� . � Y .. .f: s �� � � � � r 1 i y. �� 4!0 � t 1 6 �0" 3.:. *:.' ♦.e.a.. ! a a i �; . o r a.: • �», � — -- ..r _. 1 � rh �ra► �� �� F 1 �; .e�s,c�s• ::. : , .� „ , a. .�: � s- ,.... f wl' 1 � I !' � •�. i �. ; .� . I . . ,. �; ���' ,Ea� t °�°*-�°= -�------- — — , � � �° � r�o""�a � � c.�. p: r�. �3a�sss� v �:R.T.�T, -� iT`�`3t'� LF1�'f' .� i�;19` � �� � —� � $LO������ . ��� ��� 5.��,� . � U� f ,�. £ ,�`. �+t7� p.�. � . � • r : �� . , a f,. . � ,, , ,,. ... . . . . . . > :,� ., �, � ,<.>. . E ._ .: ., . . .,. . ,.., , ��� ... .. ,� � a�i � � � ��� �f �'� �. ;� ,� � �. ►. , „ „ ..> . , :, „ , s „' � � r s : • a � • s: a; %�����i�.�� ` . ,. � - , a .,, . ,, � � a�' � ,r . t, � `,�., i � , �� i ,9 R i.".� / . ,� f,. .����� -;;i�r.. :'�.;.: . 4---{� !'R01'S7�CLqC U�if f Lf� S�[Yq Ea . +!4 -ae�t-t�# R�[ Yat-� 5 � Page 1 of I E3ac�r�ea�t R�ce�pr� In€�rr�a�i�n Referertce i�umber. 6604-Kidwillt>eed :- Deed Instrum�nt Ticsmher: 82131202b5 Wa aE �a�es: _ 7 _ Recorded Date: . SJ1372Di3 1I:51:14 AM ::. ; Tarrant Vafujnei Page: Recorcfin9 Fee: $40.00 5/I 3f2013 Electronically Record�d Officiai Public Records ������'�KJ�tTt��`t�cr�s L..c.� V' Bxida Re�atacemen�l��'sse varcia �rave�ts R�arl af'4�'aidr�t l3r�.nc1� Bridge Repixeement I1cjc .# �i6Q4, f'iiy Pru�eci i:o.Q€}3C€3 P�rcei# 2 TCE SQIl[j3 !.I�t�E'ti5 `n'c?8ti �a�/}�I� •#} LUPS Z ce.' 3 Ilandie� F€�i�;hts Sot�th �d�tios� TarcantCauniy� � � 5/13l2t713 �'i �l�1�3��� PGS 7 $40.00: Submitter_ ACS c�� ar �o�r ��-c��z���� 'T�tiIPO1�ARY (:f7��tii'JtUCTTUN EAS�112�"�'3' }7.�1'CF:: r��riE 14, 21P1:� CzRANTf�K- lieith A. ItsdFe3if E;RANT�R"S iri,�ii.iNC; rl C:IlRESS (sucluciii�g f�c�unty}: P.ff. I3ox 44� t F�rt ��vret�, 'Tesas 7fr16� Tarrant Cc�anfF� GRr�.`:TGE: CI"["'!' C}F �'ORT �t'f3R't'H ciEt�llvTEE's MAIL,INCc Atyi)1�F`,�S (inctudii:g Count}�}_ I.Q40 Ti�R�)C�:.113()R'�'C)h ST. f�0€t"I' �.�,�UATII,'T� �Glt1�, "FA�2H:�;�T CUL=�TT}�` {:O;nlStl}E:RA�C1U:'I: Teiz Dnilar. ($lO.UCj} a���3 other �e�oc� ancf vaEuable cvn�ideratioii, Ei�e reccipt anc! �uE"tic�ency of �a�fiicil ia herei�y acknvGvIedge�. f'RL)!'ER't'Y; Beizto a cc;anksc�r�:}' cnri;rru�tion e�.cnnLnt out c�f Lot � asid Lut 3. �3i��ck 4, H;andtev Hesgl�t� Sa;�tf� Additiou, az� addit�n to the C'it5 of Fort Wcrrih, Tarrasat Gauuiy, T�Y�.S, a� rec�f-d�� i�; �'�z�i� ISfs?, Pade 3Itt af the: t7e�d Reeards of "I"arrant C°o�nty, � e�a3, ssid L,e�i ? anc; i.at 3 being cfeedeci ea f�eith A. Kich+�i[# as reecsrdeci in Cvc:r�z}� t'icr�:'s Fiie 1io, C}2£�343�k 1 uf saicl Iked r�:�rd� v� 'TarT�ne C.'o�mr}�. 1'e�a:, s:aid �ernpc,r.�r� ; ou..tcucri,n ca�erci�rtt beia3�; morc �rarfiiulac(y des:ribzti iFt l:x6i�its "C'" a.�d "D" hcreto �tta�hr�c3. (i'C2t}i02, ffJT ��rie C:ttriC4C�i.i6ftLSCI �taYd tO CYF�CiiOi, �iti'f;�}' �C1Ili, �?8i�,..'t1Il BIl;� Ct)Il�'C.} I1TtF0 �.1CdD.I�P, iC� Si2CC2S>E)I� 311Ct 2SSL�i;i: ���% �� �14� �ia$S8'�� IZl, Crw��� , ti.TS(� ACS"QSS, F��r3S� 2IIf� d:Sii?%T t.�i;. CB:L£;T)�'YTi SSiLt�CtC� Til �� H?317i �.f3lilil .��X:tS, )it BCCOi'�f}C�E.' tl'1t.t1 1.}tL" �e�,*IS� �'�SCIIZ}:3C�I1 �SEi��t1 �etii3CFrtCt'� a9C �:a�11�'F� �yC�, B.FI[� TIi;£iC.`i� 3.`1L1 C�'tiSS C?YCT �i$Iliilr�^c pco�ny ta ti�e easeule�t ac sher�c-n c�n €�xhibit `'D"- "Z'he t� af this tet�pc�rrary �o�stru>.titi�� ea��iesat sl�dii b� �zrc year �iam C�r�dcit�r'S cc�:trcya�ur- tn Gcai�tee. Tt iu iurti�er agreec� ar�ri su�d�.�rstc�nci that Gcaczte� u�itl Fx: p�n-nirted the asse of said eau�mz�lxa for th� �zvrpoze oCti�ce r2canstzu�ctian �rf the btidge a� t�`itcfs:at Hras�ch. lipou u>rr�3�ti��n ot imprcrtieitl�sis art�3 it; a�cct�[ar�ca b}` �itante�. all rights gra_ntrci within fP�e. �ec�;rii�ed Ter�+sx-an� E'on�tructioa L•a�gnes� si�a�I c�:.-��e. `�� C�r °�� h `i�.�� _ � �;��7 � .CU SJ Eiectrortically Recorded Qffcial Publsc Records �! �,,��`�'. _ `r�F�S�'�$F.wo-►�GG► t�.r� . Srid�c Replacemen����Nise G�rcia <:rave�s €tuac� at. �1'�?dcal i3rancfr Fridge i2epl�t�mex�i I1or � bGf%#,: C:it} Pr6j�ct l�a.fl#}3�i� Purce9# 2 !'t'� S41T[if C't'dr:ett5 RB.ii'I �tcrr.k �, Lvt's-2 Ri 3 £taas��e�• i-i�i�hts Sc�ttth ActdiEion TarrantCountg�� �� "�� 5l13/2(}1311 i�� �°'ri ���,�,�. PGS 7 $40.00 subcnitter: aca C:f`E'2 t}I' FtJfl2'i 'S�()K"i'N �r�:�����xr�R�• c:c�r�vrrz�,�crzor� ��15������r i�:�'f F: �gril 15, Zt�i_� i:ilt.�i�'it7K: K� #th :�. KidFo�6it Cik:tt�'TUR'S 14tr1iI.IN�r !`�t)I�tZ�SS (itfcludiai� C'<,unSyl GRX�,'T�E: �'€T�' C3� FO�ti i'4`fr�"t'�f i'.Cl. T3ax 449I Fc�rt 6Vorth, Tcaas 7{s4b� Tarrz�nt {:ounfv <�h,1�TFE`S I�IATLItiC'J .4i}t?RF;SS tFnctudictg Countyt: I�i3{� TIfRUCftii't�iC�R'l'(l��r S'f'. fiOTt"�"4i`t3R"Y'€i, T'i 761Q2, IARI�A;tiT iC)L��TT1' Cf)�SSII?1•;I2A�fION: �'e3t Ut�1Jar� (`.�'I(?.C�) at�d otlter �1� anci iaiu3bte can�icl�ratior�, tl�e reccirt and sufficier�cv uEc�lai�t� is herzbt� ackiLv�vted�e�_ t'RC)PT;R.`F"Y: Being a i�-m;x�raf}� r��n�rructiori c;iscment t�u?. of' 9_ot 2 an�i i.ot �, I3ickk �, H:�ndle.v Iizigitts Soutk3 AdeliTic�Fi, ari additic�� tn rir� C'itt� at'f�c>rt t'v"<>rth. Tacra4�r Cuemf}�, "Pexc.�, �.ti rera�dcd iFt �'Ul��uc i$67. Pagi: 3 i{I tTf ttr• I.}•,.�d iZ�catd� af'i�srant C'ovnty�, Te�r��, saicf l.<,� ? anr! I c>t � t�ein`� de�deci €o F:eith A. i<iciu•i17 as reccyrdcd in C.+�unty (:34�ric'. Fii� :4�, t'i>(����sfr��; l o�`Said 1Jeed re��t�cls o``T�ara�nr C:�,icnty, i eka,, saiei t�n�crra�' eaat:trueiian eas�mt;nt beiri� rrta�t �rxrt'sc�farl Y d�scri�r�cl i:i 1.=,xhif�its 'C„` nr�d "D" i��r�io att3chcd. t.izanz�r� f�.r f.iie cels�.sirieraaitx� �aici to Crr:��itor, Es�rcby gcanr, barsa�z� 3n� evndc:}� unao t3ra�tiree, rt�G siiceew�c�r� ancl ��sigr:i, tl-,�; use and passage izi., t>v�:, snr,' a�ra�,s, t,tl`t��: a�3j.� alr,r.� t%.� �aser.,eiit aittwtzci ii, 'I�an3ni t;c�us.�r. Tet:ts, irr z�i:ord.�a�e �: rth ti�e iegal ciesc.cipti�n Iseret�r h€tac's�cci as �xiri��it '"C", aaTc� :res*r��;ti ant� cus-�ss e,u�r C;rsnu�r`� }�rw�crzt� te tife easc�rue�t as st;s�u��3x an ��hi�it "D". � "I'I�e ierr,� c,f ttsis tz�npc�rary cvn�tructioi� �-u�r�ien� shsll lh: e�nc yc;ar f:r;�tn i;nziE�7r5s can� cyanr�e to Gratitee. it a. further a�reec� snd und�.�tc�ci th�t Graitt� �uil� h.: �rmirted th� use af saic� ea,:.�rr�ei�T far ti�e purp�ise oC the recc�r�su-uc.tinn of the �rid�Ze a[ W`itdca# �i:-anch. E.iptjn c�}rr:pl::tiem .�t"improeez3�ri��c atic� ivti dccL~}�tance ��° Gratit�e. aIt t•iThts �ran�ed �iihin Fhe descri�d Ter����r�ry � omtr��tion �a�n2c nt �hail cz�.,e: ,x �' r � t�- r 'i� 1= i, ; ;�s,`f" _ �s =�:Z-'r ; r.v3:T 'TO [iA��:E �1.���1 `f'C7 %�f)I.D tl�:� ah��-� de4�ribed ease�nenr, [o�eti7�:r wit�, all and siagu�ar. t#�c: ri�ht� �nd a�Pu�ter�;u�cei fheretu in anvw�ay t�eiottgin� vn!o t:i��u€ee, ar�d {YrEnte4 � suci.essors aitri a:;sigrc.4 until thE �o�upfetion uCcc�rL�truc�iat� a€�d sece�tanc� hy Gr<�neee ar tTte expii'dtian of t�ne;�c;ar:irum (rr.xator'� cat�scvance tQ (n•anree, whichever is'soottet: G�a�ztas liereby i�irrci ttt��cx�.�elv�;s, tT:�ir heirs; su:i:e.ss�rs, �ncf <�ssigt�s, En cuarrant ani� �lefenci, a!� and siii�ru�ar, .xici �,�sen�ent unca t:Franree, its suce�ssiirY �r�ci �s.�igns, a�;aisss+,ec�er�: pe-icott n�hantsoe�cr (azvfu3i}� claisning c�r ta clai� the san3�r �z- �ny par� ifrcreaf': �STC1�4.T�.'�t£S :+�PP�::iR Cl?� 'F6-�k �f?(1LU�VTR� �AGE� Ctiz,��'ii��: .,.---_�-"-.� --_,.�..�.---�—�-°'�' - �,�„�,.y.-;,�.r-._-------�--'-"_ _ t�iwil? - cT�.,�:�T��E: clr�rn�-:�`f}C�.��ff1T�}�� �,��---- — �� r ����r''��'�._� .... _s` _._.._ . F�tnattdit C:n�i� .'-�.5-'SF.�(i}tlt ifl�' ;��3.n8�Cf rtiPd'I�(7�'ElU iiS "i�0 Ff7I��� . � ,�'.Y:�Li�1L`�" � � F �� J� � '� .,.� !� � : ��.a�-�-� ��:-=-- �. . ,�ta�t C'iY} Aftar[te�� '� k.t ec. i�%,, ��•,;. � . ��" �. ��'��'r ���'jr �Cne�i�r �c: �: r�ca�3�L� rr�����?�r�e S'JCAT� OF'T'Ek�4 GOLFtv"I`�' f)F'1'AItRAti'`�' � � § T3�it�RG �'i1;, thc ur�<i� csi�.�is�d �ui3�c�ritv, a Notat}� Public i�2 attcE €��r ihc Stati of Texas, on ihi} clay , er�o�aall,; ap�s�red _.`�CL�.u���� � —. --.,�, knov��s tc� rne to be the �m4 Fx:rsoLi t;•hose ru�me is sul3�cribcxE ta ih� f'aregaing; Ltstntm�.rz7. ar�<i ackna��ledg�d tn n�e ihat �:�c �.3rne u,�as the act of E�(,4j'j�"� ^ snd lhat hc;shz execuYed tlie same a� tfic sct af;aid __,_._. __,__ _�����t� __ i`or t��c purnoses 2nd con�idea-acirrrr thcre:i.n �xpr�-;sai3 aFii3 i� Ehr eapacitti° �Ttereiii statect_ %�� jS' J C[V�?V L?I'�UlEft "�fY E-tA1�D �"r'�"? SE�tL C)F CD�%h IC'�' ti�is _L.d� _.__.._ dat of ����__�� 2� �. _�F���-- _` -. f'" ,a, ;,.+ a r�''".s ��+��' L Rr Ti . ..� . ... ���ti��,. �' �. � : i. it1 ( �"'�x �: �5. a : . tr i ����rJr1�;.� `{J.cty ti'.,a�°tY� � �.r � � ��!��� �����_, _;�_ _.. '�n�ar� P�btic iiz ai.d C�.�r t�s� Stat�. s�t�Ze�as ACK �'��St'� I..�IiG ���E?'�"T ST�i`i`F� (7i* `iF:7�.A5 Cfllii�'T1` {)F'i'ARi2.A:v7 F3f?i�<)it N. M F, the �ndersiaaed auth:�rist�, a�tcatary �'u�lie i�a �Gct fu� th�: titat�. a€ Texa�, aci Eliis dxy �yrrco�tal3Y app�ared F��mandr� C'o�ta, �lssistax3t City It9an:.b�r clt rhe t:ity crf �'�Yrt �vorEh. knnN�n tn sne tc� bc t�-Ft> same pers<>n �che�e nayrxz is subscrif>e�d tn c?yr fe}re�oing r��strufrtenE, c�Tid acknn�s�led�� to u'�e tl�al th� tian�c �i-,ts the aet of cizz Ciiy vf F��art W'{�rth and th�st }��:'sFie esecuted the s:3�a�e as the act af t}�e Cit�� o� t"ort �.�'vrtb fo: tiic �ur�a,r.s aaci cansiderafian t3iErcin ex�rz:s�cci and i�� th� capaci[}� t?�eE��in 4taced. c����:� c.�n���tir� r�ahti _�.��} s�.�a. c�r or�rc� �z35 ___`��_____.a��� nr � ��a�. � `�� �..,_.. �, � . �... r��:. f// / �' ! T(� . ( +' ��. !r' . Ys+S.�r . p,�...✓f" � �.._'.� . i\zotarc Public in anrl fi}r the St�te cf Te+ca� �1; ,�;:�:� =i�_ �-- ��1:�tiaF�_ __._., ` �{; 'e- :::.ff.��.}.�`'� tn"R: G�iT''r't ` ; f''c� s lfi, u.f�'3 i ���'�"' —:xx� -- CR�4YL�F�'Rt?� �"£ �'I�„i�+CA'i` S�MC� ��I3+GE REPI�iC�ff£N'�' P'ARC�I.T�iv. t'T� �!'I`Y PRtl�G"I` t�lv. t���382 S. CRAV�N� kQAYf L�3? Z,�a1 L�U'i' 3, BLC�C�£ 4, H.A�iUI.�Y' 8f�i��i'a'3 St3UTH 1�ci�Uf�'[`h13AJ Bci�g a tt�ptttsry �o� c�ui a�st af Lot 2 an� L.o£ 3. S�ck 4, �€atss�Iey Hcig�st� Sout�s Ad�itiar�„ an a�tciiiiv�t fv sfie Ciiy of Fart iWvs`�h, Terar�t Ccnmcy> 'T`�acas, s� recorcf�d ira Vo3tur�c 4 St�7, Pago 3 i ii of the i3ceri R� �iTar�nt Co;m.ty, T�acas, �aic"s I.oi 2 arsd i.at 3 b�ng decded to Kczih A. K£dwill as recorded in Cou�ty Clerk's ���� i�Fo, i�2f13�t3648 i a: saEd C3ccYf ftcccicai� oi Tarrati� Cou�y, Tex9s, a�id temparary coastr€z�tian easemcs�t bciug marc pertic�aiart3r ciescri}scd by metes anci b�nncts asr fotiz�ws: Ct��Y[���i'�€i� �t �t 518 incis iron rnd fnund for ti�e s�uihhwest car��er of'said T..at 3, s�id 5/& �ar� icos� acrd Esein� Ehe c�a�t$west co:ner of t.ot 4 af said S1ock 4, Ha.ndlcy Heaghis Stsuch A�iti�n, said 5I8 indi iron r�ad atso bcing ua ti;t eaisting cast �ig�-af-w$g� If�e of Cravcns Ro�l (s vsriabk w$dth �igi'ii-af-cvay}, frt>m winEc�t s 518 ir�Ft ie�on rod found for tlre �uticw€sf c<rmsr crf sa�cf Lor �4 besas �o�tth 4(� de�zres i 8 tisint�tes SS aocasx#9 Eas#, a disttt�ce af 28(},#}1? feet, said 518 ir►rh ir�n rod tse�g t�e nr�titwegt coma oi T.at S oP 3aid Bk�lc 4, Hancftey Hei� Sc�ki Add�tioss, seid 5!8 inch fmn rfxi also ixias� in tha emd.4tiatg cssi r�g#zE�af way Iicte c�f aaid Crsverss Raa�i; '1T�E1�Ci td�rtt� 89 degrc� 4 3�iautes 03 sca�n�is E�s� wiih 4ha eo�a ��e of aaad Y_oY 3 at�d wit�i t� s�uz�s iiz�e o4`aaid Lat �, a distattcc af 2�3.b� fect to a right-vf-.�sy mar�ctr set far the E��3t�' t3�i� BECdfi3'i'�F�HG ot' ti�c E�aein d�ser�r.d te�m�ry +�crstzuctia� wsar�east, s�d rig�t- c�f-way masicer Er�2� tn tha groposed east r��hi-o� wey tirr:� af Cta� Road; 'F'H�N�� Nasttt E?U dogrccs 21 �i��s tv s�onds �csz, wi�h nc� ge�s�! c�c rig�t-�f•v�ay linc af said Cravrna K�d„ PsassarsS at a dF�� af 28ft,t3f3 �eet� 8 j7pit$ fOt G01Y2L'�' 1TL i�t� nardz liase af �id f,.oi 3, s�id �taint �scing 'ta the �ut� fi�s� trf said LoY 2, �� a!#, a cl�staz�ce of 389.55 tcrz to a ri�t-af �y �sr s�t for cv�aaa; T�i�NC� Nari1� i2 degr+c�s 3b aus��tes 31 secusrdi.s Wcst, with tisa pc�psased e�t c'sg�tt-of-way , tic� crf said ��vrsss Fta�s.E, a distart�a uf iO�.ST CCCI CII 8�TOfitt �flt Cai'iTG7 t?! {� 3013i�i licze a� �, I_4� ac�e txact o€ Ear�i (by �) deadec� ts� Keith �. K.i�gvit� �s r�oa�4ed irt Coausty C.i�c'� �it� Ato. Dif�34364&1 �f saitt �etd Ac€xsrds a€' �'ac�tarct Cc�:uaty. T'a�as; �'H�t�t€�'� �oath 5{i c�egress 3€t eni�r�tts �5 se�n�s Eaa�t, vr"st�a th8 �r�th [irte of s�i�f t.44 ac�c tzac� c�f #ssad, a c#ist�e 4�' I;.2! �ett tc� � pc�3r3t f� c�cr�cr THE�CE S�uth !2 degrecs 3� minui� 31 s�vads �a�t, a c#�staz� v� t1�9.7t fi� t� a poiaft foe� c�rrrt�r; � � f� 'I'���MCE Se� S}U �+ce�t �I m� t4 sncoa�s Ea� a� of ! ISt.43 f�eE �c► a po�t � oaz�r m c�s � lir�c af ssid � Z, � pa�t bei� is� t£�o nar� 4�a oi�ifd I,at 3: T�C� i�f� �9 ckgteea d! a�s'a�ar tT5 s�cds F.s�t, �a►s� ct�v a�3t I� a€ �ct Ltx 2 md sa�i�t tha � f� ce�sai�# Lc� 3, � d� af � US,QO � trr a po#ni fat �.rot�ea; �'H�C� Scr�iz IXD ri� Zt cni�mf�ca t9� s� Eaet. � oisS.3S feet t� a pofs�i for ax��r; "C��i�� � 4'4 s�rgce�s �$ � 4I �'�4teaf. : �f 12fi.�i � ia s pos'�t faa` c�; TH�NG� S�� 89 da��ecs �$ trti�utszs 4i st�oeds Wes#, s�is�oc o� I{3:.E1� fa� �s � Foirit for coiaher; TS�M� 8vtath (fQ 2 f m�t� F$ s� E�t, a dis� Qf t64_8.� �ut ta a point fus� ca�r ist ths �u�h C� oiaaitt ffsc 3, � paa�t i� ��rcim �fsa�� of sa%d Lat 4; `i'8(Ei+�� Sc� 89 d� 41 �Qs OS � t�Te�i, wixh tise: sautit � of aa�d i.ot ? a�f vsat�i tbe aartt� #3�ac of �icf I.at d, � af Eti.#? ftet trr ihc F�i7INfi (�d� BE��I+iA�ti'..1�twG, aad cr��� 13,2�ti aq�sra feat csr ##.3lDS sc,a+es of k�. �rc or �. Notra: � 1 j A�� c�f evra� sattvey datt 1�ere�rittt scxss��sa€�ies t#� k�i c�s�ip�c�. S.. w!r: .. +6 4[�., `. S S/ �! �F[ � 2� : :. f i t! l�i� t K:r.� �. i�:`,tKR=�s �... �� . i. �j a::. i�t' �ti �� i �.�: (�} r�,a rat't�xr� to c�a �'cz� Ca�sQ��e S}�t, i+iA#'?-�3a Ti� S+farits �1 ?:a1zt 43i32, �I c#�� � asrss sra �3� i 2�, 2€�i f Cctt4�s Sre:iL�s FY�s#eia�aa*rn.# isn�t ��€ycn P#o_ 54� Pa�c � af 2 rr..! � �� F„e.r���,� ,�� � r� :_�... �___ _ _. '` �..� _ - _ _ +�n►t. �c. rc�aa�t � ,�� ���� w� �r; '�rI 1 t� � {8Y �0} i 3r �Jt.�'xr�`Nr S� GiY'��Y «�.r,.x . �r >.,� . : 'C � � lva. tii0:�i.ilG�td'• 3 �""`.- tr.a.i'.G:T: �OT J o ��=„�'" x���+�c� n �xr . � 1 �� "�,., -;- I#ii t_' �CR'*,�,�. 76 .'w0`��� t'aY£car t.xt ... , �' it.27' C.C.F hs��{f2Q:X�i3tl+�t � e-� 5 t7�'3tZ DA.l�T. tr19.7t' G�3" � .BLQCd�[ � �� tT3�`si�r—�_ li.t1�UL�`Y B��C�TS �tac�' 4nrs �0.s ��' �c� ,�- � txy'Zt`t�'� SU�'37� �Cll,pli'lt�1N� J.ccs o. c�ssna,w .�IIaErrox �w�, �c ,r` rra,s�J' �'OLt'J3dB t8�4 AAG�' 3tb NIIlfl1ld J�d-tS, P.el:� ti7 j - t' l!. T.C'. �. 3 �� .- K d$'s i'03"E 1). R. %�:1' ra�v�y. u--� f T��.� : i°� CC' � . �`r�' t`r"`„7r"?Sd2T � k...., w' _... . _ _ r. .... __ C{z+T�..rRY .. , aYqr*,}'�r lWt � �'w" 5 i7Ci."�'���fFi �E � - ,r _ � ... .... �� � ��� �:}�: "_` �`+CRA'�/�hf� Rt�AD � � � ``-•., �r c�� -r� � , t ._.__ r• •r�uti�E a�.�rst urrlr,�,eF-wxr� �r 4 ,�`•» g��!'st'wr�F1��£Y� tl�E'Ji ,# 13.2T0 �. E'Y. btt - °" t2t;�7' A.� � n,srr,�.r�r��x or P:D.i�: ' � � eraaa'at�+r rc,r � �o. �. � ro.�a` GQT� 3 P. �. C. �'~- s oa�s, • T�'� �a x�evY 164.��` .r. � ^�c?.tzr�. �.�. �.� .. r; °�vnd<.. __ �� � 3 8w'� �'U91a � � u�' t , �.v,uV, PEx7ss�rtw �[f' Ft1ss+ "'`_..{ � ,�'' ^ ��t"y%'i ;f�v G1�F s dA�T � ry�6 1K.C� '.._ 4:�a �tl�TtT 14�J ;ni �, vr�+r � Y2�+6 P� rA�+7�t 1i00 fS9 NM lLuiC ih�"�µ �—_•�"��.Ki�C}r �-` Yf�rt.. t.i � _ � -- _ - f, ""'—„- tgit►[S Ts�l�P�eQ4s�a` i+ats� � LC'�T S cn•�c «�:t� T 5�� ; 5 0 15�} �...,.� -- _`i � � "�r� � .++Ir +nrrrrxxa �� �.< � car+eo.�cre s+7.�;, wo-�s � cUrnu4 I�C �3e72 �. �Cs'Wrt.'x� avII .ayts� sr.er.s. .e�' p�� ` ;y�A�4 tPi F�� -------.�-..o.. ._.._...��.,w �� �� � � �� r�� � i�� c�e- ,=ar�r,. x.�-a�-.-y„ x*'�t:r - • c, � ., �� �a -c va -, • : �. Ea w�►' ia.C+,�,W.y _�. __ _ �f.VF`�7�,�. `� rFs�G.�-�C� ��Cc�,.�r t4c � ,G1 *i ` (, �L' < .LIf� . �l'` �, w*�::Cff d Y �.�}- `�1 &�L{ }. u�°�"�,,�i.^r' r'r;��� �,f".°.:"'Lr s;`�� rr :; c�` ,�, `.*, a�c�r+�� "' <��Ti, :v3� - "�lL'�f t8[? %�,�U� .�!t.t s+�� r �.� 'rv�:?�:�'�a i,�F 'ht�.*o; . lt: a' ir 'r7ffi� - �a .tu,.ti:`5�.''�2'C3 �� at' 4+:,;K.qt��'i"^�e aa�"rs "t �' -L� :,A - __ . __ �Y56f�1d'S• Ai2RL•�r�n fh ��r�Ki'._"�...""'�—+. �..'�...., _...�_...._. � ...- �t� '�L t .� f t. : �. . �'K ta"@ AaR i:'�'.Y • "lJ�i .�{�r il � �r, '� � � i v . i�.i � "�� r r�u �.r. �, . ,� '�u�o' ser�..e.w��....r.� � ��tiiii+��� �$GGE�i�� ��'if0�`i3T�9'��titi Referrence Numi�r: 66tl�K�dv�rii�"GE - E�serr�ertt m�tt� Number. No of i*�g�ss Recarded l3�e: Gouniy: ii4lum�: PAgez RecordinQ Fe�: t�2026� !2E}1311:91:3� AM Page i of l SI1�/20I3 �r�change: Authaiized Users-Only Document Receipt Infvrmation Reference Number: alda118-at0000023917 - 1Narra�ty Deed Page l of 1 https://www.erxchange.comf(..JlNiewReceiUt.asux?Documenttd=5�9?.Rh4 Qi��I�n� 5 � �, Electrc�nicaliv 4�ecarded TacrantCoun�yrTexas O�cial Pu�fic Records 8/2412Q11 12:45 pf� �tsidge mear ject � Cr�vens '���ridge Rep�ac�ei�t 7 $40.00 DE3E # 66t64 ,�e�t No, U030� Submitter. ACS Parcei # i �lary Louise Garcia E Laop 82D South Bla�k l, Lot B aa�d Lot: C Jack D. �shio� Adcliiivn THE ST.ATE C?� TEXAS C(�UN7�'Y �F Tl�R.RAId'T [�21 fi:2�4�$� GENER�L WARRAIVTY DEED �!-A��iO �'�TLE C����4N � �F �`�l.�DOD a-99! ]- � S� § �9�-2� G- l Y .. § KNt)'i� �LL PvYEN BY THESE PRESENT� § THA�T, Quicksilver Itesources Inc. hereinaft�r refexre�i to as "Crantor", for and iu , consideration af Te� Dollars ($10.�0) and ather valuable consideration paid to it by the City �f Fort Worth, a municipal corporation of Tarrant C�unty, Ti exas, whose mailing address is 1(}00 Throckmorton Street, Fort Wor#h, Texas, 76102, the receipt and suf�iciency of wiaich is hereby acknow�.e�get�, Isas Granted, Sold, and Convey�ed, and by these presents do Grant, �ell, and Co�svey, �rnto the said City of For� V�Tort2p, "Cx'rantee" its successors and a�sigos, aIl those certaiii lots, #�acts or pascels of land lying in the Caunty af Ts�an.t �d Sta�e of Texas, and being d�scriba�i as follows: Being a 4.274 acre tract of land aut of Lot B a�ci Lot C, Block I, Jack D. Cashion �,.ddition, an addition tc� the City of Port Wort�, iarrani �ounty, Texas, as recorded in � Valume 388-45, Page 62 of the Plat Reeords of Tanant C�uixty, Tex,a�, said 0.274 a�cre ' tract of Iand also beiug a portion of an 11.9 acre tract of land (by deed} deeded ta 1 Quicksilver R�saurces, Inc. as rerArded in Caunty Clerk's Fi�e No. I320842b414 of the �� Deeci re�c:ards of Tar�ant Courity, Texas , and heing fiuther described iai i�olume 10223, Page �29 of said De�d Re�ads of Taar�xat Couzaty, Texas said (}274 acx+e tract of laud atso being mor� p�rticular#y described zn the attacheci arad incorporated Exhibi%s "A„ aaad «B�, R.�S�RVA'I'�pl�tS FROIvf CONVEYANCE• For Grau%r and Grantas's h�irs, successors, aud assiga�s fflrever, a reserva�iau af all oi1, gas, and ot.��r rztinerals izg and �dea and thaf may be paaduced from the Pa�aperty, hQwever �tar he�eby waives an.y and all rights �o caudiact dailling, sni.ning, explora%ry and pPoduci�g cfp�rations an ihe surface af the Property or ta canstract hauses, Fi#s, tan�s, PiPeFines, campressors or similar structures th�reon. If the miae�al estaYe is subjeet ta exis�,g prcxl�iction or an existing lease, thas r�s�rvation includes the prod�actior�, the Iease, �nd a11 benefits from it, provided that the Iessee under su� existing lease waives a�l rig6ts canduct drilling, minin�, exploratvey aud � � Bridge ?eplacement Projecf Cravens I2oad at Wildcat Branch Bri�g� Replacement DOE # 6b04 City Project No. 0U3�2 Parcel # 1 E Loop 82U South Block l, Lot li and Lo± € .Tack D. Casbion Additian GENERAL V�ARRANTY DEED ` • - . 4 �t;_'��i' . ��14'�!{.�y �� _ -,,� .��7_^�dgoo.a � 9� 7- � s� THE STATE OF TEXAS § l��..b�L �Y § IC��,'OW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT 5 THAT, Quicksilver Resources Inc. hereinafter referred to as "Grantor", for and in consideration of Ten Dallars (�10.0�} and other vai�able cansideration paid to it by the City af Fort �Varth, a manicipal corporation of Tarrant County, Texas, whose mailing address is 1000 Thrackmorton Street, Fort Warth, Texas, 76102, the receigt and su�ciency of which is hereby acknawledged, has Granted, Sold, and Conveyed, and by these presents do Grant, Sell, and Convey, unto the said City of Fort Worth, "Grantee" its successors and assigis, all those certain lats, tracts or parcels of land tying in the Gounty of Tanant and State of Texas, and being described as follows: Being a 0.274 acre tract of land out of Lot B and Lot C, Black 1, Jack D. Cashion Addition, an addition to the City af Fort Worth, Tarrant County, Te:�as, as recorded in Voiume 388-45, page b2 of the Plat Records of Tarrant County, Texas, said 0.274 acre tract of land also being a portion af an 11.9 acre tract of land (by deed} deeded to Quicksilver Resources, Inc. as recorded in Caunry elerk's File No. D208426014 of the Deed records of Ta�-rant County, Texas , and being further described in Volume I 0223, Page 929 of said Deed Records af Tazzant County, Texas said 0274 acre tract af �and also being znc�re partxcularly described in the attached and incorporated E�ibits "A" and �.�„ RESERVATIONS FROM GONVEYANCE: Far Grantor and Grantor's heirs, successars, and assigns farever, a reservation of all oi], gas, and other rninerais in and under and that may be produced from the Property, however Grantor hereby waives any and all rights to conduct driiling, mining, exploratory and producrng operations on the surface of tlie Property or to construct houses, pits, tanks, pipelines, compressors or similar structures thereon. If the mineral estate is subject ta existing production or an existing Iease, tl�is reservatian includes the production, the lease, and all benefits from it, provided that the lessee under such existing lease waives aIl rights conduct drilling, mining, exploratory and . t producing opera�ions on the surface of the Property or to construct houses, pits, tanks, pipelines, compresso�s or sixnilar s��ctures thareon. The right ta produce the ai1, gas, hydrocarUans and any other miaerals under ihe Property shall be exercised by c�nductrng ali such exploring, mining, drilling ana producing ogerations on lands other i��an ii�e Property. TO I�.AVE �NLi TU �€OLD the above described premises together witl�t, aIl and sin�;ular, the rights and appurtenances thereto in anywise belonging unto said City Of Fort Worth, its successors and assigns forever. And Crrantor hereby binds itself, its heirs, ex�cutors, administrators and assrgxts, to c�arrant and forever defend, a1I and singular, the said premises unto �he said City �f �ort Worth, its successors and assigns, against every person whoznsoever Iawfully claiming or ta ciairn the same or an� part thereof. IN WITNESS W HEREOF, this instrument is executed an tl�e 31 s�-- day of �.-�-l�.�- , 2011. Grantor: Quicksilver Resources, Inc. �"" /�-*-•__ Clay Blum, Vi President US Lands r'�� � �, r J � ^(�' j� f�/, � i �V�.;V�� ��� : ' i��`V 7 F���/F`" A'pproved as to Form'�and L,egality Assis#ant City Attorney C%C.�✓L�^t.