Loading...
HomeMy WebLinkAboutContract 39826CITY SECRETARY 3�� ac� _FORTWORTH CONTWT NO. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WESTSIDE III & WESTSIDE IV WATERLINES CAPITAL PROJECT NO: 00456 IN THE CITY OF FORT WORTH, TEXAS Mike Moncrief S. Frank Crumb, P.E. Mayor Director, Water Department Dale Fisseler, P.E. William A. Verkest, P.E. City Manager Director, Transportation and Public Works Department 2009 Prepared by: AECOM USA GROUP, INC. TBPE REG. NO. F-3082 1200 Summit Ave., Suite 600 Fort Worth, Texas 76102 mAmEW L ABBE 92T15 �� 79 W. 1a�l;rwy OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX M&C Review Page 1 of 2 Official site of the City of Fort yuorih, I exas 7`Y COUNCIL AGENDA FtRr Ir- COUNCIL ACTION: Approved on 2/2/2010 - Ord. No. 19025-02-2010 DATE: 2/2/2010 REFERENCE NO.: C-24071 LOG NAME: 60WESTSIDE III AND WESTIDE IV CODE: C TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize a Contract in the Amount of $2,085,982.70 with Jackson Construction, Ltd. to Construct the Westside III and Westside IV Water Line Project, Located at 12200 Old Weatherford Road and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1) Authorize the transfer of $2,109,982.70 from the Water and Sewer Operating Fund to the Water Capital Projects Fund; 2) Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water Capital Projects Fund in the amount of $2,109,982.70 from available funds; and 3) Authorize the City Manager to execute a construction contract in the amount of $2,085,982.70 with Jackson Construction, Ltd. to construct the Westside III and Westside IV water line project, connecting the Westside Water Treatment Plant to the existing potable water distribution system. DISCUSSION: On January 8, 2008, (M&C C-22610) City Council authorized the execution of an engineering agreement with TCB, Inc., for the design of the water and sewer main connections for the Westside Water Treatment Plant. As part of the work, TCB Inc., prepared plans and specifications for the Westside III and Westside IV Waterline Project, which will connect the Westside Plant to the existing potable water system by the installation of 30 inch and 36 inch pipelines. On June 23, 2009, (M&C C-23623) City Council authorized the City Manager to execute a construction contract with McCarthy Building Companies, Inc., to construct the Westside Water Treatment Plant. The bid for the Westside (III and Westside IV Water Line Project was adverted in the Fort Worth Star Telegram on October 8 and October 15, 2009. On November 5, 2009, a total of 16 bids were received, including the following four lowest bids: COMPANY 11 BID AMOUNT Jackson Construction, LTD. 11$2,085,982.70 1 lGin-Spen, Inc. 11$2,098,325.72 1 1WR Hodgson Company, Inc. 11$2,132,250.55 1 (Lewis Contractors, II$2,167,872.43 Inc. In addition to the contract amount, $24,000.00 is required for project contingencies. Jackson Construction LTD is in compliance with the City's M/WBE Ordinance by committing to 5 percent M/WBE participation and documenting good faith effort. Jackson Construction Ltd. identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 28 percent. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=12941 &councildate=2/2/2010 2/3/2010 M&C Review Page 2 of 2 The project is located in the City's Extra -Territorial Jurisdiction in unincorporated Tarrant County, between Old Weatherford Road and Westpoint Boulevard, Mapsco 71. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1 &2) 1) PE45 538040 0609020 $2,109, 982.70 P253 476045 6071400456ZZ $2,109,982.70 31 $2,085,982.70 2) $2,109,982.70 P253 541200 607140045683 P253 541200 607140045683 Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: ATTACHMENTS 60WESTSIDE III AND WESTIDE IV AO.doc 60WESTSIDE III AND WESTIDE IV rma ,pdf Fernando Costa (6122) S. Frank Crumb (8207) Chris Harder (8293) http://apps.cfwnet.org/council_packetlmc_review.asp?ID=12941 &councildate=2/2/20l O 2/3/2010 TABLE OF CONTENTS 1 — Project Information 2 — Front End Documents 3 — MWBE Documentation 4 — Bid Package 5 — General and Special Conditions ❑ 1.1 - M&C pdf ® 1.2 — Title Page MS -Word ❑ 1.3 —Location Maps pdf 2.1 —Table of Contents MS -Word ® 2.2 — Notice to Bidders MS -Word ® 2.3 — Comprehensive Notice MS -Word to Bidders ® 2.4 — Special Instructions to pdf Bidders (water -sewer) ❑ 2.5 — Special Instruction to pdf Bidders (paving -drainage) ® 2.6 — Detailed Project MS -Word Specifications (no drawings provided) ® 3.1 — MWBE Special pdf Instructions ® 3.2 — MWBE pdf Subcontractors/Suppliers Utilization Form ® 3.3 — MWBE Good Faith Effort pdf ® 3.4 — MWBE Prime Contractor pdf Waiver ® 3.5 — MWBE Joint Venture pdf ® 4.1 — Bid Proposal Cover & pdf Signature Sheets ® 4.2 — Bid Proposal(s) MS -Excel ❑ 4.3 — Green Cement Policy MS -Word Compliance Form ® 4.4 — Bid Schedule pdf ® 4.5 — Vendor Compliance to pdf State Law ® 4.6 — List of Fittings pdf ® 4.7 — Addenda Index and pdf Receipt ® 5.1 — Part C General pdf Conditions (water — sewer) ® 5.2 — Supplementary pdf Conditions to Part C (water — sewer) ® 5.3 — Part D — Special MS -Word Conditions (water — sewer) ® 5.4 — Part DA — Additional MS -Word Special Condition (water — sewer) ® 5.5 — Part E Specifications pdf ❑ 5.6 — Special Provisions (paving - drainage) ® 5.7 - Wage Rates pdf TABLE OF CONTENTS 6 — Contracts, Bonds and Insurance 7 — Permits 8 — Easements 9 — Reports 10 — Addenda ® 5.8 — Compliance with and pdf Enforcement of Prevailing Wage Rates ® 5.9 — Standard Details (water- dwf sewer) ❑ 5.10 —Standard Details dwf (paving- drainage) ® 6.1 — Certificate of Insurance MS -Word ® 6.2 — Contractor Compliance pdf With Workers' Compensation Law ® 6.3 - Conflict of Interest pdf Questionnaire ® 6.4 - Performance Bond pdf ® 6.5 - Payment Bond pdf ® 6.6 - Maintenance Bond pdf ® 6.7 — City of Fort Worth pdf Contract ❑ 7.1 — TxDOT Permit(s) pdf ❑ 7.2 — Railroad Permit(s) pdf ® 7.3 — Other Permit(s) pdf 8.1 — Easement pdf ® 9.1 — Geo-tech Report(s) pdf ® 9.2 — Cathodic Protection pdf Study Report ❑ 9.3 — Other Project Specific pdf Study Report(s) B 10.1 Addendum MS -Word SHORT FORM NOTICE TO BIDDERS Sealed proposals for the following: FOR: WESTSIDE III & WESTSIDE IV WATERLINES Capital Project No. 00456 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m., Thursday, November 5, 2009, and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. One set of plans and documents for this project maybe purchased for a non-refundable cost of One Hundred Twenty Dollars ($120.00) per set at the offices of AECOM USA GROUP, Inc., 1200 Summit Ave, Suite 600, Fort Worth, TX 76102. These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on Thursday, October 8, 2009. Documents may also be obtained free of charge at the City of Fort Worth online document management system (Buzzsaw). Email the Project Manager listed below for instructions on accessing the online documents. The major work will consist of the following (All Approximate): ..WI SECTION A — WATER IMPROVEMENTS 7655 LF 36-Inch Water Line 4380 LF 30-Inch Water Line All bidders submitting bids are required to be pre -qualified in accordance with the requirements of the Special Instructions to Bidders. For additional information, please contact Matthew Abbe, PE, Engineer, AECOM USA GROUP, Inc. at Telephone Number: 817-698-6722 or by email: matthew.abbe@aecom.com or Christopher Harder, PE, Project Manager, Water Department at 817-999-6344. Advertising Dates: October 8, 2009 October 15, 2009 Pre -bid Meeting: October 22, 10:30 AM — Water North Holly Water Treatment Plant Classroom — 1500 11 `h Avenue, Fort Worth, 76102 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: WESTSIDE III & WESTSIDE IV WATERLINES Capital Project No. 00456 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m., Thursday, November 5, 2009, and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. One set of plans and documents for this project maybe purchased for a non-refundable cost of One Hundred Twenty Dollars ($120.00) per set at the offices of AECOM USA GROUP, Inc., 1200 Summit Ave, Suite 600, Fort Worth, TX 76102. These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on Thursday, October 8, 2009. Documents may also be obtained free of charge at the City of Fort Worth online document management system (Buzzsaw). Email the Project Manager listed below for instructions on accessing the online documents. The major work will consist of the following (All Approximate): SECTION A —WATER IMPROVEMENTS 7655 LF 36-Inch Water Line 4380 LF 30-Inch Water Line Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392-7913. Bidders, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. 1.400, Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as COMPREHENSIVE NOTICE TO BIDDERS non -responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation') and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the Water Department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non- responsive. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non -responsive. The Contractor, who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Matthew Abbe, PE, Engineer, AECOM USA GROUP, Inc. at Telephone Number: 817-698-6722 or by email: matthew.abbe@aecom.com or Christopher Harder, PE, Project Manager, Water Department at 817-999-6344. ... DALE A. FISSELER, P.E. MARTY HENDRIX CITY MANAGER CITY SECRETARY Christopher Harder, P.E Water Department, Engineering Services Advertising Dates: October 8, 2009 October 15, 2009 �..i SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REOUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as such. ,%WWI e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 09/10/04 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section C 1: Supplementary Conditions To Part C — General Conditions, pertain to this inspection. (C) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/ 10/04 2 1-4000 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business 1-4000 enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the .JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT. ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/ 10/04 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/ 10/04 4 Section 2.6 `I Detailed Project Specifications SECTION 01130 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY A. Payments for work shall conform with the provisions of the Instructions to Bidders, General Conditions, the Special Conditions, the Proposal, the Agreement, the Plans, and this Section. B. Submit request for partial payment at the prices indicated in the Proposal. 1. Prices for each bid item in the proposal shall include but not be limited to cost for: a. Mobilization, demobilization, cleanup, bonds and insurance. b. Professional services, including but not limited to engineering and legal fees. C. The products to be permanently incorporated into the project. d. The products consumed during the construction of the project. e. The labor and supervision to complete the project. f. The equipment, including tools, machinery and appliances required to complete the project. g. The field and home office administration and overhead costs related directly or indirectly to the project. 2. Prices bid shall include the work not specifically set forth as an individual payment item. These items are considered to be a subsidiary obligation of the CONTRACTOR and the cost for these items shall be included in the bid prices. 3. Payment shall be based on the actual quantity of work completed per Contract Documents and measured per this Section. 1. rla�,fGr Gn Haad. a. Matefialc mutt ke nronor y steFe l on site t\ Pry a In .1 1. 1. amount aGtually paid if this diffeFs fFem the iR;;GoGe amount. if this these items with the Rext payment request. PayrneRt will be adjusted te th Materials en Hand list and paymeRt will be withheld. •. Pc, F1 The rAc 81110 honomo the nropeFty of the OWNER at the time of paymeRt. 1.02 SCHEDULE OF VALUES AND PAYMENTS A. Submit a detailed schedule of values for the work to be performed on the project. 1 6 Submit schedule at the pre -construction conference. Line items in the proposal are to be used as line items in the schedule. Westside III/IV Waterline 01130- 1 Measurement and Payment AECOM October 2009 3. Payment will be made on the quantity of work completed per Contract Documents during the payment period and as measured per this Section. a. Payment amount shall be the work quantity measured multiplied by the unit prices for that line item in the Proposal. b. Payment on a unit price basis will not be made for work outside finished dimensions shown in the Contract Documents, C. Partial payments will be made for lump sum line items in the Proposal. 1) Lump sum line items in the Proposal are to be divided to allow easy determination of the percentage of the item that has been completed. (a) Provide adequate detail to allow easy determination of the percentage of work completed for each item. (b) Items, with the exception of equipment packages, are not to exceed $50,000.00. (c) Separate product costs and installation costs. (1) Product costs include cost for product, delivery and unloading costs, royalties and patent fees, taxes and other cost paid directly to the supplier or vendor. (2) Installation costs include cost for the supervision, labor and equipment for field fabrication, erection, installation, start-up, testing, initial operation and CONTRACTOR's overhead and profit. (d) Lump sum items may be divided into an estimated number of units. (1) The estimated number of units times the cost per unit must equal the lump sum amount for that line item. (2) CONTRACTOR will receive payment for the entire lump sum line item. (e) Include a directly proportional amount of CONTRACTOR's overhead and profit for each line item. (f) Divide principal subcontract amounts into an adequate number of line items to allow determination of the percentage of work completed for each item. 2) These line items may be used to establish the value of work to be added or deleted from the project. 3) Correlate line items with other administrative schedules and forms: (a) Progress schedule (b) List of subcontractors (c) Schedule of allowances (d) Schedule of alternatives (e) List of products and principal suppliers (f) Schedule of submittals 4) Costs for mobilization is listed as a separate line item and shall be actual cost for: (a) Bonds and insurance Westside IIIIIV Waterline 01130- 2 Measurement and Payment AECOM October 2009 (b) Transportation and setup for equipment (c) Transportation and/or erection of all field offices, sheds and storage facilities (d) Salaries for preparation of submittals required before the first payment request (e) Salaries for field personnel assigned to the project related to the mobilization of the project. (f) Mobilization may not exceed 5 percent of the total contract amount (g) Cost for mobilization may be submitted only for work completed 5) The sum of values listed in the schedule shall equal the total contract amount. B. Submit a schedule indicating the anticipated schedule of payments to be made by the OWNER. Schedule shall indicate: a. The payment request number. b. Date the request is to be submitted. C. Anticipated amount of the payment request. 2. Schedule shall be updated quarterly or more often if necessary to provide a reasonably accurate indication of the funds that the OWNER will need to have available to make payment to the CONTRACTOR for the work performed. C. Provide written approval of the Schedule of Values, Payment Request Form and method of payment by the Surety Company providing performance and maintenance bonds prior to submitting the first Payment Request. Payment will not be made without this approval. 1.03 PAYMENT PROCEDURES See General Conditions and Special Conditions for payment procedures. 1.04 ALTERNATES Not Used. 1.05 MEASUREMENT PROGED R AND PAYMENT PROCEDURES A Bid Items listed in the Proposal are described below, along with the manner in which payment shall be awarded for each item. If there is not a bid item provided for work identified in the Plans or Specifications, it shall be understood to be subsidiary to construction, measurement and payment of one of the following Bid Items provided below. Bid Item(s) 1,2 Measurement and payment for pipe shall be per linear foot of pressure pipe installed as listed in the Proposal and as shown on the Plans, measured horizontally from the center of fittings, or end of pipe without any deduction for the length of intermediate fittings, specials, or valves. Payment made at the unit price bid for this item shall be for pipe and fittings as shown on the Plans. Payment for this bid item shall be made only for pipe having the specified pressure class. Payment will not be made for different classes unless approved by Owner. Payment shall include furnishing, hauling and laying of pipe, fittings, and pumping where necessary; site preparation, including clearing and grubbing, trench excavation and backfilling, including embedment material; all blocking, including concrete and rebar; Westside III/IV Waterline 01130- 3 Measurement and Payment AECOM October 2009 plugs; concrete encasement; flowable fill; dirt road replacement; rock or gravel driveway/road replacement; asphalt or concrete driveway/road replacement of topsoil including any additional topsoil that may be required from off -site sources; replacing landscaping to condition as good or better than existed prior to construction; protecting or replacing existing structures, sidewalks or utilities; protection or relocation of existing utilities where indicated; protecting or replacing existing irrigation and sprinkler systems; disposal of surplus materials; preparation of traffic control plans and maintaining safe traffic flow on existing streets and construction of temporary detours if necessary; constructing, maintaining, and removing temporary fencing; cleaning up and maintenance; removal and replacement of existing fencing or gates; cattle guard replacement; sign replacement; surveying and replacement of monuments; dust control; removal of mud from roadways; connections to existing pipelines, including all appurtenances; and any incidental work and materials not otherwise provided for in these Specifications. Construction and maintenance of required access roadways and driveways, flexbase backfill, extra coarse gravel for utility crossings, replacement of sidewalks and drainage structures, and test plugs used for testing the line shall be included in the unit price bid. Joint restraint devices shall be included in the unit price bid for pipe. Flowable fill encasement required for deep trench sections shall be made incidental to the unit price bid for pipe. All testing of pipe and associated items necessary for installation of the pipe shall be included in this pay item. Payment for pipe shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities and relocate existing utilities as necessary for construction of main line pipe. Payment shall include all costs required to have utility companies repair any damage inflicted to their line by the Contractor and any clean up, property damages, fines, etc., resulting from damage inflicted to any utility line by the Contractor. Upon completion of pipe laying, backfilling, and consolidation of trench backfill, payment will be allowed for 80% of the unit contract price per linear foot. The remaining 20% will be allowed when the property affected by construction operations has been completely restored to its original, or required condition, including fence replacement, grading, hydromulch seeding, and removal of all equipment or materials related to construction. Nftwoe No separate payment will be made for rock excavation, and the cost thereof shall be included in unit price bid. The Contractor is not responsible for crop damage inside the permanent and temporary easement. The Contractor is responsible for any crop or other property damage outside the easement, caused by his operation. All special easement requirements as listed on the Plans or in the Specifications shall be made incidental to this bid item. If an existing utility, sidewalk, roadway or structure is damaged or must be relocated for construction, the cost of the repair or relocation shall be borne by the Contractor. 3,4 Measurement and payment for Gate Valves shall be made per each. This item shall include furnishing the valve as per plans and specifications, manhole, ring and cover, excavation, backfill, concrete, rebar, embedment, 2-in taps as required, crushed stone, rungs, connection to pipeline, grout, mortar, labor, materials, all appurtenances, testing, and equipment required to complete the work in place. 5,6 Measurement and payment for Air Release and Vacuum Valves shall be made per each. This item shall include furnishing the valve as per plans and specifications, manhole, ring and cover, excavation, backfill, gate valves, concrete, rebar, grout, mortar, embedment, vents, vent piping, vent enclosure and slab, drain line, crushed stone, rungs, connection to pipeline, labor, materials, all appurtenances, testing, and equipment required to complete the work in place. 7,8 Measurement and payment for Blow -Off Valves shall be made per each. This item shall include furnishing the valves as per plans and specifications, manhole, ring and cover, excavation, backfill, concrete, rebar, embedment, crushed stone, rungs, connection to pipelines, grout, mortar, retainer glands, anchor tees/coupling, restraints, labor, materials, all appurtenances, testing, and equipment required to complete the work in place. N"Nop, Westside IIIIIV Waterline 01130- 4 Measurement and Payment AECOM October 2009 9 Measurement and payment for Hydromulch Seeding shall be made per square yard. This item shall include furnishing the seed and water as per plans, specifications, and Special Conditions D-43 and D-45, and includes all labor and equipment required to complete the work in place. The quantity shown in the bid proposal assumes 10-feet of hydromulch ,"WWI seeding along each pipeline. 10 Measurement for "Trench Safety" shall be made per linear foot of trench deeper than 5 feet per Special Condition D-26. Payment for "Trench Safety" shall be at the unit price bid, which payment shall constitute full payment for furnishing all parts, labor, materials, equipment, and incidentals necessary to complete the work specified, including the safety system development, design, implementation and removal. The "Trench Safety" plan shall be signed and sealed by an engineer licensed in the state of Texas. The plan shall be included in the payment of the "Trench Safety" item. The plan shall be submitted prior to construction activities. 11 Measurement and payment for "Storm Water Pollution Prevention Plan" shall be made per lump sum in accordance with Special Conditions Item D-68 and per the plans shown, which includes, implementation and removal, and includes all labor, materials, such as silt fence, inlet protection systems, construction exits, excavation, backfill, testing, flow diversion, and equipment required to complete the work in place. Materials and Construction shall be in accordance with the contract documents. 12 Measurement and payment for "Cathodic Protection & Test Stations" shall be made per lump sum in accordance with Special Conditions Item DA-119, Specifications 15640, 15641, 15642, 15643, per the Corrosivity Study and Corrosion Protection Design report dated November 24, 2008 and per the plans shown. Payment required includes implementation of cathodic systems, and includes all labor, materials, protection systems, testing, and equipment required to complete the work in place. Materials and Construction shall be in accordance with the contract documents. END OF SECTION Westside III/IV Waterline 01130- 5 Measurement and Payment AECOM October 2009 SECTION 02613 TECHNICAL SPECIFICATION FOR BAR -WRAPPED CYLINDER CONCRETE PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, tools, equipment and incidentals necessary and install, ready for operation, all bar -wrapped cylinder concrete pipe (B-303) including fittings, rubber gaskets, appurtenances, restraints, blocking, mortar for inside joints and for outside joints of all pipe as shown on the Drawings and as specified herein. The work shall include the testing of materials, pipe and pipelines. 1.02 RELATED WORK City of Fort Worth Part D — Special Conditions City of Fort Worth Part DA — Additional Special Conditions City of Fort Worth Section E1 — Material Specifications City of Fort Worth Section E2 — Construction Specifications Cathodic protection details and requirements are provided in the plans, cathodic protection specifications, and in the Cathodic Protection Report. 1.03 SUBMITTALS A. Submit shop drawings for review according to Fort Worth standards showing all details of reinforcement, concrete and joint dimensions for all pipe and fittings. For all fittings, bevels, ..., restrained joints, outlets, tees, bends, adapters, coatings, closures and specials, submit the manufacturer's drawings and specifications indicating complete details of these items. The above shall be submitted for approval before manufacture and shipment. The locations of all pipes shall conform to the locations indicated on the Drawings. Pipe shall not be supplied from inventory. B. Submit anticipated production and delivery schedule. C. Submit Design Data: Design specification data sheets listing all parameters used in the pipe design. D. Type of Pipe: Bar -wrapped cylinder concrete pipe — AWWA C303 E. Cylinder Data 1. ASTM Designation and Grade 2. Thickness and Nominal Diameter 3. Test Pressure F. Mortar Data 1. Mortar Proportions 2. Type of Cement 3. Minimum Compressive Strength at 28 days 4. Lining Thickness 5. Minimum Coating Thickness 6. Submit design calculations in accordance with AWWA C303 and AWWA M9 Manual. 7. Clearly indicate all calculation constraints for this specific project. Westside III/IV Waterline 02613-1 B-303 AND FITTINGS AECOM October 2009 CONFORMED 8. Show live load calculations for CONTRACTOR's equipment and proposed construction sequence in embankment areas. 9. Submittals shall be signed and sealed by a Licensed Professional Engineer in the State of Texas G. Test Reports: 1. Shop test results. 2. Field pressure/leakage tests. H. Submit welding certificates, welding procedures and procedure qualification records for all fabricators/welders to verify AWS qualifications as required by AWWA C303. Certificates Prior to shipment of pipe, submit certified affidavit of compliance stating that the pipe for this Contract was manufactured, inspected and tested in accordance with the AWWA standards specified herein. 1.04 DELIVERY AND STORAGE A. Packing 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired to Owners satisfaction. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be N*U01 placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipes shall be carefully supported during shipment and storage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of timber or steel stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one (1) of the stulls is vertical during storage, shipment and installation. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on bunks with tie -down straps approximately over stulling. Store pipe on skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Stulis shall not be removed until backfill operations are complete (including final clean up), unless it can be demonstrated to the Owner's satisfaction that removal of stulls will not adversely affect pipe installation. Contractor shall provide access or manways to allow the removal of stulls, welding of interior joints, and lining of interior joints at locations not to exceed 500 linear feet 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. Marking for Identification Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designated, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. C. Point of Delivery Westside III/IV Waterline 02613-2 B-303 AND FITTINGS AECOM October 2009 CONFORMED It is desired that pipe be hauled direct from the pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access ,#moo, points alone the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of laying. 1.04 REFERENCE STANDARDS A. American Water Works Association: 1. AWWA C303-02 — Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type 2. AWWA C651-99 — Disinfecting Water Mains. 3. AWWA M9 — Concrete Pressure Pipe. B. American Society for Testing and Materials (ASTM) 1. ASTM C33-03 — Standard Specification for Concrete Aggregates. 2. ASTM C144 — Specification for Aggregate for Masonry Mortar 3. ASTM C150 — Standard Specification for Portland Cement. 4. ASTM C497 — Standard Test Methods for Concrete Pipe 5, ASTM A635 — Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, Structural Quality C. American Association of State Highway and Transportation Officials (AASHTO) D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. Nftmwl E. Occupational Safety and Health Act (OSHA) Al 1.05 QUALITY ASSURANCE A. Qualifications 1. The materials specified herein are intended to be standard types of B-303 and fittings for use in transporting water in accordance with AWWA C303 and AWWA M9. 2. All B-303 and fittings shall be furnished by reputable manufacturers with a minimum of five years of experience in manufacturing B-303 in the diameters for this project. The pipe and fittings shall be manufactured and installed in accordance with industry standards and methods and shall comply in all respects with requirements of these specifications and with the latest edition of all referenced standards and specifications. Finished pipe shall be the product of one manufacturer, including pipe, fittings, lining, and coatings. B. Inspection of pipe and fittings will be made by the ENGINEER upon delivery at the site. The pipe shall be subject to rejection at any time on account of failure to meet any of the specification requirements, even though the pipe may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once, unless otherwise approved by the ENGINEER. C. Tests on concrete, mortar, reinforcement, and rubber gaskets shall be performed in accordance with Section 5.2 of the AWWA C303. The pipe manufacturer shall review all reports for conformance with AWWA C303, and provide signed certification of such along with copies of all reports to the ENGINEER through the CONTRACTOR. lftw,. D. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall Westside III/IV Waterline 02613-3 B-303 AND FITTINGS AECOM October 2009 CONFORMED have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. E. The costs of all test specified (not including tests by independent test labs) are subsidiary to the cost of the pipe and will not be paid for separately. F. The Owner may require the manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. Manufacturer shall perform all tests described in AWWA C303 for all pipe, fittings, and specials. PART 2 PRODUCTS 2.01 MATERIALS A. Unless otherwise specified, the design materials and workmanship for pipe shall conform to the requirements of AWWA C303, AWWA C304 and AWWA M9, latest editions, except as modified herein. Lining and coating thickness for pipe shall be as specified in AWWA C303. B. Design Conditions The B-303 design shall be designed based upon loading conditions including design, operating 1 and surge pressures, as well as backfill cover, surcharge and live loads. Pipe shall be designed in accordance with the AWWA C303 Standard, AWWA M9, and requirements of this specification, including using the design conditions shown below. Pipe shall be certified by the National Sanitation Foundation Standard 61 for use with potable water. These conditions shall also be used in designing fittings, specials and connections: 1. External Loading (a) Earth loads (dead loads) shall be computed based on the specified trench width for the following parameters: i. Depth from ground level to the top of the pipe as shown on the Drawings, or ii. Soil Weight = 130 pounds per cubic foot III. Ku' = 0.150 iv. Bedding = 120' V. Trench Depth = As indicated vi. Assume 10-feet of surplus fill material at unit weight specified, in addition to design depth. (b) Where applicable live loads shall be calculated as: 2. Internal Pressure (a) (b) (c) Westside IIIAV Waterline AECOM AASHTO HS-20 for one truck passing, unpaved. Equipment loading based on AASHTO HS-20. Design working pressure (Pw) shall be 150 psi min., (175 psi test pressure) Surge Pressure (Pt) for 30" pipe = 100 psi, 36" pipe = 100 psi Total Pressure for 30" pipe = 150+100= 250 psi, 36" pipe = 150+100= 250 psi 02613-4 B-303 AND FITTINGS October 2009 CONFORMED 3. Groundwater level shall be assumed to be at natural ground for critical conditions 4. Deflection Lag Factor = 1.2 3 ,..w. 5. Soil Reaction Modulus = E' = 1,000 (typical trench) or 3000 (Flowable fill, cement stabilized soil, or concrete encased trench section) 6. Inside pipe diameter shall be the nominal diameter specified, including the cement mortar lining. 7. The transported media shall be treated water. All pipe thickness calculations, sectional area, thrust restraints, and associated calculations to be signed and sealed by a Licensed Professional Engineer. C. Internal test plugs shall be designed to withstand all forces generated by the hydrostatic test, and shall be designed to withstand the specified test pressure from either side. Design stress for test plugs due to hydrostatic pressure shall be no greater than 62.5 percent minimum yield. The pipe on the opposite side of the hydrostatic test may or may not contain water. Elbows shall have two mitered steel cylinder segments for 0 to 22-1/2 degrees, three segments for 23 to 45 degrees, four segments for 46 to 67-1/2 degrees, and five segments for 68 to 90 degrees. D. Closing courses and short sections of pipe shall be furnished by the CONTRACTOR, as required. Where closing pieces are required, the CONTRACTOR shall make all necessary field measurements and shall be responsible for their accuracy. Closing courses and short sections of pipe shall not be less than 4 feet in length unless otherwise indicated on the Drawings or specifically approved by the ENGINEER. E. Curves and bends shall be made by deflecting the joints, by use of beveled joints, or by a combination of the two methods, unless otherwise indicated on the Drawings or permitted by the ENGINEER. The deflection angle shall not exceed the pull recommended by the pipe manufacturer. Butt -strap joints shall be used only at locations where shown on the Drawings or authorized by the ENGINEER for purposes of closure. Beveled pipe sections used in curved alignment shall each be substantially of standard length except when shorter sections are required to limit the radius of curvature, in which case all sections throughout the curve shall be of substantially equal length. The radius of curvature shall not be less than that indicated on the Drawings unless specifically approved by the ENGINEER. F. Pipe Jointing Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. 2. For interior welded joints, complete backfilling before welding. For exterior field welded joints, provide adequate working room under and beside the pipe. All joints shall be welded. N-01 3. Exterior Joints: Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" inches wide for pipe 36" and Westside III/IV Waterline 02613-5 B-303 AND FITTINGS AECOM October 2009 CONFORMED larger, 'and 7' wide for smaller pipe, hemmed on each side: The wrapper shall be burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint_ Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 4. Interior Joints: Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a fined burlap bag or an inflated ball through the pipe with a rope. 5. All welded joints shall be in accordance with AWWA C303 and AWWA M9. Contractor shall provide adequate ventilation for welders and inspectors. Welds shall be full circle fillets, unless otherwise noted. Welds shall be on external, internal, or both sides of pipeline. All joints shall be welded. 