�+L� Fernando Costa, Assistant Crty Manager City of Fort Worth .. THE STATE OF TEXAS t § COUNTY OF TARRANT � �§.CKriOWLEDGEM�NT BE�ORE ME, ' �.� , the undersigned authority, on this day personally appeared � ��C i�jl �t� known to me, or proved to ine to be the person whose name is subscribed to the foregoing :nstrument, and acknowledged to me that he/she executed the same for the purposes and corisideration therein expressed. GIVE�,� NDER.�VIY HAND AND SEAL OF OFFICE, dus the �� day of � �1 �l�c'-�� 20 �_. - /,� � � �"=.._--- No ary I'ublic, State of Texas My Commission e�cpires on t�le f 3 day of ���,��//'G� , Zp� ,� _ _� � v ..�..�. . _ . - 3 r� • s. 'J ~�� ''�' hls�ll EL�tt�E KEENdM � i�y Corrr�issian Expires � t,�arch i 3, 20f 3 r �, .�,�,., � :�- � � � . � �. ' . THE STATE OF TEXAS § § C4UNTY 4F TARt�A.NT � ACKNQWLET3GEMEI�T BEFORE ME, the undersigzled authority, an this day personally appeared Fernando Casta, Assistant Cify Manag�r of the City of Fort Worth, l:no��vn to me, or proved to me to be the person whase name is subscribed to the foregoing instrument, and acknowtedged io me that he e�ecutc-c the same as the act and deed and on behalf of the City oi Fort Worth, a municipai corporation �f Tarrant County, Texas, far the purposes and consideratian therein expressed. �h� GTVEN I.JNDER MY HAND AND SEAL OF OFFICE, this the � day of . ,zoGj � � ,: �:�--- � rrr r ��" � r ... . ; �.�.,,.j.([ h�.;':s C1/�I�ifi �a�i��.,S 1 -`*'��j�\u" �41' COMMl63;ON EXPIRES ` � : �' /' t '�lC �1 ''rf,kf,�:;Fr `lufy i0, 2fl13 otary Public, State of exas My Commission expires on the � day o 2p 1�j f f CR.A.VENS ROAD AT WILDCAT BRANEH BRID�E RFPLA �'EMENT PARCEL No. �. ROW CI'TY F��JECT Na_ 443U2 E. L�OP 820 S. LQT B AND LqT C, BLUCK ONE, .TACK D. CASHIQN A�3DITION EXHIBIT "�" B�ing a 0.274 acre tract af Iand out of Lot B and Lot C, Block One, Jack D. Cashion Addition, an addition to the City of Fort Worth, Tarrant Co-a.�nty, Texas, as recorded in Volume 388-45, Page 62 of t%e Plat Rec�rds af Tarrant Coun�y, Texas, said 0.274 acre tract of Iand also being a portion af an 11.9 acre tract of Iand (by deed) deeded to Quicksilver Resources, Inc. as recarded in County C]erk's File No. D?08426014 of the Deed Records of Tanant County, Texas and being further described in Volume 14223, Page 929 of said Deed Records of Tarrant County, Te�as, said 0.274 acre tract of lan� bezng mare partzcularly described by metes and bounds as fallows. BEGIIiTNING at a right-of-way marker set far cazner in the east Iine of sazd Lot C, said right-of- way marker being in tbe east line of said 11.9 acre tract of land, said ri�ht-of-way mar�er alsa being the intersection of the proposed west right-of-way line af Cravens Road (a variable width right-of-way) �vith the existing west right-of-way iine of Cravens Road {a varzable width right-of- way), from which a 1/2 inch iran rad found for the northeast cQrner of said Lat C bears Narth 00 degrees I6 minutes 25 secands West, a distance of 182.13 feet, said 1/2 inch iron rod bei�ig the nartheast carr�er of said 1 t.9 acre tract of las�d, said 1I2 inch iron rod being in the south Iine of a one acre tract af land (by deed) deeded to Eugene L. Wright and wife, Ruby Lee Wright as recarded in Volume 2922, Page 271 a£ said Deed Recards of Tarrant County, Texas, said 1I2 inch iron rod also being an exteriar eIl corner in the existing ��est ri;ht-of-way line of said Cravens Road; THENCE Sauth 00 degrees 16 minutes 25 seconds East, with the east Iine of sazd Lot C, the east Iine of said 1�.g acre tract of Iand and with the existing west right-of-way Iine of said Cravens Rc�ad, passing at a distance of 309.07 feet, a point for the sauiheasf corner oi said Lot C, said point being ttie nartheasi corner of said iAt B, in ail, a distance of 578.66 feet ta a pc�int for the southeast corner of said 2 i.9 acre tract of Ia�id, said point �eing in the east tine of said Lot B, said point beiug the nUrtheast corner of a 5.2060 acre tra�t of 12uxd (by deed) dee�ed to Berry Larid Trust as reearded in Couz3ty CIerk's Fi1e Na. D20928';184 of said Beed Recar�s of Tarrant County, Texas, and being further described as Tract I as recorded in County Clerk's File No_ D2fl9273104 of said Deed Records aiTarrant Cotrnt_y, Texas; Exhibit A Page t of 2 - � THEPTCE So�th 89 degrees I7 ininutes 50 seconds West, with the south line af said 11.9 acre tract of land and with the north line of sazd 5.2060 acre tract af Iand, a: distarice of 22.93 feet to a righi-of-cvay rtrarker set for corner xn the proposed west right-of-way line of said Cravens Road, fram which a 1/2 inch iran rod found for the most �uthe�ly sauthwest carner of sa�d 11.9 acre tract of Iand bears South 89 degrees 17 minutes S0 seconds West, a distance of 502.63 fee�, saicl l/2 inch iran roci being fhe northwest corner of said 5:2060 acre tract ofland, said 112 inch iron rod being 'rn the east line of Lot B-2, Black One, Jack D. Cashi�n Addition, an addition to the City of Fort Worth, Tarranf Caunt��, Texas, as reearded i.rl Cabinet A, S1ide 1 Q94 flf said Plat RecarcIs of Tarrant Gounty, Texas; '�`HENCE North 00 degrees 21 minutes I9 secands West; with the pxoposed west ri�ht-af-way Iine af said Cravens Road, pas�ing at a disiance of 269.G7 feet, � point for carner in the north line of said Lot B, said point being in the sauth line of said Lot C, in all, a distance of 445.54 feei fo a right-of-way marker set far corner; 'I'I�3EENCE North 09 degrees 45 minutes I S secQnds East, with the proposed west r�ght-of-way line of said Cravens Road, a distance of 13535 feet to the P�TNT ��' BEGIldT1VING, and containing 11,928 square feet or 0.274 acres of iand, more or less. Nates: (1} {2) (3} A piat of even survey date herewi#h accompanies this legal description. Right-af-way markers aIong proposed right-of-way line are �; 8 inch iron rod set with blue cap sfamped "GORRONL70NA" uflless otherwise noted. Bearings are referenced to the Texas Caordinate System, NAD-83, The North Centrat Zane 4202, all distances and areas sl�own are siu-face. Date: January 29, 20I 1 -.�_.----- Cizrtis Smith Registered Professional Land Surveyvr No. 5494 Exhibit A Page 2 of 2 9 '�..�F % ,�P: - �t S tF;p :< '�:`�'F' '� ```c CUR7lS Sti�iTH � `�:° 5454 �� � �y�j��`:FfSStt�� �o ' � J U ��� � � J. - _. ,�cQutstncxe ��,��17�1 s�� �� c�4'T�s: LflGtIiUKt t. A I.fG/4L OF�1t�► OE EVq! PARC�� No. f RO1� ru�� +�caue��s �is Pu�r 't%�ti4LE FROP'ET2ii MAp _/ L.__ � �'"�g il2 & AGQU1Si7lQN LOGATION. : OtSE ACitE :iBY t1EEtS} � � EUGENE 1. tYR{�(I ,AHQ y� RIs'�1tT.I��'R ttF gua�r � w�rc,{r � vot.l�le 2�22, Pa�E 2�� � ,TtQT �. �.R.F,C.T. B,LC?CK f?NIs` , 1�. C)�$. � „TACK D. C,,�SBI��V'' :�.�!III71�1V' �.o.�: w�c� Yf1�tI,�tE 388--45, F.�G�" 6.2 � o�',,�'��`E-� P.R. T. C. T. � 35:3s' i 1:4 ACRES (BY 6EED) R1GHT—OF'-WAY QUICKSILVER RESOURCES. I�IC_ ��rSm4.N ARE�4 G.C.F. No, D2Q8426U14 t S�9�6 S�i. Fi: QR R.a_w Vt3WM£ fi61223, PAGE 929 0.�74 llGf�.ES �� �.R.T:C.T. = _ / . .0 e _ � APPffOX1PdA7E LpCATiON Of tt t5_4' SANEtART SEYVER �EAtEM�'� ` � s YQLUME 388-<5, PAGE 62 �_ � P.R.T.C:7. PASSING AT� �� �� ,269_67' L�?' .8-2. BLOC.Fs t1NL�' J'ACK D. C.dSAION AA,DITIQN C�.BIN�2` .�. SiIDa 1ti9�4 n.R_ �: c. r. :pRapas�o Ri�H7-4f-lYAY RF`s�I,N.D�,F� tiF L�� B FRCIPEFTY I.iNE Lt1T 4 �j(tSTIN.r, P.iGfiT-UF-WhY � 154 7S 0 i50 i � 1 SCALE I�d FEET R.Q.W. .- FNU 1 j2`IR ��� -1 5 89'1�'SQ'V1 SCi2.fi3" � _.. —�......_. ,.,._�EEO _l�N�_ TRf�T i + —Ti L6T t.INE� 5.2060 ACRES {e�r a�EQ7 S 8�'17'S4iY a�r tnrm r�usr RE&L9I1V1?I'R c.c.r-. hle_ azaez��s4 �F LQfi A 2.�.93` C.C.f. No. D2D9,2�3 i 0+ Q.�.T.C.7, � r C�6 � � 2 RQ1If MNiitE'RS Ai..QMG PRi�OS£D 1�c�iT-{TF-lYf+Y LIN`c AR� A S%8• � "RIIP /��e1�' �1YyR�H�( y�,�� CAP GA�.z_II���V �� ~V1J�RV1� ,WIV'4� � RtGHr .4f-wAx O7H.��?t1r1SE;N4T�D L[1T i PffDPERiY L[N� �OT 2 � ALOG.l��' � � X�i NDLEY HEIGHTS 3gtITH rIDIII�`TF}N Y'OLU�fE f86i, PriGE 3f0 PAS51;1 N AT 1%..�. �f. �`: �. Sfl:t.�7' ' PROPERtt Ut1E _ _ V! l���l Y� 1 �i�f"�U (A V�RtABLE WIOTN RI�H�T-p�-yyAY) �A ` N � m �`� a:�nN� �or s � R:GHT�GF-tp�ItT � 8£isRJNGS ARE R£FEFtEMGED iO THE TEX/.S COf7itQ�fsTE SYS]'Eal: NAD-83. THE lVORTH CEKTRN: ZOt�E 4292, N1 DtS7.�NC�S M1D ARFA� SNflNiN d.R£ SUAFhCE �� :�, � ` � , ,� tQ{y� i:iiUr.'.kft1,GRT�AI 5'�Rt`r.Z -� F�£ZT- Wt3h'�i .. Fci=iLS 'E�^Z �tHFBli' SHfiiWtNG - A R��GHT-�F—WAY ACQU�SI'i'fQN LOT B �,ND �OT �, BL�C1t QNE JACK Q. CASHIaN ADDIT(�P� AS RECORRED iN VOLUME 388-45, PAGE 62 R�r REc���s oF r��Ra�r cauun, r�xas raa �a r i—ssas __ ��wra ar: a�t cu� �c ��� 6wa JANt1AR1r 29. 20t t Ext�err e PrbGE 1 af t sGtE: r" � t 5n• GORRDNI?OKA �Y �IATES, tNC. • Z524 JACK NEMVEll 80{1!_EVARD SDtlTH FCf27 M'QRTH, tX. Jbt 18 � �. � �� ����� L �� � �"1„ °`; �' STC e>� -F ^ �` f �� t �`�^�`� � CU-,���: f.��' �"�{IT+ ;�? ,_,. ;� ���—�. ��� `� �• r . L L --� f f , �z ) . . . ��(�a j w��� L :URT1S SMi1'N EG(SfER£D PRQ�NkL 11W6 SURVEYQR Q. 549+ 8T7-495-T+24 FAK 84?-498-1763 E�change: Authorized Users Oniy �: Dacument Rece�pt Inforrr�a�ion Reference Nutnber; aldall8-atdDOQ029317 = Easement Page l of l �1ttpS:��W W�'4'.ei;l'C'f1831�E.CC1Tri�� ��Vit>W � P�`r int acrn•')T1nr��imarifT.a—�(i074il1 o i�i i�n �. Electconicafly Recorde�! Tarrant County Texas . � Offiiicial Publi� Records 8124/�Q1112:45PM �r�avE �aa�T �nn��►�,ar �aEwcH e��c� r�p�ar.�r�T P��i'��'.�. �'�tR1 � LtR1 CITY PROJE a��-;oui�`se�arcia Submitter. ACS E. L4E}P 82g , LOT B A�tD LC3T G, BL4CiC Q�+tE, JACK D. �ASHtON ADQITIDN STATE O� TFJ�►S �OUN�'Y �?F T�RR��iT a���z��sss i�C�oi�W �QLL #�EBd BY T�E� PRES��dT�S �I�t�F �T�oR� ���4���c�ooQE Cah�h�Y �E�����T ��a����� ����a�r � s,�� v ���� 7- �s,� ��.�4� /� �—" [3�lTE: , �• GRAI�lTC�R'S MA�L1hfG ADDRESS GRANTEE: GRAN3'EE'S MAil.ING ADDRESS • �- .- ,�� �� ,,_.. i. i" �;� � ! CONSIDERATIQ�d: Te� [3odl�rs ($�Pa.Qt�� �nd a#her gc�od ancf vaEuabl� consfderation, th� receipt sr�i s�ffie��r�� of �hlr� Is h�r��y a�o�ledged- PRC�F�EE�TY: Befn� a permanen# drainags e�sem��Y out of Lat S anci Lat C, Black One,. Jadc D. Cashian A�fdi�on, an a�ditaon to th� City of Fart �+forth, Tarraanf Caunty, Te�s, as �rded in Volume 388-45, Page 62 0# ifie F�at Recc�rtls of Tarrarri Ca�r�ty, T�;�s, said parmar+er�t dra[r�ge easemes�� also bei�g a porti�n of ar� 91.9 �cre tract af land tby deed} deeded ie QuicksAver Resources, Inc. as reccsrded in County Cterk`s Fife t�o. p208425014 af the i�e�d Recanfs of Tarran# Co�aniy, Tsxas and b�ing fur�her d$scrit�d i� 1�olume 94223, Page 929 of said �7eed Rscords of i'arrani Cat�n#y, Texas, said p�rma�t�rrit draina�ge easement being more particul�rfy described ir� exFalb6fs `A" and `B", J U Y 29, �t211 w ' - . . �- •-� : PE DR.dtNMa� FRCIIctY EASEi41�NT Rev. 0:112f20 t0 y £RAVENS ROAD AT W1Li3C�►T'BRANCH BRlDGE EZEPLACEME[VT PARG�L No.1 PE CtTY PROJECT tVa� 003Q2 �. LOOP 820 S. LC1T B AND Lt�T C, BLOCK t)iVE,. JAC6C €?. CASHION �JDITfON STATE CtF TEXAS § § COUNTY OF TARRANT § KNOW ALL MEN �Y THESE PRESENTS � i�s�..r'L, �- i �� -�:. .�1:^ � .. ' � _.. �. :����f.*s �.F�Y... c�� oF Fo�zT woRTH �•-��- �.7"daoo�v ag�,7- � s�- PERMAiVENT DRAilV�4GE FACfLlTY EASEMENT - - - �L��A� /� .._... DATE: GRANTOR: JAld UARY 29, 2411 QUPCKSILVER RESt�URCES, fNC. GRANTOR'S MAlLfNG A�DRESS P.O. Bi7X 2347 F�RT VYORTH, T�4RRANT COUNTY, TX 76113 GRA�ITEE; C1TY' O� FC?RT WORTH GRANTEE'S MAIL(NG AD[?RESS 100U THROCKM�RTOi� ST. FORT WC312TH, TARRAIVi COUNTY, 7'X 76'602 CONStDERAT(ON: Ten Dollars ($10.00) and othe� good and vaivable considera#ion, ihe receipt anc! su�ficiency of which is hereby acknowledgsd. �'RQPERTY: Being a perrnanent drainage easement ouf of Lot B and Lot C, Block One, Jack D. Cashion Addition, an addition to the City of Fort Worih, Tarrant Caur�ty, Texas, as reco�decf in Valume 388-45, Page 62 of the Piat Records o� Tarrani Couniy, Texas, said pennanent drainage easement aiso being a portion af an 11.9 acre tract of iand (by deed) deeded to Quicksi(ver Resources, Inc. as recQrcled in Caunty Cferk's Fife No. D248426014 of the Degd Records of Tarranf County, Texas and being furti�er described in Vafume 10223, Page 929 af saEd Deed Records of Tarrant County, Texas, said permanent drainage easement beiRg more particularly described in exhibifs "A" and `B". PERMItNEi�lT pRA1NAGE FACiUTY EASEMENT Rev. 05/12I2010 Grantor, for #he cansideration paid to Gran#or and ather goad and vaiuebie cansideration, ttereby grants, sells, and conveys fo Grantee, its successors and assigns, an exclusive; per�etuaf easerr�ent for #(�e constructian, opera#i4rt, maintenance; ceplacerrtent, upgra�e, and repai� of a Permanet�t Drainage Faeifity, hereafter referred to as "Faci{it�i'. The Facifify inctucies all incidental underground and abovegraund attachme^ts, equipmenf and appurtenances, includin�, but not limit�d ta manhoies, pipefines, junc#ioa baxes, inlets, fEurr�es, headwa(Is, wingwalls, slope pavement; gabiohs, rock rip-rap, drop sfructures ar�d access ramps, and afher erosion contcoi measures �n, uport, under and across a portion af the Properiy and more fuliy desGribed in Exhibit "A" attached hereto and tnco�poraied herein far ali pertinanf purposes, together with the rigi�t and privifege at any and al! times fia enter Properiy, ar any part thereof, for the pur�ose af construct�ng, operatirtg, maintaining, replacing, upgrading, and repairing satd Facility_ !n no event shal( Grantor (I) use the Property iri any manner which ini�rferes �n any material way or is inconsistent with the rights granted hereunder, or �II} erect or permit ta be erected within the easement proper#y a permanent structure or buildir.g, including, but not (imited to, monume�tt sigrt, pa(e sign, bi(Ibaard, brick or masonry fer�ces or wal{s o� other structures tF�at require a b�ilding permif, or any structure not requiring a building permit but which may threaten the structura[ integrity or capacity af the s#arm drain and i#s appurtenances. Grantee shall be obligated to restore tha surFace of the Praperiy at Grantee's so{e cost and expense, induding the restaration of any sidewalks, driveways, ar similar surface improvements located upon or adjacent to the Easement which may have been removed, reiocated, altered, damaged, or destroyed as a result of the Grantee's use of #he easement granted hereunder provided, however, that Grantee shall t�ot be obligated ta restore ar replace ir�-�gation systems or other improvements instalfed in violation of the provisions and intendad use of this Easement. TO HAVE AND TQ HOLD the above-described easement, tagethe� with afl and singu(ar the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bEnd itself and its successor and assigns to warrant and forever defend ali and singular the easeme�rt unto Grantee, its successor and assigns, against every person whomsaever lawful(y claiming or to cfaim the same, or any part thereof. When the caniext requires, singu�ar nauns and pronouns include the plural. PERIVANEPJT O.RAIFL4CE FACl1.(TY EASEMENT Rev. 05/i?12010 GRANTOR: Quicksilver Resources, Inc. � ` . Ciay BiUm `�!��JQ� Vice President US Lands GRANTEE City of Fort Worth � / G�%2'1'�!'•as�� Fernando Casfa, Assistant City Manager APPRt�VEt7 AS TO FORM AND �EGALITY r � (: i� �£ � ����I (, � :� � �`'i,/�i,�? E� iI`�,,. Assistant City Attor�ey ACKNOWLEDGEMENT STATE OF TEXAS § C�UNTY OF TARRANT § BEFORE ME, the undersigned authori#y, a Notary Pubfic in and for the State of Texas, on fhis day personally appeared_ il /� ,/-�/a�., . , known to me to be the same persan whose nams is subscrib d�,ta the foregoing instrume t, and a c k n o w l e d g e d t o e t h a t t h e s a m e w a s t h e a c t o f �,� , � j L' �,�,���� and th t. h Jshe exe uted �/ the same as the act of said �� ���9YL�C for the purposes and consideration therein expressed anc! in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF QFFICE this �f day af --.�%������G-�'c-� _, 20� ;hy Ma�`�f :.. ? c{�1,L� 13, 2�71� ;� _ / / , atary Public m and for he Stafe of Texas PERMANENT Df2AINAGE FACiIlTY EASEMENT Rev. Q5l12l2010 ACKNOWLEDGEMEN? STATE UF TEXAS COUNTY OF TARRANT � � BEFflRE ME, the uncfersigned �uti�ority, a Natary Public in and for the State of Texas, an this day �ersonalty appeared Fernanda Costa, Assistant Eity Manager af fhe Cify of Fart Workh, known to me to be the same person whQse name is subscribed to the foregaing �nstrvment, ar�t1 acknowledged ta me #hat the same was the act of the City of For� Warth and that he/she execuied the same as t�e act of the City af Fort Worth for the purposes and consideratian therein �xpressed and in the capacity therein stated. GiVEN UNDER MY HAND Ai�D SEAL OF OFFICE this � daq of % , 20�. ,� . ,✓ . fary Public in and r tRe State of Texas ���y "°��__ FVGNIA DANfEiS �.;.• ._ � �• = DdY Ct)tdMlSSaOP� EXPIRES ( �:;{�;=:;1': Juiy 1U.20i3 i_ PEFiMANENT ORAINAGE FACI�tTY FJISEMENT Ray. 65l12/2010 � �_ .._ � CRA'�ENS R{JAI3 AT WILDCAT BRA�N�CH BR.�DGE REPLACENiENT P'ARCE�. N�a. l PE CITY PROJECT` No. 00302 E. L04P 82f� S. L4'�` B AND LOT C, BLOCI� ()NE, .iACK D. CASIiI4N ADDITIUN EXHIBiT "A" Being a pezmanent drainage easement out of Lot B and Lat C, Block One, Jack D. Cashion Addition, an ad.dition to the City of Fort Worth, Tarrant County, Texas, as recorded in Vol�ze 385-45, Page 62 of the Piat Records of Tarran� County, Texas, said permanent draYnage easement also being a portion of an 11.9 acre tract af land (by deed) deeded to Quicksilver Resources, Inc. as recarded in Gounty Clerk's File No. D20$426014 of the Deed Records of Tarrant County, Texas and being further described in �Iolume 10223, Page 929 of said Deed Records of Tarrant County, Texas, said pe�-manent drainage easernent being more particularl_y described by metes and baunds as follodvs: C+DIt'IMENCING af a point for corner in the east line �f said Lot B, said point beinb the southeast ccsrner of said I 1.9 acre tract o� land, said �aint being the northeast corner of a 524b0 acre tract of Ianci (by deed) deeded ta Berry Land Trust as recorded in County Clerk's File No. D2092�7184 of said �eed Recorcis of Tarrant Caunty, Texas, and being further described as Tract 1 as recorcled irn Courzty Clerk's File No. D209273104 of sai� Deed Records of Tarrant County, Texas, said point being in the existzng west right-of-way line of Cravens Road (a variable wid� right-of-way), frorn which a 1/2 inch iron rod found far the no�-iheast corner of said Lot C bears North 00 degrees 16 minutes ZS secands West, a distance of 760.79 feet, said 1/2 inch iron rod being the northeast corner of said 11.9 acre tracT of Iand, said 1/2 inch rron rod being in the south line of a ane acre tract of Iand (by deed) deeded to Eugene L. Wright and wife, Ruby Le� 'Wright as recorded in Voiume 2922, Page 27I of said Deed Rec�rds of Tarrant County, Texas, said 1/2 inch iron rod alsa being an exteriar elI corner in the existing vvest right- of-way ]ine of said Cravens Road; THENCE South 89 degrees I7 minates 50 seconds West, with the south Iine of said 11.9 acre tract of lan.d and wi�1i the north iine of said 5?0�0 acre iract of Pand, a distance of 22.93 feet to a riglzt-af-way marker set far corner in the proposed west right- of-way line c�f Cravens Roady fram whieh a 1/2 iron rod found for the most so�t3�erly southwest corner af said 11.9 acre t�-act of land bears Sou�h 89 degrees 17 minutes 50 seconds West, a distance af 502.63 feet, said 1/2 inch iron rod being the norttn�est corner of said 5.2060 acre tract af land, said I/2 inch iroiY rod being in the east Iine of Lot B-2, BIock One, 7ack D. Cashian Addition, an addition to the City af Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 1094 of said Plat Rzcords of Tarrant County, Texas; THENCE North 00 degrees 21 minutes 19 seconds West, evith the proposed west right-af-way Iine c�f said Cravens Road, a distance of 211.�9 feet ta the POII�T'd' 4F BEG�NN�1G af the herein described permanent drainage easement; THENCE South 56 degrees 38 minutes 41 seconds West, a drstarzce c�f 19b.74 feet to a point for cc�rn�r; Exhibit A Page 1 of 2 THENCE North 00 degrees 21 minutes 19 seconds West, a clistance of 143.08 feet to a point fbz corner-; TI3ENCE North 56 debrees 38 minutes 41 seconds East, passing at a distance af 39,28 feet; a point for cornec- in the north line of said Lot B; saics point being i� the south Iine of said Lot C, in all, a distance of 196:74 fe�t ia a point for corner in the pxaposed west righi-of-way line of said Cravens Road; THEI`7CE �ou� 00 degrees 21 minutes 19 seconds East; with the proposed west right-of way line of said Craver�s Road, passing at a distance af 85.41 feet, a point for corner in �e south line of said Lot C, sa.id point beivag in �he :�orth Iine of said Lat B, in all, a distance of 143.08 feet to the POINT OF BEGLN'NING, and containing 23,609 square feet or Q.542 acres of 1and, more ar ]ess. Nates: {1) �z) i3i A p�at of even survey date herewith accompanies this legal description_ Riglit-af-way markers along proposed right-of-way line are 5/8 inch iran rad set witli blue cap st�nped "GORIZONDONA" unless othervvise nated. Bearings are referenced to the Texas Coordinate System, NAD-83, The North Central7one 4202, all distances and areas shown are surface_ Date: January 29, 2011 % ___.______, Curtis Smith Registered Professional L.and Surveyor No. 5444 B�chihit A Page 2 of 2 /.��� 0 F T�1 1,� Q-\ • i-,, � S iF� �� . �-'�� � �=_� Gt1RTi:� St�d(TH � � q 54gd. v= � , _S' `.!r�Q �P;: ����•.;FEc5:G: ��� ��, S U t��`� �,.�i1 , � t . ens�,+�r ������1 i�� is 3.rockniar� P.4�CEL 1Vo. 1 f�.� wN�� w�a�e�T�r nsa� '��'�' �' �c $t EASEt�ENT L��AT1C}hf ori� aca� Csr o�a} EL�Ef.tE L. �� AFlO Nt1FE,' R.E.�1I11�`I:��R Ol�` vaiu�E� �,staia� i�� LOT C D.R.�:C,T, , _ _ :B�UCX DN� J.4{G.K D CASHIUN AlilJl?'.fON ` R.O:W. YDLU.M'� 388-45, PAG�' �.2 ��a�os� ""'�'�x P,R, T. L: T. ai�rr-�F--wa� . ---_ PERAA/�."lEr1t DiZAthIt�GE 11.9 ACRFS (SY DEED) EA�EMENT ARF1i t3U1GKSELVER RESDURCES, 1NG.' 23�&t� SQ. Ff'. 4t� C.C:F. No. D20842601 �4 �.542 ACR�S g;�,,w, VQLUkiE i0�23, PAGE 929 � J ��t D.R.T_C.T. � APF'RC�XtMhTE LO�A7IQN AF ` `~ 1.5.A' S9NCihFZY SEWER EASvMENT�'y�1 � � r � va(.uuE 3�ia-s5. t�n,CE" s2 ` � � `� r�.R.r;c.r: , � � ' hI �8'38 41 `E -�.�.� � _ ?98.74' s�..::::::� LG`f lJNE E7GISTnJG RFGHT-dF-WkY 0 � � �r�i.�u. pesc�u� � � CFATE Ai:�OwtPAHt£S TtpS FIAT z. �avr � u.a�c t�toPos�n RlGHT=Of-WAY l.tt1E N2E A 5j8' (f20N R^^�� S�T M�ITN &l.UE C1+I? 5TAMP£0 `GbRRONDONA' UNIESS 07HER11'ISE NOTED iQ�' i _ F4oPEaTr ut�E , Lf�T 2 � ���vE�� ���D (� VARI,�81� W(DTN R1GHT-0�—WAY) BLOCK 4 �'IANDi;�Y HEIG�7'S' SCJfITff �DDITION ( t�OL UM.� ) 8G7, PAGE 310 n.R. r. e. r. �— — -" aaoP�rr uNe — — S QO'2'1't9"E � 143.08' � �oT a—z� BLoc� oxE z' �-�s a�i` [g , : ,T,4CK D. CASHFI?N ADI1IT��N .¢. ��T'.i�� I : %�.afNE� I�. c�li.lu.�' l is��r GI N R ;,! �''a� � P.R. T, G. T: �-` I;' �,, i,,�� 1 �, °= m .. .. . � � � ;,., y �,�q,�� n Q �,. � �cY���yti`��� � z � 14'E�fAI.1VD.�R r � oFLOTa a e�vo ,,/2`�� �R.�.�� S 84'tT`SOiN St32.63� l3[EO UIYE 5 85f f 7'Sp'"W 22.93' 7RhCT 1 l0T liFtd S.Zoso ac��s �aY o�o) R�`RfAINDER aErzRr `wti� rausr C.C:F. tda DZf192$7' 1$� iF LO7' !I e.cF. wo. oznsz7staa o.r_r.c,r. NOTE: B£:�1fittJC#5 ARE R£rERENC�D TO T�'IE iESI`AS C�7Qtt�1NATE 5'�7El�d. FFP,D-83, THE FiORTN CENTFtAL ZDi�iE 4202. A1.1 DiSTAl+tC£S ANO Ak�.AS SttawN ARE SUr�FNCE. .�� y�� �' wv:«u. ex�snxc aicttr-oF-wqY LOT 3 PROPER�' urrE .P. Q. �'. LaT 4 extsnvG }�`,GH7-(1f-WAY 150 75 0 15(� —� � SCALE IN FEET 0 � � � �� ! CO�i TN: cCJi;:�MG�R'O?Q STREE' • FCRT 'IiuRTF!, '1 tYAS 7G i C12 PERMANEIVT DRAINAGE EASEMEiVT �`� =�� '�r �` �-� �Q7 B ANR LOT C S�OCK O�IE �' `i� ��,��'���" �'� � JACK D. GASHION ADDfT10�J °� "'�' `� �°+':�``''� AS RECDROEQ tN C(.�i-� � IS ��r9 H } VOLUiv4E �88-45. PAGE 62 t' � s;, 5�s -� �� Pi_A7 RECORQS 4F TARRA�1i GOUt�ii"`f, TEXAS ��`�` . >� ar � � p t-''� �'. c� �cr: caav�r�s �a� ar wir..�car a�c� ��i�c� R��ac��s�rrr ��-�- ��r .� C(TY PRO.1_ Ha. 003fl2 ``'r• ,..�/�,,�,s--,s�„- , �,�=�' EA5Ek1ETVT AREA: 23 609 S UARE FEEt OR 0<542 ACRES ` �oe Ha. osiT—ss� orea� ar: ,rr�t cs.� �� ��o�rr.d CUEZnS 5�.iffH oa,� .urru.a� 2s. 2n t� ocx�atr e a;�c� a a� s sr,�: ,•�,�� ���� P�o�a� �a ��roR Ha. s�sa GORRONOQNA dc AS�UCiATES, tNC. • 7524 JACK NEMtEIl 6OULEY1�FtD S�}1tTtl FORT iKOfifH, TX. ]SITS - 817-�686-t424 FhX 877-498-1768 GC-4.02 Subsurface and Physi�al +�onditio�� �, , , � . CITY OF FORT WORTH CHAPIN ROAD A��tD CRAVEi�IS ROAD BftIDGE STANDARD CONSTRUCTION SPBCIETCATION DOCIJMENTS REPLACEMENTS AND UTILITY RELOCATIONS Revised No��ember 9, 20l t City Project Nos. 04259, OQ302, 01533 GEOTECHNICAL INVESTIGATION CgiAPIN CULVERT & CRAVEr?S BRII3GE REPLt3CEMENT FORT WORTH, TEXAS I�.IMLEY-HORN AND ASSOCIATES, INC. 12700 PARK CENTRAI., DRIVE, SUITE 1800 DALLAS, TX 75251 BY HVJ ASSOCLATES, INC. DALLAS, TEXA.S APRIL 20, 2010 REPORT N4. DG-08-15900 � April 20, 2010 1V1�. Brian Boecker, P.E. Kimlep-Horn and Assoczates, Inc. 12700 Park Central Drive, Suite 1800 Dallas, T'X 75251 Re: Geotechnicai Investigati.on and Pavement Design Chapin Culvert & Cravens Bridge Replacement Cit�- of Fort ��/orth, Te�as Owner: City of Fort Worth HVJ Proposal No. DG0815900 Dear 1l�S. Boecker: Submitted here� The study was August 4, 2008 report. Koustan Austin Dailas San Antonio � 9206 KingArtfiur Dr.. � Dailas,TX 75Z47-3610 � 214_67$.0227 Ph �214:b78.a228 Fax www.hvj.com n is the report af our geotechnical investigation for the above-referenced pro}ect. canducted in general accordance �vith our proposal number DG-08-15900 dated and revised October 30, 2008 and is subject to the limitations presented in t�is We appreciate the opportunity of working with you on this pro}ect. Please read the entire report and notify us if there are questions concerning the information presented or if we may be af further assistance. Sincerely, HVJ ASSOCIATES, INC. Texas � =�t.-rat�n No. F-000646 T ��.�—c `1'� � �r Fa _ ra�, Senior Project 1lanager FF /Z� Copies Submitted: 1 Elecrsonic. ��'��'"� 'r�-��+o ;�i.- .s+ *. •.� t � .............................. FADI N. FARAJ � ; �67Q7 a�,�`' ��C S�• ���v� p` ,F•S .,_ EN ,. 4L� �OKAL �.: � Q4/20/2010 The seal appearing on this document was authorizeci by Fad'z N. Faraj, P.E. 96707 on April 24, 2010. Alteration of a sealed document unthout proper notification to the responsible engineer is an offense under the TeKas Engineering Ptactice Aa. <—.�,,,. t � �.,�—._------- �,,:�., --- �'`a�--✓ Ziad R. AlAawar, Ph,D. Staff Engineer The Eollo�ving lists the pages which complete dus report: • Main Text — 20 pages • Plates —11 pages • Appendi111— 2 pages CONTENTS Page 1 E�ECUTNE SUMMARY .............................................................. ....._......._..:...............I 2 INTR.ODUCTI�N ............................................................................................................1 2.1 Project Description ......................................................................................_......................1 2.2 GeotechnicalInvestigationProgram ...................................................................................I 3 FIELD INVESTIGATION ...............................................................................................1 3.1 Geotechnical Borings ......................,...................................................................................� 32 Sampling Methods ....................................................................�--.......................................� 33 Water Level Measurements .................................................................................................2 4 LABORATORY TESTING ...............................................................................................2 4.1 Sample Examination and Classification Testing ..................................................................2 4.2 Geotechnical Laboratory Testing ........................................................................................2 5 SITE CHARACTERIZATION .........................................................................................3 5.1 General Geology .................................................................................................................3 5.2 Soil Stratigraphy ..................................................................................................................3 5.3 Groundwater Conditions ....................................................................................................4 6 CULVERT DESIGN CRITERIA AND RECOMIVIENDATTONS ..................................4 6.1 General ....................................................................................................................:..........4 6.2 BoY Cul� ert Design Recommendations ..............................................................................4 63 Geatechnical Parameters ....................................................................................................4 7 CULVERT CONSTRUCTION CONSiDERATIONS .....................................................5 7.1 General ..............................................•�----•--........................................................................5 7.2 Open-Cut E�ca�Tation Cansiderations .................................................................................6 73 Select Fill and General Earthwork Recommendations ........................................................7 7.4 Groundtivater Control .........................................................................................................7 8 PAVEMENT DESIGN RECOMMENDATIONS ...........................................................7 8.1 Generai ...................................•---........................................................................................7 8.2 CBR �'alue ...............................�----........................,.............................................................7 8.3 Rigid Pavement Section at Chapin ......................................................................................7 8.4 R.igid Pavement Thicliness at Chapin and Load Capacity ....................................................9 8.5 F1e�cible Pa�Yernent at Cravens ...........................................................................................14 8.6 Preparation of Subgrade ...................................................................................................11 9 BRIDGE FOUNDATZON RBCONiMENDA"I'IONS ....................................................11 9.1 General .............................................................................................................................11 9.2 Foundatian .......................................................................................................................11 93 Drilled Shaft Aaiai C�pacit�I .............................................................................................. l I 9.4 Lateral Capacity ................................................................................................................12- 9.5 Group Effects ...................................................................................................................12 9,6 Settlement .........................................................................................................................12 9.7 Drilled Shaft Canstruction Recommendations ..................................................................12 1dSITE PREPARATION ....................................................................................................13 11 DESIGN REVIEW ........... .................... ..>...>........:..: ......_..... ......... 13 12 I.IMITAfiIONS ......................................:.........................................................................13 ILLUSTRATIONS Plate Sr'TE VICINITY MAP .................... ....:.... ........:............................................................ .......:..............1 GEOLOGYMAP .............................................................................................................................................2 PLANOF BORINGS ..............................................................................................,.......................3-A & 3-B BORINGLOGS ............................................................................................................................................ 4-G I�EY TO T'�Rl'�iS ............................................_............................................................................................. 7-8 BRACED �XCAVATION LATERAL EARTH PR�SSURE DIAGRAlV1 .........................................9 APPENDICES n i� SUMNIARY OF LABORATORY TESTIl�IG RESULTS ........................................................................ A � �xEcu�r� sUMm�� HVJ Associates, Znc. was retained by I�imley-Horn ar:d Associates, Inc. to pravide geotechnical services for the proposed improvement of :Ghapin Culvert & Cravens B�idge Replacement in Fort Worth, Texas. We understand LL'�at the pron�sed construction wi.11 include a box culvert crossing„ multiple span bridge crossing, and pavement design. `I'Iie purpose of the geotechnicai investigation is to provide recamrnendattons for the constnzcrion of t-he proposed culvert, the bridge foundation, as well as to provide a pavement design for the pxoposed xoadway impravements. The pavement: desib includes flebible pavement design for crushed stone base for the Cravens bridge location and one ri� d pavement design for the Chapin bridge location. Subsurface conditions at the site were evaluated by drilling and sampling a total of three (3) e�-ploratary borings as follows: two bo�ings at Cravens {30 £eet below eYisting grade) and one boring at Chapin (15 feet belo�v existing grade). A brief summary of the investigatianal findin�s consists of the fallowing description: 1. The subsurface soils at the site at the Cravens Bridge Iocation consist of clayey sand tiIl a depth of appro�imatelST 10 feet, followed by lirnestone till the termination depth of 30 feet The subsurface soils at the site at the Chapin culcert location consist of clayey sand till a depth af appro�imately 9 feet, followed by a layer of 2 feet of very stiff lean clay, follo�ued by �ueathered limestone and limestone to the termination depth of 15 feet. 2. Groundwater was not obser�ed during or after completion of drilling at the Iocation of boring B-3 at Chapin Rd. Groundwater was observed during drilling at both borings located at Cravens Bridge (B-1 and B-2) at a depth of appro�matel3T 10 feet However, it should be noted that groundwater le�%els �vilt fluctuate with seasonal changes in moisture conditions. 3. A laborator5� testing program, cansisting of maisture contents, Atterberg limits, sieve anaipses, and unconfined compressive strength tests �vere performed on select soil samples. The testing results «�ere summarized and inciuded in r'lppendi� A. 4. The design of the pavement £or Chapin Road is based on that of Arterials. For Chapin Road, �uhere a rigid pavement is requested, we recommend a conerete pavement thickness of at least 11 inches. For the Cravens Road, we understand that a minimuin pavement thicliness of G inclzes af asphalt and 6 inches of Ile� base will be used, or a 6 mch concrete cross seetion will be used. �Ue estimated a traffic Ioading of 100,000 ESAL for the 6 inches of asphalt and 6 inches of flez base. Z�e esumated a traffic loading of 500,000 ESAL for the 6 inches of concrete pa� ement. Because the 6 inches of concrete pavement can hold more ESAL's, �ve recommend this option. 5. In addition, for pavement design ��e recommend that eigl�t inches of t��e subgrade soils be stabilized �vith 6% lime by dry weight since the subgrade soil is expected to be cohesive type {fat clays, sandy elays, lean elays, sand5� lean elays...). If cohesionless soil type (sands, clayey sands...} is encountered at the subgrade at any location, 2% lime an.d 8% fly ash by diy weight is recommended to be used. Another alternative for cohesionless soil type (sands, clayey sands...) iE encountered, can be 6% cement by dry �veight. The 6% lime or 6°/a cemcnt will be equivalent to 40 pounds per square yard. The 2% lime and the 8% fly ash �vill be equivalent to 10 and 50 pounds per square yard, respectivel�. The above amounts for stabilization are provided £or estimation purposes. The exact amount of lime, lime and fly ash, or cement should be determined by testing the e�posed subgrade during construction. 6. Recommendations related to the construction of thebox culvert at Chapin Road are provided in the report. The allowable bearing �ressure is: esrimated to he 2,000 osf based on the soil strengrh va:lues at boring B-3. 7. Recommendations`related to the bridge foundarion are presented in the report based on the soil strength values at borings'B-1 and B-2. The recomrnended end bearing axial capacity is 3Q tsf (includes a factor safety of 2) for drilled shafts gaing 5 feet into intact rock or two times the shaft diameter, whichever is greater. Please note that the executive surnmary provided above does not fu115> detail our findings and opinions. Descriptians of the full eYtent of our findings and opinians are only presented through bur full repart. u 2 INTRODUCTION 2.1 Project Descri�tion HVJ Associates, Inc. was retained .by Kimley-Hom and Associates, Inc. to provide geotechnical services for the proposed irnprovement of Chapin CuIvert & Cravens Sridge Replacement in Fort WorEh, Texas. We understand that the proposed construction will include a boa culvert crossing and pavement design. The project will involve the replacement of Chapin Bridge & Cravens Culvert in Fort Worth, Texas with a bo� culvert and a bridge, respectively. The proposed culvert is at Chapin Road over Santa Clara Channel (9400 Block of Chapin Rd,1l�Iapsco 72�, and the proposed bridge is Cravens Road o�=er Wildcut Bxanch (35�4 B1ock of Cravens Rd, Mapsco 79Z). A site vicinity map is presented on Plate 1. The purpose of the geotechnicai in� estigation is to provide recommendations for the construction of the propased culvert, the Uridge faundation, as well as te pravide a pavement design for the proposed roada�ay improvements. The pa�rement design incaudes flexibie pavement design for crushed stone base for the Cxavens bridge location and one rigid pavement design for the Chapin bridge location. The design and construction of the ne�� pavement secuons �uill be performed in accordance with City of Fort �X/orth Design Guidelines. 22 C'7e�technical Investigation Px�gram The primary objectives of this stud�� were to gather infarma�ion on subsurface conditions at the site and to provide design recommendations for the proposed culvert, bridge foundation, and pavement. The objectives were accomplished by: 1. Drilling and sampling a total of three (3) borings along the proposed alignments of Cravens Bridge and Chapin Culvert; wiuch consisted of the follo�cing: ttivo borings at Cravens (3Q feet belo�v eYciting b ade) and one boring at Chapin (15 feet belo�v existing grade). These borings tvere used to determine soil strat'tgraphy and to obtain samples for laborators� testing; 2. Performing laboratory tests to detertnine physical and engizieering charactetistics of the soils; and 3. Performing en�ineeri�g anal�rses to develop design guidelines and recommendations and presenting this information in a report. Subsequent secrions of this report contain descriptions of the field explorarion, laboratory-testing program, and the generai subsurface conditions observed. r11so presented in this report are descriptions oi borh the prescribed design recommendations and the construction considerat�ans. 3 FIELD Il\TVES'TIGATION -. - .. :. ._ The field e�ploration program undertaken at the project site �vas performed on Decembet 3rd, 2009 and December 4th, 2009. Subsurface conditions at the site were evaluated by drilling and sampling a total of three (3} borings, t�ahich consisted of the follo�ving: one (1} eulvert boring at Chapin and t�vo (2) bridge borings at Cravens. The drilling scope uras to drill the boring to a depth of 15 feet at t�1e Chapin culvext and to a depth nPnetrating 20 feet into competent limestone,ar 80 feet into sail at the Cravens bridge, whiehevex is less. Competent limesfone can be assumed when four (4) consecutive passing TxDOT cone penetrarian tests 3 inches or less af penetra�on for 10Q blaws of 170 lb hammer. The:scope for the Cravens: Bridge resulted in twaborings to the depth of 35 feet each: A site plan showing the approximate boring locatians is presented on the Plan of:Borings, which is provided zn Plate 3. 32 Sam�ling Methods Soil samples were obtained continuously either to a depth of ten feet below existing grade or to a deprh where becl�-ock was encountered, whichever was reached sooner, after which a sampling interval of five feet was used. Cohesi�eTe soil samples were obtained with a three-inch diameter, thin- walled (Shelby} tube sampler in general accordance with ASTM D-1587. Each sample was removed frorn the sampler in the field and �,=as carefully exa.mined and classified accordingl�=. The shear strengths af the cohesive soils �vere estimated in the field with a hand penetrometer. Suitable portions of each sample were sealed and packaged for transportation to or.0 labaratorjT. Rock encountered was augered and evaluated b�� Texas Departement of Transportation {T�DO'1� cone penetration tests. Detailed descriptions of the soils encountered in the borings are given on the barinb logs presented on Plates 4 through 6. A key to the soils classification and symbols used in the boring logs is also presented on Plates 7A and 7B. 3.3 W�ter T,evel Measurements Groundwater was not ahserved during or after compledon of drilling at the locarion of boring B-3 at Chapin Rd. Ground��ater was observed during drilling at both borin�s located at Cravens Bridge {B- 1 and B-2) at a depth of approYimately 10 feet However, it should be noted that a oundwater levels tiuill fluctuate witll seasonal changes in moisture conditions. 4 LABORL�TORY TESTING ' �u .n �t •� <t� < r..■�� �� Soil samples transported to our laboratory were further examined and identified in accordance with ASTNf D 24$8 — D�.rc�z�r`ion and Identificalzon of Soils. A preliminary soil classification was assigned to each soil satnple based on ,�STNI D 2487 — Cl�ssificatiort of Soil For Engifreering Psnposes. Classification testing a=as subsequently conducted on select samples, including measurement of moisture contents, Atterberg limits, and percentage of particles finer than No. ZOQ sie�res. The result af each test was used to confirm or modify the given preliminaryr soil cla5sificarion. � -• - .. ...• . •. - �• Select soil samples were tested in the laboratary to determine applicable physical and engineering properties. l�ll tests ��Tere performed according to the relevant AST1�I Standards. These tests consisted of ineasurements of moisture content, Atrerberg limits, percentage of parricles passing the number 200 sieve, sieve analysis, hand penetrometer reading, unconfined compression strength, and drp unit weiglit. The Atterberg Limits and peicent passing the number 200 sieve �vere utilized to verify field classification of the soils according to the Unified Soils Classification System. 'I1�e hand 2 penetrometer and unconfined comptession tests` were perforined to obtain approximations of the undrained shear strength of the soil. The type andnumber of tests per£ormed far this investigarion axe suininarized below: Type of Test Number of Tests Moisture Content (ASTM D2216) 12 Atterberg Liznits (AST1V1 D4318) � Percent Passtng No. 200 Sieve (ASTIvI D1140} 7 Seive Analysis 3 Hand Penetrometer 21 Unconfined Campression (ASTl�I D2166) 9 Dry Unit �ei�ht (ASTM D2166) 9 Laboratory test results are presented on the boring logs on Plates 4 through 6. A surnmaiy of the laboratory testing results is also included in r'lppendi� A. 5 SITE CHARACTERIZATION 5.1 General Geolo� According to the University of Texas at Austin, Bureau of Eeonomic Geoiogy "Geolob c Atias of Te�as, Dallas Sheet," the pxoject two site area are described as folio��s: 1. The Cravens Bridge location: 'This location is located close to the overlap of twa different formations: 1- The Grayson IVTarl and l�Iain Street Limestone undivided {map spmbol Kgm), and 2- The �7oodbine Formation (map symbol Kwb). The Gra��son Marl deposits matnly consist of calcareous and gypsiferous clays. The Main Street Limestone Iargel�r consists of medium-grained, chaiky rock that weathers to light gray to white. The Woodbine Farmation maiz115T consists of fine gxained sandstones �vitl� some tnterbeds of clay. 2. The Chapin Culvert location: tilis location is located in tlie are zvhere the Goodland Limestone (map sy-mbol I�gl) is predominant. The Duck Creek Formation (map sSTcnbol Kdc) also extent to this area. The Goodland Limestone consists af limestone and some clay. It is coarsel�� nodular, and has few and thin clay beds. It has massive resistant limestone beds. The Duck Creek Formation consists of limestone, locally burrowed, beds ad 02 to 2 feet, light to medium b a�j, �Teathers yellowish brawn. A�eology map showing both site locations is provided on Plate 2. 5.2 S�il Srratig� Our 3nterpretation of soil, rock and ground�vater condi�ions at the project site is based on information abtained at the boring locat�ons. fihis information has been used as the basis for our conclusions and recommendations. Significant variations �vithin areas not e�-plored b5� the project borings will require reevaluarion o£ our frndings and conclusions. The subsurface soils at the site at the Cravens Bridge location consist of cla��ey sand till a depth of appro:LimateljT 10 feet, folio���ed by limestone ti11 the termination depth af 30 feet. The subsurface sails at the site at the Chapin culvert location cansist of clayey sand till a depdz of appro�imately 9 feet, follo�,red by a layer of 2 feet of �ery stiff lean clay, follo�ued by ��eathered limestone and limestone to the termination depth of 15 feet. Detailed descriptions of the soil and rock strata encountered in all of the borings are given iri the boring logs presented on Plates 4 through6. I�eys to the terms a.nd symhols used for. soil and rock classification on the boring Iogs are also included on Plates 7A and 7S, respectively. 