6. Provisions to reduce temperature stresses is responsibility of contractor. 7. Restrained joints shall be provided where indicated on the DRAWINGS for thrust restraint. The length of the restraint shall be per Section 2.01.W of this specification. 8. Restrained joints shall conform to the design requirements of AWWA C303 and AWWA M9. 9. All field welded joints shall be checked utilizing the liquid penetrant test technique. 10. Records of all tests shall be maintained by the pipe manufacturer and the CONTRACTOR. 11. Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 12. In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or filet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or filet and shall not be to pile up in the center of the weld. Undercutting along the side shall not be permitted. 13. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting or any other defects. 14. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 15. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 16, Use only competent, skilled and qualified workmen. Each welder employed by the contractor shall be required -to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. Westside III/IV Waterline 02613-6 B-303 AND FITTINGS AECOM October 2009 CONFORMED 17. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. WMW 18. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test shall be performed by the Contractor under the supervision and inspection of the Owner's Representative, or an independent testing laboratory, on all full welded joints. Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the contractor's expense. 19. If the contractor disagrees with the Owners interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. G. Protection of Exposed Metal 1. Protect exposed ferrous metal by a minimum of one (1 ") inch coating of cement mortar as for inside joints unless otherwise specified. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, or other such items, shall have coating reinforced with galvanized wire mesh' 2. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. Cement mortar coating shall not be applied during freezing weather. H. Fittings 1. Steel thickness of all fittings shall be designed with a maximum deflection of two percent of the internal diameter for the external loading condition specified in Paragraph 2.01.B.1 of this NtwoSection. In addition, under the internal loading conditions described in Paragraph 2.01.C.1 of this Specification, the hoop stress shall not exceed 40 percent of the minimum yield stress of the steel at the design working pressure and 50 percent of the minimum yield stress at the field test pressure as specified in this Specification. The thickness shall be as determined by AWWA M9. Include stiffener rings as required to meet deflection limitations. 2. Fabrication of the fittings and special pipe shall be as per AWWA C207, C303 and AWWA M9. 3. Interior and exterior concrete/mortar coating shall be as per AWWA C303. 4. Wye fittings shall be reinforced with crotch plates designed per AWWA M9. 5. All required flanges shall conform to AWWA C207 requirements for standard steel flanges corresponding to the pipe working pressures, including laying dimensions and drilling in accordance with ANSI B 16.1. Nuts and bolts shall conform to AWWA C207. 6. Where welded joints or harnessed joints are specified, the steel cylinders, joints, and joint welds shall be capable of restraining a longitudinal thrust generated by the internal pressure across the joint plus other applicable forces. All heavy gauge pipe or fittings shall be furnished by the same manufacturer of the B-303. I. The date of manufacture or a serial number traceable to the date of manufacture and the mark or trademark of the manufacturer shall be clearly marked by stencil with water proof paint at the bell end of the pipe barrel. Pipe shall not be shipped until the compressive strength of the concrete is a minimum of 4,500 psi, or 7 days after manufacture, and/or repair, whichever is the longer. Unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs. Pits, blisters, rough spots, minor breakage, and other imperfections may be repaired, subject to the Westside III/IV Waterline 02613-7 B-303 AND FITTINGS AECOM October 2009 CONFORMED approval of the ENGINEER, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4,500 psi at the end of 28 days, when tested in cylinders stored in the standard manner. Spalling from interior of pipe shall be reason for the rejection of pipe. J. Cement shall be Type I or II and shall be in accordance with ASTM C150. K. Aggregates for concrete lining and coating shall conform to ASTM C-33 L. Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-144. M. Where outlets are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. Threaded plugs shall be brass. N. Cement mortar used for pouring joints shall consist of one (1) part Portland Cement to two (2) parts clean, fine, sharp silica sand, mixed with water. No manufactured sand shall be permitted. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C150, Type I or Type II. Sand shall conform to ASTM C144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. O. Bell and spigot joint rings shall be steel, self -centering type and otherwise as specified in AWWA C303. P. The rubber gaskets shall be in accordance with AWWA C303 and shall be designed and manufactured so that the completed joint will withstand an internal water pressure in excess of the design pressure of the pipe itself without showing any leakage by the gasket or displacement of it. All bell and spigot pipe with gasketed joints shall be bonded to provide electrical continuity in accordance with the Drawings. Q. Bolts for flanges or other connections shall be 316 stainless steel. R. Insulated Connectors: Insulated connectors shall be in accordance with Cathodic Protection Specifications. S. Joint Wrappers: Shall be MacWrap, produced by Mar -Mac Manufacturing Company, or approved equal. T. Flexible Joint Couplings shall be Dresser Style 38, Smit-Blair Style 411, or approved equal. U. Pipe Ends shall include a steel joint ring and a continuous solid rubber ring gasket per AWWA M9. V. All steel parts of flanges, blind flanges, bolts and harness plates permanently exposed to soil or air 1 shall be prepared and coated in accordance with Section 09902, "Painting and Protective Coatings." W. Provisions for Thrust: Restrained joints shall be used for a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure), or equal to the test pressure, or working pressure plus the surge allowance, whichever is greater. Restrained joints shall consist of Snap Ring, Harness Clamp, or welded joints. In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. Distances shown on plans for thrust restraints are minimum distances based on calculations for ductile iron pipe and pipe Q manufacturer is expected to calculate the length and need for restraints. No additional compensation will be allowed, if restraint distance is longer than shown on plans. Westside III/IV Waterline 02613-8 B-303 AND FITTINGS AECOM October 2009 CONFORMED 2. Contractor is allowed to use Snap Ring restrained joint or approved equal for restrained joints. 3. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe ..W manufacturer in accordance with AWWA M9. a. The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient of friction shall be reduced to 0.25. b. Thrust collars will only be permitted for temporary plugs. Thrust collars may not be used for any other application, unless approved in writing by the ENGINEER. PART 3 EXECUTION 3.01 GENERAL A. Care shall be taken during loading, transporting, and unloading to prevent injury to the pipes, fittings, or coatings. Pipe or fittings shall not be dropped. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work and when laid shall conform to the lines and grades shown on the Drawings. B. All pipe and fittings shall be subjected to a careful inspection and mortar coating dis-bonding and soundness test by tapping with a hammer prior to installation. C. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner. D. Regulate and control equipment and construction operations such that the loading on the pipe does not exceed the loads for which the pipe is designed and manufactured. Pipe found to have longitudinal cracks from construction equipment or other loading shall be removed from the line and replaced with sound pipe and closures as required. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions. Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. Each joint of pipe shall have markings showing the pipe class, date of manufacturing, and identification that matches shop drawing records. F. Use of dogs, clips, lugs, or equivalent devices welded to pipe for forcing into position is not permitted Al 3.02 INSTALLING BAR -WRAPPED CYLINDER CONCRETE PIPE A. Bar -wrapped cylinder concrete pipe and fittings shall be installed in accordance with requirements of AWWA M9, except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be provided by digging bells holes at each joint and by tamping select fill at the side of the pipe to the spring line. Blocking up pipe or joints will not be permitted. B. Pipe shall be laid such that the invert elevations shown on the Drawings are within ± 0.05 feet. C. The pipe interior shall be maintained dry and broom clean throughout the construction period. D. Gasket, gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished by the pipe manufacturer. The lubricant shall be approved for use in potable water and shall be harmless to the rubber gasket. Pipe shall be laid with bell ends looking ahead. As soon as the spigot is centered in the bell of the previously laid pipe, it shall be forced home with approved equipment. After the gasket is compressed, verify the position of the gasket with a `, feeler gage provided by the pipe manufacturer. Westside III/IV Waterline 02613-9 B-303 AND FITTINGS AECOM October 2009 CONFORMED E. Place a cloth diaper approved by the pipe manufacturer around each exterior joint recess and fasten it in place with either wire or steel strapping stitched into its edges. Mix a cement -sand joint mortar consisting of one part Portland cement to three parts by weight of fine, sharp clean sand. Mix exterior joint mortar with water until it has consistency of thick cream sufficient to flow easily and pour it into the joint recess beneath the cloth band. To assist the flow and to assure complete filling of the entire recess completely around the pipe, rod the joint recess with a stiff wire curved to N%U.01 the radius of the pipe. Close the joint recess at the top with a stiffer mix of the same mortar. Discard joint mortar that has been mixed more than 20 minutes. Portland Cement: ASTM C 150, Type 11 2. Water. Potable water with total dissolved solids less than 1000 mg/L; ASTM D 512 chloride ions less than 100 mg/L for slurry and mortar cure; ASTM D 1293 pH greater than 6.5. Use potable water with 250 ppm limit on chlorides and sulfates. F. Pack interior joints of pipe 30-inch in diameter and larger with mortar after backfilling is completed. Use cement -sand mortar consisting of one part Portland cement to three parts by weight of well graded coarse concrete sand meeting the requirements of ASTM C 33. Mix mortar with as little water as possible until very stiff, but workable. The mortar shall be pushed into place and troweled to make a smooth joint. Discard joint mortar that has been mixed more than 20 minutes. Portland Cement: ASTM C 150, Type II 2. Water: Potable water with total dissolved solids less than 1000 mg/L; ASTM D 512 chloride ions less than 100 mg/L for slurry and mortar cure; ASTM D 1293 pH greater than 6.5. Use potable water with 250 ppm limit on chlorides and sulfates. G. All pipe shall be sound and clean before laying. When laying is not in progress the open ends of the pipe shall be closed by watertight plug or other approved means. Accurate alignment shall be preserved in laying. The deflections at joints shall not exceed 80 percent of that recommended by the manufacturers. Fittings, in addition to those shown on the Drawings, shall be provided, if required, in crossing utilities which may be encountered upon opening the trench. N%Woe H. Restrained joints shall be installed to the limits indicated in accordance with applicable provision of the above Section 2.01 W. I. Excessive field -patching of lining or coating shall not be permitted. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12-inches. In general there shall not be more than one patch on either the lining or the coating of any one joint of pipe. Hydrostatic and Leakage Tests 1. Furnish all necessary equipment and labor for carrying out a pressure test on the pipelines. The procedures and method for carrying out pressure tests shall be approved by the ENGINEER. 2. Make any taps and furnish all necessary caps, plugs, internal test plugs, bulkheads, etc., as required in conjunction with testing portions of the pipe. Furnish test pumps, gauges, meters and any other equipment required in conjunction with carrying out the tests. Hydrostatic pressure and leakage tests shall conform with AWWA M9. The amount of leakage permitted shall be in accordance with AWWA C600. 3. Lines which fail to meet the requirements of the test shall be repaired and retested as necessary until test requirements are met. Defective materials, pipes, valves and accessories shall be removed and replaced. Westside III/IV Waterline 02613-10 B-303 AND FITTINGS AECOM October 2009 CONFORMED 4. The CONTRACTOR will supply water for hydrostatic testing. ..w,, 3.04 CLEANING A. Prior to testing, thoroughly clean all of the new pipes and fittings (installed as part of this project) by flushing with water or other means to remove all dirt, stones, pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest available access. If, after this cleaning, obstructions remain, they shall be removed. B. After the pipelines are cleaned and if the ground -water level is above the pipe, or following a heavy rain, the ENGINEER will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced. 3.05 DISINFECTION A. Purging and sterilization shall conform to Section D-52.9 of the City of Fort Worth Part D — Special Conditions. END OF SECTION Westside III/IV Waterline 02613-11 B-303 AND FITTINGS AECOM October 2009 CONFORMED SECTION 02619 STEEL PIPES AND FITTINGS ...i PART 1 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install polyurethane coated, cement mortar lined steel pipe, fittings, flanged outlets as necessary for welding pipe joints, and specials as specified and as required for the proper installation and function of the pipe. Cathodic Protection shall be provided as shown in the drawings and in the Cathodic Protection section of the specifications. 1.02 RELATED REQUIREMENTS FWWD Construction Specification Section E2-2 — Excavation and Backfill 1.03 QUALITY ASSURANCE A. Experience Requirements Pipe shall be the product of one manufacturer which has had not less than five (5) years successful experience manufacturing steel pipe or cylinders of the particular size indicated, or ZL which has demonstrated an experience record that is satisfactory of the Engineer and Owner. The acceptability of this experience record will be thoroughly investigated by the Engineer, and will be sole discretion of the Engineer and Owner. Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at the Manufacturer's facility and shall be certified under the Steel Plate Fabricators Association (SPFA) or Lloyd's Register QA quality certification program or the International Organization for Standardization IS09000 for steel pipe manufacturing. B. Owner Testing and Inspection 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. C. Factory Testing The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. 1. Cement Mortar Lining Shop applied and field applied cement mortar linings shall be applied and tested in accordance with AWWA C-205. 2. Polyurethane Coating Westside III/IV Waterline 02619-1 Steel Pipe and Fittings AECOM October 2009 CONFORMED The factory and field applied polyurethane coating shall be applied and tested in accordance with AWWA C-222. The thickness of the coating shall be tested in accordance with SSPC PA2. The coating system applied to the pipe shall be tested for holidays according to the procedures outlined in NACE RP0188 using a wet sponge holiday tester or a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness specified of 35 mil. 3. Adhesion Testing a. Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. b. Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C-222, except as modified in this section. c. Adhesion testing records shall include pipe identification, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, mode of failure, and percentage of substrate failure relative of dolly surface. d. Dollies or adhesion testing shall be glued to the coating surface and allowed to cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. e. Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. f. Partial substrate and glue failure will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial adhesion will be rejected as a substrate N%Mpe adhesion failure. g. Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. h. Adhesion tests will be conducted on polyurethane pipe coating and lining independently (where applicable) and will be accepted or rejected independently of the other. i. Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. 4. Hydrostatic Pressure Testing a. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. b. Fittings shall be fabricated from plate or hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, magnetic particle test, or dye penetrant test. 1%0101 Westside III/IV Waterline 02619-2 Steel Pipe and Fittings AECOM October 2009 CONFORMED Hydrostatically tested welds need not be retested. Air test shall be made by applying air to the welds under 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. 5. Mill Certification ..i The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C-200, for all pipe, fittings, and specials. D. Manufacturer's Technician for Pipe Installation 1. During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in Al his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first two (2) weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 2. The pipe manufacturer shall provide services of polyurethane coating Manufacturers Representative for a period of up to one (1) week at beginning of actual pipe laying operations to advise Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating and general construction methods and how they may affect pipe coating. The Manufacturer's Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with contract specifications at no additional cost to the Owner. 1.04 SUBMITTALS ..i A. Submittals shall include: Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer. Submittal shall be sealed by a licensed Professional Engineer in the State of Texas. Drawings shall include a schematic location -profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan -profile sheets. Drawings shall be based on the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Drawings shall also include full details of reinforcement and dimensions for pipe and fittings. Details for the design and fabrication of all fittings and specials and provisions for thrust restraint shall be included. Where welded joints are required, submittal shall include proposed welding requirements and provisions for thermal stress control. 2. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C-200, AWWA C-205, AWWA C-207, AWWA C-208, AWWA C-210, AWWA C-222, and these specifications. b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, including chemical and physical test results for each heat of steel. d. Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and technical information. Westside III/IV Waterline 02619-3 Steel Pipe and Fittings AECOM October 2009 CONFORMED e. A Certified test report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with Manufacturer's requirements and in accordance with this specification. f. Certified test reports for welder certification for factory and field welds. g. Certified test reports for cement mortar tests. h. Certified test reports for steel cylinder tests. 1.05 STANDARDS Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: ANSI/ASME Welding and Brazing Qualifications ANSI/NSF Standard 61 ANSI/AWS D1.1 Structural Welding Code — Steel ANSI/AWS B2.1 Specification for Welding Procedure and Performance Qualification. ANSI B16.3 Threaded Steel Fittings ANSI B16.11 Forged Steel Fittings, Socket Weld and Threaded AWWA C-200 Steel Water Pipe 6 Inches and Larger AWWA C-205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger Shop -Applied AWWA C-206 Field Welding of Steel Water Pipe AWWA C-207 Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches thru 144 inches AWWA C-208 Dimensions for Steel Water Pipe Fittings AWWA C-210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C-216 Heat -Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C-222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA C-602 Cement -Mortar Lining of Water Pipelines - 4 In. and Larger - In Place AWWA M-11 Manual- Steel Pipe - A Guide for Design and Installation ASTM C-33 Specifications for Concrete Aggregates ASTM C-35 Specifications for Inorganic Aggregates for Use in Gypsum Plaster ASTM C-150 Specifications for Portland Cement ASTM E-165 Practice for Liquid Penetrant Inspection Method ASTM A 194/A 194M Standard Specifications for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both ASTM A-325 Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM D16 Paint, Varnish, Lacquer, and Related Products ASTM 522 Mandrel Bend Test of Attached Organic Coatings SSPC-SP-1 Steel Structures Painting Council - Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council - Near -White Blast Cleaning SSPC-PA2 Steel Structures Painting Council - Measurement of Dry Paint Thickness with Magnetic gages SSPC-PA/Guide 3 Steel Structures Painting Council - A Guide to Safety in Paint Application SSPC-PS/Guide 17 Steel Structures Painting Council - A Guide for/Guide to Selecting Urethane Painting Systems OSHA Occupational Safety and Health Act Westside III/IV Waterline u 02619-4 Steel Pipe and Fittings AECOM October 2009 CONFORMED 1.06 DELIVERY AND STORAGE A. Packing ... 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired to Owners satisfaction. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the shop -applied pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. Pipes shall be carefully supported during shipment and storage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of timber or steel stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one (1) of the stulls is vertical during storage, shipment and installation. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Stulls shall not be removed until backfill operations are complete (including final clean up), unless it can be demonstrated to the Owner's satisfaction that removal of stulls will not adversely affect pipe installation. Contractor shall provide access or manways to allow the removal of stulls, welding of interior joints, A and lining of interior joints at locations not to exceed 500 linear feet. '..i 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. Marking for Identification Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designated, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. C. Point of Delivery It is desired that pipe be hauled direct from the pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points alone the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of laying. PART PRODUCTS 2.01 MATERIALS A. Exterior Polyurethane Coating Polyurethane Coating shall meet the requirements of AWWA C-222. Use a Coating Standard ASTM D16 Type, V system which is a 2-package polyisocyanate, polyol-cured urethane coating. The components are mixed in 1:1 ratio at time of application. The components shall have balanced viscosities in their liquid state and shall not require agitation during use. The Westside IIIAV Waterline 02619-5 Steel Pipe and Fittings AECOM October 2009 CONFORMED plant -applied coating shall be a self priming, plural component, 100 percent solids, non - extended polyurethane, suitable for burial or immersion and shall be CORROPIPE 11 OMNI as manufactured by Madison Chemical Industries Inc., DURASHIELD 210 as manufactured by LifeLast, Inc., or equal Futura Coatings. The coating manufacturer shall have a minimum of five (5) years experience in the production of this type coating. The cured coating shall have the following properties: 1. Conversion to Solids by Volume: 97 percent plus or minus 3 percent. 2. Temperature Resistance: Minus 40 decrees F and plus 150 degrees F. 3. Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SP10. 4. Cure Time: For handling in 1 minute at 120 degrees F, and full cure within 7 days at 70 degrees F. 5. Maximum Specific Gravities- Polyisocyanate resin, 1.20. Polyol resin, 1.15. 6. Minimum Impact Resistance. 80 inch -pounds using 1-inch diameter steel ball. 7. Minimum Tensile Strength- 2000 psi. 8. Hardness: 55 plus or minus 5 Shore D at 70 degrees F. 9. Flexibility Resistance ASTM D522 using 1-inch mandrel, Allow coating to cure for 7 days. Perform testing on test coupons held for 15 minutes at temperature extremes specified above. 10. Dry Film Thickness: 35 mils B. Exterior Polyurethane Coating for Specials, Joints, Fittings, Repair, and Connections The shop -applied and field -applied coatings shall be CORROPIPE-11 OMNI, and GP II (E) Touch Up, respectively, as manufactured by Madison Chemical Industries or approved equal. The shop -applied and field -applied coating shall have the properties specified in paragraph 2.01A. Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. C. Interior Cement Mortar Linings A Cement mortar linings shall be shop -applied for pipe sizes 96-inch and smaller. Shop -applied and field applied cement mortar linings shall conform to the requirements of AWWA C-205 with the following modifications. Sand used for cement mortar shall be silica sand ASTM C33. Curing of the linings shall conform to the requirements of AWWA C-205. The interior of all field fitted joints shall have surface preparation and mortar lining applied smooth with the inside surface of the shop applied mortar within the pipe. D. Appurtenance Riser Flange, Nuts, and Bolts. 1. All flanges, nuts, and bolts shall conform to AWWA C-207 Class E. 2. Line interior wetted parts with epoxy lining per AWWA C210. 1 E. Steel Westside IIIAV Waterline AECOM 02619-6 Steel Pipe and Fittings October 2009 CONFORMED Steel shall meet the requirements of AWWA C-200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully kilned, and fine austenitic grain size. F. Bend Fittings All bend fittings shall be per AWWi4�';W- 1 G. Threaded Outlets 1. Where outlets or taps are threaded, furnish and install brass bushings for the outlet size indicated. 2. Threaded outlets shall have a NPT thread per ANSI B16.3 A H. Outlets for Weld Leads The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be approved by the Engineer. 2.02 MIXES A. Mortar for Interior Joints Mortar shall be one part cement to two parts sand. Cement shall be ASTM C150, Type 1 or Type II. Sand shall be of sharp silica base. No manufactured sand shall be permitted. Sand shall conform to ASTM C144. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining Mortar for patching shall be as per interior joints. C. Bonding Agent Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET- 150, parts A and B; Sikadur 32 Hi -Mod, or approved equal. D, Lining Lining shall be NSF 61 Certified. 2.03 MANUFACTURED PRODUCTS A. Pipe 1. Pipe Design a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C-200, AWWA Manual M-11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as specified below. For the purpose of pipe design, the design pressure (transient pressure plus working pressure) shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA Manual M-11; using the following parameters: Westside III/IV Waterline AECOM 02619-7 Steel Pipe and Fittings October 2009 CONFORMED 1) Unit Weight of Fill (W) = 130pcf 2) Trench Depth = As indicated 3) Live Load = AASHTO HS 20, unpaved 4) Live Load = Coopers E80, at railroad crossings 5) Deflection Lag Factor - (DI) = 1.2 6) Coefficient K = 0.15 7) Maximum Calculated Deflection - Dx = 2% 8) Modulus of Soil Reaction — (E') = 1,000 (Typical Trench Section) 9) Modulus of Soil Reaction — (E') = 3,000 (Flowable Fill, Cement Stabilized Soil or Concrete Encased Trench Section) 10) Working Pressure = 150 psi 11) Surge Pressure 30" pipe = 100 psi, 36" pipe = 100 psi 12) Total Pressure 30" pipe = 250 psi, 36" pipe = 250 psi 13) Vacuum Pressure: -5 psi 14) Assume 10-feet of surplus fill material at unit weight specified, in addition to design depth. b. The fittings and specials shall be designed in accordance with AWWA C-208 and AWWA Manual M-11, except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values (PDV), greater than 6,000. c. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. d. Trench and access pit depths indicated shall be verified by the Contractor after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. If additional depth is required, the Contractor shall submit calculations and provide additional wall thickness as required at no cost to the Owner. e. Design stress due to surge pressure shall be no greater than 75% of the minimum yield and shall not exceed 24,700 psi. f. Do not allow diameter over thickness ratio to be greater than 180. g. All pipe thickness calculations, thrust restraints, and associated calculations to be signed and sealed by a Licensed Professional Engineer. 2. Provisions for Thrust a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints per AWWA M 11. 1 Q c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA Manual M-11 and the following: Westside IIIIIV Waterline 02619-8 Steel Pipe and Fittings AECOM October 2009 CONFORMED 1) The weight of earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density = 130 pcf (maximum value to be used). A ,%me 3) Coefficient of Friction = 0.20 (maximum value to be used for polyurethane coated steel pipe). 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table, and the coefficient of friction shall be reduced to 0.15 for polyurethane coated steel pipe. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: For A less than 600 L= P A sin(0/2) f(We +Wp+Ww) For A greater than 600 L= P A (1-coso) f(We +Wp+Ww) L= Length of pipe to be restrained P= 1.5 times the working pressure A= Cross sectional area of pipe A= Deflection angle We=Weight of earth Wp=Weight of pipe Ww=Weight of water f = Coefficient of friction 3. Inside Diameter The inside diameter of the cement mortar lining shall be equal to, or greater than, the nominal pipe diameter, unless otherwise indicated on the drawings. 4. Wall Thickness The minimum pipe wall steel thickness shall be designed, but not less than 0.25" or pipe D/200, whichever is greater for pipe and fittings, with no minus tolerance. Where indicated on the plans, pipe and fittings shall have a thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50% of the minimum yield strength of the steel for working pressure and shall not exceed 75% of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor 23,000 psi for polyurethane coated steel at the specified working pressure. 5. Seams Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6' except in specials and fittings. Westside III/IV Waterline 02619-9 Steel Pipe and Fittings AECOM October 2009 CONFORMED 6. Joint Length Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in casing shall not exceed 25'. No randoms will be permitted for straight runs of pipe. B. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe Heat shrink sleeves shall meet AWWA C-216, as manufactured by Canusa, Raychem, or approved equal. C. Joint Bonds, insulated Connections, and Flange Gaskets Joint bonds, insulated connections and flange gaskets shall be in accordance with the Corrosion Protection plan. Where insulated connections are indicated, furnish dielectric insulation gaskets, sleeves, and plastic washers as indicated. Insulated flange kits are to be installed on all flanged outlets on the main line pipe and on both flanges of each main line valve. Rubber gasket joints are not allowed. D. Bend Fittings All bend fittings shall' per A1N11VA IV111,, E. Pipe Ends Pipe ends shall be lap welded slip joint, butt strap joint, or flanged joint. Pipe ends shall be welded and thrust blocked where indicated and as necessary to resist thrust forces. 1. Lap Welded Slip Joint a. Lap welded slip joint shall be provided in all locations of pipe larger than 60-inch and where joints are welded for thrust restraint. Ends of pipes, fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8-inch at any point around the periphery. b. In addition to the provisions for a minimum lap of 1-1/2-inch as specified in AWWA C-200, the depth of bell shall be such as to provide for a minimum distance of 1-inch between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. c. Lap welded slip joints may be welded on the inside or outside of the pipe, or both. 2. Butt Strap Closure Joints Fittings and closure joints shall be installed using welded butt strap joints in accordance with AWWA C-206 and applicable provisions of this specification. 3. For Fittings with Flanges Flanged joints shall be provided at connections to valves where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C-207 and AWWA C-206. Pipe flanges shall be of rated pressure equal to or greater that the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C-207 and in accordance with ANSI/ASME B16.1. Class 125 for areas designated with a 225 test pressure. Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C-207 and in 1� Westside III/IV Waterline 02619-10 Steel Pipe and Fittings AECOM October 2009 CONFORMED accordance with ANSI/ASME B16.1 Class 125 for areas designated with 175 test pressure. F. Flanged Joints 1. Flanges shall confirm to AWWA C 207. Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment. Align bolt holes to straddle vertical, horizontal or north -south center line. Do not exceed 3/64 inch per foot inclination of flange face from true alignment. 2. Tighten flange bolts per AWWA C 207 so gasket is uniformly compressed and sealed. 3. Do not distort flanges. 4. Leave flange bolts with ends projecting 1/8 to 3/8 inch beyond face of nut after tightening. 1 5. Flange bolts shall be coated with anti -seize compound. 6. Use full -face gaskets for flanged joints. Provide cloth inserted rubber gaskets, 1/16 or 1/8-inch-thick, depending on the flange diameter and Class, in Q accordance with AWWA C207. Cut gaskets at factory to proper dimensions. 7. Bolts and nuts are to be provided according to ASTM A 194/A 194M. Maintain at all times approximately same distance between two flanges at points around flanges. Tighten bolts alternately (1800 apart) until all are evenly tight. Draw bolts tight to ensure proper seating of gaskets. Provide Densco petroleum based tape or approved equal for all exposed portions of nuts, bolts and pipe. 8. Full length bolt isolating sleeves and washers shall be used with flanged connections. 9. For in -line flange joints 30 inches in diameter and greater and at butterfly valve �► flanges, provide Pyrox G-10 with nitrite seal, conforming to ANSI A 21.11 mechanical joint gaskets. For in -line flange joints sized between 12 inches in diameter and greater and 24 inches in diameter and smaller, provide Phenolic PSI with nitrite seal gasket conforming to ANSI A 21.11 mechanical joint gaskets. G. Factory Applied Exterior Polyurethane Coatings 1. Applicator Qualifications a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and radio control for multi -part coatings. b. Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the Engineer. c. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer's training class within the last three (3) years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Surface Preparation a. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-SP1, solvent cleaning. Westside III/IV Waterline 02619-11 Steel Pipe and Fittings AECOM October 2009 CONFORMED b. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. c. In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F, preheat the pipe to a temperature between 45 degrees F and 90 degrees F and 5 degrees F above the dew point. d. Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as specified. Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. e. Grit and shot abrasive mixture and gradations shall be adequate to achieve a sharp angular surface profile of the minimum depth specified. f. Protect prepared pipe from humidity, moisture, and rain. Keep pipe clean, dry, and free of flash rust. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting prior to primer application. g. Priming and coating of pipe shall be completed in a continuous operation the same day as surface preparation. h. Wire wheel or blast exterior surfaces in accordance with SSPC-SP10; to a near -white metal blast cleaning with 3.0 mil angular profile base steel. 3. Equipment: Two -component, 1 A mix ratio, heated airless spray unit. 4. Temperature: Minimum 5 degrees F above dew point temperature. The temperature shall not be less than 60 degrees F during application. 5. Humidity: Heating of pipe surfaces may be required to meet requirements of 2.O1A if relative humidity exceeds 80 percent. 11� 6. Resin: Do not thin or mix resins; use as received. Store resins at a temperature above 55 degrees F at all times. Application: Applicator shall be approved by the coating manufacturer and conform to coating manufacturer's recommendations. Apply directly to the pipe to achieve a total (DFT) dry film thickness of 35 mils. Multiple -pass, one coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. The main line pipe shall have a cutback at time of application so that there is approximately 3-inches of bare steel on either side of the location of the future weld. The cutback area shall be sandblasted in the shop to facilitate easier field surface preparation. The exterior bare steel area of the pipe shall be adequately protected during pipe handling and shipment. 8. Recoating: Recoat only when coating has cured less that maximum time specified by coating manufacturer. When coating has cured for more than recoat time, brush -blast or thoroughly sand the surface. Blow -off cleaning using clean, dry, high pressure compressed air. 9. Curing: Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. H. Factory Applied Interior Linings 1. Cement Mortar Lining Westside III/IV Waterline 02619-12 Steel Pipe and Fittings AECOM October 2009 CONFORMED a. Mortar linings shall be factory applied to all pipe, pipe bends, and fittings and shop tested in accordance with AWWA C-205. b. Clean all surfaces to be mortar lined so they are free of loose and foreign matter that could interfere with adherence. c. Cement mortar shall consist of one (1) part cement to not more than three (3) parts fine aggregate by weight. Water content shall not exceed 7.5 gal. per 94 lb of cement. d. Reinforcement may be spiral wire, wire mesh or wire fabric with thickness, gauge, and placement in accordance with AWWA C-205. e. Apply lining of 1/2-inch thickness to all surfaces with tolerance of —1/16-inch to + 3/16- inch. Machine apply coating using centrifugal spinning or other placement method to achieve even coat of all surfaces. f. Moist cure lining for minimum of 96-hours. g. Accelerated cure methods are acceptable but must be equivalent to 96-hour moist cure time in accordance with AWWA C-205. h. The main line pipe shall have a cutback at time of application so that there is approximately 4-inches of bare steel on either side of the location of the future weld. 2. Epoxy Lining (only for wetted ferrous parts of flanges, blind flanges, bolts, and parts that cannot be cement -mortar coated): a. AWWA C210, color white, or approved equal for shop and field joint applied, except as modified in this Section. Provide materials from same manufacturer. ••� b. Protect interior surface with approved liquid 2-part chemically cured epoxy primer specified for interior surfaces. Surface Preparation SSPC-SP10 Near White Blast Clean 2.0 to 3.0 mils surface profile. Prime Coat NSF Certified Epoxy - Buff, 4.0 to 6.0 mils DFT or approved equal. Intermediate Coat NSF Certified Epoxy - Buff, 4.0 to 6.0 mils DFT or approved equal. Finish Coat NSF Certified Epoxy - White, 4.0 to 6.0 mils DFT or approved equal c. Total allowable dry film thickness for system: d. Minimum: 12.0 mils. e. Maximum: 18.0 mils. f. Provide dry film thicknesses for approved alternate products in accordance with product's manufacturer recommendations. Westside IIUIV Waterline AECOM 02619-13 Steel Pipe and Fittings October 2009 CONFORMED g. Lining system may consist of 3 or more coats of same approved alternate epoxy lining without use of separate primer. h. Test lining according to AWWA C210 Section 5. PART 3 EXECUTION 3.01 INSTALLATION A. General Install steel pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA Manual M-11. Pipe shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated steel pipe is lowered into the trench or access shaft it is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of the specifications govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Place and consolidate embedment and backfill prior to removing pipe stulls. Use immersion vibration or other approved method to consolidate embedment material. Maximum allowable pipe deflection is limited to 3% for polyurethane coated pipe. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. 5. Store pipe at job site with securely fastened plastic end caps to maintain pipe interior. N%Mwl Promptly replace end caps to avoid shrinkage or cracking of cementatious liner. 6. Use of dogs, clips, lugs, or equivalent devices welded to pipe for forcing into position is not permitted. B. Pipe Handling Pipe shall be handled at all times with a minimum of two 6-inch wide non-abrasive slings, belts, or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. 2. Stulls to remain in place until pipe is backfilled. C. Line Up and Bends Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the ends of each joint of pipe of foreign matter, rust and scale prior to installation. 2. Where abrupt changes in grade and direction occur, the Contractor shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. Pipe Laying — Welded Joints Westside III/IV Waterline 02619-14 Steel Pipe and Fittings AECOM October 2009 CONFORMED 1. Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Pipe joints can be welded internally, externally, or both. Contractor shall provide adequate ventilation for welders and for Owner's representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding shall be completed before application of field applied joint coating. 2. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3. Bell and Spigot Welds: After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. The clearance between the faying surfaces of lap joints shall not exceed 1/8-inch at any point around the periphery. In no case shall the clearance tolerance be permitted to accumulate. 4. Butt Strap Welds: Thoroughly clean plain ends of pipe and strap. Properly align pipe prior to start of weld. 5. Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding as 1 described in AWWA C-222. 6. Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject -the entire box or carton. 7. In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8-inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve ..i shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 8. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 9. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 10. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 11. Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-200 & AWWA C-206 and qualified under Section IX of the ANSUASME Boiler ZL and Pressure Vessel Code before being allowed to weld on the line. 12. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 13, Double lap welds shall be positive air tested through factory drilled openings at each joint in accordance with AWWA C-206. Repair all weld defects in accordance with AWWA C- Westside III/IV Waterline 02619-15 Steel Pipe and Fittings AECOM October 2009 CONFORMED 206 and manufacturer's recommendations prior to lining interior and coating exterior of joint. 14. If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. 15. Install 3-in lead holes per AWWA C-206 Introduction. Lead holes to be installed for runs of pipe of 80-If. 16. Proof of compliance to AWS D1.1 and ASME IX within the previous 12 month period must1 be submitted prior to performing welds on the project. E. Inside Joint Grouting for Pipe with Plant -Applied Mortar Lining Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint openings is one (1) inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. F. Field Applied Cement -Mortar Lining Westside III/IV Waterline AECOM This section is intended only for joints of pipes, such as at butt straps or other A\ transitions, where shop application of cement -mortar lining cannot be achieved. This is not intended as an alternative to shop application of cement -mortar linings. Entrances Into Pipeline: a. Establish means to permit entry and exit of labor, materials and equipment necessary for progress of work, as approved by Construction Contract Administrator. b. Provide dikes and channeling for diversion of flood and drainage waters away from these openings in pipeline. Use temporary airtight covers over openings to provide proper curing conditions in completed sections of lined pipe. Where operation of equipment requires that end of pipe be left open, install temporary bulkhead inside pipe to eliminate direct draft through pipe over completed sections. c. Brace closure sections of pipeline left out to facilitate field lining above ground to conform as nearly as possible to shape of pipe in ground and then place cement -mortar lining by machine or hand trowel to same thickness as in adjoining machine -lined sections. Bulkhead sections immediately after being lined to maintain proper curing conditions for period of not less than 48 hours before sections are installed in pipeline. Install these sections of steel pipe. d. Coat exterior surface of butt straps and uncoated exterior surface area of steel pipe within excavations in accordance specifications. Place cement -mortar lining inside areas of joints in accordance with specifications. 1) Mixing of Cement -mortar: Mix ingredients for cement -mortar for not less than 1-1/2 and not more than 6 minutes; use mortar promptly after mixing for lining pipe. Do not use mortar that has attained its initial set for lining. Do not re -temper mortar. Add water to mix last. 02619-16 Steel Pipe and Fittings October 2009 Eon CONFORMED 2) Placing Cement -mortar Lining: a) Complete joint work, backfill and welding before cement -mortar lining begins. After cement -mortar lining has cured hydrostatic testing of pipe can begin. b) Provide provisions necessary for Construction Contract Administrator to conduct inspections of work in safe and thorough manner during and after initial application of mortar and after necessary repairs made. Include, as minimum, space on application machine, and adequate lighting to inspect gross surface areas. c) Comply with ASTM C 494 and with manufacturers recommendations when using chemical admixtures, bonding agents, accelerators, and other additives. d) Remove dirt, debris, oil, grease and loose mill scale and rust from interior surfaces of pipe, and scrape or brush surface with stiff bristle brush or water blast as may be necessary, and approved by Construction Contract Administrator, to ensure clean surfaces for successful application of cement -mortar lining. Interior surfaces will be approved by Construction Contract Administrator prior to placing lining. e) Provide cement -mortar lining uniform in thickness along entire length of pipe. Apply cement -mortar lining at the same thickness and tolerances as the shop lining. See Section 2.05.0 for shop - applied cement -mortar lining minimum thickness and tolerance requirements. f) Mechanically control travel of machine and rates of discharge of mortar to produce uniform thickness of lining without segregation around perimeter and along length of pipe. Q g) Check finished surface by placing 12-inch straightedge parallel to axis of pipe along surface of straight section of lining. At no point will space between lined surface and straightedge be greater than the minus tolerance permitted. h) Provide smooth finished surface, within tolerances specified. Repair or replace surface irregularities including corrugations, ripples, or pits in any direction, to satisfaction of Construction Contract Administrator. Remove defective lining material, including, sand pockets, voids, oversanded areas, blisters, delaminations, or unbounded areas, cracked areas, irregular surfaces, and unsatisfactory thin spots. Remove to pipe wall and area repaired to full thickness of mortar lining. i) Repair cracks 1/16-inch wide and larger to satisfaction of Construction Contract Administrator. j) Place cement -mortar lining by machine having following features: 1. An applicator head which can be centered within pipe and which will centrifugally project mortar against wall of pipe at high velocity producing dense, uniformly distributed mortar on wall of pipe. 2. Equipped with mechanically driven, rotating steel trowels that immediately follow applicator, providing smooth, hard surface without spiral shoulders. Compensate for torque so that machine will sit true in pipe and trowel faces will not vary in angle with mortar face during Westside III/IV Waterline 02619-17 Steel Pipe and Fittings AECOM October 2009 CONFORMED complete 360-degree cycle. Clean trowels at frequent intervals to prevent accumulated mortar from obtaining initial set resulting in sanded or unglazed finish. Continuously operate trowels during application of cement -mortar and forward progress of lining machine. V 3. Design applicator so that nothing will come in contact with troweled surface until it has attained final set, and so that forward progress of machine and mechanical placing of mortar can be controlled to assure uniform thickness of lining. k) Cement -mortar Lining: Adhere to steel at all points; provide consistent thickness except that lining of bell end of pipe where lining is to be thicker in order to fill depression and make smooth surface. Immediately prior to application of cement -mortar lining, sweep and clean off slime, dirt, loose rust, loose mill scale, and other foreign materials. Free interior surface of pipe after cleaning of accumulated water on pipe wall or at joints. m) After receiving its finish troweling, do not roughen lining by rebound material or by mortar direct from machine. n) Temporarily close outlets in pipeline with easily removable stoppers to prevent spun mortar from being thrown into such openings. After lining is applied, remove stoppers from outlets and repair lining damaged by removal of stoppers. Point outlet openings up to provide smooth flow. 3) Hand Finishing: a) Repair defective areas in machine -applied lining and unlined joints by hand patching to yield lining equal to that required for machine -applied troweled lining. b) Provide non -shrink grout for patching or lining joints as specified in this Section. c) Clean defective areas of loose foreign material and moisten with water just prior to application of hand -applied mortar. d) Use steel finishing trowels for hand application of cement -mortar. e) Complete hand finishing required in given pipe section not later than day following machine application of mortar lining to that particular pipe section, whether normal working day or otherwise. Slow down or stop machine application of mortar lining to allow time for hand patching. 4) Curing of Lining: Begin curing operations immediately after completing any portion of mortar lining. Close pipe by airtight bulkheads, and maintain moist atmosphere in completed section of pipe to keep lining damp and to prevent evaporation of entrained water from mortar lining. Humidify air introduced into pipe for ventilating or curing purposes and maintain moist atmosphere inside pipe until Construction Contract Administrator accepts Work. G. Exterior Joint Protection for Polyurethane Coated Steel Pipe 1. General Westside IIUIV Waterline 02619-18 Steel Pipe and Fittings AECOM October 2009 CONFORMED Installed pipe joints shall be field coated after pipe assembly in accordance with AWWA C-216 and in accordance with manufacturer's instructions, using Heat Shrink Sleeves. Width of heat shrink sleeve shall be sufficient to overlay the polyurethane coating by a minimum of 3-inches. Overlapping of two or more heat shrink sleeves to achieve the 14NOPP, necessary width will not be permitted. 2. Heat Shrink Sleeves i. Primer: Provide as recommended by the sleeve manufacturer. j. Filler Mastics: Mastic filler shall be provided for all bell and spigot and coupling type joints. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85-mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer, High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50-percent recovery. Sleeve length shall provide a minimum of 3-inches overlap onto intact pipe coating on each side of the joint. Width to take into consideration shrinkage of the sleeve due to installation and joint profile. I. Manufacturers: Canusa, or approved equal. 3. Installation a. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. Prepare to SSPC-SP10 Near White Metal Blast Cleaning. Q b. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. c. Complete joint bonding of pipe joints before application of joint coating. d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. e. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. f. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. g. Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. Westside III/IV Waterline 02619-19 Steel Pipe and Fittings AECOM October 2009 CONFORMED h. Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. i. Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inches overlay onto the existing pipe coating. j. Apply heat to the sleeve using either propane fire, infrared heaters or wrap around heaters. Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll the coating on the pipe surface. Heat from the center of the sleeve to the outer edge until properly seated, then- begin in the opposite direction. Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits. I. Allow the sleeve to cool before moving, handling, or backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. H. Protective Welded Joints Coating System for Polyurethane Coated Steel Pipe 1. General a. Application of protective coating at the pipe joints will be as follows: apply a three Q layerjoint coating system consisting of a factory supplied 35 mil polyurethane coating, a field applied 60 mil by 6-inch wide strip of Canusa HCO Wrapid Tape heat resistant tape at the location of the welding, and a field applied 110 mil (full recovery thickness) by 18-inch wide Canusa AquaWrap high shrink heat shrinkable joint sleeve. After the heat shrinkable joint sleeve is installed, the Contractor may backfill the trench, and then weld the joint. b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the three layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or Owner to visually inspect and test the joint after welding. Any damage must be repaired. If the Contractor's welding procedure damages the three joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 0 1 d. Inspection, Testing, and Repairs Holiday testing shall be performed using a wet sponge holiday tester at each joint after field application of heat shrinkable joint sleeve. If any holidays or cuts are detected, the sleeve shall be repaired using Conusa Repair Patch Kit (CPRK) or approved equal. The damaged area shall be covered with a minimum or 50 mm overlap around the damaged area. Westside IIUIV Waterline 02619-20 Steel Pipe and Fittings AECOM October 2009 CONFORMED 1. Protective of Buried Metal Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field - applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps or wax tape and encased in flowable fill. Test prior to installation of flowable fill. J. Repair and Field Touchup or Polyurethane Coated Metal 1. Apply Madison GP II (E) Touchup Polyurethane Coating or equal Futura Coating for repair and field touch-up of polyurethane coating. 2. Repair Procedure - Holidays a. Remove all traces of oil, grease, dust, dirt, etc. b. Roughen area to be patched with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material described above. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. d. Test repairs for Holidays. 3. Repair Procedure — Field Cuts or Large Damage a. If in the opinion of the Owner, or Owner's Representative, that the polyurethane coating is excessively damaged the pipe segment will be rejected until the coating system is removed and replaced so that the system is in like new condition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt, etc. d. Roughen area to be patched with rough grade sandpaper (40 grit). Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. e. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. Work repair material into scratched surface by brushing. Feather edges of repair material into prepared surface. Cover at least 1- inch of roughed area surrounding damage, or adjacent to field cut. f. Test repairs for Holidays. K. Patch of Lining (Plant or Field) 1. Repair cracks larger than 1116-inch. Pipes with disbonded linings will be rejected. Excessive patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12-inch. In general, there shall be no more than one (1) patch in the lining of any joint of pipe. If either of these dimensions are exceeded, then it is defined as excessive patching. 0 1 L. Patching of Coatings 1. Areas less than or equal to 6 inches in diameter Westside III/IV Waterline AECOM 02619-21 Steel Pipe and Fittings October 2009 CONFORMED a. Patch honeycomb and minor defects in concrete surfaces with non shrink grout. Repair defects by cutting out unsatisfactory material and replacing with non shrink grout, securely bonded to existing concrete. Finish to make junctures between patches and existing concrete as inconspicuous as possible. After each patch has stiffened sufficiently to allow for the greatest portion of shrinkage, strike off grout flush with surrounding area. 2. Areas greater than 6 inches in diameter but less than 12 inches or 100 square inches a. Remove defective lining down to bare steel by chipping, making sure care is taken to prevent further lining damage. Ends of lining where defective lining is removed are to be left square and uniform, not feathered. b. Clean bare steel with wire brush to remove loose or other foreign matter. c. Remove existing wire reinforcement and replace. Overlap new reinforcement to existing reinforcement by %Z-inch. Secure reinforcement, against the wall of pipe at frequent intervals by tack welding to pipe. d. Prepare cement mortar mixture. Use only enough water to obtain proper placement characteristics. Set up time before mixture is to be discarded is to be no longer than '/ hour. Non shrink grout may also be used. Do not use a combination of cement mortar and non shrink grout within the same repair. e. Apply Weld -Crete, or approved equal, concrete bonding agent to bare steel and interface of existing lining. After bonding agent is applied to steel and lining new mix must be applied within 10mins. f. Apply cement mortar to repair area 1/2-inch thick then hand trowel to achieve smooth dense finish, making sure wire is not left exposed. To ensure proper thickness while placing new mortar, check thickness with'/ -inch long wire gauge. 3. Curing Place plastic sheeting over the repair area, use tape to adhere plastic to surrounding repair area. Let cure for 4 days then remove plastic sheeting. 4. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and unless approved by the Engineer M. Quality Control of Field Applied Polyurethane Coating 1. Surface Preparation Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. Use Testex tape on at least one (1) joint/day to ensure that adequate profile is being achieved. 2. Visual Visually inspect cured coating to ensure that the coating is completely cured with no blisters, "sticky", or "gooey" areas. Also check to ensure that the coating completely covers the steel and existing coating. Westside III/IV Waterline 02619-22 Steel Pipe and Fittings AECOM October 2009 CONFORMED 3. Thickness Use a magnetic dry film thickness gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA2. 4. Adhesion Perform adhesion testing as described in AWWA C222 Article 5.5.4. zi 3.02 HYDROSTATIC TESTING Perform a hydrostatic test in accordance per City of Fort Worth Standards. END OF SECTION Westside IIUIV Waterline 02619-23 Steel Pipe and Fittings AECOM October 2009 CONFORMED SECTION 09902 PAINTING AND PROTECTIVE COATINGS PARTIGENERAL 1.01 SUMMARY This section describes the furnishing and application, as specified herein, of surface preparation, field painting of exposed exterior and interior items, and protective coatings to all surfaces unless otherwise shown on the PLANS or as specific herein. 1.02 SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals necessary for the painting and application of protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of paint and protective coatings. Surface preparation, priming, and finish coats specified in this section are in addition to shop priming and surface treatment. 1.03 RELATED REQUIREMENTS 1.04 REFERENCE STANDARDS The publications listed below form a part of this SPECIFICATION to the extent referenced. The publications are referred to in the text by basic designation only. A. American National Standards Institute (ANSI) B. National Association of Corrosion Engineers (NACE) C. Occupational Safety and Health Administration (OSHA) OSHA 29CFR 1910.144 — 1995 Safety Color Codes for Marking Physical Hazards D. Steel Structures Painting Council (SSPC) SSPC SP-1 —1989 Surface Preparation Specification No. 1 — Solvent Cleaning SSPC SP-2 — 1995 Surface Preparation Specification No. 2 — Hand Tool Cleaning SSPC SP-3 — 1995 Surface Preparation Specification No. 3 — Power Tool Cleaning In the event of a conflict between the published standards, codes, and this SPECIFICATION, the more stringent requirement shall govern. 1.05 DEFINITIONS A. General: Standard coating terms defined in ASTM D 16 apply to this section. 1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at a 85 degree meter. 2. Eggshell refers to a low -sheen finish with a gloss range between 20 and 35 when measured at a 60 degree meter. 3. Semi gloss refers to a medium -sheen finish with a gloss range between 35 and 70 when measured at a 60 degree meter. 4. Full gloss refers to a high -sheen finish with a gloss range more than 70 when measured at a 60 degree meter. 1.06 SUBMITTALS Submittals shall be in accordance with the Contract Documents, and shall include: Westside IIUIV Waterline 09902-1 Painting and Protective Coatings AECOM October 2009 A. Product data for each paint system and protective coating indicated include block fillers and primers. 1. Material List: An inclusive list of required coating materials. Indicate each material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification. 2. Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storage, and applying each coating material. B. Painting Schedule: Submit list indicating major items to be painted, preparation, paint manufacturer, product designation, and dry mil thickness. C. Panels 1. Submit panels containing samples of proposed paints and coatings. Include three displays of each kind and color of paint used. Panel to be representative of material to be coated. 2. Mark panels to indicate respective types of surfaces to which several kinds and colors of paint, stain, and coating are applied. D. Samples: If requested by OWNER, submit 1/4 pint of each kind of paint or stain proposed for use. Do not deliver materials to site until representative samples (if requested) have been approved. E. For all sealers and protective coatings, submit copies of manufacturer's printed instructions and application sheets. 1.07 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. Certified in compliance with ISO 9001 Quality Standards for formulation (research and development), manufacture, and technical support. 2. Manufacturer must have a local authorized technical specialist. 3. Products shall be manufactured in the United States. B. Applicator Qualifications 1. Furnish workers who perform quality work and are qualified in applying paints and protective coating similar in material, design, and extent to those indicated for this PROJECT, and whose work has resulted in applications with a record of successful in-service performance. Submit list of five (5) similar projects which have been prepared and coated by the personnel to be employed for this project. 2. Provide manufacturer's written instructions on cleaning and coating prior to any surface preparation or coating. C. Product Quality 1. Use only products specified in this section. Use only those thinners and solvents recommended by the manufacturer, only in the amounts necessary to produce the manufacturer's recommended spreading rate, and in amounts not exceeding the maximum quantities stated in the manufacturer's literature. 2. The coating material shall not show excessive settling in a freshly opened full can and shall be easily redispersed with a paddle to a smooth, homogeneous state. It shall show no curdling, caking, color separation, and shall be free of lumps or skim surfaces. `wl N%./ Westside III/IV Waterline 09902-2 Painting and Protective Coatings AECOM October 2009 D. To the maximum extent possible, all coatings should be from one manufacturer. Unless otherwise specified, coating materials for a specific surface or piece of equipment will be from a single manufacturer and must be applied in strict accordance with manufacturer's instructions. E. All coatings provided for use on this project in the field or from equipment suppliers will be in compliance with local, state, and federal government laws, regulations and ordinances related to items such as lead, chromate, carcinogens and volatile organic compounds. All coatings in potable water service to be National Sanitation Foundation (NSF) approved for potable water service according to NSF 61. F. Testing Paint and protective coatings shall be applied under quality control procedures, which include inspection of surface preparation for each coat. Do not proceed with the next step until the ENGINEER has approved the previous step. The CONTRACTOR shall be solely responsible for testing in this section, at no further cost to the OWNER. The CONTRACTOR will cooperate with the ENGINEER, providing equipment, scaffolds, and other equipment as requested by the ENGINEER. G. Testing Reports Submit an inspection report for each coating applied for this PROJECT. The testing report shall be completed on a form furnished by the ENGINEER and shall bear the signature of the CONTRACTOR and the OWNER'S REPRESENTATIVE. 1.08 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered to the site in their original, sealed containers with manufacturer's label and batch number attached. Do not apply materials until the OWNER'S REPRESENTATIVE has approved the material for use. B. Any hazardous waste material remaining at the end of the day shall be discarded in accordance with national, state, and local regulations. 1.09 ENVIRONMENTAL CONDITIONS A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 457 for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. B. No exterior coatings shall be applied during rain or snow, when the air temperature is below 50OF or above 120OF or when the temperature of the surface to be coated is below 50OF except as allowed by the coating manufacturer. No coating shall be applied if a predicted temperature of 350F or lower is forecast within 24 hours of application unless the coating is enclosed and heated. No painting is to be done when the relative humidity meets or exceed 50 percent or when the substrate temperature is within 50F of the dew point, as allowed by the manufacturer. C. Minimum Application Temperatures for Latex Paints: 450F for interiors; 50OF for exterior; unless required otherwise by manufacturer's instructions. D. Minimum Application Temperature for Varnish and Finishes: 650F for interior or exterior, unless required otherwise by manufacturer's instructions. 1.10 PROJECT CONDITIONS A. Protective coatings are special coatings to be used at specific locations or on specific surfaces as indicated herein and are complementary to the coating surfaces specified in this section. B. Protective coatings shall be applied to the following surfaces unless otherwise noted: Westside IIVIV Waterline 09902-3 Painting and Protective Coatings AECOM October 2009 1. Metal surfaces located on the project site which are not galvanized, aluminum, or stainless steel. 2. Piping, valves, and fittings, including all exposed metal that is not galvanized, mortar coated, or aluminum. 3. Equipment which does not have a factory coat. C. Paint exposed surfaces, except where this section indicates that the surface or material is not to be painted or is to remain neutral. If an item or a surface is not specifically mentioned, paint the item or surface the same as similar adjacent materials or surfaces. If a color or finish is not indicated, OWNER'S RESPRESENTATIVE will select from standard colors and finishes available. Painting includes field painting of exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron supports, and surfaces of mechanical and electrical equipment that do not have a factory applied final finish. D. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. 1. Prefinished items include the following factory finished components: a. Architectural woodwork b. Finished mechanical and electrical equipment C. Light fixtures 2. Concealed surfaces include walls or ceilings in the following generally inaccessible spaces: a. Furred areas b. Ceiling plenums C. Utility tunnels d. Duct shafts `'' 3. Finished metal surfaces include the following: a. Anodized aluminum b. Stainless steel C. Chromium plate d. Copper and copper alloys e. Bronze and brass f. Galvanized metal 4. Operating parts include moving parts operating equipment and the following: a. Valve and damper operators b. - Linkages C. Sensing devices d. Motor and fan shafts 5. Labels: Do not paint over UL, FMG, or other code required labels or equipment name, identification, performance rating, or nomenclature plates: 6. Primers factory applied to equipment shall be those specified. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field applied finish coats. Where equipment is purchased which has the manufacturer's standard primer or a factory finish which is other than as Westside III/IV Waterline 09902-4 Painting and Protective Coatings AECOM October 2009 specified in this section, remove the factory applied paint system or apply passivators or other special coatings as required to make the surface compatible with the finish coat specified. 7. Surfaces which will be inaccessible after installation shall be coated prior to installation, or shall be coated and approved in stages as work is installed. 8. At least one (1) week shall be allowed for drying of finished surfaces before any machinery can be place into service. 1.11 WORKING CONDITIONS A. Provide lighting level of 80-foot candles measured mid -height at substrate surface. B. CONTRACTOR shall be fully responsible for personnel safety during painting operations. C. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during test procedures. 1.12 GUARANTEES A. Painting and protective coating shall be guaranteed for a period of one (1) year from the date of the OWNER's acceptance of the project. B. A warranty inspection shall be conducted in the eleventh month following completion of the painting and coatings. Any defective work discovered at this date shall be corrected by the CONTRACTOR in accordance with the SPECIFICATIONS at no additional cost to the OWNER. Other corrective measures may be required during the one (1) year warranty period. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Acceptable protective coating manufacturers 1. Ameron International Performance Coatings and Finish Group 2. Tnemec Company, Inc. 3. Valspar Corporation 4. Carboline 5. The Sherwin-Williams Company 6. International Protective Coatings 7. ICI Devoe High Performance Coatings 8. Plasite Protective Coatings B. Acceptable paint manufacturers 1. Benjamin Moore & Company 2. Coronado Paint Company 3. ICI Dulux Paint Centers 4. Kelly -Moore Paint Company 5. PPG Industries, Inc. 6. Sherman -Williams Company 2.02 MATERIALS AND/OR EQUIPMENT Westside III/IV Waterline 09902-5 Painting and Protective Coatings AECOM October 2009 A. Include the paint, protective coatings, and sealers for this project. Furnish all such special materials required for the manufacturer's coating systems. B. Provide manufacturer's best quality paint material of the various coating types specified that are factory formulated and recommended by manufacturer for application indicated. Paint material containers not displaying manufacturer's product identification will not be Nft/ acceptable. B. The combination of coating and thinner shall not exceed 3.5 pounds per gallon of volatile organic compound. C. Colors: OWNER reserves the right to select colors. Submit list of items to be painted and color charts for each type of surface. 2.03 FINISHES Refer to schedule at end of this section for surface finish schedule. Colors shall be selected by OWNER from manufacturer's standard color charts. Piping colors shall be in accordance with the latest version of TCEQ Chapter 290, Subchapter B requirements. PART 3 EXECUTION 3.01 EXAMINATION PRIOR TO PREPARATION A. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. B. All structures to be coated shall be readily accessible to CONTRACTOR. C. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated. D. Temperature of the surface to be coated should be maintained between 40 and 120°F. E. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense %wool heat source. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. F. Prior to commencing surface preparation, CONTRACTOR shall inspect all surfaces specified to receive the coating and notify OWNER, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 3.02 PREPARATION A. Metal Surfaces 1. Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of size or weight of the item, provide surface applied protection before surface preparation and painting. 2. Clean metal surfaces by abrasive blasting in shop and leave clean, dry, and ready to receive prime coat. Provide moisture separators to effectively remove all oil and free moisture from air supply. Cleanliness of air shall be tested by impinging an abrasive -free air stream onto a white cloth for 1 minute. If oil or moisture is detected, the source of air shall be shut down and corrected. 3. Each surface shall have a primer, except in the instance where field cleaning is required and the manufacturer's printed literature states that the coating may be applied without a primer and approved by the ENGINEER is obtained. Shop applied primer shall be thoroughly cleaned of oil, grease, and other contaminants, Westside III/IV Waterline 09902-6 Painting and Protective Coatings AECOM October 2009 and nicks or other defects shall be spot primed before subsequent coats are applied. 4. All dust and abrasives shall be removed from surfaces by brushing or blowing with clean, dry air. All abrasive grit shall be removed from around and between �.r joints of connecting members. 5. Perform field abrasive blasting only if required to correct unsatisfactorily cleaned and shop -primed metal and when approved by OWNER'S REPRESENTATIVE. 6. Removal of oil and grease: Remove oil and grease with a solvent approved by coating manufacturer, or by steam combined with detergent (in accordance with SSPC SP-1). Use of gasoline, kerosene, naphtha, or carbon tetrachloride not perm itted. 5. Brushing, Scraping, Grinding, and Chipping: In field work, if abrasive blasting is not possible, scrapers, wire brushes, and other suitable grinding or chipping tools may be used (in accordance with SSPC SP-2 or SP-3) for removal of existing paint coatings prior to repainting, or for cleaning, before applying second coats. 6. Surface to be coated on same day as cleaned and before rust bloom occurs. Surfaces which have been cleaned but which have started to show signs of rust or dirt are to be cleaned again prior to coating at no additional expense to OWNER. 7. All surfaces shall be at least 50F or higher above the dew point and remain this way when blasting, priming, or coating. 3.03 APPLICATION A. Application of Paint and Protective Coatings 1. General: Use one convenient location for storing and mixing of materials and keep fire extinguisher available in this area as long as location is used for such purpose. Protect floors and all other areas where work is done, with suitable drop cloths, and remove oily rags and waste from building at close of each days work. On completion of operations, remove all spots, oil, and stain from all surfaces and leave entire project in clean condition as far as this work is concerned. Remove from premises all containers and debris resulting from this work. a. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved. 2. Thinners and Solvents: Use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions recommended by paint manufacturer. 3. Coverage: As recommended by paint manufacturer and sufficient to obtain minimum mil thickness specified. Do not exceed maximum thickness specified by manufacturer, if applicable. After final coat is applied, check with non- destructive dry film thickness gauge. 4. Drying Time: Between successive coats, allow drying time as specified by paint manufacturer. 5. Brush Application a. Brushes: Use first -quality hog hair or suitable synthetic bristle brushes. Use of horsehair bristle brushes not permitted. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes for oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with proper solvent before reuse. Westside III/IV Waterline 09902-7 Painting and Protective Coatings AECOM October 2009 b. Application: Apply in uniform thickness consistent with specified coverage and with sufficient cross -brushing to ensure filling of surface irregularities. Exercise particular care in painting around bolt heads and nuts and in corners and other restricted spaces. 6. Conventional Spray Application: Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having air driven or mechanical agitator. Supply with width of spray adequate to coat the applicable surface with suitable pressure for the particular type of paint being used. Make frequent checks to ensure correct spreading rate and coating and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. Take special care to cover edges, corners, and bolt heads, without bridging over of paint film. 7. Airless Spray Application: Equipment used for airless spray shall be designed for and capable of handling the volume and pressures necessary to ensure smooth and proper application. Hoses shall be specifically designed for the viscosity of the material being sprayed and shall be of the nonstatic, self -grounding type. Tips shall be properly sized to ensure complete atomization and the spray pattern shall be continuous and free of all fingering effects. 8. Roller Application: Proper length nap rollers shall be used to ensure a smooth application free of runs, sags, roller marks, or air bubbles. Use longer nap for rougher surfaces when specified on PLANS. Phenolic core Iambs wool type rollers shall be used when polyurethanes, epoxies, or other types of activated coatings are applied by roller. Standard type rollers shall be used on water based and enamel coatings. Rollers shall be of sufficient quality to leave finished surfaces free of lint, roller nap, runs, sags, and other imperfections. Roller not to exceed 24 inches in length. 9. Metal Surfaces a. Shop -prime metal surfaces, if required, prior to delivery to jobsite. b. After delivery and prior to installation, keep all coated metal surfaces clean and free from corrosion. Clean and touch up or repaint damaged areas with additional primer. C. After erection or installation of metal work, clean and touch up all rust spots, all places where primer has been rubbed or scraped off, and all bolts and nuts. After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been cleaned and dried, apply finish paint. Allow 7 days or more, as recommended by coating manufacturer, for curing of final coat for submerged surfaces. d. Factory -Finished Equipment: After installation of factory -finished machinery and electrical equipment, check base coats carefully and touch up all damaged surface areas. Do not paint nameplates, serial number bases, chrome, or bronze trim. Clean off any excess paint that impairs convenient removal of covers on gauges, instrumentation, or other equipment fitted with doors or covers. e. Factory -Primed Equipment: Delay final field coating to manufacturer's primed equipment until equipment has been installed and is in proper working order in accordance with the applicable Item. 10. Provide necessary equipment to minimize the amount of dust, paint, abrasives, and other matter from settling on or damaging adjoining property. If excessive dust, paint, or abrasives are found which are affecting adjoining property and/or structures, as determined by the OWNER or their representative, the CONTRACTOR shall be required to utilize shrouds, drop tubes, or other means .%Moll Westside III/IV Waterline 09902-8 Painting and Protective Coatings AECOM October 2009 to confine a minimum of 95 percent of the abrasive, paint, and other material to the associated work area. 11. To facilitate adequate observation of all surfaces, provide scaffolding/rigging and adequate illumination required to perform dry film thickness readings and holiday .r test inspections as required by these SPECIFICATION's and the referenced standards. Provide personnel to move the scaffolding, lighting, or rigging at the instructions of the OWNER'S REPRESENTATIVE. 12. Provide proper safety equipment to the OWNER'S REPRESENTATIVE for observation. 13. Adequate ventilation for proper curing shall be provided. B. Special Requirements 1. Cast iron or ductile iron piping and valves for interior and exterior installation with a factory -applied bitumastic or asphaltum varnish coating will be cleaned by abrasive blasting so as to provide a NACE #3 finish on interior exposed installations and a NACE #2 finish on exterior exposed surfaces. 2. Tests to be performed and approved by the ENGINEER before equipment is put into operation. 3.04 FIELD QUALITY CONTROL A. Certified manufacturer's representative shall be present to observe application of coating and after completion to inspect and certify that product was properly applied. B. Sound random areas where coating has been applied in accordance with manufacturer recommendations. C. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented and attested to by Contractor for '''o, submission to Owner. D. After the coating product(s) have set in accordance with manufacturer instructions, all surfaces shall be inspected for holidays with high -voltage holiday detection equipment. Reference NACE RPO 188-99 for performing holiday detection. All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional coating can be hand applied to the repair area. All touch-up/repair procedures shall follow the coating manufacturer's recommendations. Documentation on areas tested, results and repairs made shall be provided to Owner by Contractor. E. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor. 3.05 CLEANING At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the project site. Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. 3.06 PROTECTION A. Protect work from other trades, whether being painted or not, against damage from painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by the OWNER'S REPRESENTATIVE. ..01 Westside III/IV Waterline 09902-9 Painting and Protective Coatings AECOM October 2009 B. Provide "Wet Paint' signs to protect newly painted finishes. After completing painting operations, remove temporary protective wrappings provided by others to protect their work. 1. After work of other trades is complete, touch up and restore damage or defaced painting surfaces. 3.07 SCHEDULE A. Ferrous Steels including Miscellaneous Metals and Piping, including piping to be insulated Interior: 1. Product and Manufacturer: Provide one of the following: a. Tnemec: 1) Shop Primer: Series 37H Chem -Prime — 1 coat, 2.0 dry mils, 330 sf/gal 2) Field primer or field touch-up: Series 37H Chem -Prime — 1 coat, 2.0 dry mils, 330 sf/gal. 3) Finish: Series 66 Epoxoline —1 coat, 4.0 dry mils, 200 sf/gal. b. Carboline: 1) Shop Primer, shop primer for bar joists, field primer or touch-up: Rustbond Penetrating Sealer 2 mils dit —1 coat 2) Finish: Carboline 890 — 1 coat, 4.0 mils dit. C. Ameron: 1) Shop primer: Amercoat 68HS —1 coat, 3.0 dry mils. 2) Finish: Amercoat 385 Polyamide Epoxy — 1 coat, 4.0 dry mils, 265 sf/gal theoretical. 3.08 MEASUREMENT AND PAYMENT No separate payment for work performed under this Section. Include cost of same in Contract price bid for which this is a component part. END OF SECTION Westside IIUIV Waterline 09902-10 Painting and Protective Coatings AECOM October 2009 SECTION 15062 DUCTILE -IRON PIPE AND FITTINGS PART 1— GENERAL 1.01 WORK INCLUDED A. Furnish all labor, material, tools, equipment and incidentals required and instil buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. 1.02 RELATED REQUIREMENTS FWWD Construction Specification Section E2-2 — Excavation and Backfill 1.03 QUALITY ASSURANCE A. Experience Requirements All of the ductile iron pipe and cast-iron or ductile iron fittings shall be furnished by the manufacturers who are fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. The manufacturer should have had a minimum of 5 years of 1 successful experience in the manufacture of pipe joints of similar design, working pressure, pipe diameter and wall thickness as specified. The pipe and fittings shall be designed, constructed, installed in accordance with the best practices and methods and shall comply with these Specifications as applicable. Total pipe shall be the product of one (1) manufacturer. Fittings can be provided by a different manufacturer than the pipe manufacturer. B. Owner Testing and Inspection 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory will be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, and the pipe manufacturer shall provide proper facilities for access and for inspection. The pipe manufacturer shall notify the Owner in writing, at least two (2) weeks prior to the pipe manufacture so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed. Material and pipe which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to final acceptance of the pipe. 1.04 SUBMITTALS A Submittal shall be in accordance with the City of Fort Worth Requirements and shall include the following: A. Submit to the Owner's Representative in accordance with the Specifications, a list of materials to be furnished, the names of the suppliers and the date of delivery of materials to the site. B. All ductile iron pipe and cast iron or ductile iron fittings to be installed under this Contract shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. Furnish in duplicate to the Owner swom certificates of such tests and their results. In addition, all ductile iron pipe and fittings to be installed under this Contract may be inspected at the foundry for compliance with these Specifications by an independent testing laboratory selected by the Owner. The manufacturer's cooperation shall be required in these inspections. Westside III/IV Waterline AECOM 15062-1 DUCTILE -IRON PIPE AND FITTINGS October 2009 CONFORMED C. The pipe manufacturer shall furnish record data of the pipe and fittings. If the Contractor proposes to make changes in the pipeline alignment, the changes shall be in accordance with the design criteria as specified. Changes in alignment shall be reflected in record drawings, which shall include a schematic location -profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan -profile sheets. These record data shall be based on the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Record data shall also include full details of lining, coating, joint dimensions and details of the thrust restraint provisions. Fabrications of pipe and fittings shall not proceed until such drawings have been received by the Engineer. D. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: 1. An affidavit stating that the pipe furnished complies with AWWA C-151, AWWA C-104, AWWA C-110, AWWA C153, AWWA C-111, and these specifications. 2. Copies of results of factory hydrostatic tests shall be provided to the Engineer, if requested. 3. Mill certificates, including chemical and physical test results for each heat of metal, if requested during pipe manufacturing services. 1.05 STANDARDS A. American Water Works Association(AWWA) Standards: AWWA C-104/ANSI A21.4 Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. AWWA C-105/A21.5 American National Standard for Polyethylene Encasement AWWA C-110/ANSI A21.10 Ductile -Iron and Gray -Iron Fittings, 3 in. through 48 in., for Water and Other Liquids. AWWA C-111/ANSI A21.11 Rubber -Gasket Joints for Ductile -Iron and Gray -Iron Pressure Pipe Fittings. AWWA C-115/ANSI A21.15 Flanged Ductile -Iron Pipe with Threaded Flanges. AWWA C-150/ANSI A21.50 Thickness Design of Ductile -Iron Pipe. AWWA C-151/ANSI A21.51 Ductile -Iron Pipe, Centrifugally Cast in Metal Molds, or Sand -Lined Molds, for Water or Other Liquids. AWWA C-153/ANSI A21.53 Ductile -Iron Compact Fittings, 3-in through 64-in. for Water and Other Liquids. AWWA C-104/ANSI B16.1 Cast -Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. AWWA/ANSI C600 Installation of Ductile Iron Water Mains and Their Appurtenances AWWA M-14 Ductile Iron Pipe and Fittings OSHA Occupational Safety and Health Act B. American Society for Testing and Materials (ASTM) ASTM/A307 Carbon Steel Bolts and Studs, 60,000 psi Tensile. ASTM/C283 Test Method for Resistance of Porcelain Enameled Utensils to Boiling Acid. ASTM D4976 Polyethylene Material ASTM/D1248 Polyethylene Plastics Molding and Extrusion Materials. C. American National Standards Institute, Inc. (ANSI) Standards: Westside III/IV Waterline 15062-2 DUCTILE -IRON PIPE AND FITTINGS AECOM October 2009 U CONFORMED ANSI/NSF 61 Drinking Water System Components — Health Effects ..i 1.06 DELIVERY AND STORAGE A. Handling and storage of pipe and fittings shall comply with AWWA C-600, AWWA M41, and Manufacturer's specifications. PART 2 PRODUCTS 2.01 MATERIALS B. Ductile Iron Pipe: 1. Ductile iron pipe shall be in accordance with AWWA C-110, AWWA C-111, AWWA C- 115, AWWA C-150 and AWWA C-151. All pipe shall meet the requirements of NSF 61. Standard joint length shall be 18' to 20'. 2. Ductile iron piping and fittings shall be double thickness cement mortar lined and bituminous seal coated in accordance with AWWA C104. Provide manufacturer's standard bituminous coating inside and polyethylene encased in accordance with AWWA C-105. 3. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows: a. "DI" or "DUCTILE" shall be castor metal stamped on each pipe b. Weight, pressure class, and nominal thickness of each pipe 14=01 c. Year and country pipe was cast d. Manufacturer's mark e. Iron used in the manufacture of pipe for these specifications shall have: 1) Minimum tensile strength — 60,000 psi 2) Minimum yield strength — 42,000 psi 3) Minimum elongation —10% C. Fittings: Exposed pipe shall be flanged unless noted otherwise. Exposed fittings for use with flanged joints on ductile pipe shall be cast iron or ductile iron fittings conforming to ANSI B16.1 or AWWA C-110. Flanges shall be faced and drilled in accordance with ANSI B 16.1, Class 125. All fittings shall be pressure rated at 250 psig, Buried fittings shall be Ductile Iron Compact Fittings (AWWA C153/A21.53) rated at 250 PSI and shall be restrained mechanical .........._. joints. D. Flanges: All pipe shall be flanged unless noted otherwise. Flanges for ductile or cast iron pipe shall be ductile or cast iron flanges screwed on threaded ends of the pipe. Flanges shall conform to ANSI B16.1, Class 125. Screwed -on flanges shall be attached to the pipe in the shop; attachment, aligning and facing shall conform to AWWA C115. E. Flanged joints shall be provided at connections to valves where indicated. Pipe flanges shall be of rated pressure equal to or greater that the adjacent pipe class. Flanges shall match the �.. fittings or appurtenances which are to be attached. Westside IIUIV Waterline 15062-3 DUCTILE -IRON PIPE AND FITTINGS AECOM October 2009 CONFORMED F. Joints for pipe and fittings: Joints shall be in accordance with AWWA C-110, ANSI/AWWA C- I 11/A21.11, AWWA C-153/A21.53, and AWWA C-151. Standard joints for ductile iron pipe shall be push -on. G. Mechanical Joints: Mechanical joints shall only be used on buried pipe or where specifically noted on the drawings for exposed pipe. Mechanical joints for use with ductile iron pipe shall conform to AWWA C-111 and shall be restrained. Carefully assemble mechanical joints in accordance with the manufacturer's recommendations. Lubricate joint surfaces with heavy vegetable soap solution immediately prior to installing gasket on spigot end. If seal is defective, disassemble the joint, thoroughly clean it, and reassemble the joint. Do not overtighten bolts to compensate for poor installation practice. Work closely with the CONTRACTOR to verify if welded joints are needed as a part of their sequence of construction. H. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -carbon steel in accordance with ANSI/AWWA C-111/A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturers recommended thickness by a certified applicator. Coating shall be of Xylan® as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. I. Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints, thrust blocking, or both, as indicated in the plans. Restrained joints and blocking shall be capable 22 of sustaining the design pressure as specified herein. Joints shall be restrained by EBAA Mega -lug or Engineer Approved equal, or by pipe manufacturer's proprietary restrained joint. 2.02 DESIGN REQUIREMENTS A. As a minimum standard, the following pressure classes shall apply: Diameter Pioe (inch) Min. Pressure Class (PSI) 3" through 12" 350 psi 14" — 20" 250 psi 24" 200 psi 30" — 64" 150 psi B. Engineer shall verify that pressure class specified meets the minimum design requirements contained within these provisions. When requested, pipe design calculations shall be submitted to the City of Fort Worth. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C-150/A21.50 for a minimum 150 psi (or project requirements, whichever is greater) rated working pressure plus a 100 psi surge allowance; a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a depth of cover ranging from 6 feet to 25 feet. Type 4 laying conditions are as defined in ANSI/AWWA 0-150/A21.50. Pipe must meet live load AASHTO H-20 truck for unpaved conditions. Assume 10-feet of surplus fill material at unit weight specified, in addition to design depth, as shown on the plans. C. The thickness design of ductile iron pipe shall be in accordance with AWWA C150. D. The horizontal deflection of cement -mortar -lined ductile iron pipe resulting from external load conditions shall not exceed three percent of the pipe diameter E. All pipe calculations, thrust restraints, and associated calculations to be signed and sealed by A a Licensed Professional Engineer. Westside III/IV Waterline AECOM 15062-4 DUCTILE -IRON PIPE AND FITTINGS October 2009 CONFORMED F. Test Pressures for the pipe shall be in accordance with AWWA M14. 2 2.03 MANUFACTURERS A. American Cast Iron Pipe Co. B. U.S. Pipe C. Tyler Pipe D. United States Pipe and Foundry E. Or approved equal. 2.04 COATINGS FOR PIPE AND FITTINGS A. All ductile iron pipe shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA C- 104/A21.04, or latest revision. C. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces, but shall be shop -coated with rust inhibitive primer. Primer shall have a minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. D. All buried ductile iron pipe shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high ..� densitycross-laminated HDCL ( ) polyethylene encasement conforming to AWWA C- 105/A21.5. Polyethylene film must be marked as follows: 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSI/AWWA C105/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning -Corrosion Protection -Repair Any Damage E. All raw materials shall be manufactured of virgin polyethylene material in conformance with ASTM D4976 F. Minimum widths as follows: Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width - Flat Tube Min. Width -Sheet 3 in. 14 in. 28 in. 4 in. 14 in. 28 in. 6 in. 16 in. 32 in. ..r 8 in. 20 in. 40 in. Westside IIUIV Waterline 15062-5 DUCTILE -IRON PIPE AND FITTINGS AECOM October 2009 CONFORMED 10 in. 24 in. 48 in. 12 in. 27 in. 54 in. 14 in. 30 in. 60 in. 16 in. 34 in. 68 in. 18 in. 37 in. 74 in. 20 in. 41 in. 82 in. 24 in. 54 in. 108 in. 30 in. 67 in. 134 in. 36 in. 81 in. 162 in. 42 in. 81 in. 162 in. 48 in. I 95 in. I 190 in. 54 in. I 108 in. I 216 in. 60 in. I 108 in. I 216 in. 64 in. i 121 in. I 242 in. PART 3 EXECUTION 3.01 INSTALLATION A. Handling Pipe and Fittings 1. Care shall be taken in loading, transporting, and unloading to prevent injury to the pipe or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying, and no piece shall be installed which is found to be defective. Any damage to the pipe coatings shall be repaired as recommended by the manufacturer. 2. All pipe and fittings shall be subjected to a careful inspection and hammer test just prior to being installed. 3. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner at no expense to the Owner. All pipe and fittings shall be thoroughly cleaned before installing, shall be kept clean until they are used in the work, and when installed, shall conform to the lines and grades required. B. Laying Exterior Pipe and Fittings 1. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA Standard Specification C-60a except as otherwise provided herein. For buried piping a firm, even bearing throughout the length of the pipe shall be constructed by tamping selected material at the sides of the pipe up to the springline. 2. All pipe shall be sound and clean before installing. When installing is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in installing. Fittings, in addition to those shown on the plans, shall be provided, if required, to avoid interference with existing piping, conduit, etc. Provide restrained mechanical coupling where required for closures and fitup. 3. When pipe cutting is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be used with a Tyton bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. 4. Joint restraint shall be provided on all piping. Buried piping shall be polyethylene encased in accordance with AWWA C-105. Westside III/IV Waterline 15062-6 DUCTILE -IRON PIPE AND FITTINGS AECOM October 2009 CONFORMED 5. Unless otherwise shown or approved by the ENGINEER, all outside pipe lines shall have a 5 foot minimum cover. ..i C. Jointing Ductile Iron Pipe Mechanical joints at valves, fittings, and where designated shall be in accordance with the "Notes on Method of Installation" under ANSI Specification A 21.11 and the instructions of the manufacturer (use on buried pipe and only where indicated on the drawings on exposed pipe). To assemble the joints in the field, thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no condition shall extension wrenches or pipe over handle or ordinary ratchet wrench be used to secure greater leverage. 2. Flanged joints shall be made using ring gaskets of rubber with cloth insertion. Gaskets 12-inch in diameter and smaller shall be 1/1 6-inch thick; larger than 12-inch 3/32-inch thick. Flanged joints shall be made with bolts, bolt studs with a nut on each end, or studs with nuts where the flange is tapped. All bolts shall be stainless steel (type 316). Bolt studs and studs shall be of the same quality as machine bolts. a. Bolts in flanged joints or mechanical joints shall be tightened alternatelyand evenly. After installation two heavy bitumastic coatings of Kopper Bitumastic No. 50 shall be applied to bolts and nuts. 3. Push -on joints: The jointing on this type of joint shall be as recommended by the manufacturer. The procedure of jointing shall be generally as follows: a. Thoroughly clean and dry the spigot and bell before starting the assembly of the joint. Wipe the gasket clean with a cloth. Nftool b. Place the gasket into the gasket seat in the bell. C. Apply a thin film of lubricant to the surface of the gasket that will come incontact with the entering pipe spigot. If necessary, also apply lubricant to the spigot. d. Make the joint by exerting sufficient force on the entering pipe so that itsplain end will move past the gasket to the seat of the bell. e. If restrained joints are used, orient pipe to permit ease of assembly. Place locking device after installation of spigot into bell. 4. Use sleeve -type coupling where required for closures and fitup and where indicated on the drawings. Fully restrain all sleeve couplings as indicated on the drawings. Prior to installation of sleeve -type couplings, the pipe ends shall be cleaned thoroughly for a distance of 8- inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6-inches from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. The other pipe end shall be inserted into the middle ring and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. After the bolts have been inserted and all nuts have been made up fingertight, diametrically opposite nuts shall be progressively and uniformly tightened all around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. The correct torque as indicated by a torque wrench shall not exceed 75 ft-lb. for 5/8-inch bolts and 90 ft-lb for 3/4-inch bolts. .... 5. All valves, fittings and other appurtenances needed upon the pipe lines shall be set and jointed as indicated on the Drawings or as required. Westside III/IV Waterline 15062-7 DUCTILE -IRON PIPE AND FITTINGS AECOM October 2009 CONFORMED 6. After assembly and inspection and before backfill, all exterior surfaces of buried sleeve coupling and bolts and nuts shall be heavily and thoroughly coated with an approved heavy -bodied (high solids content) bituminous mastic. 3.02 FIELD QUALITY CONTROL/TESTING A. Hydrostatic and Leakage Tests 1. Furnish all necessary equipment and labor for carrying out a pressure test on the pipelines. The procedures and method for carrying out the pressure tests shall be approved by the Owner's Representative. 2. Make any taps and furnish all necessary caps, plugs, internal test plugs, bulkheads, etc., as required in conjunction with testing portions of the pipe. Furnish test pumps, gauges, meters and any other equipment required in conjunction with carrying out the tests. Hydrostatic pressure and leakage tests shall conform to AWWA M41. 3. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the design operating pressure at the lowest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage which will be permitted shall be in accordance with AWWA C-600. 4. Lines which fail to meet the requirements of the test shall be repaired and retested as necessary until test requirements are met. Defective materials, pipes, valves and accessories shall be removed and replaced. 5. Contractor shall verify that manufacturer recommended pressure ratings of adjacent existing and proposed pipes are not exceeded during testing when testing is performed without a bulkhead or other isolation method in place. 6. The City of Fort Worth may, as its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standard herein will be ground for rejecting the entire order. 7. The Contractor shall, upon request by the City, furnish manufacturer's certified test reports that indicate that each run of pipe furnished has met specification, that all inspections have been made, and that all tests have performed in accordance with ANSI/AWWA C-151/A21.51. 8. The Contractor shall, upon request by City, furnish manufacturer's certified test reports stating that all fittings meet the requirements of applicable Standards and Specifications. Test reports must be provided to the Engineer before construction commences. Westside III/IV Waterline AECOM END OF SECTION 15062-8 DUCTILE -IRON PIPE AND FITTINGS October 2009 CONFORMED SECTION 15107 GATE VALVES PART 1GENERAL 1.01 SCOPE This Section includes the furnishing and installation of resilient wedge gate valves for pipe diameters 4-in to 36-in, including all appurtenances valve boxes, operators, bolts, nuts and gaskets, concrete vault, rebar, granular embedment and concrete as shown on Plans and specified herein. 1.02 RELATED REQUIREMENTS End connections and operators to be as shown on Plans, or other technical sections. Manholes to be as indicated on plans. Ring and cover for manhole lid to be as indicated on plans. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. A. American Water Works Association (AWWA) B. American Society for Testing of Materials (ASTM) C. American Gear Manufacturer's Association (AGMA) D. National Electrical Manufacturer's Association (NEMA) E. American National Standards Institute (ANSI) F. American Society of Mechanical Engineers (ASME) G. Manufacturer's Standardization Society (MSS) 1.04 DEFINITIONS A. NRS: Non -Rising Stem B. OS&Y: Outside Screw and Yoke Rising Stem 1.05 SYSTEM DESCRIPTION A. Operation Pressure: 70 psig for the 36-in waterline and 60 psig for the 30-in waterline. B. Surge Pressure: Pipe Material 30-in 36-in Steel 90 psig 95 psig DIP 100 psig 100 psig BCCP 100 psig 100 psig C. Max Operation Temp: 1000 F Westside III/IV Waterline 15107-1 Resilient -Wedge Gate Valves AECOM October 2009 1.06 SUBMITTALS A. Submit the following in accordance with City of Fort Worth Standards: 1. Shop drawings and product data, including construction features, dimensions, and materials of construction for valves 10 inches and larger and for valves with electric motor or gear operators. 2. Certification that each valve has been hydrostatically tested at 200 percent of rating. Record of tests in AWWA C515 Article 5 shall be provided to ENGINEER. 3. Provide Affidavit of Compliance as required by AWWA C515, Article 6.3. 4. Operation & Maintenance Manual 5. Limit switches with terminal strip interconnection/wiring diagram (if applicable). 1.07 QUALITY ASSURANCE A. Manufacturer is to certify that valves meet and/or exceed the requirements and submitted in accordance with Paragraph 1.06 Submittals. B. Valves shall be the products of a Seller with at least 10 years of successful experience in the design, manufacturing and application of valves of the type, size, and performance capabilities specified. Seller shall maintain a quality assurance system. 