5.3 Groundwate� Condirions Gtoundwater was not`observed during or after completion of drilling at the location of boringB-3 at ChapinBd. Groundwater was observed during driiling at both borings located at Cravens Bridge (B- 1 and B-2} at a depth of appzo�inately 10 feet. Howevex, it should be noted that groundwater levels wiil fluetuate with seasonal changes in rnoisture conditions. 6 CULVERT 1?ESIGN GRITERIA AND RECOMMENDt1TIONS 6.1 neral The project wil? involve the constsuction of a culvert at Chapin Rd adjacent to the locauon of B-3. At the time oE preparation af this repoxt, the invert depth of the culvert was not known. It is assumed that the invert depth of the culvert will be between 5 and 10 feet below rhe existing ground surface. 6.2 Bax Cu]vert Design Recommendati�ns `YJe assume that the reinforced box cul�7ert will be founded at a ma:cimum depth of ab�ut 10 feet - below the existing grade. Reinforced concrete box culverts shall meet the mrnimum requirements of ASTM C789, "Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers". Design guidelines and recornmendations for the box culvere placed by open-cut techniques are , discussed in the following sections. .• <•�- Geotechnical design parameters are presented in the followin� table. These design parameters are based on field and laUoratozy test data obtained from boring B-3. Please note that, because of the nature of the soil strati�aphy at this site, parameters at locations that deviate from the boring location rnay vary substantially fzom values reported in the table provrded on the next page. Undrained �owable Boring Approxirnate Soil Dry Unit Shear Beazing No. Invert Descriptian Weight Stzength (ps� Pressuze Depth (ft) (pcfl or Friction �5� Angle (deg) B-3 �-10 Stift to very stiff SandjT, Silry C1ay 100 1,25d 2,000 The vaiues shown in the above tabie represent our interpretation of the soil properties based on the available laboratory and feld test data. Use of the soil properries 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 anal�Tsis is used, rate of loading, duration of loading, �eometry of loaded area, and other factors. 11ze total unit weight values sho��n abo�Te 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 stren�th in clay soils based primarily on the results ot 0 unconfined compxession tests, and hand penet�ometer tests. The allowable bearing pressures include a factor of safety of3. Design Lateral Pressure. The soil pressure exerted on a culvert wall is mainly a function of the type of backfill and its method of �lacement> Over-eompaction of backfill bel�ind walls and utilization of highly plastic eYpansive clay backfill are. practices that generally produce the highest wall pressures. In these cases, horizontal earth pressures exceeding the vertical ea�th pressnie can be' ebpected. Design at-Yest Iateral pressures far culvert walls may be calculated for each backfill type using the equivalent fluid densities ror drained level backfil.l as stated in the fallowing Ta'ule. La:eral Eartb Pressure of Box Culvert Back�ill Equi�=alent Fluid Fill T3rpe Densit�T {pc� Select Cohesi�e Soil (I'I less than 20) 70 Bank Sand 40 On Site Cohesive Soil (PI �xeater than 20) 90 Over-compaction of the backfill should be avoided to prevent the increase of lateral earth pressures on the culvert. The recommended design pressures do not include a groundwater pressure component. Vertcal Soil Loads. Loading on the top of the bos culvert may be calculated using a total soil unit weight of 130 paunds per cubic foot {pc�. For buoyanc�� calcul.ations, the unit �veight of soil should be taken as 65 pcf, which assumes a water table at the gxound surface. 7 CULVERT CONSTRUCTION CONSIDERATI4NS 7.1 S�nes�I This section is intended to address issues that might arise during construction. Our recommendations zre intended for use as guidelines in dealing tivith particular soil conditions. The topics addressed in this secuon include trench e:�eavation stability, groundwater control, open-cut eonstruction and trenchless technique construction eonsiderations. TI�e recommendations contained herein are not intended to dictate construction merhods or sequences. Instead the5� are provided solely to assist designers in identify-ing potential construction problems related to excavation, based upon findings derived from sampling. Depending upon the final design chosen for the project, the reeommendarions may also be useful to personnel who observe constr�zction activity. Prospective contractars for the project must evaluate potential construction problems on the basis of their review o£ the contract documents, their own knowledge of and eaperience in the Iocal area, and on the basis ot siinilar projects in other localities, tal�ing into account their o«�n ptoposed methods and procedures. 7.2 Open-Cut E�ca�ation Considerarions; Excavations should satisfy iwo rec�uireme:�ts. First, the soils above final grade must be removed with.ant disturbing tne 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 af eithex vertical or lateral movements of the soil. In addition, a satisfactary excavation procedure must include an adequate construcrian dewatering systein to lower and maintain the water level at least a few �ef below the lowest excavation grade. Excavation Stabilitv. Excavations shall be shored, laid back to a stable slope or some other - equivalent mear.s may be used to provide safety far workers and adjacent structures. Earth pressures for braced excavarions are presented on Plate 9. Assessment of the need for excavation sloping, use of trench bo�es or other measures required to provide a stable excavation, and tlie use of appropriate construction practices and/ar equipment is the contractor's responsibility. The follouring comments ate intended to represent common solut;�ns to stabiliry problerns encountered in simirar sail conditions in the Dallas 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 Pederal Registet, Vol. 54, No. 2Q9, dated October 31, 1989, as a minimum. In addition, the provisions of legislation enacted by the Texas Legislature should be satisfied. �;�:ca�=ati�ns Shallo�ver Than Five Feet. Trenches that are less than fve feet deep should be apprapriately protected when any indication of hzzardous ground movement is anticipated. Based on the soil conditions tevealed by the borings, all trencres shallo�ver than fitie feet may be excavated with side slopes of one vertical to one and one-half horizontal. If there are any indications of sloughing during excavation, the side slopes should be flattened. F,�ca�a t�ns Deener Than Five Feet. Trenches that are deepeY than fve feet should be shored, laid back to a stable slope, or some other appropriate means of protecdon should be pro�Tided where workers rnight be e�osed to moving b ound or caving. The slopes ma�T be constructed in accordance �uith Table B-1 and sho�.-ing nzay be constructed in accordance with Table G1.1, Table C-1.2 and Table C-13 of 29 CFR Part 1926. Soil types required by Table C-1.1, Table C-1.2 and Table C-13 (Trench Shoring - ivlinimum Timber Requirements) are given below: OSHA Soil Type Depth of Trench (ft) Boring No. 0-5 5-10 10-15 15-20 B-3 C C B Stable Rock 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 ta the top of the e�;cavation, the bracing should be preloaded in stages as the excavatian is deepened. The detailed earth pressure diagrams are presented on Plate 9. The planned construction �vill be performed along alignments near e�sting utility installations (either crossing or paralleling the new alignments). The contractors should be aware of potential excavation stability problems while working in the vicinit�� of o1d trenches and the excavation system should be -- designed to accommodate this w'eak material (trench backfill). C� The vertical'walls of excavations should be lacated a safe distance from existing utilities in order to prevent movement in the sail°mass behinci the excavation �tnat may adversely affect 1ze utilities. We recommend that the horizontal distance shouid be 4 feet for excavation deptlas of up to 1:O feet 73 Select Fill and General Earthwork Recommendations SeTect fill requited ta raise the grade or backfill shauld consist of lean siltp ox sandy clay with a liquid lirriit less than �40 and a plasricity index between 7 and 20. Fill matexia3 that is used should be placed in loose lifts not exceeding eight inches and should he compacted to 95 percent of seandard Proctor ma�mum dry density as determined by ASTM D698. 7.4 Groundwater �ontrol Assessment of the need for groundwater conttol and installation of appropxiate dewatering equipment is the contractor's responsibilit-��. The following comments are intended to represent common solutions to �roundwater contsol problems encountered in similat soil conditions in the Dallas area, and maST not be construed as de�z-atezing system desi�n 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 Iower the groundzvater level to at least three feet below the excavatian level where uTater bearing cohesionless soils are encountered. Well points are generally not effecrive below about 15 feet beneath the top of the well point, and deeper dewatering requires deep wells with submeYsible pumps and eductors. Based on the subsurface soils encountered, we anticipate groundwater to be controlled using either well points. In any case, the graundwater control system used must provide a relatively dry, stable base for construction. However, it should be noted that groundwater conditions will change due to �ainfall and seasonal cnanges. Conteol of groundwater should be accomplished in a manner that will preserve the strength o£ the foundation sails; will not cause instability of the e�cavation; and will not result in damage to e�sting stnzctures. ��here necessar�r to tivs purpose, the water will be lowered in advance of excacation by pump and sump arrangement, wells, «rell points, or similar methods. �pen pumping should not be permitted if it results in boils, loss of fines, softening of the subgrade, or eacavation instability. Discharge should be arranged to facilitate samplzng by the owner's representative or engineer 8 PAVEMENT DESIGN RECOMMENDATIONS 8.1 �a�ral We understand that the project will also involve pavement design. $.2 CBR Value A design CBR value of 2.1 % is estimated based on our the boring logs and our experience with similar soils. $.3 gl���i Pavement Secti�n �t ('ha}�in The recommendations presented in this report for the pavement design were developed in accordance with the "AASHTO Guide for Design of Pavement Structures", "1993 Edition. The design procedure far determining concrete slab thickness for rigid pavement is based on an e:�tension of the algorithms that ��ere oxiginally developed from the A.ASHTO Road Test. The categories required £or �'�e design of pavement includes: (a) design �rariables, (b} performance critieria, {c) pavernent structural characterisrics, (d) material properties for structural design, and {e) reinforcement variables. Parameters relative to these categories are discussed below. Traffic Load and Design Period, Based o;� City of Fort Worth Pave�-nent Design Standards Manual 2005, and assurning the streets aze: classified as Arterial, we have esrimated a traffic loading af 13,540,000 ESAL (18-Kip equivalent single aXle lozd}. T"��is estimate is based on annual ESAL of 300,Q00, a growth rate of 2.5%, and a design life of 30 yeats in accordance with the City of Fort Worth Pavernent Design Standards Manual. Reliabilitv Level and Overall Standard Deviation. A reliability level (R} of 95 percent was selected for the pavement design performance. A mean ti=alue of the overall standard deviarion (So} was selected to be 0.35 for rigid pavement. _ Serviceabilit�. The serviceability of a pavement is defined as its ability to serve the type of traffic that uses the facilit�r. The condition of the pavement after the performance period is characterized by a Terminal SerFriceabifit�T Index (I'�, wllich is a function of the pavement structure. We recommend that a Terminal Serviceabilit�� Index of 2.5 be used for all pavements. Since the rime at �vhich a given pavement structure reaches its tenninal serviceability depends on traffic volume and the original or initial serviceabilit�= {I'o}, soine consideration also must be given to the selection of Po. As obtained at the AA5HT0 Road Test, a Po value of 4.5 was seiected. r in�. The treatment for the e�pected level of drainage for a rigid pa-c�ement is through the use of a drainage coefficient, Cd. A Cd vaiue of 1.2 was selected for good quality of drainage. We have assurned that good qualiry drainage wiIl be used on this project. T oad Transfer. '1"he load transfer coefficient, J, is a factor used in rigid pavement design to account for the abilit-�� of a concrete pa�=ernent structure to transfer load across discontinuities, such as joints. Based on the values developed bp AASHTO, a mean value of the load transfer coefficient Q) of 3.2 was selected for the design of }ointed reinforced concrete pavement w-ith tied curbs. i,o���f sup�or , This factor, LS, «�as included in the design of rigid pavement to account for the potential loss of support arising froin subbase erosion and jor differential vertical sail movement. An LS value of 1.0 ��as selected according to the AASHTO su�gestion for the conditian of stabilized soils beneath the paveinent. Fffecrive Modulus �f SLb�¢-racl R ion. Based on the California Bearing Ratio of 2.1 %, we have estimated a subgrade resilient modulus of 3,1 SO psi. Based on the loss of support factor (LS) described previously (LS=1.0), an effective modulus of subgrade reaction {li) was found to be 102 psi/in. C'�n r__ , atric Modulus and IVlodul��� �f Rt�p . ir .. A mean value of 600 psi for S'e was selected for the desi� . A value of 3.12 x 10G psi was used for the modulus of elasticity of the concrete (E�) using the eorrelation recommended by the American Concrete Institute. E� = 57,000(�c)�.s Where, E� = elastic modulus af concrete in psi and, f c= compressive strengtl� of cancrete in psi; a value of 3000 psi is used here. $.4 Rigid Pavement Thickness at Cha�in and Load Ca�acittT Based on`the above par�*neters, a minimusn of 1.1-inch thick concrete pavement is recommended for a 30-year design life period. In addition, we recommend that eight inches of the subgrade soils be stabilized with 6% lime by dry weight since the subgrade soil is expected to be cahesive rype (fat :,lays, sandy�l_ays, leafi ciays, sandylean clays...). If cohesionless soiT type {sands, clayey sands.._) is encountered`at the sub� ade at atiy location, 2% lirne and 8% o fly ash by diy weight is recommended to be used. Another alternative for cohesionless soil type (sands, clayey sands. .) if encountered can be 6% cement by dry weight. The 6%o Iime or 6% cement will be equivalent ta 40 pounds per sc}uare yard. The 2% lime and the 3% fly ash will be equivalent to 10 and 50 pounds per square yard, respectively. The above amounts for stabilization are provided £or estimation purposes. The exact amount of lime, lime and fly ash, or cement shauld be deterznined by testing rhe exposed subb ade duxing consmxction. Reinforcing teeI Rec�uirement• Longitudinal and transverse reinforcing steel is required to resist warping stresses in the pavement sect�on and to hold pavement cracks rhat deti elop tightl5� closed. In addition, reinforcement is required at pavement joints u� order to prevent deflections across the joini. Recommendations for reinforcement at pavement joints are described in the AASHTO Pavement Design Manual. The amount oElongitudinal and transverse reinforcement required depends on the distance between pavement joints. Various bar sizes and spacings can be used to sarisf�� these reinforcement requirements, and the oveiall cross-sectionzl area of steel (AS) required per foot of slab width can be calculated as foIlows: A _ FLW s 2£S Where: AS = Required cross-sectionaJ area of reznforcing steel per £oot of width F= Coefficient of resistance between slab and subgrade L= Distance bet��Teen tree transverse joints or between free longitudinal ed�es, feet W = �eigl�zt o£pavement slab, psf fs = Allowable �vorl�ing stress in the steel, psi Slab T�g�.. This refers ta the joint spacing or distance, L, between free transverse or longitudinal joints. Sr�P] �x/�r in�S - ss. The allowable �uorking stress (fs) in steel reinforcement is a value equivalent ta 75 percent of the steel }rield strength. Fj-ietion Factor. This factor, F, represents the frictional resistance betuleen tl�e bottom of the slab and the top af the underl5�ing subbase or subgrade layer. Based on City of Fort �Jorth Pavement Design StandaYds Manual 2005, Friction Factors bet-�ueen pavernent slab and material beneath slab shall be zn accordance with Part II — Table 2.8 of the r1ASHT0 Design Guide, etcept the friction factar fox natural subgrade shall be no less than 1.0. Based on the values recommended b�, r'1ASHT�, a friction factor of 1.8 can be used for the condition o£ stabilized soils beneath the pavement. �r Pl Rea��iremenrs. The desib consultant shouJd determine reinforcing schedule after rhe joint spacing (L in the equation abave) is determined. Based on City af Fort Worth Pavennent Design Standaxds Manua12005, all rigid pavements shall be jointed_reinforced concrete pavements QRCP) or conrinuously reinforced concrete pavements (CRCP�. On1y steeA ;.einforcement will be allowed. No plain jointed concrete pavements (JCP} will be allo�ved. Continuously reinforced concrete pavements (CRCP)'will be allo�ued only if approved in advance in writing by the Engineer. Reinforcement for JRCP shall be designed in accordance with Part II — Section 3.4 of the AASHTO Design Gui�e, except maximum spacing for number 3 reinforcing bats shall be 24 inches center to center, and for larger bars the maximum spacing shall be 36 inches center to center. Reinforcement for CRCP {if CRCP is allowed by the Enn neer) shall be desia ed in accordance with Part II — Sectian 3.4 of the AASHTO Design Gizide, except transverse reinforcement shall have a maximum spacing for number 3 reinforcing bars of 24 inches center to center, and for iarger bars the maaimum spacing shall be 36 inches center to center. 8.5 Plexible Pavement ar. Cra�Tens The recammendations for fle�ble pavement design for Cravens presented in dlis report for the pacement design ���ere developed in accordance with the "AASHTO Guide for Desib af Pavement Structures , 1993 Edition. The design procedure for determinin� the desia structural number for tle:�ible pavement is based on an extension oE the algorithms that were originally developed £rom the AASHTO Road Test. 'I`he categories required for tlie design of pavement includes; (a} design variables, {6) performance criteria, (c} pavement smzetural characterisrics, and (d) material properties for structural design. Parameters relative to these categories are discussed below. Traffic Load. `�'e have estimated the traffic loading in terms of ESAL (18-Kip equivalent single axle laad) for tlle minimum cross secrion of 6 inches of asphalt and 6 inches of fle�ble base. The structur2l number for this cross section was calcuiated to be 3.48 as followws: Thickness Layer SN(i) (inches) CQefficient Hot Mix As haltic Concrete Surfaee 6 0.44 2.64 Fle�ible base 6 0.14 0.84 Total Thickness 12 3.48 R ia,ili T evel and Overall Standard Deviatan. A reliability level (R) of 95 petcent was selected for the pavement desib perfotmance. A mean eTalue of the overall standard deviation {S�} was seiected to be 0.�5 Eor fle:tible pavement. Serciceahilitv. The serviceability of a pavement is detined as its ability to serve the type of traffic that uses the facilit��. The condition of the pavement after the perfoxinance period is charaeterized by a Temunal Serviceavilit�� Inde� (P�, which is a funetion of the pavement st��ucture. �vJe recommend that a Terminal Serviceabiliry Indeh of 2.5 be used for all pavements. Since the time at �uhich a given pavement structure reaches its terminal serviceability depends an traffic volume and the original or inirial serviceability (Po}, some consideration also must be given to the selection of P�. As obtained at the AASHTO Road Test, a Po value of 4.5 �uas selected. r.ffecrive Modulus aF Sub�-_rac�e Reaction. Based on the Califoxnia Bearing Ratio of 2.1 %, we have estimated a subgrade resilient modulus of 3,154 psi. Based on the loss of support factor (LS) described previously (LS=1.0), an effective modulus of subgrade reaction {li) was found to be 102 pci. 10 Based on the above clesign paxasneters, a�d the Design Structural Nunnber (Sl� of 3:48 we calculated a'loading of 1.00,000 ESAL. We also estimated a tra£ficloacli.ng of 500;000 ESAL for the 6 inches of concrete pavement`at C�avens. Because the G inches of concrete pavement can hold more ES_AL's, we recommend this option. $:6 �'re�axation of Subgrade The subgrade soi�s along the pavement alignment generally consist ot both cohesive and cohesionless soils. We recommend that at least eight inches of the subgrade be stabilized. Stabilization of the subgrade should increase the modulus of subb ade reaction and pro�ide subgrade stability for constiuction during inclement ureather. In addition, subgrade stabilization should enhance long-term pavement performance by reducing the tendenry of the soil to displace by pumping. We �ecommend the foliowing procedures for subgrade preparation. 1. Clear the e�isting pa�-ement section. 2. Strip the surface soil to suitable depths. In areas where soft, compresszble os� loose soils are encountered, additional stripping may be required. St�ipping should eztend a minimum of two feet beyond the edge of the proposed pavement wllere passible. 3. Surfaces exposed after strzpping should be proof-rolled in accordance with T�DOT Standard Specification Item 216 or equivalent City ot Fort ti�Vorth speci�ication. If rutting develops, rire pressures should be reduced. The purpose of the proof-rolling opera�on is to identify anyl underlping zones or pockets of soft soils and to remove such �veak materials. 4. Before stabilizing the subgrade, scarify the upper eight inches oE ez-posed surface as required, mix with 3irne if subgrade soils are cohesi�Te, or with lime and fly ash or cement if subgrade soils are cohesionless, and compact it to 95 percent of standard proctor tna:�imum dry density (ASTM D698). The amount of Iime, lime and fly� ash, or cement shali be determined for subgrade soils bj� conducting laboratory tests on the e�posed subgrade material during construction. 9 BRIDGE FOUNDATION RECOMMEND.ATIONS 9.1 T n al �k?e understand that the project in� ohTes the construction o£ a bridge at Cravens Road o�rer �CJildcut Branch (356Q $lock of Cravens Rd, i�Tapsco 79Z). 9.2 Fo �nda ion Foundations for tl�e structure must satisfy two basic design criteria. First, bearing pzessure transmitted to the faundation soils should not e�ceed the aliowable bearing pressures computed with an adequate factor af safety. Second, foundation movement due to soil volume change must be within desirabie limits. r1 deep foundation system ��rill be required for foundation support. 9.3 I?rilled Shafr Axial� i; The drilled shaft capacity analysis was calculated using the procedures described in the Te�as Department of Transportarion {T:�J�O'Z� Geotechnical Manuai, dated August 2006. The caiculated drilled shafts allowable capacity value is 30 tsf for driiled shafts going 5 feet into intact rock or t�uo 11 times the shaft diameter, whichever is greater. This allowable capaciry value pravided includes a factor of safety of 2.p. 9.4 Late�al Ca�a�_itv Foundation elemerits �ften have to withstand signif cant lateral Ioads in addition to axial loacs. Wind forces on bridges and large overhead sigris are forms of lateral Ioading. Lateral loads on a drilled shaft or driven piles will be cfluntered by the mobilization of resistance in the suzrounding soils as the shaft deflects. The Iateral load capacity of the shaft or pile, therefore, will depend on its relat[ve stiffness, and the strengtn o� the surrounding soils. A rational analpsis of a problem involving lateral loading on a pile or shaft must consider the interaction of the soil and t�ie structure. Equilibrium of forces and compatibility of displacements throughout the total system are the two f-andamental conditions that are to be satisf�ecl in the analysis. If high laterai loads must be resisted with vertical shafts, a detailed study shovld be done to provide Iateral load capacit�r curves. 9.5 Grou� Effects Groups of sllafts should have a center-to-center spacing of at least 2.5D when designing foundations using one row group of shafts and 3D for foundatians using taro or more rows of shafts where D is the diameter of the shaft. For greater spacing, the total capaciry will be equal to the suin of the capacities of the individua.l shafts in the group. The group capaciry may be less than t�ie sum of individual capacities at cioser spacing. If spacing smalleY than 3D is planned, HVJ Associates, Ine. should be contacted to assess group capacity. -s_:.�-,. iVlovements will consist generally of elastic shortening of the shaft and soil deformation at the shaft tip. It is our opinion that shaft head settlement ��ill be less than 0.5 inch at interior bent foundation locations if the shafts are terminated in rock. We estimate the settlement to happen immediateiy in the rock and sand layers, and ta happen gradually in the clay layers. Usually the settlement takes several months in the clay Iayers and it will depend on the size of the shafts and applied loads. !� '� •<� � •� C' ��u'• . •� Drilled shaft construction and installation shauld follow TxDUT Standard Specification Item 416, T�OT Construction Bulletin C-9, and ACI 336.1-89. Slurry displacement methods for drilled shaft construction are allowed under TxDOT Standard Specifications. Presented below are a fe�v specific recammendadons. 1. Drilled shaft excavarions should be inspected for verticality and side slou�hing. Verticalit�T is specified at one inch in ten feet of the shaft length, and should be checked to the full depth of di-�T augering prior to introducing driiling mud. - 2. Before placing concrete, the shaft bottom should be cleaned out with a drilling bucket in order to remove any sediments that ma�T not be displaced by the concrete. The shaft bottoms should be clean�d �uith a"clean-out" bucket until rotation on the bottom u�ithout crowd (i.e. penetration under force) produces little spoil. Probing after clean out is essential to verify the condition of the base of the shaft. 3. Conerete placement should be accomplished as directed in TxDOT Standard Specification Item 416.3.F. The tremie pipe diameter should be at Ieast eight times as large as the largest concrete aggregate size. 12 4. A computation of the final c�ncrete volume for ea.ch 'shaft should be znade. Shafts taking an'unreasonahiy high or low e�lume of conctete should be cored to check theix i�itegritY- 5. Shaft excavations should not be made within three shaft diameters {edge to edge) of shafts that ha.ve beer� concreted within the last 24 hoi:�;.s. 10 SITE PREPARATIQN The site should be cleared, grubbed and st�ipped of all organic mate�ial, soft soils and foreign material within the proposed deG elopment area. Stripped areas should be appropriately graded and shaped to prevent ponding of �uater. Pumping rnay occur if the site becorries wet All subgrade sails should be proof ralled in aecordance tuith T�OT Standard Specifications prior to placement o£ fill or paving. Fill material that is used should be placed and compacted in aecordance �vith T�DOT Standard Speczfications. 11 DESIGN REVIEW HVJ Assoeiates, Inc. should revie�T the desibn and construction plar_s and specifications prior to release to make certai.n that the geotechnical recommendations and design criteria presented herein have been properly interpreted. 12 LIMZTA.TIONS This investigatian was performed for the e�clusive use of Kunley-Horn and Associates, Inc. for the proposed Chapin Culvert & Cravens Bridge Replacement in FoYt Worth, Texas. HVJ Associates, Inc. has endeavored to cornply with generally accepted geotechnical engineering practice comman in t�:e local area. HVJ Assoclates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report aie based on data obtained from subsurface exploration, laboratory testing, the project infornZation provided to us and our expe�ience with similar soils and site conditions. The methods used indicate suhsurface conditions only at the specific locations «rhere samples �uexe obtained, only at the time they were obtained, and only to rhe depths penetrated. Samples cannot be relied on to accurately reflect the strata variations t��at usually e�st between sampling locauons. Should any subsurface conditions other than those described in oux boring logs be encountered, HVJ Associates, Inc. should be immediately� notified so that further investigation and supplemental recommendations can be provided. 13 :, __ _i .. - � .;, - € ^' � E � i � I _ � g � i� � w � (` v .. . ' ` - �b„ J =1 ' o_{__.—_O--'—'� a. ' ro�,�!' S '-r ,��' . � $'; `c = '� . '" " V � � � '�L 1-. _ �I� ! ,_ � r __.._ L . � �� � � '_�..��1 � � (6 � ' _. " � . 4 � r9 G a .. q :: � � � 3 � " � � : � . s : �� _o � �. � . , ' - ` c ^ 1 n - -.._-� �� = , o t -.. - ,.� �_. � �t .a_� a � �i,-- a � > - Q' ' � U q � w �—�.� �� � .. . . , �_ . L ��� ��,' Q a U � � .. , �' � x �, -, - : ,' a�� 'v 4� � ' i � � e `�, �`', — <"� j j � " ; ' � ' �� z i ' � .� ~ : _ - - _, . . _ � , _ � _ .-�.__ �,, _� .. - `_ � ti o ` `:_ m . � ,. ._ =. i � � i . �.. : �, � _ .. �;_ _ .v�� � a� i zi � I _ ' � ` ��� � � . �.. �_. � _, f � ' • _ _� � " . . � . ' __ __ . � � . ..: i .r. "� . 1 ' . � �^ _. _. o ,f' t.'• � '� � � --" -�� '� °� � 3 _ � � �, , -� . . -.. a. � ` - i .. � «� - - '' a � � _ � _ �� - i ;� - :.5' - ` _ . ,. - i - � o --., . � � .-.; � � �� � j � � � � , .. 8 ' ; C � .. � „ I ^ a . I -�' ' � ' _. . __ � � _ � --. .. �. . . . r �� �_.__..._ __ .. _. r ' - -� - :t. . . � w . � i ._. . .— . _ -_ . _ , . . . . �.._. ..... � — , — - i � r :__. . .__w _ =, i i i .,.... � . ,__ l : � , � ... -. . __ � . ., ; < ,. ... - _ . ;. _ •ato— � � . __--"�-^-^• i . :� . .- ,. __...._.' �'`�.a i.�� _ , -� � ., a G .. .�y:�"� _ j.... ���� a . ��1 - . - : .. _. .. � ; !1 _ � , - � .> _ _-'- ? � � -� _- m � I, o � ��"a �: I- - .. . '� . f Y y . � . -=9. �- +I.�, 1 � j' w _ �� I ''�� ' 'o - ° „ � g — _ t+"- : �. . - �� � � � _ '� . ° _ . .. .. a � � � ''a -�,:. `- �' � �. i ...__ r . g� �- !. ,. . .. _ � � - pp� , � _ I � -.:' "'�` L � � _ e O �. E : � - _ ti �Q > . • . . : �-- ,` - t . ;'. rs � � E ' ...n �. [2.- �- o b - , : I . -�, . . . .�. i � '� - �.- w � . � ' _ -- � . � , _ � ' � $ y: I i' � ; c i 4, :� r a � ! '"' _ p k �n _ W - rf: Y'� � �� �3 � . . � 3 t b �� l} g _ .���`_� .<a�i����_;_. _. . , , � _.._ • � ,-� . - �' o.-' _ . - i. - '. E ...._._ 4 . . : m � ; . � . . � � �...� . . . . , . _ .. _ r . � . ., . .. '� i�` � _�.� . .. " . i� b �� � _ - ~ 9 . I�� �' •g �i . ' . _1 � � � j R f • ' y �. �� � . J � �� , _ i 1.' � ,' 'Q .� � � . :% `" �, m �a � j' ,� .r, �. � . _..... , �i � . ri .. �� }, y� o � _.. _ I'_ � i m 0 . � � - 4 -�, .- '- � ..a U '�. , ' � � .' . _..' O - ; . . � - , -. ... . � _ I � Soua-ce: G�o�ogic Atlas af Texas Dallas Sheet UT Austin Bureau of Economic Geology 1' ,� � � � Approximate Boring location Niaps provided by City �f Fort Worih 1 � I 1: 0 Appro�clmate Boring location Maps provided by City of Fori Worth 92��0 Kinc Mnw Dr. oau�.7ti?s�s7 21iS78A:�7 213-G7A-022A Pu AiSutlAi"ES DAT'E: O1/28/2010 APpROVED BY: PREPARED BY: ZA RE SITE VICINITI' Chanin Rd Bridee PROJECT NO.: DRAWING NO.: DG-08-15900 PLATE 3B Project: Chapin and Cravens Boring No:; 6-1A Groundwater during drilling: --- Groundwater after.drilling: 10 feet ELEV. SOt� SYMBOLS DEPTH„ SAtvIPLER SYMBOLS FEET AND FIELD TEST DATA 5 sao 15 535 20 530 25 525 30 Shear Types: 2-2-2 42-9-4 THD = saro.2s^, 5�/0.25" TND = 50/1 ", 50/1" THD = 50/0, SQ/0 THD = 50/0, 50/0 ��� �� �����V Praject No.: DG-08-159:00 Date: 12/3/2009 E{evation: 553:9Zfeet Northing: 6;943,452.6 Station: 22+89.69 Easting: 2,360,416.6 Offset: ,'.54' LT W � Z W � SHEAR STRENGTH, TSF SO�LIROCK CLJASSIFICATION �� W� -� ■ ��� aN }°" Q`5 1.0 1.5 2A � Z fl MOISTUFtE O CdNTENT, % pLASTIC t_IMIT F--1 LIQUID IJMIT t0 20 30 40 5� fiQ 70 80 90 �;6-inchASPFIALTICCONCRETE,,,,,,,,,,,,,,,,,,,,„_,_ �' 12-inch CONCRETE. ........................................................... . ............ Very loose, yel(owish brown POORLY GRADEQ SAND (SP) with gravet and pockefs of c(ay (Fill}. 32 ........................................................�---..__.....--- 26 Brownish yellow and yellowish brown CLAYEY SAND (SC}._ 21 25 ........................................................................ .,6-inch CONCRETE .............................................. Brownish yeliow and yellowish brown C�AYEY SAND (SC).. ........................................................................ Tan UMESTONE. ........................................ ..... ................... Gray �IMESTONE. � •= Hand Penat. ■= Torvane �= Unconf. Gomp. �= UU Triaxial P�ATE 4 nssoc,�sr� LOG �►F BC�l�rNG Project: Chapi� a�-�d Cravens Project: No,: OG-08-15900 Boring Na.: B-2 Date: 12I3l2009 Elevafion: 554.35 feef Groundwater during drilfng: --- Northing: 6,943,597A Station: 24+34.12 Groundwater after drilling: 10 feet Easfing: 2�300,415. � Offset: 8.22' LT ELEV. SOIL SYMBOLS z w � DEPTH, SAMPLERSYMBOLS SOIL/ROCK CLASSIFlCAT(ON �� Z�'- SiiG,RSTRENGTH,:TSF m o w U -i�-t t-� a� y�a 0.5 1A 1.5 2.0 FEET' ANd FIELD TEST DATA ' Z o MOISTURE Q COM'ENT, % PLASTIC UMIT F-1 lIQU1D LIMIT p .................................. .... 10 20 30 40 50 60 70 80 90 ............................. �.4-inch ASPHALTIGCONCRETE. .....................................................................' Yellowish brow� � and brownish yellow CIAYEY -{ SAND {SC) with trace gravei and ferraus stains: {FiU) � 31 50 3-2-2 5 2$ Red and tan POORLY-GRADED SAND (SP) with concrete pieces (Fill) 17-50 �Tan I..IMIESTONE ................................................. sas�io ............................................ ........................ Gray LIMESTONE. sao-i 525-I THa = 5Q/0.25", 50/Q25" THD = 50/0.25", 50t0.25" THD = 50/0.5", 50l0.25" THO = 50/0.5", _ 50/0.25" Shear Types: •= Hand Penet. ■= Torvane �= Unconf. Comp. �lE = UU Triaxial PLATE 5 a�tiocinrrs .�, � .`. �. t� ��� �• , „ Project: Chapin and Cravens Borin,g �lo.: B3 Groundwaterduring drilling: --- Groundwate� a�er drilling: --- ELEV: SOlL SYMB�LS Project No.; DG-08-15900 Qate: 12/4/2009 Elevation: 695.57 feet Northing_ 6,945,767:8 Station: 4+�4,31 Easting: 2,281,984.4 �ffset: 1�_19` LT W � Z W � SHEAR STRENG7H, TSF DEPTH; SA.°APt.ERSYMSOLS SO(UROCK CLASSIFICATI�N �o wU �—�—t�i� �� � a 0_5 1.0 1:5 20 FEET' AND FIELD TEST DATA o O � 2 � MOISTURE O CONTEM, % PLASTIC UMI7 i� LICIUCD LtMIT �0 20 30 40 50 80 70 80 90 ......................:................................................. sss � Brown, stiff, CLAY (CL) with gravel and pieces o; •. aspha it : ...:. . . ... . . .... .. ... ...... . ........ . ... .. ... . .. ... .. . .. .... Grayish brown and ofi�e brown, �I�1YEY SAND �. � . '•{SC) with asphalt chunks;and.roats,,,,,,,,,,,,,,, ,,,,, " . . . .............. . ...: Qlive brown, stiff, CLAYEY SANd {SC} with gravel. • 39 s . . . . . . . ........................ Olive brown, very stiff, CLAY (CL) with sand ....................................................... Tan WEATHERED �IMESTO�tE. ....................................................... Gray LIMESTONE. ssa za s�s 0 � M 0 2s 0 0 m N 0 � � � Z � 35 m ShearTypes THD = 50l0.5", _ 50/0 �! 45 ...... 78 122 ��i � \ � L •- Hand Penet = iorvane �= Unconf. Comp. �= UU Triaxiai PLATE 6 A550 C3AT[S StliL SYMBOLS SAMPLER TYPES Soif TYP� � Thin Walied � No Recovery � 8 ' Sheiby Tube � � � � Gay Silt Sand Gravel � Spfit Barrei � Auger Modifieis e � �, �90 � Unet Tube 8 Jar Sample � Clayey Silty Sandy Gemented Constructio� Materials WQTER LEVEL $YMB�LS ��� ; � — nnnn � Groundwaterleveldeterminedduring __= nnnn — ____ ?� 7; �,��� ' drilling operations --- .� � Asphattic Stabilized Fill or Portfand Concrete Base Debr(s Cement s— Groundwater level afte�driiling in — ope� borehole or piezometer Concrete So�L �SR�4eB�1 ��ZE Particle Size or Sieve Classification Particis Size No. (U.S. Standard) Clay < 0.002 mm < 0.002 mm Silt 0.602 - 6.075 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 - Z00 mm 3 in. - 8 in. Boulder > 206 mm > 8 in. DERlSiTY OF COHESIONLESS, S�IL.S CONSISTENCY OF COHESIVE S01LS Pertetration Undrained Shear Descriptive Resistance "N" * Consistencv Strength (ts� ?erm Blows/Foot very Sofi 0 - 4.125 Very loose 0- 4 Soft 0.125 - Q.25 Loose 4- 10 Firm 0.25 - 0.5 Medium Dense 10 - 30 Stiff 0.5 - 1.0 Dense 30 - 50 Very Stlff I.0 - 2.0 Very Dense > 50 Hard > 2.0 PEtdETR�►TION F2ESISTAP9CE 3/6 Biows required to penetrate each of three consecutive 6-inch increments per ASTM D-1586 * 50/4" If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted dJ18" Samp(er penetrated full depth under weight of drill rods and hammer * The N value is taken as the blows required to penetrate the final 12 inches iERIViS DESCftIBINE� SOIL STRUCTURE Slickensided Fracture pianes appear polished or Intermixed Soii 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 Iittle resistance to f2cturing Calcareous Having appreciable quanGties of calcium Induslon Small pocketsof differenGsoils, 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 Inciusion 1/4 inch to 3 inches thfck ozoow�tin.a,�-o.. Dallas, Tti 75?47 extending through the sample na-�-�s-o2>_z Layer Inclusion greater than 3 inches thick nSSOCinTCS -13-b7S-0Z28F� extending through the sample Caminated Soil sample composed of alternating KEY TO TERMS AND SYMBOLS partings of different soil type USED ON BORING LOGS Stratifled Soil sample composed of alternating seams or layers of diFferent soll type PROJEC'f NO.: DRAWIIVG NO.: DG0815900 PLATE 7 ROCK TYPES ■��a. - . - ��i� ■���i ��t� ���l� ���i ■..�.. - - -. .��. ..... . �►io■ �.���. .��� oiav�o. , ...... ■v�v�o. _ _ � ���ic� ii�iii " ' �_ Shale Weathered � Shale —_—�1—_�—_ Dolomite . . - �' - - - . . . - s! ►�����1 ' :�eoi /���1 SOLUTlOtV APID V�ID CONDITIOWS Void Interstice; a general term fo� pore space or other openings in rock. Cavities Small soluaonal concavities. Vuggy Containing smalf cavities, usually lined with a mineral of difFerent composition from that of the surrounding rock. Vesicular Containing numerous smail, unlined cavities, formed by expansion of gas bubbles or steam during solidification of the rock. Porous Containing pores,interstices, ar other openings which may or may not interconnect. Cavernous Containing cavities or cavems, sametimes quite large, Most frequent in limestones and dofomites. SPACING Very Ciose <2" CEose 2"-12" Medium Close 12"-3' NJide >3' REFERENCES: SAMPLER TYPES , Thin-Walled Tube mRock Gore � Standard Penetratiorr Test � TND Cane Penetration Test HARDNESS e Auger Sample � Bag Sample Friable Crurnbles under hand pressure Low Hardness Can be carved with a knife Moderately Hard Can be scratched easily with a knife Very Hard Cannot be scratched with a knife 1�EATHERING GR�DES OF ROCi{IUiASS ti� Siiqhtiy Discoloration indicates weathering of rock materia{ 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. Completely Residual Soil � � • INCLINATION Horizontal 0-S 5haliow 5-35 Moderate 35-55 Steep 65-85 Verticai 85-9Q (1} British Standard (1981) �ode of Practice for Site Investigatian BS 5930. (2) The Bridge Div., Tx. Highway DepL. Faundation Exploration & Design Manu�i, 2nd Division, revised ]une, 1974. Information on each boring log is a comgilation of subsurface conditions and soil and rock classifications obtained from the fie(d as well as from labaratory 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 oniy to thase observed at the times and piaces indicated, and may vary with time, geotagic condition or construction activity. Ail rock material is decomposed and/or disiniegrated into soil. The original mass structure is still largely intact. All rock material is converted to soil. The mass structure and materiai fabric are destroyed. SURFACES Slickensided Pofished, grooved Smooth Planar Irreguiar Undulating or granular Rough Jagged or pitted BEDDING T!-l1CKPIE�S �z} Very Thick >4' Thick 2�-4' Thin Z°-2' Very Thin Z/2"-Z" Laminated 0.08"-1l2" Thinly Laminated �fl•�$" 9200 f:ine Mhur Dr. v�n�,'rx �sza� _ia c�s�aa� n�aOcurEs 21J-678-0�28Fu KEY TO TERMS AND SYMBOLS USED ON BORING LOGS PRO)ECT NO.: DRAWING NO.: DG0815900 PLATE 8 � � N 50 t� d .ti U � � G.` c. O .`�"�. C � x x r � � a a c� � �' b �' � Q � p s, � � D � Q •U���i �0. U .� ? �� � � � b o �,� � .� � vH°'n " o x:=�w � G � °° c � N x � x � � :—i O v � � � � o � o , o x � a4 �. � U � "' w O X Lr � W c.J t/i 3�. LJ N �� .y .� � � � �ro O � plVj O � IG� C.� �7 q �1 �J �I�I� N r y b � � Q � � � iJ X '.s] � � O � ..� � � "'� ^ O :C Gii U k W ��w, � '� "'� U t,n O GL f' O j" y w `�'� � ,n d' ..J . �j ? y C�1 Q�`j � O .4' c� U - p �°� II w � �y O � � w 4J �� �" � r N O .� "� ..a +� U y C � f+ y �+" y�i,+ .t°i � r k v � w � +-3 �6i 'C7 O V�1 'i'' „�„ N m � ap +� � "•' � +� � � 0. p � •M � au � .^.. rn m N � a r i.. m°"+ � `" � �s � � � o w. »� �s°�.x w � r� H o� � �� � o � il II a� � a a�. P�.i, � , � 4.. 4, � � p a a m II U v . _ x >o = � C .-+ F: f.' Q O bll � U � � � N c6 O ��' 'n � U A � GY1 � � X � � �y � {,7 vJ a O � � � w o, ;,^.� r � � o cJ '� � � .. a � ,., .. a O � d U O� �'� Q" Q � W a� cS bD ti y C G�p � 4ll .� � . .0 cU U .�.�i C1D 7-� N q^�" l".� X .4" �.�, �C � 0 2 � � UW Gy � o P+-v� HO � cTyU � �> tU C/l +� � DC � W p Vl CV 6 u Ca G-1 C:7 . j II " II II II iI a u m b ++ � � w x w � � CL w ..� 7 , c m e� �i v � T. U1 ' 2' 0. .y a d 4 F ° d D z APPENDIX A SUl��iIV�ARY OF LABORATORY TESTING laESULTS � G � � v �a Q. m � ar a� � �L m N C d i �s L vy � X � d � y'"' O a o � V�� o � C � .Q � o U u,�. 0 c ;� ' O d � � � .� Q � a. J Z Y � �� �- �n n m m c� �n � � o 0 0 � � � o � °' a a � � u N � o � � w S� 41 N c0 � N.- Ct� � C' fV 6� c�") oJ tYC = a CO Ch �� 00 N tn CO {�! CO 1�. ln ,}� p <-<-�-�r- r- �� LV U r a`�i c � o�o � � .'ra'. `"' O � � d N � N � fS. � cN N N N M N r� �t I� 0 a � x� � �� ti ti� ti ti ti � ti � X� O O � O O O 6j O O N N O D O O O O O � � a � � � � °�-° N U `� �� O<- N M CO Cfl � � � � � � � 4. � � �'� r. c� in m d- �- �� �- N N CV M d' ..� � ..L. N c�'3 tC> [� � <- N M U� O tV M d' ln Gfl i� c0 O) C a� � � � d Q Q Q Q N N CV N M M M M M M M M M � O r �"' r r' r � � � � e . . � t � � e �� m m m m m m m m m m� m� m{� m m m m GEOT]EGANYCAL EXPLORATiON on Sewer Aerial CrQssing and Junction Cravens Road and Quai1/Willard Fort'Worth, Texas ADDULA Repart IYa. H141326 Prepared for: KIMLEY-HORN & ASSOCIATES, TNC. 80l Cherry SVeet, Uni� 11, Suite 950 Fort Wor�h, Texas 76102 At�en[ion: Mr. Jahn Atkins, P.B. December 16, 241 Q Prepared By: ADDULA CONSULTING ENGINEERS 2209 Wisconsin Street, Suite 3fl0 Dallas, Texas 75229 �I 4 �;. ���� ADDULA EDHSULTIN& � � � � � � � � � Kimley Horn & Associates, Inc. 801 Cherry Street, Unit 1], Suite 95Q Fart Worth, Texas 76102 .Attention: Mr. John Atkins, P.E. Ti l- y?'. i88.164f► Fnr: 97'.3i113.1 b44 �ti'1117'.tl[f[�tfif7.L'R11! Re: Geotechnical Exglorati�n Sewer Aeriai Crossing and Juncti4n CravensRoad az►d QuaillWiliard Fort Worth, Texas ADDULA Report No, JK141326 Attached is the regort of the gsotechnical explaration performed for the project referenced above. This stuc3y was authorized and perfarmed in accordance with the Standard Agreemen[ for Professional Services between Kimley-Hom and Associates, Inc. and ADDULA CONSULTING ENGINEERS, LLC. dated November 17, 201 Q. This report contains results af field exp(orations and laboratory testing and an engineering interpretation of these with respect to avaitable projeci characteristics. The results and analyses were used to develop recommendations ta aid design and construction of a new sewer aerial creek crossing and a new sewer junction structure. ADDULA CONSULTING ENGINEERS, LLC appreciates the opportunity to be af service on this project. Tf we can be of further assistanee, such as providing materials testing services during construction, please contact our office. Sincerely, �,� pc -rq,� .- ir i ��� � rC t ;ti »...... 44592 �I p,R/pc Copies: (2) Ctient Grotertixicul '2jJ91f7sa»r_rin Sfrcct i'OlfSll!lCllOti l�iRfG'Tflf�S �St!!tt .3�1r% Erovis�rarrs�rstaA Dutdns. Tr�crn 75Z?l December 16, 20] 0 Addula Consuiting Engineers, LLC T�3PiE Firm Na. 11220 Jim L.1-Iillhouse, P.E. Vice President � Harsha AdduIa, MSCE President _ . �- ,-�� � � � �� - ` ,�— : _ � , �, _ : . - � . � � _ .� ..., �, .._ � . .. _� ��� �� _.�� �__ � _ �___t�__ . _�_. �.�� ., ,. ._ ._.. . _ �_�__ . �. ..�._.�.��. �4t. ,�_.__��_._.�._._u_�v_,�._._.r�_: .�___._ �;: F TABLE QF CONTENTS >On .r�.1`�u DULA REPQRT 1VQ. H1:01326 1.0 PURPOSE AND SCOPE .............................................:......................................................1 2.4 PR03ECT CHA.R..ACTER.ISTI�S ........... ........... ............................ ................1 3.Q FIELD EXPLt?I2hTI�IV .....:.:. .......:: ..:.::... .....:.:: :......:. ......... .....:♦............. ................1 4.0 LABORATORY TESTS ...........................................�,..................._....................................2 SA GENERAL SUBSURFACE CONDITI(?NS .......................................................................2 6.0 DESIGN RECOMMENDATIONS .......................... .........................................3 6.1 Dri{led, Straidht-Shaft Piers—Aerial Sewer Grossing (Boring I and2} .................3 6.2 SeismicConsiderations......., .................................................. ..........4 6.3 Junctzan Structure (Vicinity of Boring 3). .. .... ... . ... ... .. . . ... .. . . . . . ..... . . . .. . . . .. . ... .4 6.4 Excavation for Sewer Junction Structure (Boring 3) ... ........... ........ ........ .. ...... .5 6.5 Groundwater . . . . . .. . . . . . . . . . . . . . . . . . ..... . . . . . . . . . . . . .. . . . . . . . . . . . . . . ... . ... . . . . . . . . . ... . . . . . . . . 6 6.6 Drainage .......................................................................................6 7.0 GENERAL CONSTRUCTZON PROCEDU.RES AND RECOMMENDATIOIVS.. .... _... ..7 7.1 Site Preparation and Grarling, and Excavation ....................... ............. .. .... ....7 7.2 Foundation Excavations ... ..... .... ... . ... ......... .... . . ........... .... .... ... . .. ......... .8 73 Fill Compactian ............. ........ ................ .. . ...... .... ....... ......... ...... .... ....9 8.0 LINIITATIONS . ... .. .. ... . . . . .. . .. ... ...... . . ... .. . . . . . ....... .... . .. . . .... . . .. . . . .. . . . .. . . . . .. . . .. . ...10 APPENDIX A-1 Methods of Field Exploration Boring Location Plans — Figures i and 2 B-t Methods of Laboratory Testing Log of Boring Sheets Key to Soil SymboIs and Classifications ,4DDCTL,A Repart I�to. H14] 326 I.0 PURPUSE A1�D SCOPE ;��� The purpose oi this geotechnical e;tploration is to evaluate some :of the p}rysical a.�d engineering properties af subsurface materials at fihe subject site with zespec� io formul�t�en of appropriate geotechnical desiga garameters for #he progosed constrciction. The field expl�ratian was accompiished by securing subsurface samples from widely spaced test borings performed at the proposed constructian site. Engineering analyses were performed from results of the field exp�ora�ion and results af laboratory tests perfomned on representative samples. A1so included are general camments pertaining to reasonably a.�ticipated construction probiems and recommendaiions cancerning earthwark and quality control testing during constrc�ction. This inforrnatian can be used to evaluate subsurface conditions and to aid in ascertaining construction meets proleci specif cations_ Recommendatfons provided in this report were developed frorn infarmaiiQn obtained in test borings depicting subsurface canditions only at the specific boring tocations and at ihe particular time desigr�ated on ihe logs. Subsurface canditions at other locations may differ from those observed at the boring locatians. The scoge of wark may not fully define the variability of subsurface materials that is present on the site. 7'he nature and extent of variations between borings may not become evident nntil construction. Tf significant variatians fhen appear evident, our off ce shauld be contacter3 to re-evaluate our recommendatians after performing on-site abservations and passib[y ather tesis. 2.0 PROJECT CHARACTE�tiSTICS It is progosed to canstruct a new sewer aerial crossing across an existing creek lacated east af Cravens Road between E. Beny �treet and Dowdell Raad, and a sewer junctian at the intersection of Willard Road and Quail Road in Fort Worth, Texas. Site plans illustrating the general outline af the proposed sites are provided as Figures 1 and 2, the Boring Location Plans, in the Appendix of this report. According to the current avaiIable infortnatiarz, the depth of sewer in the vicinity af the aerial crossing {vicinity af Borings 1 and 2} is about 14 fi and the depth of the sewer junction structure (vicinity of Boring 3) is ahout 25 ft. 3.4 FXELD EXPLORA,TION Subsurface condiiions at the prQpased aeriai se�ver crossing and junction structure were explored by drilling a total of three (3) test barings in general accordance with ASTM D 420 to a depih of' 40 ft using standard rotary drilling equipment. Borings 1 and 2 were driiled at the proposed aerial sewer crossing and Boring 3 was drilled at the proposed sewer juncTion structure. The approximate locations of each test boring are shown on the Boring Location PIans, Figure I and 2, encdosed in the Appendix of this report. Details of drilling and sampiing operations are briefly summarized in Methotis oiField Exploration, Section A-1 af The Appendix, � ADDt7LA Report No. HI OI326 :�� t` z• ;'��:�� ��,' Subsurface types enco�sntered during �}-ie field.exploratian are presented on Log of Boring sheets included in the Appendix of this report. The boring logs contain our Field Technician's and Engineer`s interpretation of condit�ons believed to exist between actua] samples retrieved. Therefore, these boring IoDs contain bath factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual tra:nsiti�n between strata may be gradaal. 4.0 L�I3aRATORY TESTS Selected sarnples of the subsurface materials were tested in the laboratory to evaluate their engineering propertzes as a basis in providing recommendations far foundation design, trench excavations and earthwork cQnstruction. A brief description of testing procedures used in the Iaboratory can be found in Me�ods of Laboratory Testing, Section B- i of the Appendix. Tndividual test results are presented either on the Logs of Boring or on summary data sheets also enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDTTXONS The praject site lies in area of AIluvium and Flu��iatile tenaee deposits and Grayson Marl and Main Sixeet Limestone undivided Formation. The Fluviatil� ter:ace deposits consists oF predflminantly sand, siIts, gravel and some clays. The Grayson Marl and Main Street Fvrmation genera.11y consist of limestone with interbedded shale. �/ariable thicknesses of moderate to high plasticity clay soils are generally present over the limestone and/or shale associated with this Formation. Borings 1 and 2- Aerial Sewer Crvssarag Subsurface material encountered in Borings l and 2 generaIly cansisted of clayey sand underlain by sandylsilty clay and deeper limestone. Based on visuaI observation of the soil samples the upper 4 ft and 2 ft of clayey sand at Borings 1 and 2, respectiveiy is considered fiIl. Tan timestone was encour�.tered at a depth of about 9 ft and gray timestone was encountered at depths of abaut 10 ft and ] 1 ft as measured from existing grade. Mare detailed stratigraphic information is presented on the Log of floring sheet attached to this repori. i3oring 3 — Sewer ,Iuezc�ion Structure Subsuzface materials encountered in Boring generally eonsisted clay to a depth af about 6 fr underlain by sandy/siity cIay to a depth of about I6 ft, shaly clay to a depth of about 2Z ft and deeper gray limestone. Gray lirnestane encountered at 22 ft extends to the baring terminatian depth of abaut 4Q ft. More detailed stratigraphic information is pzesented on the Log of Baring sheet attached to this report. The clayey sand encountered at the aeria] crossing site is relatively permeable and is expected to a have a more rapid respanse to water movement. However, the clayey soils and limestone are relatively imp�rnzeable and are anticipated to have a slaw response to water movement. Therefore, several days of observation will be required to evatuate actaal groundwaier levels within the depths exp(ored. Also, the groundwater level at the site is anticipated to fluctuate ---_- _-._. _....___ ._ _._.._...____.__ _____. ,______. __..___. .... __ __ __ ._.____.___�___._�____ ------- - ---.. __ 2 AI?DULA Report No> H I O I326 � s�onaily depend'rng on the amaunt af rainfail, water level in fhe existing Lake Arlingtcn, prevailing weather conditions and subsurface drainage characteristics. Durine field explorations, iree groundwater was encauntered on drilli�g tools at a depth of about 6 ft belaw existing grade; and in the apen borehale immed'zately upon complet�on at a depth about 37 fE. Free groundwater was not encountered in Borings 2 and 3. It is common to detect seasonaI groundwater in fill materials, from natural fractures within the clayey matrix or ir_ the granular soils, near the soiUrack (limestone) interfaee or fram fractures in the rock, particularty during or after periods of precipitation. If more deta�led groundwater information is required, manitaring wells or piezometers can be installed. Further details conceming subsurface materials and conditions encountered can be obtained from the Log of Baring sheets pravided in the Appendix of this report. b.0 DESIGN RECOMMEI'�DATY�N� The following design recammendatians were developed on the basis of the previously described Project Characteristics (Seciion 2.0) and General 5ubsurface Conditions {Sectian 5.0). If project criteria shauld change, including locations af rhe proposed structures, our office shauld conduct a review to determine if modificatians to the recommendations are requzred. Further, it is recommended our affice be provided with a eopy of the final pPans and specifications for review prior to construction. 6,] Dr�i�ed, S�rai�ht-Shaft Piers —�erial Se`ve�- Crossing (Boria��s 1 and 2i Our findings indicate the strucfi.ual frame for the pzoposed aerial crossing cauld be supporfed using a system of drilled, straight-shaft piers bearing in gray limestone. Gray limestone was encountered in Barings 1 and 2 at degths of about 11 ft and l0 ft respectively. 5traigkt-shaft piers should bear at leasi 2 ft into the urxderlying gray limestone. Deeper penetrations may be required to develop additiona( skin friction andlor uplift resistance. Piers bearing at leasi 2 fi into the gray limestane can be dimensioned using a net allowable end-bearing pressur� of 40 kips per sq ft and skin friction (in compression) of 5 kips per sq ft. The skin friction component should be appiied only to ehe portion of the shaft located in the gray limestone (neglecting the upper 2 ft of gray Iimestone) and the portion of the gier below any temporary casing. In addition, all piers should extend a minimum of 5 ft below the bottom of the creek and at least beyond the creek scour depth (if any}. Further, the minimum clear spacing between piers should be at least two pier shaft diameters to develop the full load carrying capacity irom skin friction. The abave bearing capacity contains a factor of safety of at least 3 considering a general bearing capacity failure and the skin friction value has a factor of safety of� at least 2. Narmal elastic sett�ement of piers under loading is estimated at less than aboui '/z inches. Each pier should be designed with sufficient fizll-leng#h reinforcing steel and a sufficient embedment info the gray limestone to resist the uplift pressure (soil-to-pier adhesion) due _------_ ___---- _.--.. �_ _ -__ . .._____.____ — _�___---- ---. 3 ADDULA 1ZeportNa. HIO`1326 �� `�;�� � to potential soil sweli aiong the shaft from �ost canstruction heave and o�her uglift forces applied by structural loadings. The magniiude of uplift adhesion due ta soil swell along the pier shaft cannot be defzned accurately and can vary according to the actual in-p}ace �oistur� egntent of the soils during eonstruction. It is esfimated this uplift adhesion wili no� exeeed about I.5 kips per sq ft. This soil adhesion is approximated to acrt unifarmly over the upper 9 ft of the gier shaft in contact with c]ayey soils. The uplift resistance of each pier can be computed using an allawable skin friction vaIue of 4 kips per sq ft acting uniformly over the portion of the shaft bearing in the gray limestone. The top 2 ft of gray Iimestane below fnal grade should he neglected in computing the uplift resistance of each pier. Also, uplifl resistance should onty be considered for the portion of the shaft in gray limestane below th,e bottam of temporary casing. This upliff resistance vaIue has a factor of safety of at least 2. Any piers caps associated with the piers should be formed and not cast in earthen trenches. Pier caps should be fozmed with a nominat 4-inch void at the bottom. Commercially available eardboard box forms (cartons} are made for this purpose. Arior to concrete placement, cartons should be inspected ta verify the� are firm, properly placed, and capable of supparting wet concrete. Sorne type of permanent soil retainer, such as pre-cast concrete panels, should be provided to prevent soiIs adjacent to pier caps from stoughing into the va:d space. Additionally, backfill soils placed adjacent ta pier caps must be compacted as outlined iza Sectian 7.3 of this report. 6.2 Seisrnic Cons'tderations The Site Ctass for seismic design is based on several iactors that include soii profile (soil or rock), shear wave velocity, and strengfih, averaged over a depth of ] QO ft. Since our borings did not extend to lOQ-foot depths, tive based our determinations on the assuznptian that the subsurface materials below the bottom of the borings were similar to those encountered at the termination depths of the deegest borings. $ased on Table 1613.5.2 of the 2006 International Buildzng Code, we recommend using Site Class C(very dense soii and soft rack) for seismic design at this site. 6.3 J�anction SYructare ,�Vzciraity of Borin� 3� The floor for the proposed junction structure in the vicinity of Boring 3 will be at a depih of about 25 ft. Based an the subsurface eonditions encountered, we expeci the floor of the proposed junction structure will be supported on limestone. The net inerease in load at the base of the junction structure is likely negligible, considering the weight af soil and rock removed to install it. Therefare, provided the grovnd surface over and adjacent to the junction remains at abaut the same level that existed prior to construction, and no additional Ioad from a new structure is placed over the junctian, we expect post-construction settlements of the junctian siructure to be negligible. _____--. ___ ._ �--------- _ _______----- -- ----._ _ _ � _ __ -- ---- ADDtJI.A.Repart No. H 10132� �;: � `Y<. Groundwater was �o# encountered at't�'�z bQring for the junction structute. However, the groundwater leveI c�uld change, or the backfill' used for the junction structure could become saturated, resul#ing in a passible buoyant foree on the stzucture. We recommend. the structure be designed for *his condition. The buoyant farce will be resisted by the weight of the structure. If additianal. uplift resistance is requ�red, the hase a:�d/or walis may be thickened to increase the weigl�t of the strucivre. A:lso, the base could be widened beyond the edge of the structure to utilize th.e v�eight of 6ackfiti soil to resist uplift. Tt�e zone of backfitl extending up from the edge of an extended base at an angle af 15 degrees back from verticai can be cansider�d for resisting uglift. A submerged unzt weight af backfill of 53 pcf can be used for this purpose. Rock anchors could alsa be considered for resisting uplift. We would be pleased to discuss rock anchars for this purpose if desired. ADDULA should observe and tesE the subgrade soils/rock during foundation construetion to locate unsuitable materiats that couid be encountered in excavations %r the junction and ta �erify conditions are as anticipated in this report. Unsuitable materials encountered at the faundation bearing [evel should be removed and replaced with lean concrete {about 2,000 psi sirength a� 28 days). 6.4 Excavation for �ewer Junetian Strnctvre fBoran� 3) According to current plans, the prapased jvnction stnicture is planned at a depth of about 25 ft. Results of the test boring (Boring 3) indicate clayey soils and limestone wil! be encauntered within the depth of ihe excavation. The clayey soiis contain numero�s planes of weakness. Locally, this matrix is known to be unstable unless cui at reasonabiy flat slopes. Sudden and un-farewarned collapse of even shallow trenches (i.e. less than 5 ft) can occur unless trench walls are cut at safe slopes. All excavations should be braced, shietded, or cut at stable slopes in accordance with Occupational Safety and Health Administrafion (OSHA) requirements. Excavations greater than ?0 ft deep must be designed by a Iicensed engineer experienced in that type of work. Braeed excavation systems can be designed using a uniform apparent lateral earth pr�ssure envelope of t, t 00 psf for the fulI height of ihe retentian system. No unusua3 psoblems are anticipated excavating the cfayey type soils where graundv�rater is nat encauntered or where it is contralled. Limestone was generally encountered in Boring 3 at a depth of abQut 22 ft an:d extends to the boring termination depth of about 40 ft as measured from e�cisting grade. Based on the praposed junctian structure depth, we expect liznestone to be encountered during excavation. From our experience, tE�e gray limestone is generally harder and the di�culty in excavaiian wiIl increase witll depth. Rock excavation methods (incIuding, but not Iimited to rock teetll, rippers, jack hammers, or sawcutting) may be required to remove limestone. The cantractor selected should have experience with excavatian in this limestone. _ _ .._. _. __ _ . _-- . _._ . _ _ ... . _.. .--- -- _ __. _ _ _. . ____.... _ ---- - __ __ ___ __------ _. _ 5 ADDULA Report No. H101326 6.5 Groundwater r, ',� ��� w�� Groundwater was not encountered in Boring, 3 performed for the junction structure. Haweve�, from our experience, groundwater cou�d be encountered during excavat�on at `ihe proposed jemction structure a.�nd at other general excavations at these sates. The risk of encat�ntering: seepage increases with degth of excavation, the duration the excavation is apen, and dnring or after periods of precipitatian. Standard diversion methads, and surnp pits and purnping rnay be adequate to cantra] seepage on a local basis. However, supplementa] dewatering techniques may also be required. Supplemental dewatering measures could consist of submersible pumps in slatted casings and we11 points. In any dewatering rne#hod, care must be taken to provide the correct filtering around each dewatering well to prevent the migration of fines and Ioss of ground around the well. The need for these or other de-va-atering devices should be carefully addressed during construction. Dewatering systems should be designed by a licensed professionaf engineer experienced in that type of wark. The contractor should have an excavation and groundwater control plan in-place prior !o beginning wark at Lhis site. A conlractor experienced in this area should be selected for construction and installation of the planned sewer Zine and junction structure 6.6 Draina�e Adequate drainage should be pravided to reduce seasonal variations in moisture content of subgrade soils. Final grades wifhin 5 ft of the pavement shauld be adjusted ta slope away from the pavement at a minimum slope Qf 2 percent. 1Vlaintazning positive snrface drainage throughout the li€e of tl�e p�ve�nent is essentia�l. - _...____�____ __ ____-------_.---------__---�-- _ .__ _- - ...__... -- G ADDULA Report I�ta H10I326 � =$ �; 7.0 GENERA.L CONSTRUCTIOlY PRQC�DURES AND RECOMMENDATIO�IS Variations in sul�surface conditions could be encountered during construction. To permit conelation between test boring data aad actual subsurface conflitions encount�red during consttuctian, it is recornmended a registered Professioaal Engineering firm be r�tained to observe construction procedures and materials. Same construction problems, particularly degree or magnitude, cannot be anticipated until the cc�urse of construcdan. 1`he reco�nr.lendatior�s Qffered in the folIowing paragraphs are intended not to limit Qr preclude other conceivable saiutions, but rather to provide cur observations based on our experience and understanding ef the project characterisfics and subsurface conditions encauntered in the borings. �.I Site Prenaraiion, Gradin�, and lExcavaiion A11 areas to receive new ftll should be properly prepared. After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed soil subgrade should be carefully evaluated by prohing and testing. Any undesirable material (organic material, wet, soft, or loose soil} still in place shauld be removed and replaced with we11-compacted maie�ial as outlined in Section 7.3. Prior �o placement of any fill, the exposed soil suhgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in SecEion 7.3. IE`fill is to be placed on existing slopes (naturaI or constructed) steeper than six horizontal to one vertical (6:l), the fi11 materials should be benched into the existing siopes in such a manner as to provide a minimum bench-key width of five (5} fee2. This should provide a good con#act between the existing soils and new fill materials, reduce potential sliding planes, and aliow retative[y harizontal lift placements. Slope stability analysis of eznbankments {natuzal or constructed) was not within tlie seape of this study. All excavations should be shored, braced or cut at stable slopes in accordance with Occupational Safety and Health Administration (OSHA) requirements. The contractar should provide an excavation safety pian to the Client. Due to the naiure of the sandy and clayey soils found near the surface at the borings, traff c of heavy equipment (including heavy compaction equipznent} may create p�zmping and general deteriaration of shallow soils. Therefore, some canstrucfian di�culties should be anticipated during periods when these soils are saturated_ ___ _.__ __. ________.____._ _______._ ,.. _ �_._ __.____.�._____.. --_------_.___� ._.__._. _ __. -- ---- ____ 7 ADDULA Report No. H� 01326 7.2 Foundatian Excavatians fi&t:. °° `�r : �R n� AIl faundation excavations should be moniiored to verify foundations bear on suitable materiai. The bearing siratum exposed in the base of �il foundation excavations shouid be protected against any detr�mental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations s�ould be placed as soon as practical affer the excavatit�n is made. Preferably, driIled - piers should be e,ccavated and concrete placed within $ hours after the design penetratian into the bearing stratum is begun. Pralonged exposure ofthe bearing surface to air or water will result in changes in strength and compressibili�y of the bearing stratum. Therefore, if delays occur, drilled �iers shauld be slightty widened a.nd de�gened to provide a fresh penetration surface, or a new {deeper) Full penetra�ion should be pravided. All pier sha#Ys should be at least 1.5 ft in diameter to facilitate cleaa-out af the base and proper monitoring. Concrete placed in pier holes should be directed through a tremie, hopper, or eqnivalent, Placement of concrete should be vertzcal through ihe center of the shaft without hitting the sides of the pier or reinforcement to red�sce the possibi[ity of segzegation of aggregates. Concrete placed in piers should have a minimum slump of 5 inches (but not greater than 7 inches) to avaid potentiat noney-combing. Observatians during pier drilling should include, but not necessarily be lirnited to, the fotlowing items: Verification of proper bearing sirata and consistency of subsurface stratifieafion with regard to boring logs, Confirmation the minimum required penetration inio the bearing strata is achieved, Complete removal af cuttings from bottom of pier hoIes, Proper hanaling of any observed water seepage and sloughing of subsurface materials, No more tban 2 inches of standing water should be permitted in the bottam of pier holes prior to placing concrete, and Verification of pi�r diarneter and steel reinfarcement. Groundwater was encountered in Boring l ai depths of about 6 ft (during drilling) and 37 ft(immediately upQn completion of the boring}. Groundwater seepage could be encauntered during pier instaIlation, and the risk of encountering this seegage is increased during or after periods of precipitation. Hence, temparary casing witt likely be required during pier drilling operations for straight-shaft piers. The casing should be properly ___._.__ _ __ .._ ____.---------____ __.__._. _ _.__------ _ . ..._._._--__.. _ . ....____.__ ------�__'__ _____-- _ --- _ g ADDU�A Rep�rt l�o. H1(}I326 ' '� ,; ,. �� seated belo�v the groundwater seepage, and all gro�zndwater and soii should be removed from u�� cased excavation prior to beginning the design penetratian. As casing is extracted, care shauid be taken to maintain a positive head of plastic concrete and minimize lhe potential fot intrusion of water seepag�. Gr�undwater can aiso occu� within fractures in the bearing stzatum and tlus may require extending the casing and deepening tbe piers. From our exgerience with sirnitar soil and rock conditions, sometimes groundwater cannot be controlled by the use of casing, and underwater placement of pier concrete may ue required. Special mix designs are usually required for tremied or pumped cancrete. Proger concre�ng pracedures shoul� include glacement af concrete £rom flie bottom ta the iop of the pier using a sealed tremie or pumped concrete. The treznie sh�uld be maintained at least 5 ft into the wet eancrete during p�acement. It is recommended a separate bid item be provided for casing and undenuater concrete placement on the contractor's bid schedule. Pier drilling contractors experienced in similar soil and groundwater conditians should b� utilized for this project. 7.3 Fili Compaetion Site clayey soils used as backfzil within the portion of excavations within 10 fl of the final site grade should he compacted to a minimum dry density of 95 percent af standard Proctor m�imum dry density (ASTM D 698). The compacted moisture content of the cIays during placement shouid be within the range of Q to 3 percentage points above optimum. Filt/backfill placed b�law 14 ft should be compacted to at least 700 gercent of standard Proctor maximuzn dry density (ASTIvI D-698) and within 2 percentage goints of the material's optimum moisture content. Clayey materials used as fili should be proeessed and the largest particle or clod should be less than 6 inches prior to compaciion. Settlement of backftll should be anticipated. Even though backfill is properly compacted as recommended above, fiIls in excess of about 10 ft are still subject to settlements over time af abaut 1 to 2 pereent of the tatal fiIl thickness. This level of settlement can be significant especially for relatively deep utilities. Therefore, elase coordinati�n and manitoring should be per%rmed during constzvction to reduce the gotentiai for future cnovement. This wouid include proper benching of backfili into side ehcavations to limit the potentiai af differentia] movements across the trench backfill and natural s�ils. Also, fills in exeess of 1 Q ft deep should be compacted to a minimum of 100 pereent of the material's maximum standard Froctor dry density, as described in Section 7.3 FiII Compaction, below. Compaction should he accornpIished by placing fi�l in about 8-inch thick loose IiCts and compacting each lift to at leasf the specified rninimum dry density. Field density and moisture content tests should be performed on each lift. As a guide, one test per 1,�00 sq ft per Iift is recommended for the junction structure backfill, with a minimum of two (2) tests per iift. U#ility trench backfill should be tested at a rate of one test per lift pez each 2001ineal feet of trench. __-- - ,_------- - __----_ _.__.__._. __ _ _____ __._.... _ ____--___- —.._ — ---�_._ _._--- -- 9 �DDULA. Report 1�Co. H101326 8.0 LP�VtITATI01�1S � �:�:. Professionai services gravided in this geotechnical expJoration were performed, fndings Qbtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and grac#ic�s. The scope aF services provided herein does not inc�ude an environrnental assessment of the site ar investigatian for the presence or absence of hazaruous znaterials in �he soil, surface water or groundwater. ADDULA is nat respansible for conclusions, oginions ar recammendations made by others based on this data. Information cantained in thisxeport is intended �oz exciusive use o#'the Client (and #heir design representatives) and design of specific structures outIzned in Section 2.0. Recommendations presented in ihis regort shoutd not be used for design of �,�y ather structure except thai specifically describeci in this report. Further, subsurface conditians can change with passage of time. Recommendations contained herein are not considered app�icable for an extended periad of tzrne after the compleEion date of ihis report. It is recommended our affice be contacted for a review af the contents of this report for canstruction commencing more than one (1) year after completion of this report. Recommendations grovided in this report are based on aur understanding of infarmation providad by fhe Client about characteristics of the pr�ject. If the Client notes any deviation from the facts about project characteriistics, our affice shauld be contacted imrnediatelX since this may materially aiter the recommendations. Further, ADDULA is not respansible for damages resu�ting from workmanship of designers or contraciors and it is recommended the Owner retain qualified persoz�r�ei, such as a Geotechnical Engineering firm, to verify constnzetion is performed in accordance with plans and specifications. EC ADDULA Report No. H 101326 ����� ���° �3.. «�N„,rwr A-1 METHODS OF FIELD EXPLORATION Using standard rotary dziIting equipment, a�otal of tk�ree (3) test borings were performed for this 'geotec�nical exptoration at the appzoximate locations shown on the Boring Location Plans, Figures 1 and 2. The test barin� locations were staked by the CTient. Relativeiy undisturbed samples of the cohesi�ve subsurface materials were obtained by hydrauiically pressing 3-inch O.D. thin-�vall sampiing tubes into the underlying soils at selected depths (ASTM I7 i 587). These samples were removed from the sampling tubes in the fieid and examined visua!!y. One rspresentative portion of each sample was sealed! in a plastic bag for use in future visual exarninations and possible testing in the laboratory. In addition, representateve sar.�ples of granular and cahesive maierials were obtained employing split-spoon sampting procedures in general accordance with ASTM Startdard D 1586. Disturbed satnples were obtained at selected depths in the %arings by driving a standard 2-inch Q.D. spiit-spoon sampler 1$ inches into the subsurface material using a 140-pound hamrner falling 30 inches. The nwnber of blows required to drive tkae split-spoon sampler the final 12 inches of penetration {N-value} is recorded in the appropniate column on the Record af Subsurface Exploratian sheets. The Texas �one Penetration (TCP} test was used to assess the apparent in-place strengih characteristics of the rock type materials. The TCp test consists of a 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy} and is the basis for TxD4T strength cozrelations. In addition, a madified version of the Texas Cone Penetration (TCP) test was afso used in the field to determine the apparen[ in-place strength characteristics of the rock type mater�ais. rn this case, ADDULA has rnadified the procedure by using a 140-pound hammer dropping 30-inches for camplefion of the field test. Depending on the resistance (strength} of the materials, either the number of blows of the bammer required to provide 12 inches oi penetration, ar the inches of penetratian of ihe cone due to l QO blows of the harnmer are recorded on the �eld iogs and are sho�vn on the Log of Borings as TX Cone (reference: TxDOT Test Method TEX 132-E). Logs of ail borings are included in the Appendix af this report. The lags show visual d.escriplions of subsurface strata encauntered using the Unified Soil Classification System. Sampling informatian, pertinent field data, and field observations are alsa included. Samples not consumed by testing will be retained in our laboratory for at least 30 days and then discarded unless the C]ient requests otherwise. ADDULA Report I�To. H l� 1326 �� �T �:.; B-1 h�'�'HaDS OF LABORATORY TESTZNG Representatiue s�nples were examined and classified. by a qualified member of the Geotechnical D���sion and the 'bori.ng Iogs were edited as necessary. Ta aid in classifying the subsurface materials and to deterrY:ine the general engineering characteristics, natural moisture content tests {ASTM D 22I b), Atterberg-limit tests (ASTM D 4318) and dry �ut weight determinations were performed on selected sampies. Tn addition, unconfined compressaan (ASTM D 21b6} and pocket-penetrameter tests were conducted on seiected soi] san�ples to evaluate the soil shear strength. Results of aiI laboratory tests deseribed above are �rovided on the accampanying Log of Boring sheeis. 1209 I�si•onsi�r SF�ecf sttu� �no LOG OF �t}RIP1G Nv.: 1 .��, Dalfn.� Te.rar 75214 Sheet � ot 1 PJrnnr:: 97?-6�0-16�0 �a�_ y�z:.�z��_��9 PR4JEGT NO.: H101326 � D� �i � Q �r � i� ��{ � T��� n'��'+�:nd�f�r(ctcor�r E � I� ��� � � � � � �� Ctient: KIMIEY-HQRN & ASSOGiATES Location: FQRT WORTi�i TEXAS Project: 5E11Y�R RERIAL CRdSSING AND .IUNGTION Surface Elevation: $tart Date: 12/3/2010 End_Date: 12/3/2014 Longitude: Drilltng Meihod: CONTf NUOUS FLl�FfT Al1GEft i.atitude: IiamrteerDrop {ibs /in}: 140130 GROl1ND WATEFt 08SER1lATIONS q� .� � � a , X � U � t7n Rods {fi}: fi F � a� Y� ��' g'� � c 1 J c m E .c � After F}riliing (ft}: 37 a > �G � � � E � � ,� $ Z.�E'.ns .o � � t N O � -� � � SL. After Hours {ft): ,�, �� � � a d �� a o ,� �, 1 a �� � a a �� Z� � s MATERIAL OESCRiPTION Tannish Brown and Gray CLAYEY SAND with gravet-FI L!. 9 34 15 75 4,Q 5 Tannish Brown SANDY CLAY witiT gravel 5 16 �1 7.0 7annish Brown S(�TY CLAY with grave( 14 66 10 30 16 14 9.0 51 �p Tan L(MES70NE with silty clay 100 11.0 4.5.' Gray LIMESTO►VE with shale layers 15 1 QQ/ 1" 2a ioai 3.5" Z5 1 QO! 1" 30 100/ 4.75" 3� 1001 Q 5" � 40 40.0 1 ��� 0.5" TEST BORING TERMINATED AT 4� Ff 45 �?� �'7CCO1tSilY$kYel. � �� .�1u�3U� LOG OF BQRING NO.. 2 ��.. Daltas Teras 75229 5neet 1 oF 1 �` I'hU«r: 9T2-620-161Q F41: ' ��z-a2a��9 PROJECT NQ.: H10132C A a o � t� c o� s u t�r ��� ;,.,,�,t.n�<<Lla.��„� ����:����� ClienL KIMLEY HORN & ASSOCIATES Location: FORT WQRTH. TEXAS Project: SEWER AERtAL CROSSING AND JUNCT�ON Surfac.. ElavaUonc StattOata: 12l3/2d1� EndDate: 12/312010 Langitude` Oritlirtg Method: COMI�lUOUS FL1 GHT AUGER Latitude: Hammer Drop {!bs l[nj: �40 l 34 GROUND WATER QBSERVATIONS � c ,��, E� � L a? � ` �' QOnRods{fi}: NONE $' a� `�'� d c�� �m �� e��i E E _ r L� o; y a� ti r '�^ �� c a � -� � .� 1. After Driiling (H): DRY Q 'Q � �p � g o � W a � � ?�, ,s � � � Wa � _ �i U..r n, � �� J v. ro h 0 � �After Nours{k): N� x� �. ..�q�. a.z ? A J a R �- a a � 3 'a Mf�?ERIAI DESCRIPTION Tann�sh Brown and Gray Ct.AYEY SANR with gravel 4.�+ 17 and asphalt-FiLL � � 2.75 1fi Tannish Brown anci G:�y GLkYEY SnNU with :,an��� R Gay tayer and gravel 1,75 37 � • 5.d 0.75 Tan and Gray SfLTY ClAY wfth Iimeslone layers S4 9.Q �p Tart LIMES70NE �p,p_ 900 Gray LiP:±ESiONE with shale layers 5�R 100/ 15 �^ �oa� 20 3.1 " 1001 25 0.5" 1 QOt 3a 0,5" i 001 35 0.5" 100t 40 4Q.� i.5" TES7 BORING TERMfNATED AT 4� Ff 45 � �?D9 Wisco�rxilr Street Srrrt� 3oQ �o� a� gor�� N� No.: 3 Dallas, Tc.�a.s 75229 Sheet 1 oi 1 Ftrn:��� 4??-bZ4-t649 P`RQ.JECT NO.: H10� 326 � A D`D U 1 k C:` 0 N S U L T I 18 6 n'���t:�Ja�r,�ra.�p„� ��s������ Client: KIMLEY-NORN �ASSOCIATES LocaGon. FORT WORTH. 7EXAS Project: SEWER AERIAL CROSSIfVG ANI3 ;1lJM1fCTlON Surface Eleva6on: Start Date: 1213l2Q10 End Qate: i2/31201A Congl#uda: Dr3lfing Method: CQtJTiNUO+JS Fl)GHT AUGER 4.atitude: liammerDrop{Ibsf inj: 770! 24 GROUND WATER OSSERVATIQNS .� � N d ae x ` � Qi7n Rads (ft}: NONE & �, o��' � �, �... N� a � � _ �3 n�i v E n a � after Criy�ng {k): DRY a �' � � O � E � L R o �� o a o � � �° �After Hours(ft): ,E, � c`�" °'� _.� .,°'e� a �, Q � � N t� � cr �� a�� Z? 3 � c � a. MATERiAL DESCRIPTlON Brown CI.AY with some sand Z.0 4,5+ 15 48 18 34 5 4.5+ 13 ,.�..________ 8.0 Tan SANDY CLAY W 4.5+ 12 43 17 26 4.5+ 12 10 i i�.p Tan and Gray SIL�Y CIAY ��4f� 15 4.5+ 8.1 1i8 'f5 38 2i 17 16A + Tan and Gray SHAIY CLAY wifh si(t laminations 4.5+ 8,5 116 18 20 22.0 Gray l.IMESTONE with shef e layers 25 � 1201 30 100/ 0,7�" � 100! 125" Aa 40.0 1001 7EST BORING TERMit�'ATED AT 40 FT 0�25� 45 , QDduiA CDNS111'P1�I;� ��������ff SO1L & ROCK 5YN1BaLS �(CN�, High PfasGcfty CLAY �.C� � (CL}, Low Plasticify CLRY � (SC), CLAYEY SAND � (SP}, Pooriy Graded SAND � (SW}, We[I Graded SAND �(Sfvl}, SIlTY SANO I t F 7 � {ML), SlLT � (MH), Elaslic StLT � LIMESTOPIE � SNALE / tv1ARL U SANDSTONE , � (GPj. Poarly Graded GRAVEL � � (GW}. Well Craded GRAVEL � (GC}, CLAYEY GRAVEL � (GM), SILTY GRAVEL � (OL), ORGANiC SI�T � (aN}, ORGANIG CLAY � FlLL SAMLING SYMBOLS SHELBY TUBE (3" OD except whera noted otherwise) ( X I SPL1T SPOQN {2' OD except IC�I where no(ed otherwise} AUGER SAMP�.E TEXAS CONE PENETRATION �ROCK CORE (2" ID exceptwhere �oted oEherwise} KEY T4 SO1L SYMBQLS AN� CLAS�IFICATIQNS RELATIVE DENStTY OF COHESIONLESS SOIi.S (blows/fta VERY LOOSE LOQSE MEDIUM DENSE VERY DENSE 0 TO 4 5 TO 10 19 TQ 30 39 TO 50 OVER 50 SHEAR STRENGTH OF COHESIilE SOlLS (tsfl VERY SOFI" SOri FIRM STIFF VERY STIFF HARD LESS TF{AN 0.25 Q_25 TO 4.�0 O.SO TO 1.00 1.00 TO 2.OD 2.fl0 TO 9.00 OVER 4.D0 RELATIVE DEGREE OF PLASTICfTY (PI? zaw MEDIUM HIGH VERY HlGH 4 TO 15 16 T0 25 26 ?O 35 OVER 35 RELATIVE PROPORTIONS t%} TRACE L(TTLE SQME AND 1 TO 10 11 TO 20 Zi TO 35 36 TO 50 PARTICLE SIZE 1DENTiFICATIQN {DIAMETER) BOULdERS COBBLES COARSE GRAVE� FINE GRAVEI GOURSE SAND MEDIUM SAND FINE SAtVQ S(LT CLAY 8.d" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" S.OmmT03.0" 2.0 mm TO 5_Q mm 0.4mmT05.Omm 0,07 mrn TO 0.4 mm 0.002 mm T0 0.07 mm LESS THAf� d.Q02 mm GC-6.06.D Minority and V�o�nen �wned Business E�terprise Compli�nce * � . � . ; ; . CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 2011 CHAPIN ROAD AND CRAVENS ROAD BRIDGE REPLACEMENTS AND UTFLITY RELOCATIdNS City ProjectNos. 00259, 00302, 01533 Business Support TRANSPORTATION AND PUBLIC WORKS BUSINESS SUPPORT DIVISION MBE REQUIRED DOCUMENTATION RECEIPT OfFicial Date and Time � Sewer Bid Date: 7uly 11, 2013 PI'OjeCt Nallle Chapin Road Bridge at Santa Clara, Channel Bridge replacement, Cravens Road Wildcat Branch Bridge Replacement, Craven Road Water & Sanitary Project Manager: Forms Submitted Bv: Name: � Company: S.J. Louis Construction of Texas. Ltd. Forms Received Bv: Pamela Forehand F��� ��� H 7 — _ ^ — = _ ,,, ,� � _ =. ; _ � � • '^' �^ • ; '� i .; �' r, �. �. r: f � — �. ;7 r: _ �,..' � .. I � ' 7� � � i. � ,�' " n .. j ✓, — .. .� ; � � .; � � =' � — z �� � � = - � _ ,� � - � � , �. ; V .. ,;, , � _ .. � � ; � p._. � � p ; , �-- I �, T ,v � � � ���� �-, � i � �. i � ��j cL'- � � � �r..y: � r. , � � r � � � I� � �' � � I ' �"� r-- � r� � / , T � /�� �''''`` � � � � 1 � � h r� �� � � (` � �n�; ,c�- � � I C ! � � i �} �_ i:% ! I o � ` i_ � I !— � ��` � � � � , � � i �' � � r: , I ,� F , ' �- � �." � `� � � ^ � ,, ' � k: ,�'" �,.�! ; � - ,�-- I � '"l I`�' j �-. � �U.' I , ;_ , �- =, � � r ; ; I�-, i r' ,. � � -�-- � ! r' r-- � ' I 'c ; !�'` : �, � �— � ���� ' ; � �" ; ; U., - � I✓ i �,; �: r . i �- ; , i�� ' ` �� ; � i � ?-�, � � � � � . �, � � , � �:' � : i ; � , ,�;,� � � ��= `� ` �� = ri T'" _ ^ . r= o� � � � I � � �i � O I � j y �� ; � � � I .. ; : � � �� -' � � � _ ^ � r• f I c , =. - ; :.- ; ; �' ; � � I�� c � , �_ �: � ��. V. � �� � j ' (� � I f' � 1 -- i � -.. �: � ATTACHi�AE(VT 'f A Page 't of 4 ��}I� �" d� �`�' �-� �m, , ,,,�--._. Ci�� cs# F€�� �ca��a � A„ .� , • � � :s . � �y PRER�E C4ifAPAi�Y iYAlflfE: �heck applicab6� btac6c ta eEeser`s�se prieane S.J. l.ouas �anstruction of Texas. Ltd. n�nrviaa� ;� r�orv-�nnnrros� �'R'���� ���� ihap in Ro�d at Santa Clara Channel Bridge Rcplacement. Crave�es Road at Vt�Jildcat Branch Bridge Replacement, �ravens Road Water and Sanitary Sewer g�� pa� eplaccments 3ulv 11. 2Q � 3 City's MlWSE Projeci Goal: Prirn�'s �I�tiBE ProjecE Utiliza#ean: PRO.tECT �d12�1i�ER Water Project No. P253-605170153383 1 Q��a � 2�� a�Q Sewer Project No. P258-705170533 '��- � s� b�' ;.�< ��";�- �� t s, ¢�J��„�. �ailure to co�rplet� �his �oerr, in its e�#iref�y with requested dr�c�m�ntation, an� �eceivEd by fihe �Ianagir� Qe}�arts�er�t on or Iaefare 5:t}t3 p.m. �ve {5} Giiy busi�ess d�ys ai��r �€d openir,g, vxc��sive of �ic� capen�ng �af�, wi!! resuft in it�e bid beir€g �ansid�rer� non-resporas[v� to i�i�i sp�ci�ca�ions. The undersig�ed ���r�r a�rees tt� e�tter ir,to ��arr��al agr�emeni with ghe MtWB� f�rm{s) iis�ed e� �his uti�ization sc�eduie, cz��dstfc�ned upon �x�ccst�c�n of a confraLt with the City+ o�i �afi Wor#i�. T€�e i�itec�tiz�r��i artdior kn�urin� misrepr�s�r�tafiit�n e�f facts �s grflunds far c�rzs�d�rat'sc�n of disquaiifica�€on and w�f1 �esult �n the bid �eing consid�red nczn-res�a�r�sive fic� bi�z specifca�ions ��s tisked ttavvard meet�r�g th� prt�ject gcaa� maasf i�� 9�caied "sra ��e ¢a�rae �9� �our��y �ar4c�t�{a�e or �csra-eo�t�y cioia�g busit�ess ia� t�e t�aar�Ceiplace at t�e �€me Qf b�d. NEarketplace is tt�e geog€�aphic area of T�rrartt, Parker, Johr�s�n, Collin, Dali�s, Denton, Eiiis, Kaufman and Ftockw�li counties. 9deeatif� e�ch �"�er l�v�3. ��es� is ihe �ev�l r�f subc�ntrac�ing beic�w ihe �rri�rse cs�nt�actor, i.e., � ciir�c� payrnent fror� ��e prime �ontrac��r tc� a subconfirac�or is c�nside€�e� '9� tier, a paym�n� b�r � s€�bcantracf�s� #o its sup�lier is consi�iered �"� ��er - �; •: - � , s :� �r �er�"siica�ican means �hose fi�ns, located or doincz business at the #ime of bid op�ning �rifhin the �arkstp�ace, th�t have been determined to be bonafide minority or women b�sinesses by ihe Nosth Genfral Texas Regional Cer�ifcation Agency (NCTRCA), or the Texas �eparime�t of Transportation (TX �30�, highway division. Disadvantagec€ Busar�ess Ertterprise (�B�} is synor�ymous wiih �VlinoritytWomen Susiness Enterprise (fs��lWBE). 3f h��l��ag s�r��ces ar� �€�i�z��, �,:i��; pr��e wiIl be �iv�n credii as ]o�g as t�e ��14��� I�st�d c�r�s a�� �p�rates ai l�ast one f�lly �icensed and �p�ra�io�a3 tr�ck to be used on �he coz�tra�t. The 1�1W�E rnay €�ase trucks fror� ar�o�h�r �v➢1�lU'B� firm, ��cic��ii�g �/�BE u�vr��r-operafr�rs, and rec�i�e f�Ci �1�J�'E3� crecl3t. The �11t��E may 3ease t�uc4s� frs�m �or�-MlWSEs, inciudi�g o�rn�r-4perai�rs, i��t �il! �r�l� re�eiv� ���di� �c�r tt�e fees a�d c�rr��n€ss�a�ns earned b� th� i��V'+�BE as au�ined ir� �e Iease ac�reem�ra�. _ Rev. 5/30/03 ---- ATT'ACHMENT 1A FORT �VURTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name ; N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g B T D W E E R O B C T E A J.E. Guzman Construction,Inc. Concrete Work and 2911 Peachtree Road C.I.P Box Balch Springs, Texas 75180 Ph: (214) 309-3955 1 X $303,000.00 Fax: (214) 309-3956 Hobas Pipe USA 54" Sewer Pipe 1413 E. Richey Road Houston,Texas 77073 1 }� $53,000.00 Ph:(713)821-2200 Fax: (281) 821-7715 Misc. Water/Sewer Materials, Casings TBD 1 X � 195,000.00 Bridge Work TBD 1 X $347,000.00 Rev. 5/30/03 i FoRr ���aR7x ATTACHMENT1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name ; N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g g T D E E R O B C T E A Rev. 5/30/03 FORT ��r'ORTH � ATTACHMENT1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 303,000.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppiiers $ 595,000.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS � 898,000.00 � The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. 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 contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE 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 M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(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 and create a material breach of contract 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. Auth rized Sig e Lead Estimator Title Adam Lunsford Printed Signature Contact Name/Title (if different) S.J. Louis Construction of Texas, Ltd. Company Name 520 S. 6th Avenue Address Mansfield, Texas 76063 City/State/Zip P: (8171-477- 0320 F: (6821518-0219 Telephone and/or Fax adaml (�a, s j loui s. com E-mail Address 07/15/2013 Date Rev. 5/30/03 JUL-15-2013 15:25 SJ LOUIS P.001 1�'acsimile Cover Sheet To: J.E. Gurman Gonst.ruction, Inc Fax Numbcr: (214) 309-3955 Phone Nu�mber: (214) 309-3965 From: Adam Lunsfbrd Esrimator / Projcct Mana,gcr S.J. Louis Construction of Texas, Ltd. Date: 7/15120i3 Tvtal Pages: 1{Incl�cding Cover Sheet) Subject: Chap��a Road at Santa Clara Channel Bridgc Rcplacement, Cravens Rosd at Wildcat Branch Brid�e Replacemerct, CraveQs Road Water and Sunitary Sewer Keplaceraents City of Fvrt Worth, TX City Project Nos. OOZS9, OE1320. & 01533 Water Project No. �ZS3-60S170153383 Sewer pruject Na. P258-70S17Q1.S33 If awarded, tbis fa�c is to serve as recoTd of the intensions of 5.3. Louis Cony-truction of Texas Ltd., to �nt�r into con�act with J.E. Guzman Cc�nytruction, inc. for thc subcansracting of concrete wark an.d C.I.P. box on the above zeferenced project.l'hc estirnated cost of the work is $303,000.000. If you are in a�eement with our estimate,s and inttend ta enter into contract please si� tlus form and fax it back to Qur office at your ear�ies�i convenienec. A�reement by: 7 �S r�s Ad�uon L Lead Es a S.J. Louis Construccion of Texa.,�, Ltd_ �j ii _� ��i. . � � * ��..� .� � ..� .��_. ,�J. Lo�is Consbrcctian of Texas 1'.td, LLP P.D. Bax 834 Mansful� Texas 76063 (81 � 477-032p Offue (817) 477-0552 Fvx GC-5.p7 �Vage Ra��s ��: ;� . ` ;' . CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTiON SPECIFICATION DOCLJMENTS R6PLACEMENTS AND UTILITY RELOCATtONS Revised November 9, 20I I Ciry Project Nos. 00259, 04302, 01533 Gr�,� of �or� �l'vrth, Texas .: � . • � ! " . , i C4UNCIL ACTIC3N: Approved on 718120E?8 DATE: Tuesday, Jt�ly 08, 2008 �OG N�4iVIE: 30WAGE RATES REFEREhlGE Nfl.: �t;�-'iG19Q SUB,I�CT; Adopf 2008 P`revailing Wage Rates for Ci#y�Awarded Pubtic-Works Projects RECON1MEhIDAT[C}N: It is recommended that the City Council adopt the at�ached 2QQ8 Prevaiiing Wage Rates for City-awarded pubiic works prajects. D SI CUSS1t3N: Texas Governmenf Cade Chapter 2258 requires that a public body awarding a cantract far public works shal! deiermine the general prevaiiing rate of per diem wages for eaeh craft or type of worker needed fo execute the contra�t, and shall specifjr In the bid documents anct in the cor�iract the prevailing wage rates in that locali�y: Eacn ysar The Quoin Chapf�� of the Assaciated General Cantractars, in conjunction with the Association of Buiiders and Contrac�ors {ABC} and the American Sub-Contractors Associatian (ASA}, canduc#s a wage rate survey for NorEh Texas constructian. The attached 2008 Preva'sling tNage Rate data was corr�piied frorn thai su€vey. FtSCAl. lNFORIViATI{7N/CERTIFiCATI�N: The Finance Directar certifies that this ac�ion wil) have no material effect on City funds. �O FundlAceoun�/Genters FRC?1Vi Fund/AccouratiCenfiers S�sbmiiied for CSi�a.n�qer'� Of�ce b� Ori 6naiina De ar� tmeni Heaei: Fernando Gosta (8476} A. Dougfas Rademaker {6157} Additiona[ IRfiormation Con�acfi: Eric Bundy {7598} AG Mechanic kietper Acousticai Ceiling rAechar SricklayerlStone Masan Brfcktayer/Stone Mason F - Concrete finisher Cancrete Form Builder D a!E Mechanic D alt He[ er drywatt Taper Drywall Taper Het er Electrician {Journeymz Electrician Helper Electronic Techaician Etectronic Technician I Floor Layer (Resilient) Ftoar La er Helper Giazier Glazier Helper insulator (nsulator He[per Laborer Comtttan Laborer SkiiEed LatE�er Aainter Fainter Hetper Alasterer Piasterer __ __ _. . .. 2a08 PREVA[LING VVAGE RATES CQNS�'RUGTION INDI�STRY $2i .69 Pfumber $12.00 Plumber Helper 515.2� Reinforcirtg 5teef Setter $19.12 Roofer $9t1;10 400fer Hetper $16Z3 Sheet Meta( Worker $41.91 Sheet Meta1 Worker i�elpe $13.49 S rinkler S stem Instat(e� $13.12 5 rin�Cler S stem Installer $94.62 Steet Worker Stn�ctural $10.97 Concrete Pump Crane, C[arnsheet, Backhc $93,00 Shovet S9.�0 Forktift $20.20 Front £ncf Loader $i4.43 7ruck Driver $99.86 Welder $12.0� Wetder Hetper 52�.00 $13.40 $14.7& $i1.25 $1 a.27 �13.18 $16.10 $iq.83 ss.oa $18.85 $12.83 $17.25 S12.25 $20.43 514.96 5��.00 $14.00 $10.40 $16.96 $12.31 518.Q0 59.00 517.43 $2a.50 $17.76 $9 2.63 $4d.50 $14.91 516.Ob 59.75 GC-5.0� Permits and �tJtilities � ` , .: � : • CITY OF FORT WORTH CHAPIN ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECIFICATTON DOCUMBNTS REPLACEMENTS AND UTILITY RELOCATIONS Revised November 9, 201 I Ciry Project Nos. 00259, 00302, 01533 a��r �L . 11 �� CV1V � YRU �� l.71 A\E� 1�01�1�1E4�. 11�1\ �lYlt YA� V,l11Y1E1@l 1�,7 � al.han5wrt�aon . . . . . . . . . _ . . . . . . . . f�N HIGI�A.i� lk2�GI�T �F �t�VA'Y ��a��s� �.��� ������ ���������� ���rc������� To: ��'� �' �� �'��'�" �/��r�'� Nwy. IH 820 Permit No. U3p��'-�$- � 2 c% Kiinley-Horn 8z Assaciates, I.nc. Contro) $ Sectlon 15 $01 Clierry,Street, Unit �:I, Snife �51} �ort'Worth, Te�.as 7b102 Tixe Texas 17epartr►lent of 'I'ransporfation, l�.ereinafter called the State, hereby authorizes, CITY OF FORT WORTF3f, hereinafter catled tt�e grantee, fo (re} consh-uct public access street connection improve�ents including paving improvements, bridge removat, drainage improvem�rtts, metaf beam guard fence and attenuatars, vrire fencin;, sidewaik, rait a3�d }�edestriacz improvements, signing and pavemer►t marki�.lgs �n the highway rigtit-af-way abutting Hi�hway N'a. II-I 820 in TARRANT Coe�nty, located ON TH 820 (Souihf�ound I+ro�atage �oad) af Cha�in Roatl in Fort W4rYh, Texas. Subject to tne following: 1_ The grantee is responsible for the costs associated with the eonstruction af fhese street connection elements. 2. Design of facilitiesshall be as faliows and/or as shown on sketch= TO CONS'TRUC'1' PIJSLIC ACCESS STFiG�T C�Ni�tEC'TiON IMPRQVEMET+�TS INCLUDitVG PAVIIYG IMPROVEMENTS, BRII`,�E REM.OVAIL, 17KAINAu� tA'iPFt4VE1�1ENTS, M�TAL BIEAM GUARD E'ENCE AND AT'FENUATORS, WIRE FENCING, SIDEWAC.,K, .RAIL Ai�D PEDESTI2CAIV TMPROd'EMfN'i3, SI�NING AiVD PAVGRIF.,NT IYtAC2i{rNGS IN ACCORDANCE WIT`H Tff€G ATTACf,-H�D PLANS SEALCD SY BI2iAiV i'. BOC+:C'K%;12, !'.G. Oh1 A-5-t2 AND i3Y It'iIS"!'Y I3. CdIRCSTIAT�I, P.�. Ol�i 4-4-12. SAW CUT E'UI l, DEYT'f-i F�(3R C[IRB Sc GUTTE�i ANi� AL,UNG TE�� GDGE OF TH� i'Eii2U L.E1Ni, OI+ tgT 82ti (Soatl�bound Troxrtage Roac1} TOR THT NEW CONSTRUCTION CONNECT[DI�i. AL,L CON�Ti2UCTiON V6'ITHrN TFIE STATE RIGI{T �r WAY SF[AT L SE IlV ACCOR.IDANCE 'b�VVTTII STA.TL STA�DAY2AS AN[3 SPECII�'[CA'TIONS. �LL PAF'EMEPIT MARKINGS WITHIN TIIIG STAT6� RIGHT OE WA�' SFIALG B1E'FIIL;R1t9O-PY,ASTiC: MA"t'�',KIAL. �;5�� !�. � �' �`�e £�iW� ��a;�`�' `���g� All pi�e (CG(�li' or RGP) sa���y end ireatrrsen�s ar�c� �as� ma�erial shalt be at the iob site loca�ed offi the State rietht flf way prior to the drivevvav insfaldation. AI1 constructfon and materiats shall be subiect to inspeciion �nd approva! bv the Siate. 3. Maintenance of faciliti�s constructed hereunder shall be the responsihility af the grantee, and the S#afe resenres the right ta require any changes, rnaintenance or repairs as may b� necessary to provide protection of life ar property on or adjacent to the highway. Changes in design will be made only with approvai of the Siate. 4. The grantee shall 1�oid harmless the State and its duly appointed agents and emplayees againsi any action for persanal injury or properiy damage sustained by reason of the exercis� of this permit. 5. Except far regu{atory and guide signs at county roads and city streets, the Grantee shali not erect any sign on or extending aver any portian of the higttway right of way, and vehicle service fixtures such as service pumps, vendor stands, oc tanks shall be iocated at feast twelve 3.6 meters (12 feet) from th� right-of-way line to ensure that any vehicle servrces fram these fixtures will be off the highway. 6 This permiY wili b�come nu11 anc! void if the above-referenced facilities are not construcced within six (6) rnonths from Yhe issuance dat� af this permit. M�iF�6C ['R��E, STA"['� Il'�S�'F�TCD� 7. The grantee wili contact the State's �-epresentative �'O�dT VVi�R'ct-�, T�XAS telephone (�i7} 37Et-C909 at feast tvventy-four (24) haurs prior ta beginning the work authorized by this permif. Teas Department of Transportation DIST FTLE: � �� �� � ���� �� � ��� �' t ` t'a, � �;�. �: `� .�.t'� �°' �� � ' __ ,�,� Qistrici Engineer Date of Issuance: It�av 2, 2012 T�m� Process: 26 �)ays Signed: Date: Apri16, z012 Richard Sc�ilfer, P. E. Director of Maintenance .�.�.� ��� Texas Departrr�ent af Transportati:on a� �_�,���°°� ��� � ���;> k � i� . � ,� . ► � , _ .. . i •. � , ; , . e r . ., �.: i. . . t. .. . ., . � ���... i. �. � , . t -� x r , �.�r- �- i ; w�: �.��,� �-. ) . ,,. � r�+..� ,� w ;►� .ti�`-�. . - i �, � i' � � i . i ` 4 "'- i i:.. .. ,i� �r y�. �+. .i �. . .! �. � w t ... :�', ` * ' f y. � I Ali cansfruction wifhin the State rigi�i of way shall be caardinafied with fihe Texas D�partment af Transportation. Al�L C� ST(��J�Td� I OJCaL�ff� � �1",��°� �a���" �� � �a��� �� 3���. �'� IN ��GQ�QAi�CE i1'hl T�-3� A�"`�"����� �:.,�a��� .� "�� ��,��. � ��" _. �,��,�j������ a�€��s� ���=���o����t��� Mark i'rice, State ln�pector, �ele��ane na�rn��r �17-` 7�-6��J�, �=�rfi ��n��r� ;, -r� �,�,� .. : .- - � : - - .,,-.. _ ,-:. � ,.: .: . . .: :: :. ...:. .. _ .. .. � .. .� _:_ .. ,.� ,;.....,i. J'-, T,..�,....,.. ..J;ay-,:��,.,. .si... �..�..,, .� ..,.ay< .....i� ....... r:.•�;,:.ti,. ��. ..... � ._, .�.. ...... v_ . �i�i `vJ�r".1�J'�. . .. . . _., . ._ . . _ . . : , . .. . ..v,_.a...t? :....,:c'� �.,__;�:..t r i a-��a-z � iaL.._ � J`.ia.�a1<+,:�. �"...-...�L�'a.Ae, b:� _...._._.�.'�____....,. ,_.._ ___ _�......._ _ .R_` � i _..�.._._._ �'--.t.p�� ga�,-'f'g"' ��" 8�L�4�'rb �.,..��'S'�...�da':t i 1"ti�� �?r.,� .. � 21, n e V�g E 2} � 1 j�'�7 f� �'34,��..d}.e� } �° J� �� a�3 �_`�..�H �9 �J' % . ? !.. _�_ .__.___..�_�`___ _.� ...._ .___._�.___.._......-.�__ _.. .._- ����'���`�. 7^ri�s:+.:i �^-� � n�.r'an-r�a �m� q�.r r�,'r,�r c{-.�.1! n rrez.:f �'srznc ��-;C-� �`oi"rr;;'3��� �`(2,,`1��� �i„F. F�,>_ �11 .�C'�.-, ,. . �, .f'X_ ,�'i... , .rl... .-„C.-1,-.�.... !L��:-.-iaJ.zL:it: ..�...� , ..' �,i F3�{ t� �,Cs.,�'f` � �-5- � �: .i;j �P.15 'z7 .>.e. _�... _, -,,. .�_.. . �.1: ...0 J} .�i :.� i�y:l.`.i ,_ C%a� � ._ ,� �Y. i.�.-, . .� ._.,�?1 .. =n._. , ,. .. . .,' � ^.-r.: `'yk .,i:_ _ G.� �..1....�. . .... ...� ...,....r ....... .�.�...��L1.�. .r'�:' .-�:�..�r r. . - -: ':-_ � .._. .. . -. .,.. .. . � . . - :'�' ...r. . . - . .. . - 3.. . � . _ ..: ;�: `�......,.r...fJ.... j �_ 1��� —'',-. .. 4` utj. . :� • } " `� i�'� c �✓i 'vo >..:r r .3 �i t !l ;iji UUCIi ... �=� �.;`_3t_.i 3k.i�.' k_; �a'r.i'vb"v �c: i' i� . r �l iv — 4C���. ��:7i _:� . ''"T -'- �'f1—�l^ i i,. . 4.' :'� . "':�"'i:-u .�.Y:. ' . }_ _ L7•-1: �:.. � ;..�k{,.Fi�i:.vi..lia�..3 C�v tit�F�tsV�IC�C C�7.aJ1C ..�i�G.ii iii fii l'.'Cii't�N��u+ v�.. ��L[i (.7��. �i�:ic:+� iv�<,+� uui liii� t.,.;(S„�.�i;i� 1tr,.t'v'✓V'rt:c�'! u.�'."r,.>,�,.. Pa�� 2 Utiliiy eompanies shall be given prior notificat�on uf the pending consfirucfiian �o ensure that no conflicfis exist within this project area. AI{ utilifiies fihat are �ocated uncier any `propasec! widening for dece(eraiion IanEs sha({ be relacated to an acceptable locafiion. Any ufiilify installatians within the righi of way that daes not meet c�rtain depth requirements as the resulfi of chang'rng any.grades in the consiruction of this project wil! need fo be fnwered to meet those specifred depfih requiremenfs as ariginally permitted. � ����"��`� ���������� ,yt • ;' +",tP:, , �; g � ,�.� `� �`� f� �w..., ;i .i��. ��'.,. G rs'� � ,.' t 'i (r �� , i. d� '�.G 1 `' . '�r § x�r ^�� 1 4 �" d i'q. .7. .�q A �. � �� 4 -�. .��,` '���`: ;�$ � ,: �r , , � , � _ �r:; .. � �` .f , i. � , .. �. i>, r i � ��k � fi , � g, ,yr, ° '� �t .r.= a : t i�. ', � �i.:: ... ,st �'r' i �t, d o _�" cr a y 4�:... '�x � ' t t�.; ��s � : r" ;�g '�; � � `'�, �.�� i�^' 'f. �' �; a. 3 `�' � k�, rar, t � �t •.Y, � �� �/�" .wS �•. � M` � 4 � , � i A� �:� {A� �, rKr.. �4PP�.ECATIt��1 FOR FLaODPL.AIN DEVELOFMENT PERMIT Neme oi Owner or Applicant IUtistyChristian, Kimley-Hom and Associates, lnc. for th'e Gity of Fort Worth Address of Qwner 220 West Royal Lane, Suife 275, lrving, Teicas75063 Location af Permit Area (Address or Legal Description) Approximately 100 feet west of fhe intersection of �hapin Road and t!-I 820 Froniage Road in the City of Fart Worth, Texas. Date 0ut>- LfF�i Z- PURPOSEOF REQUEST: � Excava6on � Flling � Dredg�ng or Mining ❑ Utility Construction C� Building Permit lJ Grading v Paving U Drilling Operations _J Oiher BRIEF DESCRiPTION OF PRCZ?OSAL (Attach separate sheet if needed) The project consists of removing the e�sting 20' wide steef beam bridge and replacing i# with 5-10'x8' RCB's _ There wil! be minoc channel grading and erasion contraf impiemenfation upstream and downstream of the culve�f. COMPL�TE APPLICABLE QiJEST'iONS: 1. Tota! drainage area of watercourse 552 acres. 2. Regulatory flood efev. =696 lJ Not avaitable_ 3. Has site previousty flooded7 �'' Yes ��I No �Unknown 4. Is site subject to ffooding? � Yes ,._i No �Unknown 5. Is safe access avalahle dunng times of flood7 6. Is the proposal wi2hin the designated floodway? �.J Yes LJ No 0 Unknown � Yes `� No i J Unknown 7. Have a!I necessary prior apProval permits been obtained from federal, state or local govemmenta! agencies? L; None Required LJ Yes � No {!f no, explain; if yes, provide copies of approval letters or germi#s.} �O(UIR will be otrtained after construction ATTACH THE FOLLOWING IF APPLICABLE: 1. 7wo (2) sets sca(e drawings showing lccation, dimensions, etevations of existi�g and propcsed topograpfiic alierations, exisGng and proposed structures, location relative to ftoociplain area. 2. Extetti to which watercourse or naYurat drainags wifl be altered or ; elocated. 3. Supporting hydraulic calculatioris, repcxts, etc., used 2s a basis for proposed improvements. 4. Lowest floor elevatien (includin� basement) oF all proposed s;ructures. 5. Elevafion to which any non-residentiaf structure shal! be flood proofed_ 6. Certificati�n by registered professional engineer or archiiect that flood proafing criteria are mt� as set fa�th tn Sec`uon 7347, Sub-Secticm b, Ordinance No. D11RI�G THE OCCl1Rf'tEIVCE OF A 90Q-YEAR Fk�EQUENCY FL0C3D WILL 1"HE FROPOSA� 1. F2educ� capacit�y of chanr�els/fiaadways/water�aurse in flaodpEain area? 2. Measurably increase flood flowslheiqhtsldamage on off-site properties? 3. Individually or combineci with other existing ar anticipated devetopment expase adjacent properties to adverse fload effects? 4. tncrease velociiies/volumes of flofld waters s�f#'�ciently to create significant erosion of flood�ifa+n sc�ils on subiect oroperty or adjacent prQperty u�stream/downstream? 5. Encr�ach an flaodway causinq incsease in flaod ievefs? 6. Provide compensatorY staraqe far any measurabfe iass of flaod sforage � Qats Permit No. A �i( 17� 2012 (� -^ � Z Te:ophona No. Oifice Use Onty 214-42(3-56Q0 �L� APP�oved `��Appraved W ifh Nearest Stream 1`Yi��-- �� � Denied'• Cortdifions" Santa Gkara Channe! Ma►�ls Creek lnfo. Not Yes Na Available X X X X X lVA f F�{�QDP�AIN DEVEL:aPMENT PERMIT The City oT Fo�f 1North's Floodplain Permit Prog�am is authQrized:by Section 7-318 of Giry Ordinance Na. 11998, adcspted June 13, 1995. This permii �s required for all deveiapment takirtg piace within the area af the 140-year floodpiain (special flood hazard areas) as - shewn on #he current Flood lnsurance Rate Maps and Fload Bountiary-Flaodway Maps, pubiished by the Federal Emergency ManagementAgency (FEMA). These maps are avaifable for pubfic inspectron in the Engineerirtg Department, Municipat Suilding, 9004 ihrockrriortc^ Street Failure to obtain aFEoodplaifl (7evalopment Permit orviolating other provisions of City C}rdinance Na. 1199$ orttte cond'�timts described within the permit constitutes a rnisdemsanor: and upan conviction, a perso�, firm, or carporatiort couid be fined up to one thousand doilars ($1;000) e day fo� each day thatthe violation accurs. I understand that ths conditions which may be stated for permit approva! ar tf�e provisions of City Ordinance No. 1159F; may be superseded by ot�er provisions of Cit}r cacle or policses. I:fuRher u�derstand tha# th�s Floodplain Development Permit daes not constitute frnal approva# u�ti! ali de�etopment requirements placed on the property have been met. These requirements include, but are not limited to, City construcEion plan approva(, platting and community facilities agreements. This proposaf shail be subject to any change in floadplain developmer�t policy at the actual time of deve4opmeRt. Application is hereby made for a permit to authorize the actiyrt.ies described herein. I hereby cerfrfy that I am familiar witli fhe infamabon contained an this application anc! to the best of my knowledge such informa#'�a� is true and accurate. 1 furfher certify tha; l possess the authority ta unde�take the proposed acf"�vity. I understand tha# i# my application is denied, I have sixty (60) days from the date of such denial to appeal the adverse acfion ta the Cify Plan Commissian. `����--� �r�,��---- Signaiure of Appficant or Authorized Agent OFFICE !!SE ONLY FIQODP�AIN AREA DEFiNED SY: � FEMA ❑ COE ❑ F�OOD STUDIES ❑ HIGH WATER MARKS ❑ OTHER FEMA (NS. ZONE l�'C FEMA MAP NO_ F�000 ELEV. GROUND ELEV. PLATE NO. I FLOOQ ELEV. CONDiTIONS FOR RPPROVAL* OR REASONS FOR QEN{AL*` � � (,,.a✓►�1i2- <.� �;�� ���v�, tc.,.,��f2 �� �^ i� C c'rFS��� �� �,-� THiS PEFttv44t'i' SHALl, EXPi�2E Tt�t3 Y�ARS FRON! THE DATE Cil;7 O�! PAL�E � ASOV� - � x APPi�lCATfO�f F�R FLOODPLAIN DEVE�OPMENT PERMIT ��te A ril 17, 2Q12 Name ai Owner or Applicant . TelepFtone No. Misty Christian, Kimley-Harn and Associ�tes, (nc. for the Ciry of Fort 21.4-420-5600 W or#h Address of Owner Nea�esfStream 220 Wes# Royal Lane, Suite 275, Irving, Tei�s �5Q63 Wiidcat Branch Location af Permit Area {Address oc Legat Descriptinnj Appro�omafely 1,500 feet upstream of Lake Arlington and approximately 1,500 feet east af IN 820 on Gravens Road in City of Fort Vdorth, Texas. PLEASE TYPE Permit No_ p-r�t -- Oti'• -�f OfF'ite Use Only r� Approved � Apptoved W ith �' Dsnied•• Conditians' Date In: s/z /r � Date Out �'�t PURPOSE OF REQUEST: � ExcavaUon L� Filling !� Dredging or Mining L J Utility Construction i� Euilding Permit IJ Grading �. � Paving `; Drilling Operations iJ orn� BRIEF �JESCRlPTION OF PROPOSAL {Attach separate sheet if needed} The project consists �f removing the e�sting 2-10x8.� RCB's located under Cravens Road (at Wiidcat Branch) and repfacing with a 120' long (3-40' span} bridge. There wil{ be minor grading occurring upstream and downstream of the bridge. COMPLETE APPL(CABLE QUESTIOtJS: 1. Total dcainage area af watercourse 3,18 so. mi. acres. (� �� 3. Has site previousfy fiooded? IJ 1'es :� hio 5. Es safe access available during times of ftood? 6. Is the proposal wiihin the designated floodway? 1 Yes � Yes r- Z. Regulafay Flood elev. =565 Not avaifable. 4. ts site subject to flooding2 � Yes ❑ No � No i� Unknown � No CUnknown 7. Nave ai[ necessary prior approvat permits been obtained from federat, staie or local goverr,mental agencies? �_� None Required �J Yes � No (If no, explain: iP yes, provide copies of approvat letters or permits.) LONR wi(f be obtained after consVuction ATTACH THE FOLL�WING 1F APPLICABLE: 1. Twa (2) sets scale drawings showing location, dimensions, elevatio�s ef existing and proposed topographic alferations, existing and proposed structures, locatiort rolative to fioodpfain area. 2. Eactent to which watercourse or natura! drainage will be alteted or relocated. 3. Supparting hyclraulic calculations, reports, efa, used as a basis for proposed improvements. 4. Lawest floor elev2tion (incfuding basement) of aif proposed structures. 5. Elevation ta which any non-residential sirucTure shali be flood proofed. 8. Certifica[ion by registered proiesslonal engineer or archifect that flooci proofing criteria are met as sei forth in Sectian 7-347, Sub-Section b, Ordinance No. 119�?8. DURfIVG TiiE OCCURRENCE O� A 100-YEAR FREQUENCY �LdOD WiLL THE PROPaSAi.: � Yes i. Z. 3. 4. Reduce capaciiy of channp4s/fioo�wayslwaEercourse in floadplain area? Measurably increase FQod flows/heights/damage on off-s�e properties? lndividuaqy ar combined with oiher e�asting or anticipated development e�ose adjacenf �roperties to adverse flaad effects? tncrease velocitieslvolumes of fioo� waters se�fficientJy ta create signff'scant eros�an of 1o�dpla�n soi(s on subfect proaerty or adjacent property upstream/dawnsrream? 5. Encroach on flaodwa � caus�n increese in �ood {e�se{s? 6. Provide cornRensatory storac�e far any �easurable It�ss of fl�cd storage capacit}/? NP ESifET. i'�Oi No Availabie X X X X X � , • . � � � � s � � The Gity of Fort Worth`s:Ffoodplain Permit Program is authorized by Section 7-315 of City Otdi�rance No. 11998, 3dapteJ-June 13,- 199�. tiiis perrriit is required for all development taicing place witf�in ths area of the 1 d4-year floodplain (special flood hazard areas} as shown on the currenf Flaod Insu�ance Rate Maps �nd Flood Boundary-Fioodway Maps, published by ihe Federaf Emergency Managemerit Rgency(FEMA;. These maps are available for pubiicinspection in the Engineering Depa�tment; Municipal Buitding,10G0 Throckmorton 8treet. Faifure to obtain a F{ooclplain Development Permit or vialating other provisians of G�ty Ordinance Na 11998 orthe conditions described within the permit consfitutes a misdemeanor and upon conviction, a person, firm, or corporation coutd be fined up to one thousand doliars {$9,OQ0) a�ayfor each daythat the violaibn occurs. ! understand that the conditians which may be stated for permit approvaf or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further undersiand thaf this �ioodpiain Develapment Permit does not constitute frnal approval unfii all development requFrements placed on the property have been met. ihese requirements include, but are not Eimited to, Cityconstruction plan approval, piatting and community faciiities agreements. This proposal shall be subject to any cha�ge in floodpfain deve(apment poficy at the actuaf time of development. Application is hereby made for a permit to authorize the activities described herei�. f hereby certify that i am familiar wiUi the information contained on this applica#ion and to #he best of my knowledge such information is true anci accurate. ( furfher certify that f possess the authority to undertake the proposecf activity. i understand that if my application is denied, l have sixty {60} days from the date of such denial to appeaf the adverse action io fhe Gity Pian Commission. �'��`'��.� C��k.v�-s�,c_h...�--- Signature of Applicant ar Authorized Agent OFFICE U5E ON�Y FL�ODPLAlN AREA DEFINED BY: �v' FEMA �._� COE {�_i FLOflD STUDfES � HIGH WATER MARKS ❑ OTHER FEN(A INS. ZONE A��- FEMA NtAP NO. `f��{ ,�J ��, y3��L FLOOD ELEV. S(n`{ GROUND E�EV. FLOOD PLAIN STUDY � P�ATE NC. + FLOOD cLEV. CON�ITIONS FOR ARPROVA!" QR REASONS FOR DENtAL"' �l C�cC� � tni .h 1�Z..� ..; J C C�1�Yv��t.' v1�' �� c'✓vi t�" � S �y_ -�"�2. YJ� �. C J` � � C?� �T �' JC� : �'U'1 ('. f1il� , "`[V+.� C'-,GK3 t�rt ..'v��.t C_£;''1�j � t v{ �'„=r^i :�,L� � `;3t� :��e- . • (:r- �`•�t�" � � ; 1�� �c� -, '-i;� 1 } w'��;��.',,'e z�tr^,:���s}.S 1 �;�:d�1���� ��-�PI�.t���- r J.e°,'1e;.i _. C' �' i- ��;� �,r�..,! : c t . .:.� ,<<r �-� �,.� �-� h f. ���� �-� THIS PERNiiT SHAL.L EXPBRE Tb�/0 YEARS FF2C7M THE DLITE �UT C}f�t PAGE 1 ASi?VE �C-6,24 Nondiscrimination �. , . ; . GITY OF FORT WOILTH CHAPI?V ROAD AND CRAVENS ROAD BRIDGE STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS REPLACEME;VTS AND UTILITY RELOCATIONS Revised November 9, 2011 Ciry Project Nos. 00259, 00302, 01533 GR-01 60 0� Product Reruir�ments � ., , . ; . CITY QF FORT WORTH STANDARD CONSTRUCTIO�F SPECIFICATION DOCUMENTS Revised November 4, 201 J CHAPIlV ROAD AND CRAVENS ROAD BRIDGE REPLACEMENT'S AND UTIL[TY RELOCATIONS City Project Nos. 00259, 04302, 01533 CITY OF F4RT WOHTH WATER DEPARTMENTS UPOATED:2-23-2a�2 STANLIAR� PRODUGTSUST Prepared?J29l2012 Page 7 CITY OF FORT WORTH WATER GEPARTMENTS uaonTeo:2-2s-2oi2 STAKDARD PROOUC'L'&L1ST Prepared 2/29lZ012 Page 2 cmr DF FORT WORTH WATER DEPARTMENT'S UPDATED: 2•29•2012 STAfJDARD PRODUCTS L15T Preparetl 2/29l2�72 Paae 3 CITY OF FORT WOEtTH WATER DEPARTMENTS uPoaTeo:2-2s-2o�2 STANDARD PflODUCTS LIST Preparad 7J29%2012 Page 4