1.08 DELIVERY, STORAGE, AND HANDLING All valves to be drained and closed prior to shipment. Valves to be shipped with flange protectors installed. PART 2 PRODUCTS 2.01 MANUFACTURER(S) Acceptable manufacturers: A. American Flow Control B. Mueller C. Clow 2.02 MATERIALS AND/OR EQUIPMENT Valves are to be manufactured in accordance with AWWA C515 and as follows below. All valves to have make, size, working pressure, and the letters "AWWA" cast into the valve bodies. A. Valves 1. Body: Ductile iron, ASTM A536 coated with bonded epoxy per AWWA C550. 2_ Gate: Ductile Iron. 3. Bonnets: Bolted with stainless steel bolts, nuts and washers. 4. 5. 6. 7. 8. 9. 10. Stem: Cast bronze meeting AWWA B584 alloy 836 brass specifications. Seat: Rubber. Stem Seal: O-ring. Packing: Asbestos free graphite. O-rings: Natural or synthetic rubber. Flanges: Drilled to ANSI/AWWA C110/A21.10 (ASME/ANSI B16.1 class 125) Nuts and Bolts: ANSI 304 stainless steel or ASTM A307 Westside III/IV Waterline 15107-2 Resilient -Wedge Gate Valves AECOM October 2009 B. Stem Movement: All valves to be NRS unless noted otherwise. C. Operators Valves are to have 2" square nut operators unless otherwise noted on plans. NVMW� 2. NRS with 2" square nut as specified in AWWA C515, Article 4.4 and will be noted on drawing. 3. Operators shall turn clockwise to open the valve. Valves shall have a 2" square nut operator and shall be installed with extension stems where required to extend operating nut to within 12" of the finished grade. Provide a valve box to enclose the operating stem as indicated on the plans. Valve box shall be 3-piece extension type as shown on the plans. D. 1. Gate valves 2-1/2" and smaller shall be bronze, non -rising stem with wedge disc and screwed ends for 300 psi W.O.G working pressure. Bronze gate valves shall be, Mueller No. H-10914, or approved equal. 2. Gate valves 30" and larger shall be equipped with non -rising stem bypass valve and with spur -gears in enclosed oil or grease lubricated gear cases. Gear boxes shall be factory lubricated. Flanges shall conform to ANSI, Class 125 or 250. Bypass valves will not be required. Horizontal gate valves shall have beveled gears with 2" square nut. E. Limit Switches: Where required, limit switch shall be provided on valve for open and close indication of valve. Limit switches shall be dry contacts and have isolated normally open and normally closed contacts. Limits switches shall be Allen-Bradley NEMA-4X, Series 802. Limit switches shall be wired to a set of terminal housed in a NEMA 4X junction box mounted on the valve. Terminal blocks shall be 600 V rated, NEMA style and shall be suitable for terminating minimum #11 wire. F. Valves 16-in and larger shall be contained within a vault as shown on the plans. ''i G. Valves used f4@r blew offs or air release valves shall be neR Fising stem with eRGIesed 2 miteF 9eaFiF;g and a fUSIGR epexy bq4y- A Westside III/IV Waterline 15107-3 Resilient -Wedge Gate Valves AECOM October 2009 2.03 VALVE SCHEDULE Valve No. Size Line Operator Purpose 1 30-in (Buried) WS III Sta. 10+09.00 Valve Block 2 36-in (Buried) WS III Sta. 42+87.00 Valve Block 3 36-in (Buried) WS III Sta. 42+96.83 (10' RT.) Valve Block 4 36-in (Buried) WS III Sta. 43+07.00 Valve Block 5 36-in (Buried) WS III Sta. 84+87.00 Valve Block 6 36-in (Buried) WS III Sta. 84+96.60 (10' LT.) Valve Block 7 36-in (Buried) WS ill Sta. 85+68.22 Valve Block 8 30-in (Buried) Existing 30-in Waterline near beginning of Valve Block WS IV waterline at N: 6959948.51 E: 2267342.40 9 30-in (Buried) Existing 30-in Waterline near beginning of Valve Block WS IV waterline at N: 6959953.15 E: 2267322.94 10 30-in (Buried) WS III Sta. 10+10.56 Valve Block 11 30-in (Buried) WS III-WSIV Interconnect Sta. 11+70.00 Valve Block (10' LT.) at: N: 6959881.87 E: 2267339.54 12 30-in (Buried) WS III Sta. 52+34.72 Valve Block 13 30-in (Buried) WS III Line C Stub -out at: Valve Block N: 6955687.19 E: 2267357.80 14 30-in (Buried) WS III Sta. 52+96.33 Valve Block 2.04 FABRICATION Valve bodies are to be factory coated with fusion bonded epoxy coating, interior and exterior certified to ANSI/NSF 61 in accordance with ANSI/AWWA C550. 2.05 SOURCE QUALITY CONTROL Test each valve as specified within AWWA C515 Section 51. Report the results of all tests as described in article 1.05 of this Specification. Westside 111/IV Waterline 15107-4 Resilient -Wedge Gate Valves AECOM October 2009 PART 3 EXECUTION 3.01 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTION A. Carefully handle and lower buried valves into position to prevent damage to any part of the valves. Place the valve in the proper position with stem truly vertical and securely hold until connections have been made. Furnish bolts, nuts and gaskets. B. Protect buried valves with minimum 8 mil polyethylene film brought up and permanently taped to valve box. C. Provide a cast iron valve box for each buried valve. The CONTRACTOR shall be responsible for adjusting the valve boxes to the proper length to conform to the ground surface. D. All valves shall be placed in accordance with manufacturer's directions, instructions, and specifications, and as shown on the plans. 3.02 BLOCKING FOR GATE VALVES Gate valves which are buried shall rest on a concrete pad as shown in plans. Care shall be taken to not interfere with the jointing. Concrete shall be minimum 2500 pounds per square inch compressive strength or as noted on the plans. 3.03 FIELD QUALITY CONTROL A. Operate each valve through at least one complete cycle. B. After installation, inspect each valve for adequate tightness. No leakage is allowed. Tests shall be conducted in a manner approved by and in the presence of the ENGINEER. END OF SECTION Westside III/IV Waterline 15107-5 Resilient -Wedge Gate Valves AECOM October 2009 SECTION 15121 AIR VALVES PART 1 GENERAL 1.01 SUMMARY This Section includes the furnishing and subsequent installation of air release/vacuum valves and appurtenances including, operators, bolts, nuts and gaskets, concrete manhole, rebar, granular embedment, pipe riser, concrete pad, enclosure, ring and cover and concrete as shown on PLANS and as described herein. Valves shall conform to AWWA C512 unless modified by this Specification Section. 1.02 RELATED REQUIREMENTS A. Refer to Plans or Part 2.04 of this Specification Section for tag numbers, sizes, and locations. B. Manholes to be as indicated on plans. C. Ring and cover for manhole lid to be as indicated on plans. D. City of Fort Worth Part D — Special Conditions E. City of Fort Worth Part DA — Additional Special Conditions F. City of Fort Worth Section E1 — Material Specifications _,,, G. City of Fort Worth Section E2 — Construction Specifications 1.03 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. 1. American Society for Testing and Materials (ASTM) 2. American Water Works Association (AWWA) 3. American National Standards Institute (ANSI)/NSF 61 1.04 SUBMITTALS A. Submit the following in accordance with City of Fart Worth Standards. 1. Shop drawings and product data, including construction features and materials of construction with ASTM designations. 2. Operation and maintenance data. B. Furnish certification that each valve has been hydrostatically tested at 200 percent of rating meets all the requirements of AWWA C512. C. Provide an Affidavit of Compliance as described in AWWA C512, Article 6.3. Westside III/IV Waterline 15121- 1 Air ReleaseNacuum Valves AECOM October 2009 D. Certificate of adequacy of design. 1.05 QUALITY ASSURANCE A. Markings: Manufacturer's name, working pressure, direction of flow, and size to be cast on valve body. B. Standardization: All valves under this Section to be product of a single manufacturer. C. Manufacturer is to certify that valves meet and/or exceed the requirements and submitted in accordance with Paragraph 1.04 Submittals. D. The manufacturer shall demonstrate a minimum of five years experience in the manufacture of combination air valves. The valves shall be manufactured and tested in accordance with AWWA C512. 1.06 DELIVERY, STORAGE, AND HANDLING Ship with flange protectors and store according to Manufacturer's specifications. PART 2 PRODUCTS 2.01 MANUFACTURER(S) A. Approved Manufacturers: 1. ValMatic 2. Crispin 3. ARI 4. Vent-O-Mat 2.02 MATERIALS AND/OR EQUIPMENT A. General 1. Connections: flanged to ANSI B16.1, Class 125. Provide a 2" NPT clean out and a 1" NPT drain on the valve body. 2. A 6" single bodied combination air valve is specified along the 36-in pipeline and a 4" single body combination air release valve is specified along the 30-in pipeline. The valves prevent air from being trapped at the high point in the pipeline. 3. Attention is directed to the requirement that valve body, float, etc, shall be designed for the working pressure and shall seat at the minimum pressure shown in the valve schedule, Paragraph 3.02. The minimum operating pressure shown is under steady state conditions, and does not include minimum surge pressure, Valves shall be sized to prevent a vacuum from occurring within the pipeline of less than 5 psi under any operating condition. 4. The combination air valve (single -body, double orifice) shall consist of an air/vacuum (AN) valve and air release valve. The combination air valve shall allow large volumes of air to escape out of the large orifice when filling a pipeline and close when liquid enters the valve. When the valve is closed and Westside III/IV Waterline 15121- 2 Air Release/Vacuum Valves AECOM October 2009 pressurized, the small air release orifice shall open to allow small pockets of air to escape automatically and independently of the large orifice. The large orifice shall also allow large volumes of air to enter during pipeline drainage to break the vacuum. 5. The combination air valve shall be sized per the Drawings, suitable to introduce air into the system in order to prevent damaging vacuum conditions from collapsing the pipe. 6. Body: Provide and extended body with a through flow area equal to the nominal size. Floats shall be guaranteed against failure including pressure surges. Provide a resilient bumper to cushion the float during sudden opening conditions. The seat shall provide drop tight shutoff to the full valve pressure rating. 7. Combination air Valves shall consist of a water air release valve piped to a water air/vacuum valve with a full -ported brass ball valve. They will not require exposure to a vacuum condition to reset. 8. The water air release valve shall have an extended leverage mechanism with sufficient mechanical advantage so that the valve will open under full operating pressure. An adjustable threaded resilient orifice button shall be used to seal the precision discharge orifice in the cover. 9. The float assembly shall have a guide shaft supported in the body to prevent binding from debris. The Seat shall be a minimum of 0.5 in thick and secured in such a manner as to prevent distortion. Floats shall be unconditionally guaranteed against failure including pressure surges. Extended mechanical linkage shall provide suitable mechanical advantage so that the valve will open under full operating pressure. 10. The exterior of the valves shall be coated with a universal alkyd primer. B. Materials for Combination Air valves 1. Body and cover: Stainless steel (Type 304) 2. Float: Stainless steel (ASTM A240), BFass (ASTM 8124) or HDPE 2 3. Needle and seat: Buna-N 4. Plug: Stainless steel (Type 316) 5. Leverage frame: Stainless steel (Type 316) 6. Flanges: ANSI B16.42, class 150. 7, Guide Shafts, and Bushings: Type 304 SS. Non-metallic guides and bushings are not acceptable. 8. Backwash Accessories: Provide an inlet shut-off valve, a blow -off valve, a clean water inlet valve, rubber supply hose, and quick disconnect couplings. Accessory valves shall be quarter -turn, full ported bronze ball valves. 9. Seat ring: grade 300 series stainless steel with grade 300 series stainless steel fasteners and seat support assembly. 10. Screws, nuts, bolts: Stainless steel ASTM 304. Valve and flange rating shall equal or exceed the working pressure. Westside III/IV Waterline 15121- 3 Air Release/Vacuum Valves AECOM October 2009 2.03 SOURCE QUALITY CONTROL Hydrostatically test valves at factory prior to shipment as described by AWWA C512, Section 5.1, PART 3 EXECUTION 3.01 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTION Install in accordance with manufacturer's recommendations and other applicable Specification Sections. Carefully handle and install valves vertically in such a manner as to prevent damage to any part of the valves. Provide nuts, bolts and gaskets where applicable. 3.02 TAGGING Valves shall be permanently tagged with a brass tag indicating the model number, working pressure rating, and station location. 3.03 SCHEDULE Station location No. Size Pipe size Type Working Minimum required pressure (psi) pressure (psi) WS III 16+12 1 6" 36" CAV 70 20 WS III 33+46 I 1 I 6" I 36" I CAV 70 I 20 WS III 56+45 I 1 I 6" I 36" I CAV 70 I 20 WS III 75+29 I 1 I 6" I 36" CAV 70 I 20 WS IV 23+88 1 I 4" I 30" I CAV 70 20 WS IV 42+72 1 I 4" I 30" CAV 70 20 END OF SECTION Westside III/IV Waterline 15121- 4 Air ReleaseNacuum Valves AECOM October 2009 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION Iftow SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION PART1 GENERAL 1.01 SECTION INCLUDES A. Joint bonding requirements for electrical continuity along dielectrically coated steel pipe, concrete cylinder pipe, and ductile iron pipe. B. Electrical isolation devices for installation at connections to existing piping, at laterals, at cased crossings, and at tunnels. 1.02 RELATED SECTIONS A. Section 15641 - Corrosion Control Test Stations. B. Section 15642 - Magnesium Anode Cathodic Protection Systems. 1.03 REFERENCES A. ASTM D 1248 - Polyethylene Plastics Molding and Extrusion Material. ,*mow, B. AWWA C207 - Steel Pipe Flange for Waterworks Service. C. AWWA M9 Manual - Concrete Pressure Pipe. D. ANSI B 16.1 - Cast Iron Pipe Flanges and Flanged Fittings. E. ANSI B 16.5 - Pipe Flange and Flanged Fittings. 1.04 SUBMITTALS A. Submittals: Submittals shall conform to the requirements of the 30" and 36" diameter City of Fort Worth Westside III and IV Water Transmission Pipeline Project. B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog cuts shall include the manufacturer's name and shall provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. C. Test Results: Electrical continuity and flange isolation test results shall be submitted to the owner or its designated representative. 15640 October, 2008 Page 1 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION 1.05 QUALITY CONTROL A. Provide manufacturer's certification that all electrical continuity bonding meets the requirements of the drawings and specifications. Reference certification to applicable section of specifications and applicable standard detail. B. Provide manufacturer's certification that all isolation devices meet the published material specifications. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART PRODUCTS 2.01 DESCRIPTION OF MATERIALS A. Joint bonding and electrical isolation materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds. 2. Flange isolation assemblies. 3. Casing spacers. 4. Casing end seals. 2.02 ELECTRICAL CONTINUITY BONDS A. Applications: Applications for electrical continuity bonding include the following: 1 Bonding across bolted joint assemblies. 2. Bonding across gasketed joint assemblies. B. Preparation of Concrete Pipe for Bonding: 1. General: a) Fabrication: Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b) Acceptable Methods: Establish electrical continuity as indicated in drawings and specifications. 2. Criteria for Electric Continuity: a) Tensile Wire: Pipe manufacturer to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from 15640 October, 2008 Page 2 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION that. wire. Manufacturer to report values obtained and method of measurement. b) Internal Pipe Joint Components: Pipe manufacturer to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity: a) Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type prestressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. 1) Use and install two continuous straps 180° apart longitudinally along the pipe. These straps must maintain electrical continuity between metallic components. 2) Use steel straps made of mild steel and free of grease, mill scale, or other high resistance deposits. 3) Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity: a) Establish continuity of all joint components and steel cylinder. These components include the following: 1) Anchor socket brackets. 2) Anchor socket. 3) Spigot ring. 4) Bell ring. b) If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. C. Preparation of Steel Pipe for Bonding: Bonding wires are not required for welded steel pipe. Mechanical joints, however, require the installation of bond wires across the joint as shown on the project drawings. D. Preparation of Ductile Iron Pipe for Bonding: Install insulated bond wires as shown on the project drawings. E. Electrical Bond Wires: Electrical bond woes are to be a minimum No. 2 AWG, seven strand, copper cable with THHN insulation. Remove one inch of THHN 15640 October, 2008 Page 3 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION insulation from each end of the bond wire. Exothermic weld the bond wires to the pipeline. Provide the minimum number of bond wires as shown on drawings for steel or ductile iron pipe. F. Electrical Bond Clip: Weld two (2) ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8- inch fillet welds to the bell and spigot of adjacent concrete cylinder pipe. Manufacture clips to maintain continuity regardless of small deflections of finished joints. 2.03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation assemblies include but are not limited to the following: 1. At selected locations where new piping is mechanically connected to existing piping. 2. At selected below -grade to aboveground piping transitions. 3. At locations shown on the drawings. B. For concrete cylinder pipe, provide electrical isolation through the installation of the following materials: 1. Flange connection to Lock Joint bell adapter. 2. Flange connection to Lock Joint spigot adapter 3. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide plain -faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 4. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 15640 October, 2008 Page 4 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION C. For steel pipe, provide electrical isolation through installation of the following materials: 1. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piing between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain -faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal -and Insulator, Inc., or approved equal. D. For ductile iron pipe, provide electrical isolation through installation of the following materials: 1. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain -faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 -inches diameter and greater, provide full length mylar sleeves with Pyrox G-1 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline -Seal and Insulator, Inc., or approved equal. 15640 October, 2008 Page 5 of 10 or CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION E. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 2.04 CASING SPACERS A. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation. B. Inside diameter of casing or tunnel liner must be 4 inches greater in diameter than the outside diameter of the piping. In the case of mechanically coupled piping, the casing must be a minimum of 4 inches greater in diameter than the outside diameter of the coupling at its largest point. C. For welded steel pipes 12-inch diameter and smaller, use injection molded polyethylene insulators, Model PE as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. D. For all other pipe materials 12 inch diameter and smaller, use 8 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C8G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. E. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C 12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 2.05 CASING END SEALS A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal B. For all piping 24 inch diameter and greater, use pull -on, 1 /8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. C. Casing End Seals shall be as shown on the plans for the City of Fort Worth Westside III and IV Waterlines. PART 3 - EXECUTION 3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS A. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering the conductor. B. General: Attach bond wires or bond straps at required locations by thermite welding process. C. Thermite Welding Methods: Perform thermite welding of bond wires and bond straps to ,piping in the following manner: October, 2008 15640 Page 6 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION `%""' 1. Clean and dry pipe to which wires or straps are to be attached. 2. Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind surface to bright metal. Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe, exposing clean, oxide -free copper for welding. 4. Select proper size thennite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5. Place metal disk in bottom of mold. 6. Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7. Close mold cover and ignite starting powder with flint gun. 8. After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. Pull on wire or strap to assure a secure connection. If weld is not secure or the bond breaks, repeat procedure with new wire or strap. 9:- If weld is secure, coat all bare metal and weld metal with ThermoCap as v manufactured by ThermoWeld, or approved equal. D. Post -Installation Inspection: Post -installation inspection of all electrical continuity bonds shall be made through a visual examination of each thermite weld connection for strength and suitable coating prior to backfilling. In addition, perform one or more of the following tests: 1. Circulate current through pipe using DC power supply. Calculate resistance through known length of pipe. Resistance must not exceed 150% of theoretical resistance for pipe and bonds. 2. Measure resistance through select bonded joints with a digital low resistance ohmmeter (DLRO). Resistance of 0.001 ohms or less is acceptable. 3. Position a CSE at a stationary location adjacent to bonded pipeline. Impress a temporary current on pipe. Record static, current -applied, and instant "off' pipe -to -soil potential readings along the pipe relative to the stationary CSE. a. Static potential measurements referenced to stationary CSE must be nearly identical along the pipe to indicate electrical continuity. b. Instant "off' potentials referenced to stationary CSE must be nearly identical along pipe to indicate electrical continuity. 15640 October, 2008 Page 7 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION C. The difference between the instant `off' and the static potential referenced to stationary CSE must be equal at each point of contact to pipe to indicate electrical continuity. 4. If any of the above procedures indicates a poor quality bond connection, reinstall the bond. 5. Record results and submit to the owner or its designated representative for approval prior to backfilling. E. Backfilling of Bonded Joints: 1. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. a. Use appropriate backfill material to completely cover the electrical bond. b. Provide protection so that future construction activities in the area will not destroy the bonded connections. 2. If construction activity damages a bonded connection, install new bond wire. 3.02 INSTALLATION OF FLANGE ISOLATION DEVICES A. Placement: Install isolation joints at the locations shown on the drawings. B. Assembly: Place gasket, sleeves, and washers as recommended by the manufacturer. Follow manufacturer's recommendations for even tightening to proper torque. C. Testing: Immediately after an insulating fitting has been installed, test electrical isolation with a Gas Electronics model 601 meter, or approved equal. Fully document test results. D. Painting: Do not use metal base paints on insulating fittings. E. Encapsulation: Encapsulate below -grade isolation joints with the Carboline Densyl tape system, or approved equal, after the isolation joint has been tested for effectiveness, 3.03 TESTING OF JOINT CON_T_I.NUITY_B.O.N.DS_ANILINSULATED-JOINTS_ A. General: After the completion of the continuity bonding of individual joints but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. B. A. DC current shall .be'impressed on the pipe on one side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be 15640 October, 2008 Page 8 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION 14.. connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. C. The pipe -to soil potential shall be measured on each side of the insulated joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off. D. A joint is considered electrically continuous if the "on" and "off' potentials are the same on either side of the joint under test. E. This same procedure shall be used to test individual insulated joints except that the joint is considered insulated if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 3.04 INSTALLATION OF CASING SPACERS A. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. B. Avoid inadvertent metallic contact between casing and carrier pipe. Place spacers close enough to ensure that the pipe is adequately supported throughout its length, ..� particularly at the ends, to offset settling and possible electrical shorting. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the spigot into the bell. C. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6- inch lifts and compact each layer. D. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. E. Install casing spacers in accordance with the manufacturer's instructions. Correctly assemble, evenly tighten, and prevent damage during tightening of the insulators and pipe insertion. F. Insulator Spacing: 1. Maximum distance between spacers to be 10 feet for pipe sizes 6 inches and smaller, and 6 feet for pipe sizes greater than 6 inches. 2. For ductile -iron pipe, flanged pipe, or bell and spigot pipe, install spacers within one foot on each side of the bell or flange, and one in the center of the joint where 18 foot or 20 foot long joints are used. 3. If the casing or pipe is angled or bent, reduce the spacing. -... 15640 October, 2008 Page 9 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION 3.05 INSTALLATION OF END SEALS A. Assemble hard rubber Link -Seals around the pipe and slide into the annular space between the pipe and casing. Evenly tighten the bolts to provide a positive seal. B. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten stainless steel bands. 3.06 CASED CROSSING ISOLATION TESTS A. Immediately after the pipe has been installed in the casing, but prior to connecting the line, perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. The continuity check shall be fully documented and approved by the owner or its designated representative prior to backfilling. B. If the electrical isolation between pipe and casing is not effective, the cause shall be immediately investigated, and the situation remedied. Under no circumstances shall a shorted casing be backfilled. END OF SECTION 15640 October, 2008 Page 10 of 10 CITY OF FORT WORTH CORROSION CONTROL WESTSIDE III & IV WATERLINE PROJECT TEST STATIONS .s SECTION 15641 CORROSION CONTROL TEST STATIONS PARTI GENERAL 1.01 SECTION INCLUDES A. Test station materials and installation requirements. B. Locations requiring test stations are adjacent to manholes, major pipeline crossings, cased crossings and tunnels, and below -grade electrical isolation joints. 1.02 RELATED SECTIONS A. Section 15640 - Joint Bonding and Electrical Isolation. B. Section 15642 — Specification for Magnesium Anode Cathodic Protection Systems. 1.03 REFERENCES A. ASTM D1242 - Polyethylene Plastic Molding and Extrusion Material. ``Mol B. NACE RP0169-2002 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 - Thermoplastic Insulated Wires. D. UL 426A - Wire Connectors for Use with Copper Conductors. 1.04 SUBMITTALS A. Submittals shall conform to the requirements of the City of Fort Worth Westside III and IV Waterline Project in Fort Worth, Texas. B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog cuts shall include the manufacturer's name and shall provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. C. Drawings: As -built drawings of the corrosion control test stations shall be maintained by the Contractor during installation and construction. Drawings shall be revised to show exact locations of all wiring, connections, anodes and test stations. All items of equipment and material shall be properly identified. The original as -built drawings shall be submitted to the owner or its designated representative. 15641 September, 2005 Page 1 of 6 CITY OF FORT WORTH CORROSION CONTROL WESTSIDE III & IV WATERLINE PROJECT TEST STATIONS 1.06 QUALITY CONTROL A. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the drawings and specifications. The certification shall reference the applicable section of the specifications and the applicable standard details. B. The drawings for the corrosion control system are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine exact locations. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART 2 PRODUCTS 2.01 FLUSH MOUNT TEST STATIONS A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the drawings. B. The terminal box shall be a seven- (7) terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal. C. The Precast Concrete traffic box shall be an 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal. A. Install a marker sign adjacent to all flush -mounted test stations. 2.02 MAGNESIUM ANODE GROUND BED TEST STATIONS A. Test stations shall be seven- (7) terminal, flush -to -grade, type "NM-7" with cast iron lockable lid as manufactured by C.P.Test Services or approved equal. B. The test station shall be installed in a 24" x 24" x 6" concrete pad. 2.03 ABOVE -GRADE TEST STATIONS A. At test station locations where flush mounted structures cannot be installed, or where stated on drawings, an above -grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. B. The test station shall be a seven- (7) terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. C. Terminal boxes shall have a corrosion -proof plastic cover and shall be mounted on a 5- foot length of 3-inch diameter concrete filled galvanized steel conduit. 15641 N%./ September, 2005 Page 2 of 6 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT CORROSION CONTROL TEST STATIONS ... A. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. B. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. C. The test station shall be installed in a 24" x 24" x 6" concrete pad. 2.04 PERMANENT REFERENCE ELECTRODES A. The permanent reference electrode shall be a copper/copper sulfate Permacell, double membrane, ceramic cell in a geometnbrane package as manufactured by Corrpro Companies, Inc. or approved equal. B. The electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. A permanent reference electrode shall be installed at each test station associated with the galvanic magnesium anode ground beds only. 2.05 TEST STATION LEAD WIRES A. Test station lead wires of all sizes shall have TW, THW, TH14N or HMWPE insulation. B. Type insulation shall be color coded based upon connection to underground structures: 1. Water piping: white. 2. Foreign structures: red. 3. Steel casings: yellow. 4. Permanent reference cells: blue. 5. Anode header cable: black C. Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals. C. All terminal boards shall be wired by the installer as shown on the drawings. 2.06 THERMITE WELD EQUIPMENT A. Charges and Molds: Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. Use only the correct charges for the specific application. Welding charges and molds shall be Erico, Cadweld or Continental Industries, Thermoweld. B. Weld Coating: Coating for all welds shall be ThermoCap as manufactured by ThermoWeld or approved equal. 15641 September, 2005 Page 3 of 6 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT PART 3 EXECUTION 3.01 APPLICATIONS CORROSION CONTROL TEST STATIONS A. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: 1. Testing to determine the effectiveness of the installed cathodic protection systems and to allow for startup adjustments. 2. Testing to determine interference effects from and on adjacent or crossing foreign underground structures. 3. Testing to determine sources and magnitude of stray d-c currents and required mitigative measures. 4. Periodic monitoring to determine status of existing cathodic protection systems, stray current, and foreign line influence. B. Install test stations at each of the locations scheduled on the drawings. As a minimum, test stations are required at each of the following locations: 1. At all major underground metallic pipeline crossings. 2. At all cased crossings and tunnels (both ends). 3. At all underground isolation flanges. 4. At all galvanic magnesium anode ground bed locations. 3.02 GENERAL A. Install test stations at locations indicated on drawings. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the owner or its designated representative. B. Use continuous test station lead wires without cuts or tears in the insulation. C. Locate test stations as indicated on drawings, as close to the pipe as possible. If the pipe is installed under a road, place the test station at the curb for easy access. D. Attach test lead wires to the pipe by thermite welding. E. Attach test wires to the pipe prior to backfilling. F. Use color coded test wires as indicated on the drawings. G. Wire test station terminal board configurations as shown on the drawings. 15641 Nft./ September, 2005 Page 4 of 6 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT CORROSION CONTROL TEST STATIONS H. At foreign pipeline crossing test stations, the owners of the pipeline must be notified and must give permission before the test leads are connected to their pipeline. The owner should have a representative present. 3.03 FLUSH -MOUNT TEST STATIONS A. Install flush -mount test stations as shown on the drawings. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. C. Install flush -mount test stations with permanent copper/copper sulfate reference electrodes where indicated on the drawings. Install permanent reference electrode approximately 6 inches from the pipe. Compact native soil by hand around the electrode. The balance of the backfill shall be select granular back -fill material. 3. Saturate the backfilled permanent reference electrode with 5 gallons of water. D. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. 3.04 ABOVE -GRADE TEST STATIONS A. Install above -grade test stations where a flush mounted test station cannot be located. Use and location of above -grade test stations shall be approved by the owner or its designated representative. C. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. C. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. D. Pour a 24" x 24" x 6" concrete pad at grade around the test station conduit. E. Fill the interior of the 3" above -grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. 3.05 TEST LEAD WIRE ATTACHMENT A. Attach test leads to the pipe by thermite welding directly to the pipe on steel pipelines. See drawings. B. The pipe to which the wires are to be attached shall be clean and dry. 15641 September, 2005 Page 5 of 6 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT CORROSION CONTROL TEST STATIONS C. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind the surface to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. Use a copper sleeve crimped over the wire for all No. 12 AWG wires. F. Place the metal disk in the bottom of the mold. G. Pour the thermite weld charge into the mold. Squeeze the bottom of the cartridge to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. I. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with ThermoCap as manufactured by ThermoWeld, or approved equal. Note: Lead wires and bond wires are to be installed on the foreign pipelines by the foreign pipeline owners. The City of Fort Worth will make arrangements with the foreign pipeline owners (if any) for installation of lead wires and bond wires on the foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on foreign pipelines. 3.06 POST INSTALLATION BACKFILLING OF TEST STATION - LEAD WIRES. A. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. B. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. C. Replace any test wire found to have a high resistance connection. END OF SECTION 15641 September, 2005 Page 6 of 6 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES ..r SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM PART1 GENERAL 1.01 SECTION INCLUDES A. Requirements for cathodic protection systems on concrete cylinder, steel and ductile iron pipe using magnesium anodes. B. Work performed under this specification shall consist of providing all supervision, labor, equipment and materials as well as providing all operations necessary to install and test the required cathodic protection system components for the exterior surfaces of the City of Fort Worth Westside III and IV Waterline Project. The work shall be performed in accordance with the provisions of the specifications, applicable plans, codes and standards, and subject to other terms and conditions for the project. C. Cathodic protection components shall be as shown on the project drawings for the City of Fort Worth Westside III and IV Waterline Project. The cathodic protection system shall include but not be limited to the following: 1. Materials and installation. ..r 2. Post -installation survey. Final Report to include recommendations. 1.02 REFERENCES A. NEC 70 - National Electrical Code B. NACE RP-0169-2002 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 — Thermoplastic -Insulated Wires. D. UL 486A —Wire Connectors and Soldering Lugs for Use With Copper Conductors. 1.03 QUALITY CONTROL A. Installer Qualifications: Cathodic protection installer shall have a minimum of 5 years of documented experience in the type of cathodic protection work required for the project. B. Cathodic Protection Tester: Cathodic protection tester shall provide instructions for installation of anodes, field splices, and thermite welding. NACE International certified corrosion personnel shall complete all testing. C. All materials, fabrication and installations are subject to inspection and testing by the owner or its designated representative. October, 2008 15642 Page 1 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES E. The drawings for the cathodic protection system are diagrammatic and shall not be scaled for exact locations unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine exact locations. Contractor shall note other existing utilities in the area. Care shall be taken during excavation not to damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. PART 2 MATERIALS 2.01 SACRIFICIAL ANODES - MAGNESIUM A. Magnesium Anodes: Use 3" x 3" x 60", 40-pound elongated high potential prepackaged anodes. The metallurgical composition of the magnesium anodes conform to the following: Element Content % Al 0.010 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 each or 0.3 Maximum Total Magnesium Remainder B. Magnesium Anode Current Capacity: Magnesium anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. C. Anode Backfill Material: Use chemical backfill material around all galvanic anodes. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode, and prevents passivation of the anode. 1. All galvanic anodes come prepackaged in a backfill material conforming to the following composition: a) Ground hydrated gypsum: 75 percent b) Powdered bentonite: 20 percent c) Anhydrous sodium sulfate: 5 percent. 2. Have a grain size backfill such that 100 percent is capable of passing through a 20- mesh screen and 50 percent is retained by a 100-mesh screen. 3. Completely surround the anode with the backfill mixture within a cotton bag. 4. For elongated cast magnesium ingots, the required weight of backfill follows: Anode Weight (Pounds) 40 October, 2008 Backfill Weight (Pounds) 65 Total Weight (Pounds) 105 15642 Page 2 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES D. Anode Lead Wires: For the lead wire for the magnesium anodes, use a 20-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation (black). E. Lead Wire Connection to Magnesium Anode: 1. Cast magnesium anodes with a 20 gauge galvanized steel core. 2. Extend one end of the core beyond the anode for the lead wire connection. 3. Silver -solder the lead wire to the core and fully insulate the connection. 2.02 SPLICING TAPE Tape used for taping anode lead wire to anode header cable connections shall be Scotch 88 vinyl electrical tape and Scotch 130C rubber splicing tape, as manufactured by Scotch, 3M, or approved equal. Taped splices shall be covered with a coating of Scotchkote electrical coating. 2.03 CRIMPING LUGS Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy or approved equal. 2.04 ANODE HEADER CABLE Anode header cables routed between the anode groundbed and the test stations shall be ##10 AWG stranded copper conductors with type HMWPE insulation (Black). 2.05 TEST STATIONS A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the drawings. B. The terminal box shall be a seven- (7) terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services or approved equal. C. The Precast Concrete traffic box shall be an 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal. D. If the area is not paved, the test station shall be installed in a 6" x 24" x 24" square concrete pad. E. Install a marker sign adjacent to all flush -mounted test stations. 2.06 SHUNT A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or approved equal. October, 2008 15642 Page 3 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES B. There shall one (1) shunt per group of four (4) anodes in each magnesium anode test station. 2.07 TEST LEAD WIRE A. Test station lead wires shall be #12 AWG stranded copper cable with type TW or THW insulation black in color. 2.08 PERMANENT REFERENCE ELECTRODE A. The permanent reference electrode shall be a copper/copper sulfate Permacell as manufactured by Corrpro Companies or approved equal. B. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. The permanent reference electrode shall have a minimum design life of 15 years and a stability of 5 millivolts under a 3.0 microamp load. 2.09 THERMITE WELD EQUIPMENT Materials required for thermite welding and coating of the welds are described in the following sections. A. Charges and Molds: Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. Care shall be taken during installation to be sure correct charges are used. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. B. Weld Coating: Coating for all welds shall be ThermoCap as manufactured by ThermoWeld or approved equal. PART 3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.01 INSTALLATION OF SACRIFICIAL ANODES A. The location of the cathodic protection magnesium anode groundbeds and the number of anodes per groundbed are indicated in the test station schedule on the project drawings. B. Placement: Each anode shall be installed vertically in a 10 inch diameter by 15 foot deep hole as shown on the project drawings. Centerline of the anode shall be a minimum of 10 feet from the centerline of the pipe. Anodes shall be installed within the pipeline right- of-way. C. Anodes shall be installed on 10-foot centers. D. Augured Hole: The hole diameter shall easily accommodate the anode. October, 2008 15642 Page 4 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES E. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. Then a minimum of 5 gallons of water is to be poured in the anode hole. Backfilling of the remained of the anode hole can then be completed. F. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as indicated on the project drawings. G. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. 3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE A. Location: One permanent copper/copper sulfate reference electrode shall be installed at each anode groundbed test station. The permanent reference electrode shall be within 6" of the pipe at pipe depth. The permanent reference electrode shall be prepared and installed in strict accordance with the manufacturers recommendations B. Placement: The permanent reference electrode shall be placed in the same ditch with the waterline and carefully covered with the same soil as the pipeline backfill. C. Lead Wire: The permanent reference electrode lead wire shall be protected during backfill operations and routed to the test station along with the waterline test leads and anode ground bed cables. 3.03 INSTALLATION OF WIRE -AND CABLE A. Depth: All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. B. Anode Header Cable: Each anode lead wire shall be connected to a 410 AWG/HMWPE header cable which shall be routed into a flush -to -grade test station. C. Anode Lead Wire to Header Cable Connection: Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the project drawings. D. Anode Connection -To -Pipeline: Each group of anodes shall be connected to the pipeline through a test station as shown on the project drawings. For the PCCP, Cf'p; dielectrically coated steel pipe and the DIP options, anodes shall be installed in groups of four (4) anodes. Each group will have its own header cable routed to the test station. A 0.01 ohm shunt shall be used to connect each anode header cable to the pipeline as shown on the project drawings. October, 2008 15642 Page 5 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES E. A 3" wide, yellow, non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18" below the surface and along the length of all cathodic protection cable trenches. 3.04 TEST LEAD WIRE ATTACHMENT A. Test lead cables shall be attached to the pipe by thermite welding. B. The pipe to which the wires are to be attached shall be clean and dry. C. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the tank over an area approximately 3 inches square. The surface shall be cleaned to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. E. Using the proper size thern ite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. All wires No. 12 AWG size shall use a copper sleeve crimped over the wire. F. The metal disk shall be placed in the bottom of the mold. G. 'Ilie cap from the weld charge container shall be removed and the contents poured into the mold. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. I. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with ThermoCap as manufactured by ThermoWeld, or approved equal. 3.05 - FLUSH -TO -GRADE TEST STATIONS A. Flush -to -grade test stations shall be installed as shown on the drawings. Test stations shall be installed in a 6" x 24" x 24" square concrete pad. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12" above the top of the concrete pad for test purposes. October, 2008 15642 Page 6 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES 3.06 POST INSTALLATION BACKFILLING OF CABLES A. General: During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.07 POST INSTALLATION TESTING OF THE CATHODIC PROTECTION SYSTEMS A. General: As soon as possible after the cathodic protection equipment has been installed, the system shall be inspected, energized and adjusted (commissioned). B. Commissioning: The commissioning of the cathodic protection system shall be performed by a corrosion engineer hired by the contractor to achieve compliance with the referenced corrosion control standards set forth by NACE International and/or AWWA. C. Method: The Corrosion Engineer shall: 1. Measure native state structure -to -soil potentials along the waterline using the permanent reference electrodes at each anode groundbed test station prior to energizing the cathodic protection system. 2. Energize the cathodic protection system by connecting each magnesium anode groundbed to the pipeline leads in the test station junction box. Record each anode groundbed current using the 0.01-ohm shunt. 3. Allow 2 weeks for the pipeline to polarize. 4. Adjust, if necessary, the cathodic protection current output in each anode test station to satisfy the criteria of a minimum of 100 millivolts of polarization or an "Instant Off' potential at least as negative as -850 millivolts CSE. 5. Record all final current outputs measured at each test station. 6. Verify that all electrical isolation devices are operating properly including flange isolators, and casing spacers. 7. Verify that interference does not exist with foreign structures. Perform joint tests with owners of the foreign structure and mitigate any interference detected. Foreign line test stations have been provided to facilitate the interference testing and installation of any necessary resistance bonds. It is the corrosion engineers responsibility to coordinate the interference testing with the owners of foreign structures. October, 2008 15642 Page 7 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES D. Verification and Responsibilities: 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. 2. Corrosion Engineer shall provide written documentation of any deficiencies discovered during the post installation inspection. E. Equipment: All cathodic protection tsting instruments shall be in proper working order and calibrated according to factory specifications. F. Report: The results of all commissioning procedures along with documentation of anode groundbed current outputs, pipe -to -soil potentials, results of interference testing, results of insulated joint tests and as built drawings shall be compiled in a final report and fiunished to the owner along with operating and maintenance instructions. END OF SECTION October, 2008 15642 Page 8 of 8 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE �. SECTION 15643 POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE PART GENERAL 1.01 SECTION INCLUDES A. Polyethylene encasement that maybe part of the corrosion protection system as indicated in Summary of Work. B. Specifications for materials and installation of polyethylene encasement for pipe, valves, fittings, and other appurtenances in ductile or cast iron systems. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. No separate payment will be made for polyethylene encasement. Include cost of polyethylene encasement in unit price for pipes and fittings to be encased. B. Stipulated Price (Lump Sum). If the Contract is a Stipulated Price Contract, payment for 14"00work in this Section is included in the total Stipulated Price. 1.03 REFERENCES A. ASTM D 149 — Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies. B. ASTM D 882 — Standard Test Method for Tensile Properties of Thin Plastic Sheeting. C. ASTM D 1709 —Standard Test Methods for Impact Resistance of Plastic Film by the Free - Falling Dart Method. D. ASTM D 1922 — Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. E. ASTM D 4976 — Standard Specification for Polyethylene Plastics Molding and Extrusion Materials. F. ANSI/AWWA C600 — Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances. G. ANSI/AWWA C 105/A21.5 - Polyethylene Encasement for Ductile -Iron Pipe Systems. October, 2008 Page 1 of 9 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE 1.04 SUBMITTALS A. Product Data: Submit product data for proposed film, and tape or plastic tie straps for approval. All film to be used in accordance with this standard specification shall be manufactured from virgin polyethylene, shall not be recycled and shall be purchased new for the project, clean, sound and without defects. B. Samples: Submit samples of polyethylene tube and/or sheet for approval. Provide one sample of tube for each pipe diameter and one sample of each sheet material to be used. Samples shall be a minimum of 40 square feet of standard production material. C. Quality Assurance Plan: Submit quality assurance plans for film manufacturing and field application. a. Film Manufacturing: The manufacturer of polyethylene film for corrosion protection encasement of ductile iron pipe shall have a verifiable quality control system to assure that film is produced from only virgin polyethylene and that it complies with all requirements of this specification. Documentation of Quality Control procedures and test results shall be submitted and shall be made available for inspection for at least one year. A current ISO certificate may be used in lieu of other quality control documentation. b. Field Application: The contractor shall develop, and submit for approval, a comprehensive Quality Assurance Plan for installation of polyethylene encasement. Address all aspects of material and pipe handling, bedding, preparation of pipe surface, film installation and anchoring, service taps and backfiIl. Include written procedures to be used by installers. D. Manufacturer's Certification: Submit polyethylene film manufacturer's certification of compliance with this Section. The polyethylene film manufacturer shall provide a notarized statement from an officer of the company that the film meets the inspection and all applicable material specifications of this specification. The manufacturer's statement of compliance must be verifiable. Statements from distributors or contractors shall not be accepted in lieu of a statement from the original manufacturer of the polyethylene film. E. Installer Qualifications: Polyethylene encasement shall only be installed by qualified persons who have been trained in the propet procedures described in Part 3 of these specifications. F. Qualified Persons: Qualified persons shall be those that have had training and experience in the installation of polyethylene encasement for corrosion protection of ductile iron pipe. Such persons may be qualified by the Ductile Iron Pipe Research Association, ductile iron pipe manufacturers or engineering/inspection firms who offer training courses in the proper method(s) of installation. Proof of qualifications shall be submitted with the shop drawings and shall be provided to project inspectors upon request. October, 2008 Page 2 of 9 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT PART 2 PRODUCTS 2.01 MATERIALS POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE A. Polyethylene Film: Tubular or sheet form without tears, breaks or defects, conforming to the following requirements. 1. High -Density, Cross -Laminated, Polyethylene: High -density, cross -laminated polyethylene film manufactured from virgin polyethylene material conforming to the following: a. Raw Material. Raw materials to meet the requirements of ASTM D 4976: 1. Group: 2 (Linear) 2. High -density: 0.940 to 0.960 g/cm3 3. Volume Resistivity: 1015 ohm -cm minimum b. Physical Properties: Physical properties of finished film to be as follows: 1. Tensile Strength: 6,300 psi. minimum in machine and transverse direction (ASTM D 882) 2. Elongation: 100 percent minimum in machine and transverse direction (ASTM D 882) as measured using rubber lined grips. 3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149) 4. Impact Resistance: 800 grams minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 250 grams force minimum in machine and transverse direction (ASTM D1922) c. Thickness: High -density, cross -laminated polyethylene film shall have a minimum thickness of 0.004 in. (4 mils). d. Color: Supply white polyethylene film with a minimum 2 percent hindered -amine ultraviolet inhibitor. 2. Linear Low -Density, Polyethylene: Linear low -density polyethylene film manufactured from virgin polyethylene material conforming to the following: a. Raw Material. Raw materials to meet the requirements of ASTM D 4976: October, 2008 Page 3 of 9 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT 1. Group: 2 (Linear) 2. Density: 0.910 to 0.935 g/cm3 POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE 3. Volume Resistivity: 1015 ohm -cm minimum b. Physical Properties: Physical properties of finished film to be as follows: 1. Tensile Strength: 3,600 psi. minimum in machine and transverse direction (ASTM D 882) 2. Elongation: 800 percent minimum in machine and transverse direction (ASTM D 882) as measured using rubber lined grips. 3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149) 4. Impact Resistance: 600 grams minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 2,550 grams force minimum in machine and transverse direction (ASTM D1922) c. Thickness: Linear low -density polyethylene film shall have a minimum thickness of 0.008 in. (8 mils). d. Color: Polyethylene film shall be supplied in its natural color, colors including white, black or weather resistant black containing not less than 2 percent carbon black with a particle diameter of 50 nm or less. A minimum 2 percent of a hindered - amine ultraviolet inhibitor is required for all films other than the weather -resistant black film with carbon black. Where colors other than natural, white, or black are specified for purposes of identification, they shall comply with the raw material and physical property requirements of this specification, shall not be manufactured with pigments containing controlled substances, and shall not degrade under ultraviolet exposure during storage and while on the project site. e. Polyethylene Tube and Sheet Size: For push -on joint pipe, polyethylene tube and sheet sizes to conform to the following: October, 2008 Page 4 of 9 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE ..� Nominal Pine Diameter Minimum Polvethvlene Width — Inches Inches Flat Tube Sheet 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 3. Large Bell Circumferences: Where bell ends of the pipe are larger than the tube or sheet sizes listed above, use sufficiently large tubes or sheets to cover the joints 4. Marking: The polyethylene film shall be clearly marked every two feet with the following information: a. Manufacturer's name or trademark b. Year of manufacture c. ANSI/AWWA C105/A21.5 d. Minimum film thickness and material type (HDCLPE or LLDPE) e. Applicable range of nominal pipe diameter size(s) f. Warning — Corrosion Protection — Repair Any Damage Letters and numerals used for marking items "a" through "e" shall not be less than 1 inch in height and item "f' shall not be less than 1 1/2 inches in height. B. Polyethylene Tape: Provide 1 1/z-inch wide, plastic -backed, adhesive tape for fitting and anchoring the encasement. Acceptable tapes are Fulton No. 355, Polyken No. 900, Scotchwrap No. 50, or other approved tape. Fulton Tie Strips are an approved alternative to tape. For patching or repairing the polyethylene film, use only polyethylene tape. October, 2008 Page 5 of 9 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT PART 3 EXECUTION 3.01 PREPARATION POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE A. Remove lumps of clay, mud, and cinders from pipe surface prior to installation of polyethylene encasement. Prevent soil or embedment material from becoming trapped between pipe and polyethylene. B. Fabric slings and padded forks shall be used for transport of wrapped pipe. Chains or cables shall not be used. Do not damage the polyethylene encasement. C. For installations below water table or in areas subject to tidal actions tube form polyethylene encasement shall be used. Completely seal both ends of the polyethylene tube with adhesive tape at joint overlap. Circumferentially wrap with tape or plastic tie straps every two feet along the barrel. 3.02 INSTALLATION A. Tubular Type (Method A): 1. Cut polyethylene tube to a length approximately 2 feet longer than pipe section. Slip tube around pipe, centering tube to provide 1-foot overlap on each adj acent pipe section. Bunch accordion -fashion lengthwise until it clears pipe ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of 1-foot. 3. After assembling pipe joint, make overlap of polyethylene tube. Pull bunched polyethylene from preceding length of pipe, slip it over end of adjoining length of pipe, and secure in place. Then slip end of polyethylene from adjoining pipe section over end of first wrap until it overlaps joint at end of preceding length of pipe. Secure overlap in place. 4. For each pipe length, take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1-foot. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. October, 2008 Page 6 of 9 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT B. Tubular Type (Method B): POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE 1. Cut polyethylene tube to a length approximately 1 foot shorter than pipe section. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of 1-foot. 3. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1-foot. 4. Before making up joint, slip 4-foot length of polyethylene tube over end of preceding pipe section, bunching in accordion -fashion lengthwise. After completing joint, pull 4- '"001 foot length of polyethylene over joint, overlapping polyethylene previously placed on each adjacent section of pipe by at least l foot; make each end snug and secure. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. C. Sheet Type (Method C) — Applicable to Valves, Tees, Elbows and Other Fittings Only: 1. Cut polyethylene sheet to a length approximately 2 feet longer than pipe section. Center length to provide 1-foot overlap on each adjacent pipe section, bunching sheet until it clears pipe ends. Wrap polyethylene around pipe so that sheet circumferentially overlaps top quadrant of pipe. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 2. Lower wrapped pipe into trench and makeup pipe joint with preceding section of pipe. Make shallow bell hole at joints to facilitate installation of polyethylene. After completing joint, make overlap and secure ends. 3. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. October, 2008 Page 7 of 9 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE D. Installation in Directional Drilled Bore: 1. Install as described in 3.02A. Tubular Type (Method A) with the exception that the polyethylene encasement overlap must face away from the pull direction to avoid the under film accumulation of drilling mud and other foreign matter. 2. Attach pulling head to spigot end of the leading pipe length. 3. Securely anchor the polyethylene tube to the end of the barrel of the leading pipe length by continuously taping the leading two feet of the barrel with overlapping tape wrap. Anchor the first wraps of tape directly on to the barrel of the pipe and extend the continuous taping on to the polyethylene encasement. For the remainder of the leading pipe length, overlap circumferential wraps of tape every one foot. 4. The drilling fluid and cuttings shall not enter under the polyethylene tube during the pull back or other operations. At assembled joints, the polyethylene overlap shall always have the forward pipe's polyethylene tube overlap the next following pipe's tube. The polyethylene on both sides of the joint shall be secured with circumferential wraps of tape or plastic tie straps. 5. Continue process by wrapping tape on each side of successive joints and every two feet along barrel. E. Pipe -shaped Appurtenances: Cover bends, reducers, offsets, and other pipe -shaped appurtenances with polyethylene in same manner as pipe. F. Odd -shaped Appurtenances: When it is not practical to wrap valves, tees, crosses, and other odd -shaped pieces in tube, wrap with flat sheet or split length of polyethylene tube by passing sheet around appurtenance and encasing it. Make seams by bringing edges together, folding over twice, and taping down. Tape polyethylene securely in place at valve stem and other penetrations. G.. Openings in Encasement: Create openings for branches, saddles, service taps, blowoffs, air valves, and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene, with tape. H. Hydrant Drain Relief For hydrant relief holes and similar orifices, apply 3 wraps of tape completely around the polyethylene encased pipe, then, with a utility knife, cut a hole in the tape and polyethylene that is 1-inch larger in diameter than the orifice/opening. I. Direct Service Taps: For direct service taps, apply 3 wraps of tape completely around the polyethylene encased pipe to cover the area where the tapping machine and chain will be mounted. After the tapping machine is mounted, install the corporation stop directly through October, 2008 Page 8 of 9 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE the tape and polyethylene. After the direct tap is completed, the entire circumferential area shall be closely inspected and repaired as needed. J. Service Connections: Wrap service lines of copper and other dissimilar metals with polyethylene or suitable dielectric tape for a minimum clear distance of 3 feet away from the cast or ductile iron pipe. Surface preparation and method of application shall follow tape manufacturer's written instructions. K. Junctions between Wrapped and Unwrapped Pipe: Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for at least 3 feet. Secure end with circumferential turns of tape. L. Installation of Pipe through Casings: Polyethylene encasement shall be used for pipe through casings. Use a single layer of polyethylene film. Casing spacers (insulated type) and casing end seals shall be installed. Do not damage the polyethylene film where these devices are attached to the pipe, over the encasement. 3.03 REPAIRS Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around pipe to cover damaged area, and secured in place. 3.04 BACKFILL Prevent damage to the polyethylene wrap when placing backfll. Assure backfill material is free from cinders, refuse, boulders, rocks, stones, or other material that could damage the polyethylene. Follow AWWA C600 for backfilling. 3.05 QUALITY ASSURANCE A. Freedom from Defects: All polyethylene film shall be clean, sound and free from defects. B. Inspection: All parts of this Section are subject to inspection by the owner or its designated representative. C. Non -Compliance: The Contractor will correct any deficiencies in materials or installation at his expense, including excavating the pipe subsequent to backfilling and re -installing the polyethylene wrap. END OF SECTION October, 2008 Page 9 of 9 FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY ff the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is 28 % of the total bid (Base bid applies to Parks and Community Services) COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing aopar�mant, within the following times Bllooated. in order for the entire bid to be considered responsive to the specifcations_ The.O;'rrr� 5,�s.11 rt ;iy,;r tine t-,OBE C7Curr3 UltU ::OR c: „n to the trp?rnlxriati: errr :ayee t�f Ifie fl:c (�iKS J depSrtRi& :E 2r1C� a�bSt.i" z', C?..,rsr-lrr:; rrr;eipi. S. '11 rart3ip€ slksl' De ,svitje "p C!! � k;'3'4'P�f ,ate ducumentali; �) ;F; Cite tirrse F. ocoIed. A lax r�i �o a1.11'noi bo 3CCEpted 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE participation: 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed goal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/1/05 ATTACHMENT IA Page 1 of 4 F-O-RT,WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: I Check applicable block to describe prime PROJECT NAME: i ( MM/DBE I I NON-MMIDBE BID DATE City's M/WBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER 28 % % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the. bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, .conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered Vt tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MMBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 ATTACHMENT IA Primes are required to identity ALL subcontractors/suppliers, regardless of status; I.e., Minority, Women and non-M1WBEs. Please list Mf BE firms first, use additional sheets If necessary. Certincation N SUBCONTRACTORISUPPLIER *ac`one) o Company Name N c T n Detail Subcontracting Detail Supplies Dollar Amt. Address T T x M Work Purchased TelephonefFax E e e c o e R E E A T E JIM Materials, Inc. P. O. Box 496 Alvord, Texas 76225 800.856.8733 940.427.2789 1 X Rock $ 101,001,00 JIM Materials, Inc. P. O. Box 496 Alvord, Texas 76225 800.856,8733 940.427.2789 1 X Sand $ 792.00 J/M Materials, Inc, P. O. Box 496 Alvord, Texas 76225 800.856.8733 Hauling by Dump 940.427.2789 1 X Truck $ 225.00 USA Erosion Control 2B02 Singleton Street Rowlett, Texas 75088 972.240.9500 972.240.9300 1 X Grassing & Seeding $ 5,670,00 MMG Disposal 1400 Bradley Lane Carrollton, Texas 75007 214.208.2600 817.609.0495 1 X Portable Toilets $ 525.00 Hanson Pressure Pipe 1003 N. MacArthur Blvd. Grand Prairie, Texas 75050 972.262.3600 972.266.7584 X Pipe & Fittings $ 819,420.00 Project Compliance, LLC PO Box 16408 Fort Worth, Texas 76162 817.975.3165 866,228.1586 X SWPPP $ 495.00 Southern Star 8500 Freeport Pkwy. N. Ste, 200 Irving, Texas 75063 972.621.0999 972.621.3360 X Concrete Redi-mix $ 8,650.00 Corrpro 7000 B. Hollister Houston, Texas 77040 713.460.6000 713.460.6050 X Cathodic Protection $ $2.870.00 ATTACHMENT IA SUBCONTRACTOWSUPPLIER corancatlon (checkone) N c Company Name - - - N n Detail Subcontracting Detail Supplies Address c T T T x a Work Dollar Amt. Purchased TelephonelFax E Mae c e o R E E A T E White Cap Construction Supply PO Box 2455 Fort Worth, Texas 76113 817.332.4117 Miscellaneous 817.429.2852 X Materials $ 500.00 Tren Tech Company 828 Howell Drive Coppell, Texas 75019 972-304-2171 972-304-2171 X Trench Safety Design $ 585.00 I I 1 1 r i ,F10R. x, Total Dollar Amount of MIWBE Subcontractors/Suppliers $ 108,213.00 Total Dollar Amount of Non-M/WBESubcontractors/Suppliers s 862,520.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 970, 733.00 ATTACHMENT IA Page a of 4 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 ally 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 She contract that will substantiate the actual work performed by the M/WIDBE(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 conceming 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. Authorizedd 51 turd Vice —President of JCI Partners, TRIO Jackson Construction, Ltd. Company Name 5112 Sun Valley Drive Address Fort Worth, Texas 16119 • Owstatemp Troy L. Jackson Printed Signature Inc., General Partner Confect Namarritle (if different) 817.572.3303 817.478.0443 Telephone andfor Fax E-mail Address 11/12/09 Date Rev. &30103 City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Jackson Construction, Ltd. PROJECT NAME: Westside III & Westside IV Waterlines CiVs MANBF, Project goal- PROJECT NUMBER 28 % 00456 ATTACHMENT I Page 1 of 3 Check applicable block to describe prime JMI WIDBE g NON-MWIDDS D DATE S 9 IK;✓ vv w->at--M :•f4 w ! 4 l 'i' J.iK- W'tiJc . ta,�'..+yit-.ry;:.ti1:'" fu°ti A. ..s '• 3 _ ,s,• ;l oft aVeff, ei��td'�• —B'�p, cipafion�.� �x'�loil�ve:�subco„�t`tFaciing�afldLor••sdppliero}ipo � e's`-'o,"",�'-i.�'yb'�i'a u rr- sF ' Kiid 6 4e ts$cd _ „{sgr �, E Y`--it"l+4iai{'� t L«'41� 3rn:f:• i:i': . �.--lv ° �:'%. D �i o"'I"�,.����TTTTTT!!!!l1111111�PaY,�i3:P�7?�9��a't�.�rr�usf=��1?Ej-efesthtssfo�_�:�.�r�'�"�'"r,;;;t;a.,i�••'�'•..�!.�;�:.��� If the bidder's method of compliance with the WIMBE goat is based upon demonstration of a "good faith eo", the bidder will have the burden of correctly and accurately preparing and submitting the documentation, required by the City. Compliance with each item, 9 thru 6 below, shall satlsfy the Good Faith Effort requirement absent proof of fraud, Intentional and/or knowing misrepresentation the facts or intentional discrimination by the- bidder. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether It is to be provided by a MlWBE or nori-M/1NBE. !DO NOT UST NAMES O �JR)AS) On -Combined Projects, list each subcontracting and or supplier opportunity through the er. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Cathodic protection Seeding & grassing Trench safety design SWPPP 1 1 1 1 i Concrete redi—mix Pipe & fittings Portable toilets Rock Sand .Hauling by dump truck Rev. 05/30/03 E ATTACHMENT 9C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) tilt of MMBE subcontractors andlor suppliers from the City's MMBE Office. % Yes Date of listing 10 l 14 019 No 3.) • Did you solicit bids from MNVBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? _ -YeS (if yes, attach MM SE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MMIBE firms, within•the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes, attach list to include name of MMBE firm, person contacted, phone number and date and Lime of contact.) NO 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of _plans and specifications in order to assist the MiWBEs? X Yes No 6.) Submit documentation if MMBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, Include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. in the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in -camera access to and Inspection of any relevant documentation by City personnel. (Pie&xe use additional sheets, If necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for ReJ'ection E3 )fixing 214.773.676' Shaym Poe Trench safety desi�n Higher than oth s Handlton Enganeeris4 817.320.96 79 Imm3nce f wditon Trench safety desip Higher than othens W-Daniel Trucking 817.297.395 Fric Wlaniel I3auliug by dump tuck Using other W Cowtoan Redi-fix 817.759.191) Archie White Concrete redi-m x higher than oth— Universal Fence 214.492.10E Joanne Silt Fence Brock Hivi�tal 972.636.77?1 lion Brock Sin" Green Soaping 817.577.92(-g Curtis Green Hydrarulch Texas Enviramental. Mgmt 940.648.3640 Michael. Fraizer Hydr milnh Work done with m z forces Higher than others Using other M?Wl Using other M/wtt Rev.05/30103 AT}'ACHMENT IC .+► � Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional Information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. — [" The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this -contract, the payment thereof and any proposed changes -to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and -files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any -Intentional and/or knowing misrepresentation of facts -will bd grounds for - terminating the contractor 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 creates 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. The undersigned certifies that the Information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any MM/BE(s) listed in Attachment 10 will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Troy L. Jackson Authorize Signahu Printed Signature Vice -President of JCI Partners, Inc., General Partner Title Jackson Construction, Ltd. Company Name 5112 Sun Valley Drive Address Fort Worth, Texas 76119 City/Stater4p Contact Name and Title (if different) 817.572.3303 817.478.0443- Phone Number Fax Number Email Address 11/12/09 Date Rev. 05130103 i � �. n � �■ ors i ow ATTACHMENT 18 Page 1 of 1 k� IF City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAMF—* Check applicable block to describe Jackson Construction, Ltd. crime PROJECT NAME: ' I MiwIDBE IX j NON-MNOIDBE Westside III & Westside IV Waterlines ! BID DATE � I City's MMBE Project Goal: I PROJECT'NUMBER 11/5/09 28 % 00456 If both answers to this farm are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. 'this form Is only applicable if hath answers are yes. .1� kF-!ijlU..8 co dpe os'i:t lIl•s^ohitin,isefs:t•o3^-'id•'tWa34. ia' ia i. Jr :jyalt nYdl`o� "puJe'sJnr�ierirc•�ae'f, :�ve•lJi c •CYis!4".`r o , )f�`Wi`'a��s�bM l3di9�o :.ee'ai Ygt�rr `eksn->'>�t.sa,o.rwn'tl'lorrn`ebss�P,,f•• ', i . . e _ o r ..asp 'to b)d��sp�c'xa V01 yoti perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this --X NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. X( NO The bidder further agrees to provide, directly to the City upon request, complete and accurate, information regarding actual work performed by all subcontractors, including MM/BE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and flies held by their company that.will substanttate'the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of ,., the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of j contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not leas than one (1) vear. I� AuUrorized lure Vice —President of ,ICI Partners, Tire Jackson Construction, LTd. Company Name 5112 Sun Valley. Drive Address Fort Worth. Texas 76119 cftyjftwap Troy L. Jackson Printed &ipnalure Inc. General Partner Contact Name (if dKerenl) 817.572.3303 817.478.0443 Phone Number Fax Number Email Address 11/12/09 oats Rev. 5i30/03 FORT WORTH Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable A joint venture form must be completed on nrh project RFPBid/Purchasing Number: Facsimile: I E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the ioint venture M/WBE firm I Non-M/WBE name: firm name: Business Address: Business Address: City, State, Zip: I City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile ( Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev. 5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this informmrion is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: incial decisions iclude Account Payable and Receivable): iagement decisions: a. Estimating ------------------------------------------ b. Marketing and Sales ----------- --------- ------------------ c. Hiring and Firing of management - -- personnel --------------- - ------ d. Purchasing of major equipment and/or supplies ervision of field operations f City's Minority and Women Business Enterprise Office will review your joint venture submission and have final approval of the M/WBE percentage applied toward the goal for the project listed on this n. ATE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MMIBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev. 5/30/03 Joint Venture Paqe 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seaD Rev. 5/30/03 PROPOSAL TO: MR. DALE A. FISSLER, P.E. Fort Worth, Texas City Manager Fort Worth, Texas FOR: WESTSIDE III & WESTSIDE IV WATERLINES CAPITAL PROJECT NO:00456 City Project No.: Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre -qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon ..M01 acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. City of Fort Worth Westslde 6l & Westside N Watedines Projod Manager. Christopher Herder, PE Date Capital Projectit 00450 Trade Your Vendor Number Your Company Name: ITEM SPECIFICATION Q PAt9 I UNIT DESCRIPTION OF REM WITH BID PRICE WRITTEN IN WORDS" I UNIT PRICE TOTAL AMOUNT UNEl0ES,F.O.n41 A3wA? „��u.u;.::�a;:.SSIj,w��.aa u,J.�c;ngn:aae::�u�X:rux;uq h .�tk ;.ms�.&eaxasst le •r ierx .r: r,,.blsl nwp:y�arasrshdwktll aE 1* See Below' 43W LF 3D•Inch Pipe -Pressure - Install Spec 02613 PIPE MATERIAL: Spec 02619 a QW—NW&-4 qwn DOLLARS $ S a Spee 15062 and 00 CENTS PER LINEAR FOOT 2* See Below' 7620 LF 36-lnch Pipe -Pressure, - Install Spec 02613 Spee02619 PIPE MATERIAL @ camilujuyud 4MM/ _ 1 DOLLARS S ,�� S Spee 11i062 and-tv CENTS PER LINEAR FOOT 3 Spec 15107 6 FA `/aKU, 30 Inch -Gate & Vault f (� Ilrk-3Tfir In41C `FYXft/_L"arr[t DOLLARS Sn^ S oc. WCJ I, and #AD CENTS O�'l Qms j DA•74 and,E1.26 PER EACH 4 Spec 15107 6 EA Valve. 361nch-Gale & Vault tiJ iLSArltf DOLLARS S Il N �►�91� �f� S /l�,qojocicl.i j' and Yle CENTS PER EACH 5 Spec 15121 2 FA 41nchAir Release & Vacuum Valve & Vault ®,�►'iK1.OLLV'i DOLLARS S / $j� and no CENTS Ian l ; 6 Spec 16121 4 EA PER EACH S•IrAr4Air elesse & Vacuum Valve & Vauh @ _ o tanrf DOLLARS $ l�� S ALne,✓ and YLO CENTS j PER EACH 7 Spec 16107 4 EA 6-Inch Blow Off Valve & Vault @ Sbc-14iLl ttyd DOLLARS S 6 � and EACH PER EACH CENTS 6 Spee 16107 2 FA D•Inch Combined Blow Off Valve & Vault +-e►0q-. Jnd - LLARS DOand $ M PER EACH i 9 D•43 and D45 13349 SY Hydriolaulch Seeding @ DOLLARS S and C CENTS .:� 10 D•26 12006' LF PER LDJ.F007 `Trencj}, ae System M ''` a rLj10 DOLLARS S j- S and 1y+ CENTS PER LINEAR FOOT 11 040 1 LS SWPPPIOtl�1 � DOLLARS n^ S DCA.Jf)�� $ p�jf,M�tl' endd CENTS PER LUMP SUM 12 Spec 15460 1 LS Spec15461 Cathodic Protection & Test Stations a �JV-h +o 'WTOILjend ^ AD DOLLARS S S Dom, Spec 16462 and CENTS �°.- /� LL j 1111 Spec 16463 PER LUMP SUM DA-019 Calhodk Protection Report TOTAL BID S a(��j 700 ' CONTRACTOR TO SPECIFY PIPE MATERIAL "Acceptable Pipe Material includes: 1. Ductile Iron Pipe and Fittings with interior and exterior coatings per Spec 15062 in Section 2.6. 2. Steel Pipe and Fittings with interior and exterior coatings per Spec 02619 in Section 2.6. 3. Concrete Bar -Wrapped Pipe and Fittings with interior and exterior coatings per Spec 02613 in Section 2.6." Ta, . Tall Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract_ The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have -read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 210 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A. The principal place ofbusiness of our company is in the State of 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. i� b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Respectfully submitted, By: Presidwnt of JC! Partners, Title: Ind—+�e���si Company: `�►r1���1 tom, l�J . Address: Q '�IU r , Q(�l F4,AC41� � �7(ot cl BID SCHEDULE Iftow For Project: Westside III & Westside IV Waterlines Capital Project No: 00456 BID SCHEDULE NOTE ITEM 1. VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill, 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices -or principal place of business are outside of the State of i Texas) bid projects for construction, improvements, supplies or services in.Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out _ . by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), 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 vendors in (give State), our principal place of business, are not required to -underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. '�/,� Con stru y mpany (Please print) �-akey a Sin Ni l t, Signature: Address President of JCJ Partners, 1 �� 1 Title: 1nc., Genera) F�a_j er City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION LIST OF DI FITTINGS For Project: Westside III & Westside IV Waterlines Capital Project No: 00456 ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION. TYPE I Tee Tee Reducer Plug 22 V2 Degree Bend :I 90 Degree Bend Tee Plug 111/a Degree Bend :. 22.1/z Degree Bend 45 Degree Bend ly 1 SIZE 36" x 36" 36" x 30" 36" x 30" 36" 36" 36" 30" 30" 30" 30" 30" OTTY WEIGHT TOTAL WT COST 9> a-q 9� f A,6�f /I q-T /A39�� 2 Q( �V r-r©i% / 3 2 -/ 9.0 /5/ 1 2 3 ��- I� 9 5 v 1-214 -- 3 3 �3 02 �� o�-G 7 �L,2- 2 / t• 3� l3 shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for mitt' total of all fittings and specials. Addenda xvinbex cp(�, Date �0(,-� C� ri PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1.1 Definition of Terms C1-1(1) C1-1.2 Contract Documents C1-1(1) C1-1.3 Notice to Bidders C1-1(2) C1-1.4 Proposal C1-1(2) C1-1.5 Bidder C1-1(2) C1-1.6 General Conditions C1-1(2) C1-1.7 Special Conditions C1-1(2) C1-1.8 Specifications C1-1(2) C1-1.9 Bond C1-1(3) C1-1.10 Contract C1-1(3) C1-1.11 Plans C1-1(3) C1-1.12 City C1-1(3) C1-1.13 City Council C1-1(3) C1-1.14 Mayor C1-1(3) C1-1.15 City Manager C1-1(4) C1-1.16 City Attorney C1-1(4) C1-1.17 Director of Public Works C1-1(4) C1-1.18 Director, City Water Department C1-1(4) C1-1.19 Engineer C1-1(4) C1-1.20 Contractor C1-1(4) C1-1.21 Sureties C1-1(4) C1-1.22 The Work or Project C1-1(4) C1-1.23 Working Day C1-1(5) C1-1.24 Calendar Day C1-1(5) C1-1.25 Legal Holiday C1-1(5) C1-1.26 Abbreviations C1-1(5) C1-1.27 Change Order C1-1(6) C1-1.28 Paved Streets and Alleys C1-1(6) C1-1.29 Unpaved Streets and Alleys C1-1(7) C1-1.30 City Streets C1-1(7) C1-1.31 Roadway C1-1(7) C1-1.32 Gravel Street C1-1(7) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2(1) C2-2.2 Interpretation of Quantities C2-2(2) C2-2.3 Examination of Contract Documents and Site C2-2(2) C2-2.4 Submitting of Proposal C2-2(3) C2-2.5 Rejection of Proposals C2-2(3) C2-2.6 Bid Security C2-2(3) C2-2.7 Delivery of Proposal C2-2(4) C2-2.8 Withdrawing Proposals C2-2(4) C2-2.9 Telegraphic Modification of Proposals C2-2(4) C2-2.10 Public Opening of Proposals C2-2(4) C2-2.11 Irregular Proposals C2-2(5) C1-1 (1) C2-2.12 Disqualification of Bidders C2-2(5) C3-3 AWARD OF EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3(1) C3-3.2 Minority Business Enterprise/ Women -Owned Business Enterprise Compliance C3-3(1) C3-3.3 Equal Employment Provisions C3-3(1) C3-3.4 Withdrawal of Proposals C3-3(2) C3-3.5 Award of Contract C3-3(2) C3-3.6 Return of Proposal Securities C3-3(2) C3-3.7 Bonds C3-3(2) C3-3.8 Execution of Contract C3-3(4) C3-3.9 Failure to Execute Contract C3-3(4) C3-3.10 Beginning Work C3-3(4) C3-3.11 Insurance C3-3(4) C3-3.12 Contractor's Obligations C3-3(7) C3-3.13 Weekly Payroll C3-3(7) C3-3.14 Contractor's Contract Administration C3-3(7) C3-3.15 Venue C3-3(8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4(1) C4-4.2 Special Provisions C4-4(1) C4-4.3 Increased or Decreased Quantities C4-4(1) C4-4.4 Alteration of Contract Documents C4-4(2) C4-4.5 Extra Work C4-4(2) C4-4.6 Schedule of Operations C4-4(4) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4(4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5(1) C5-5.2 Conformity with Plans C5-5(1) C5-5.3 Coordination of Contract Documents C5-5(2) C5-5.4 Cooperation of Contractor C5-5(2) C5-5.5 Emergency and/or Rectification Work C5-5(3) C5-5.6 Field Office C5-5(3) C5-5.7 Construction Stakes C5-5(3) C5-5.8 Authority and Duties of Inspectors C5-5(4) C5-5.9 Inspection C5-5(5) C5-5.10 Removal of Defective and Unauthorized Work C5-5(5) C5-5.11 Substitute Materials or Equipment C5-5(6) C5-5.12 Samples and Tests of Materials C5-5(6) C5-5.13 Storage of Materials C5-5(7) C5-5.14 Existing Structures and Utilities C5-5(7) C5-5.15 Interruption of Service C5-5(8) C5-5.16 Mutual Responsibility of Contractors C5-5(9) C5-5.17 Cleanup C5-5(9) C5-5.18 Final Inspection C5-5(9) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C1-1 (1) C6-6.1 Laws to be Observed C6-6(1) C6-6.2 Permits and Licenses C6-6(1) C6-6.3 Patented Devices, Materials and Processes C6-6(1) C6-6.4 Sanitary Provisions C6-6(2) C6-6.5 Public Safety and Convenience C6-6(2) C6-6.6 Privileges of Contractor in Streets, Alleys, and Rights -of -Way C6-6(3) C6-6.7 Railway Crossings C6-6(4) C6-6.8 Barricades, Warnings and Watchmen C6-6(4) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6(6) C6-6.10 Work Within Easements C6-6(6) C6-6.11 Independent Contractor C6-6(8) C6-6.12 Contractor's Responsibility for Damage Claims C6-6(9) C6-6.13 Contractor's Claim for Damages C6-6(9) C6-6.14 Adjustment or Relocation of Public Utilities, etc. C6-6(10) C6-6.15 Temporary Sewer Drain Connections C6-6(10) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6(10) C6-6.17 Use of a Section or Portion of the Work C6-6(11) C6-6.18 Contractor's Responsibility for Work C6-6(11) C6-6.19 No Waiver of Legal Rights C6-6(11) C6-6.20 Personal Liability of Public Officials C6-6(12) C6-6.21 State Sales Tax C6-6(12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7(1) C7-7.2 Assignment of Contract C7-7(1) C7-7.3 Prosecution of the Work C7-7(1) C7-7.4 Limitations of Operations C7-7(2) C7-7.5 Character of Workmen and Equipment C7-7(2) C7-7.6 Work Schedule C7-7(3) C7-7.7 Time of Commencement and Completion C7-7(4) C7-7.8 Extension of Time of Completion C7-7(4) C7-7.9 Delays C7-7(5) C7-7.10 Time of Completion C7-7(5) C7-7.11 Suspension by Court Order C7-7(6) C7-7.12 Temporary Suspension C7-7(6) C7-7.13 Termination of Contract Due to National Emergency C7-7(7) C7-7.14 Suspension or Abandonment of the work and Annulment of Contract C7-7(8) C7-7.15 Fulfillment of Contract C7-7(10) C7-7.16 Termination for Convenience of the Owner C7-7(10) C7-7.17 Safety Methods and Practices C7-7(13) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8(1) C8-8.2 Unit Prices C8-8(1) C8-8.3 Lump Sum C8-8(1) C8-8.4 Scope of Payment C8-8(1) C8-8.5 Partial Estimates and Retainage C8-8(2) CI-1 (l) C8-8.6 Withholding Payment C8-8.7 Final Acceptance C8-8.8 Final Payment C8-8.9 Adequacy of Design C8-8.10 General Guaranty C8-8.11 Subsidiary Work C8-8.12 Miscellaneous Placement of Material C8-8.13 Record Documents SECTION C1-1 DEFINITIONS C8-8(3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (5) C8-8 (5) C8-8 (5) C8-8 (5) PART C - GENERAL CONDITIONS C1-1 DEFINTIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the -following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (sample) White PART B - PROPOSAL (sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow `* W.' C1-1 (1) (Developer) PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS (Sample) PART G - CONTRACT (Sample) Brown Green E1-White E2-Goldenrod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS CI-1 (1) PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes -a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications are that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to C1-1 (2) standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as thought they were embodied therein. C1-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part a and C2-2.6) C1-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross -sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is. required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1 (3) C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub -contractor is a person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. CI-1 (4) ,%me C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25 LEGAL HOLIDAYS: Legal holidays shall prescribed by the City Council of the City of observance by City employees as follows: 1. New Year's Day 2. M.L. King, Jr. Birthday 3. Memorial Day 4. - Independence Day 5. Labor Day 6. Thanksgiving Day 7. Thanksgiving Friday 8. Christmas Day 9. Such other days in lieu of determine. be observed as Fort Worth for January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 holidays as the City Council may When one of the above named holidays or a special holiday declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday by those employees working on working day operations. Employees working calendar day operations will consider 'the calendar holiday as the holiday. C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - American Association of State Highway Transportation Officials ASCE - American Society of Civil Engineers LAW - In Accordance With AWWA - American Water Works Association ASA - American Standards Association HI - Hydraulic Institute C1-1 (5) Asph. - Asphalt Ave. - Avenue Blvd. - Boulevard CI - Cast Iron CL - Center Line GI - Galvanized Iron Lin. - Linear or Lineal lb. - Pound MH - Manhole Max. - Maximum MGD -Million Gallons per Day CFS - Cubic Foot per Second Min. - Minimum Mono. - Monolithic % - Percentum R - Radius I.D. - Inside Diameter O.D. - Outside Diameter Elev. - Elevation F - Fahrenheit C - Centigrade In. - Inch Ft. - Foot St. - Street CY - Cubic Yard Yd. - Yard SY - Square Yard L.F. - Linear Foot D.I. - Ductile Iron C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 250 of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: C1-1 (6) 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys." C1-1.30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (21) feet back of the curb lines or four (4') feet back of the average edge of pavement where no curb exists. C1-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. CI-1 (7) SECTION C-GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal forms which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect -Noe the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10a) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received. Such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 (l ) C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Prior to the filing of proposal, bidders are required to read and become familiar with the Contract Documents, to visit the. site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary, to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal in prima -facie evidence that the bidder has made the investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. C2-2 (2) The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantees that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given,, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalanced values of any items. Proposals tendered or delivered after the official time designated for receipt of proposals shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the C2-2 (3) three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security"' of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSALS: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name of description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in writing, addressed to the City manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non - consideration are opened and publicly read aloud, the proposals %MAW for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non -consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the owner until C2-2 (4) the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. C2-2 (5) 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (6) PART C-GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of brining items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as may be considered for the best lmmwinterest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) an/or a Woman -Owned Business Enterprise (WBE) on the contract and the payment therefore. Contractor further agrees, upon request by Owner, to allow an audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with current City Ordinance prohibiting discrimination in employment practices. The Contractor shall post the required C3-3 (l ) notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal' Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty- five (45) days after the date on which the proposals were opened. C3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal and tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work C3-3 (2) b. or the use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. C. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. d. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56t" Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and t..r materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. e. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury List for that company. Each bond shall be properly executed by both the Contractor and the Surety Company. C3-3 (3) Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the surety Company will, within ten 910) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be C3-3 (4) responsible for delivering to the Owner the sub -contractor's certificate of insurance for approval. The prime contractor shall indicate of the certificate of insurance included in the documents for execution whether or not his insurance covers sub- contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub -contractors. a. COMPENSATION INSURANCE: The Contractor shall .maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub -contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above -mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. 2. 3. 4. 5. C� Contingent Liability (covers General Contractor's Liability for acts of sub -contractors). Blasting, prior to any blasting being done. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). Damage to underground utilities for $500,000. Builder's risk (where above -ground structures are involved). Contractual requirements Liability (covers all indemnification of Contract). C3-3 (5) d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub- contractors, respectively, against damage claims which may arise from operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract ,Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub -contractor, should the Prime Contractor's insurance not cover the sub -contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified agent, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or C3-3 (6) any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex (the Fort Worth -Dallas area.) The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. CM (7) Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth -Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether oriented in furthering the work, or other, are governed directly by local. authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages are in effect fort his reason. C3-3.15 VENUE: Venue of any action herein shall be exclusively in Tarrant County, Texas. C3-3 (8) PART C-GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra of special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work 10W which is not covered by these Contract Documents, then "special Provisions: covering all such work will be prepared by the Owner previous to the time of receiving bids or proposal for such work and furnished to the bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C 4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and if found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the. original quantity stated in the proposal; such revised consideration to be C4-4 (1) determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall - be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10a of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The C4-4 (2) d. fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra 1%001 work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "extra work" whether or not initiated by a "change order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4A (3) C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8 ',� " X 11" sheets and at least five black of blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within Ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time. C4-4 (4) b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest.start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall, as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen(14) days' duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and pre --acceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery. 4. Erection or installation. C4-4 (5) 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing. 10. Final inspection. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. N%EWI Failure of the Contractor to comply with these requirements shall be considered grounds for determination by•the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C44 (6) r PART C-GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences of procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross -sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 (1) C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents, which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall Nftmpe have available on the site of the project at all times one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the contractor's agent on the work. Such assistant project superintendent shall be a resident of C5-5 (2) .r Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the travelling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar -day or on a working -day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 250, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and C5-5 (3) measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking a may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings, as may be established for the Contractor's use or guidance, shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer the progress of the work and the manner in which it is being performed, any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to, and be decided by, the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The C5-5 (4) Contractor shall regard and obey the directions and of the City Inspector or Engineer when the same are with the obligations of the Contract Documents, however, should the Contractor object to any instructions of the City Inspector, the Contractor six days make written appeal to the Engineer for his the matter in controversy. instruction consistent provided, orders or may within decision on C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5-5 (5) C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if contractor wishes to furnish or use a proposed substitute, he shall, prior to the pre -construction conference, make written application to Engineer for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the C5-5 (6) mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the Plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and service lines shall include C5-5 (7) notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Division of location, service interruption. Department's Distribution time, and schedule of 2. Notify each customer personally through responsible personnel of time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance doorknob. The tag shall be durable in composition, and in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. `•,Pr` C5-5 (8) -MIW C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the contractor, any other Contractor or any sub -contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. If such other Contractor or sub -contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. If, within twenty-four (24) hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that the final inspection be made. Such inspection will be made within 10 days after such notification. After such C5-5 (9) final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (10) PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or costs arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties- shall indemnify, and save harmless, the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design, type of construction or material C6-6 (1) or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. C6-6 (2) V..r The materials excavated and the construction materials, such as pipe, used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor in reference to public convenience and safety which may come to its attention, after twenty-four (24) hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT- OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights -of - way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in C6-6 (3) writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way that does not interfere with the use of spaces that may be designated to be left free and unobstructed, or inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company regarding the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intention to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall, at his own expense, furnish, erect, and maintain such barricades, fences, lights and danger signals, and shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. C6-6 (4) All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways", issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d, Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 870-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual, and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public C6-6 (5) during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four (24) hours in advance of the use of any activity which might damage or endanger property along or adjacent to the work. Where the use of explosives is to be permitted on the project as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four (24) hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The city shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights -of -way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such C6-6 (6) ,-4we additional rights -of -way or work area shall be acquired for the benefit of the City. The City shall be notified in writing of the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor, and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstructions, which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing and all other types of structures or improvements, and to all water, sewer and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made ..r at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material or equipment. When and where any direct or indirect damage or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non -execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. C6-6 (7) All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48-hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuilt or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees invitees. The doctrine of respondent superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6 (8) C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise. out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in dart, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged ne 1i ence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged C6-6 (9) damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other'' books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as herein required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage, which will be received from these drains and sewers, and for this purpose he shall provide and maintain, %%Mr at his own cost and expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. C6-6 (10) City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrants and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way 'an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be preformed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution of non -execution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the causes herein. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. C6-6 (11) The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly -owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (12) 14 . SM01 PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendence, work of a value of not less than fifty (50%) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements regarding character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent, or other designated representative. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract '—' or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a C7-7 (l) brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OR WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the C7-7 (2) summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C1- 1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the Thursday preceding. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or C7-7 (3) Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub- contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the contractor has made a bona fide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. C7-7 (4) If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following C7-7 (5) schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT DAMAGES Less than $5, 001 to 5,001 to 25,001 to 50,001 to 100,001 to 500,001 to 1,000,001 to 2,000,001 and over LIQUIDATED $5, 000 15,000 25,000 50,000 100,000 500, 000 1,000,000 2,000,000 $35.00 45.00 63.00 105.00 154.00 210.00 315.00 420.00 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be impossible or very difficult to accurately estimate, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any Court, and will not be entitled to additional compensation by virtue of such Court Order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. C7-7 (6) If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of, the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency so declared by the President of the United States, or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall, within seven days, notify the City in writing giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigation, the Owner finds that such conditions exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the C7-7 (7) Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor to promptly make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. C7-7 (8) h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall, for any cause whatsoever, fail to carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. In case the Sureties do not, within the specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the C7-7 (9) Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under..r the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in a manner that does not hinder or interfere with performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be affected by C7-7 (10) I,.. mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. Place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the not5ice of termination; 4. Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination; and C7-7 (11) 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the contractor and in which the Owner has or may acquire the rest. C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the provisions of Item C7-7.16 (C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7- 7.16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. C7-7 (12) F. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension or Abandonment of the Work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations to protect person and property from injury, including death, or damage in connection with the work. C7-7 (13) PART C-GENERAL CONDITIONS C 8 - 8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT SECTION C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any C8-8 (1) unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the lgt and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period, under the Contract Documents. Not later than the loth day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater, within twenty- five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time C8-8 (2) of the estimate have not been installed. Such payment will be allowed on a basis of 85% of the net invoice value thereof. The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, who will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. C8-8 (3) All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by 'the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 (4) C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface ;.w_ restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. 71 SECTION CI: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL. CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the loth day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owncr for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.1 l of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 l 0/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv, damare or death is caused, in whole or in part, by the neglieence or alleged neglizence of Owner, its officers, servants, or emplovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniury or damage is caused in whole or in part by the neirlizence or alleeed nerlirence of Owner, its officers, servants or emplovees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED OUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised Pg. 2 10/24/02 INSURANCE REOUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium .costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised Pg. 3 10/24/02 m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence .of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects *ftmwl or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised Pg. 4 10/24/02 Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised Pg. 5 10/24/02 In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of topics as follows: 1. 50 copies and under - 10 cents per page Revised Pg. 6 10/24/02 2, More than 50 copies - 85 cents for the first pagwhmwe plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights -of -way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES. WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other .r precautionary measures to take all reasonable necessary measures. O. MINOR.ITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised Pg. 7 10/24/02 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (H) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section'C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 10/24/02 PART D - SPECIAL CONDITIONS D-1 GENERAL.....................................................................................................................3 D-2 COORDINATION MEETING......................................................................................... 5 Iftmww D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW................5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT................................7 D- 5 CROSSING OF EXISTING UTILITIES..........................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS..............................................................8 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES (NOT USED) D- 8 TRAFFIC CONTROL (NOT USED) D- 9 DETOURS(NOT USED) D- 10 EXAMINATION OF SITE............................................................................................... 9 D- 11 ZONING COMPLIANCE................................................................................................ 9 D- 12 WATER FOR CONSTRUCTION................................................................................... 9 D- 13 WASTE MATERIAL.......................................................................................................9 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE........................................................9 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK................................10 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES ...........................10 D- 17 BID QUANTITIES........................................................................................................10 D- 18 CUTTING OF CONCRETE..........................................................................................11 D- 19 PROJECT DESIGNATION SIGN.................................................................................11 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT (NOT USED) ■ D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL.......................................................11 D- 22 CRUSHED LIMESTONE BACKFILL............................................................................11 D- 23 2:27 CONCRETE.........................................................................................................12 D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION.........................................12 D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS (NOT USED D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)................13 D- 27 SANITARY SEWER MANHOLES................................................................................14 D- 28 SANITARY SEWER SERVICES (NOT USED) D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES (NOT USED) D- 30 DETECTABLE WARNING TAPES..............................................................................17 D- 31 PIPE CLEANING.........................................................................................................18 D- 32 DISPOSAL OF SPOIUFILL MATERIAL.......................................................................18 D- 33 MECHANICS AND MATERIALMEN'S LIEN................................................................18 D- 34 SUBSTITUTIONS........................................................................................................18 D-35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER(NOT USED D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES (NOT USED) D- 37 BYPASS PUMPING (NOT USED) D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER (NOT USED D- 39 SAMPLES AND QUALITY CONTROL TESTING........................................................18 D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) (NOT USED) D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................19 D- 42 PROTECTION OF TREES. PLANTS AND SOIL.........................................................19 D- 43 SITE RESTORATION..................................................................................................20 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................20 D- 45 TOPSOIL. SODDING. SEEDING & HYDROMULCHING.............................................20 D- 46 CONFINED SPACE ENTRY PROGRAM.....................................................................26 03112109 SC-1 PART D - SPECIAL CONDITIONS D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................26 D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) (NOT USED) D- 49 CONCRETE ENCASEMENT OF SEWER PIPE (NOT USED) D- 50 CLAY DAM (NOT USED) D- 51 EXPLORATORY EXCAVATION (D-HOLE)................................................................. 26 D- 52 INSTALLATION OF WATER FACILITIES...................................................................27 52.1 Polvvinvl Chloride (PVC) Water Pipe (NOT USED) 52.2 Blockinq.......................................................................................................................27 52.3 Type of Casina Pipe (NOT USED) 52.4 Tie-Ins........................................................................................................................27 52.5 Connection of Existina Mains....................................................................................... 27 52.6 Valve Cut-Ins...............................................................................................................27 52.7 Water Services (NOT USED) 52.8 2-Inch Temoorary Service Line (NOT USED) 52.9 Puraina and Sterilization of Water Lines......................................................................28 52.10 Work Near Pressure Plane Boundaries....................................................................... 28 52.11 Water Sample Station.................................................................................................. 28 52.12 Ductile Iron and Grav Iron Fittinas (NOT USED) D- 53 SPRINKLING FOR DUST CONTROL..........................................................................29 D- 54 DEWATERING............................................................................................................ 29 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................29 D- 56 TREE PRUNING...........................................................................................................29 D- 57 TREE REMOVAL......................................................................................................... 30 D- 58 TEST HOLES............................................................................................................. 30 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................ 31 D- 60 TRAFFIC BUTTONS (NOT USED) D- 61 SANITARY SEWER SERVICE CLEANOUTS (NOT USED) D- 62 TEMPORARY PAVEMENT REPAIR (NOT USED) D- 63 CONSTRUCTION STAKES.............................................................. ....................... 32 D- 64 EASEMENTS AND PERMITS......................................................................................32 D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING................................................33 D- 66 WAGE RATES............................................................................................................. 33 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE (NOT USED) D- 68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE)........................................................................................................... 34 D- 69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTINGWATER SYSTEMS ............................. :..................................................... 36 D- 70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD............................................36 D- 71 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................. 36 D- 72 AIR POLLUTION WATCH DAYS................................................................................ 37 D- 73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS ..................................... 38 03112109 SC-2 PART D - SPECIAL CONDITIONS This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C — General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: WESTSIDE III & WESTSIDE IV WATERLINES FORT WORTH, TEXAS CAPITAL PROJECT NUMBER: 00456 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre - qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 03112109 SC-3 PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non - consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 03112109 SC-4 PART D - SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 03/12/09 SC-5 PART D - SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person" providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 03112109 SC-6 PART D - SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (i)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 03112109 SC-7 PART D - SPECIAL CONDITIONS constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 03112109 SC-8 PART D - SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Anv damaae to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: 03112109 Sweeping the street clean of dirt or debris Storing excess material in appropriate and organized manner Keeping trash of any kind off of residents' property SC-9 PART D - SPECIAL CONDITIONS If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut -sheets have been received from the City inspector. D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage -type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de - energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 17 BID QUANTITIES 03112109 SC-10 PART D - SPECIAL CONDITIONS Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. 03112109 SC-1 1 PART D - SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D- 23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call -out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be. backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back -fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: 03112109 SC-12 PART D -SPECIAL CONDITIONS Owl Sieve Size % Retained 1" 0-10 1 /2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre -bid unit price of $15.00 per cubic yard. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub -Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 03112109 SC-13 PART D - SPECIAL CONDITIONS 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near -vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre -manufactured or job -built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross -braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D- 27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 19' and greater. 03112109 SC-14 PART D - SPECIAL CONDITIONS 3. LIFT HOLES: All lift holes shall be plugged with a pre -cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent -Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross -sectional area or flat -tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre -formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. ,. B. EXECUTION: 03112109 SC-15 PART D - SPECIAL CONDITIONS 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above -specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre -cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre -cast flattop section. Pre -cast concrete rings, or a pre -cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. if the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 03112109 SC-16 PART D - SPECIAL CONDITIONS 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre -cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2'/2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Tvpe of Utilitv Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). 03112109 SC-1 % PART D - SPECIAL CONDITIONS D- 31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall.. be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D- 34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or `or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to "substitutions" shall be applicable to all sections of these specifications. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall 03112109 SC-18 PART D - SPECIAL CONDITIONS provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left -- accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D- 42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights -of -Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. 03112109 SC-19 PART D - SPECIAL CONDITIONS To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D- 43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one -tenth (0.1) of a foot. D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, 03112109 SC-20 PART D - SPECIAL CONDITIONS virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross -sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. 03112109 SC-21 PART D - SPECIAL CONDITIONS The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name EqELty Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM -SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clav or Tiqht Soils Mixture for Sandv Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 03112109 SC-22 PART D - SPECIAL CONDITIONS Table, 120.2.(2)b TEMPORARY COOL -SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross -sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. r DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one -eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. 03/12109 SC-23 PART D - SPECIAL CONDITIONS After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one -quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three -tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE -SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re -seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit -seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit -seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. 03112109 SC-24 PART D - SPECIAL CONDITIONS In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding, 03112109 SC-25 PART D - SPECIAL CONDITIONS D- 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete_ 2. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hale) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and 03112109 SC-26 PART D - SPECIAL CONDITIONS all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 52 INSTALLATION OF WATER FACILITIES 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.4 Tie -Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of, the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be —� considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut -Ins It may be necessary to cut -in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut -ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. 0311V09 SC-27 PART D - SPECIAL CONDITIONS Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de -chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 03112109 SC-28 PART D - SPECIAL CONDITIONS PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel 'T' = Bar stakes, 6 feet long. 4. Smooth Horse -Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: 'Tundra" weight, International fluorescent orange or red color. 03112109 SC-29 PART D - SPECIAL CONDITIONS 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems 03112109 SC-30 PART D - SPECIAL CONDITIONS necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector.. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. 03112109 SC-31 PART D - SPECIAL CONDITIONS D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D- 64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right -of -entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right -of -entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right -of -entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents, The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way'. No additional compensation shall be allowed on this pay item. 03112109 SC-32 PART D - SPECIAL CONDITIONS D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING After the pre -construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. D- 66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Dutv to pav Prevailina Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penaltv for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and Citv Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Reauired if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that arbitration is required, a district court, shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. 03112109 SC-33 PART D - SPECIAL CONDITIONS Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Postina of Waae Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an `operator' by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOh: If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ 0311W9 SC-34 PART D - SPECIAL CONDITIONS at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Copies of the project SWPPP's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. NOW oa112109 SC-35 PART D - SPECIAL CONDITIONS SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: 03112109 SC-36 PART D - SPECIAL CONDITIONS The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 0112109 SC-37 PART D - SPECIAL CONDITIONS D-73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re -inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re -inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re -inspection. Payment by the contractor for all street use permits and re -inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D - SPECIAL CONDITIONS 03112109 SC-38 PART D - SPECIAL CONDITIONS 19 (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: w"i THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND / OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 03112109 SC-39 PART D - SPECIAL CONDITIONS FORTWORTH DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) �Dw MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR f p 03112109 SC-40 PART D - SPECIAL CONDITIONS F TEXAS imzpAnm ENT O: KEALTH DEMOLITION 1 RENOVATION _ NOTIFICATION FORM NOTE: CIRCLE ITEMS. THAT ARE AMENDED T i7 H NOTiIFICA►TIOW lif 1) Abatement Contractor. TDH license Number. i _ Address! _..,, City: Stale: Zip: Oifortr3 plu ce Phmber t i Job Site Phone Numbot: a Site- Superv4or -- TDH License Ntimber. U Ste Suparv�sor _ TT,IH License Number, S Trained On -SW NESHAP Individual: Cerfification Date: IF c- Domolition ContrAclnr: Office Pha»e Numbert two: o Addmw City: zrp: 1 2) PrekdConsultant orOpemior: TUH License Num bear_ Mailing Address. p car, 5talw 71p: Office eft ne Number. 1 T A 3) Faculty Dinner. — H Monti= P Making Address: A GW., - - -. _ __ Mats: Zip: Ovate-r Phone Numborf .f . •°N*W The Terrence for 1ha notification fee will be sent to the aeanreerof the bullegna and tare btltdug addasss for the Invoice will be O obtained it+fttll rho Inearrt alfan that is provided in thIs section. 4) Gesdlption or FaciG[y Names: E Physical Adtlrsss County: 1'.Itlf: Zip; S Facility Phone- Numbert 1`- Facuty Contact Person: - H Da scowson of ArealRoom NUMtker: A PrW Use: Fuium use: Age of BuldingIFacility: Sint: Number or Fbwv. Sdwd (K • 12): a YES 0 IN6 i 13 S} Tate of Work; 7 Demalitlon. ❑ Renovation (Abatement) C Ara ntaal Cansclidated ,rf T Work vual he during: U Day o Evening D Mght - phased Ptged l7 Oe=lptlon of work sclWuh:: H 6) is 1hi2 a Puhdic BuKcffn®? ri YES Ll NO Federal Facttlty? r YES = NO Irtdurstdal Site? n YES I t NO -D NESE@AiF-tiny Fv%1IW ❑ YES ❑ NO Is Building. acillty Occupied? O YES c I NO =L 7 ) N.oVc coition Type CHECK ONLY ONE V 3 Criglrral (10 Workings Days) ' Cancellation U Amendment ❑ Emergency [Ordered t o It this is an amerdil ent, which amendment number is diis?_ (Enctose copy of ariginal andlar last amendment) If an emergmW, who didyou talk with at TUW4 �1lQnez4i Date and Stour of Emarganry (HH1N1r.7lDDM): ti - Din of The sudden, unexpected event and explanation of hour fite5 avant =sad unsare conditkms or -Would cause a equipment dant4ge (cornputoys. machinery, etc n 0 8) Dora Vlon of procedures to be fallmved in the event that unexpected asbestos is found or pieuiaus,ly non triable y asbestos material becomes crumbled, pulverized, or reduced to potivder, E S 91 Was an Asbestos survey performed? � YES L NO date: I ! TO inspector License No: © Analyiical Method: 0 PLM ❑ TBA ❑ Assumed TDH Laboratory Lkanse No: N (For TAHPA, (public building) projects: an aasumption m usl be made by a TDH Licansed Inspector) 10) OesctiF con. of planned demolition or renovation zwrk, type of material, and method(s) to be useC4— 11 j DasetVilicrr of work practices and engireerktg control, to be used to provent amlasions or asbesbr. at the demofltioarltenex�roalktin: 03112109 SC-41 PART D - SPECIAL CONDITIONS 03112109 12) ALL appllcowe Items In the following table must be completed, IF NO ASBESTOS PRESENT CHECK HERE Approxicerete amount of Check unit of measurement Arab6stas-Coadaicswg Building Matedal Asbestos Type Pipes Surface ,Area Ln Ln SO SO Cu Cu Ft M Ft M Ft M RACM to be removed RACM NOT r+ ,Toved Interor Cateonry I man-Friabm removed Fvctgriot Caiepmy l non -friable removed Cahwory I non -friable NOT removed Interior Catcgor r v note-hiablea removed EAaW Cateawi H run -friable removed Category 11 non -friable NOT removed RAW Off -Facility Component 13) Waste Transpowr Natttae: Addrass: Contact p4mon•. 14) Wasba Disposal S& Name: AddrNW City: City: TNRCC Permit Number. TDH I.iceme Number; - Sta1e: Ffiune Kwtitier. ( I Stele: ZIP: 16) For struchMly unsound faculties,. attache a copy a; demalEm order and Wen* OavemrnentN Official below, Malmo: ReSi*tian Na: __, .... Titer Dale of Older (MM(DI NYY I f Date a -der to begin (kd OM) ! e 16) 5ctieduled OWs cf Asimtus Abatement (NINVOCNM) Start i t Ccmplelie: i J 17) 5chadulEd Datas DemoliiionlRenovafion (WID YY) Slart f f Complete: ! I fdote: lithe start date an this cwGflestlon oan not bay envt, tho 1W Ftegfunad or Local Pffogramm offtco Must he cantactad by phano Friar to the start data. Falluro to do co la a Ytotatiam to OCcotdwca to TAMPA. Bath, w 2NJI. 1 hereby cadiiiy kat all Infarmaftn (have provided Is cwecL complete, ants lrtia to tare bast of my lmawledge. t acknww.edge that I am msporrsible for all aspects of the noti8caffon €arm, including, but rwi lircaiting. content and submission dates. The maxim urn penally is $10,000 per day per violation. f 1 (S+Br' 4na ra#' StAft Loaned Operator (Printed Namo) (Date) (Teip ) or Delegated ConsiultarOContredar} �ax �umbe3r) MAIL TO: A313ESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HFAL.Th9 'Faxes am "Of acsrrpforr PO BOX 1435a^t3 "Faxes are rrot acccpfad' AUSTIN, TX 78714-3530 PH: 512-834-86aO, 1-8CO-572-5548 Farm AFEIRS, dated 47/2N2 Replaces TDH form dafod 07/1301. For assW&nce k? completing ibrvn, cal( f-800-572-53d8 SC-42 PART D - SPECIAL CONDITIONS 03112109 SC-43 PART D - SPECIAL CONDITIONS rlaga��tiorlg Prr o per or As #$ Raker A= Shoveler As a Distributor Operator PsPavinq Ma shine Operator Ea IV1,19 Plant Weigher Broom or Swe��r Operator Bulldozer Operator Caraerder(Raunti Concrete Finisher- Pav' Concrete Finisher -SIM Ires Concrete Pavans( Curbing Mach. Oper. City of Fort Worth Highway (Heavy) Construction Prevailing Wage Rates For 2008 Hourly gates lClassifiqptions Hrl�( Rts $10.0 Scraper Operator $11.42 13.Go Servicer $12.32 8.80 Slip Form Machine Operator $12.33 $t3S9 Spreader Box Operator $10.92 12.79 tractor operapr, CraalerTvice $1-180 $14.15 Tractor operator. Pneumatic $12.91 $9.88 Traveling Mixer Operator $12.03 $13.22 Truck Driver -Single Axle {Light) $10.91 $12.80 Truck Driver Single Axle Heavv) $11.47 $12.85 ( Truck Driver -Tandem Aide Semi -Trailer $11 75 $1327 Truck Driver- Lowboya'Float $14.93 $12.03 Truck Dri er-Transit Mix $7206 Wagan Drat. Baring Marene. Post Hole Concrete Pavina Firdshirtg Rfacb. Oiler. $13.B3 Driller Concrete Paving Joint Sealer Oper. $12 43 Welder Concrete Pavina Saw QDDer. $13 Z8 I Work Zone Bard -ado Sericer Concrete Paving Spreader Oper. Concrete Rubber Crane, Ciamshell, Backhoe, Detrick, Dragline, Shovel Electrician Ra er Farm Builder- Structures Form Setter- Paving $ Curbs Foundation Will Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Laborer- Common laborer- tlf fd Klechanic (sitting Marlene Operator, Fune Crade &fixer perptor ktrdor GraderOperator(Fane Grade) Motor Grader Operator, Rough Oiler Pair, Structures Pavement Marking Machine Oper. Pipe Laver Roller, Ste_I'Nheel Plant- Mix Pavements (Roller, Steel Wheel Other Flatwheel or Temp+�[�t See Roller, Prieranatio, Propelled Scraper Reinforcing Stet Seffer(Pavin$7 Reinforcing Steel Setter r,Struciurej Source is ASC of Texas (Hwy. Hvy, utilities Industrial Branch) wrorr.access.gpogovtdavisbacant $t4 50 $112.81 $14.12 $19.12 UA2 $11.@3 $11.83 $13.67 $18 20 112.62 9.18 $10.155 $18.97 $t 1.E3 $11 59 $1520 $f4 53 $13.17 $$10.04 $t114 $1129 $10.92 $ t 1.07 $ t4.88 $18.23 03112109 SC-44 314.00 $13.57 $10.0& PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (NOT USED) DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE (NOT USED) DA-3 PIPE ENLARGEMENT SYSTEM (NOT USED) DA-4 FOLD AND FORM PIPE (NOT USED) DA-5 SLIPLINING (NOT USED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (NOT USED) DA-7 TYPE OF CASING PIPE (NOT USED) DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR (NOT USED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION., ................... 4 DA-10 MANHOLE REHABILITATION (NOT USED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (NOT USED) DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (NOT USED) DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM (NOT USED) DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM (NOT USED) DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (NOT USED) DA 16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER (NOT USED) DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM (NOT USED) DA-18 RIGID FIBERGLASS MANHOLE LINERS (NOT USEDI DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (NOT USED) DA-20 PRESSURE GROUTING (NOT USED) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (NOT USEDI DA-22 FIBERGLASS MANHOLES (NOT USED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES.......................6 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER..............................................7 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (NOT USED) DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE...............................................7 DA-27 GRADED CRUSHED STONES.....................................................................................7 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (NOT USED) DA-29 BUTT JOINTS - MILLED (NOT USED) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (NOT USED) DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (NOT USED) DA-32 NEW 7" CONCRETE VALLEY GUTTER (NOT USEDI DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (NOT USED) DA-34 8" PAVEMENT PULVERIZATION (NOT USED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)............................8 DA-36 RAISED PAVEMENT MARKERS (NOT USED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................... 9 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ......... 13 DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC (NOT USED) DA-40 CONCRETE RIPRAP (NOT USED) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (NOT USEDI DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (NOT USED) DA-43 UNCLASSIFIED STREET EXCAVATION.. .................................................................. 14 DA-44 6" PERFORATED PIPE SUBDRAIN (NOT USED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (NOT USED) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (NOT USED) DA-47 PAVEMENT REPAIR IN PARKING AREA (NOT USED) 1012 M8 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS.....................................................................................15 DA-49 HIGHWAY REQUIREMENTS (NOT USEDI DA-50 CONCRETE ENCASEMENT (NOT USED) DA-51 CONNECTION TO EXISTING STRUCTURES............................................................15 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (NOT USEDI DA-53 OPEN FIRE LINE INSTALLATIONS (NOT USED) DA-54 DA-55 WATER SAMPLE STATION........................................................................................15 CURB ON CONCRETE PAVEMENT...........................................................................16 DA-56 SHOP DRAWINGS......................................................................................................16 DA-57 DA-58 COST BREAKDOWN..................................................................................................17 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (NOT USED) DA 59 H.M.A.C. MORE THAN 9 INCHES DEEP (NOT USEDI DA-60 ASPHALT DRIVEWAY REPAIR (NOT USED) DA-61 TOP SOIL....................................................................................................................17 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (NOT USED) DA-63 BID QUANTITIES.......................................................................................................17 DA-64 WORK IN HIGHWAY RIGHT OF WAY (NOT USED, DA-65 CRUSHED LIMESTONE (FLEX -BASE) (NOT USE l DA-66 OPTION TO RENEW...................................................................................................18 DA-67 NON-EXCLUSIVE CONTRACT...................................................................................18 DA-68 CONCRETE VALLEY GUTTER (NOT USED) DA-69 TRAFFIC BUTTONS (NOT USED) DA-70 PAVEMENT STRIPING (NOT USED) DA-71 H.M.A.C. TESTING PROCEDURES (NOT USED) DA-72 SPECIFICATION REFERENCES................................................................................18 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL VALVE AND BOX (NOT USEDI DA-74 RESILIENT -SEATED GATE VALVES (NOT USED) DA-75 EMERGENCY SITUATION, JOB MOVE -IN (NOT USED) DA-76 1 1/2" & 2" COPPER SERVICES (NOT USED) DA-77 SCOPE OF WORK (UTIL. CUTQ................................................................................18 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUTI......................................................19 DA-79 CONTRACT TIME (UTIL. CUT)...................................................................................19 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT).................................19 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)....................................................19 DA-82 LIQUIDATED DAMAGES (UTIL. CUT)........................................................................20 DA-83 PAVING REPAIR EDGES (UTIL. CUTI.......................................................................20 DA-84 TRENCH BACKFILL (UTIL. CUT)...............................................................................20 DA-85 CLEAN-UP (UTIL. CUTI..............................................................................................20 DA-86 PROPERTY ACCESS (UTIL. CUT).............................................................................21 DA-87 SUBMISSION OF BIDS (UTIL. CUT).....................................................................21 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (NOT USED) DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT) (NOT USED) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (NOT USEDI DA-91 ADJUST WATER VALVE BOXES. MANHOLES, AND VAULTS (UTIL. CUT) (NOT USED) DA-92 MAINTENANCE BOND (UTIL. CUT)...........................................................................21 DA-93 BRICK PAVEMENT (UTIL. CUT) (NOT USED) 10/23/08 ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (NOT USED) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (NOT USED) DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT).........................................21 DA-97 "QUICK -SET" CONCRETE (UTIL. CUT)....................................................................22 DA-98 UTILITY ADJUSTMENT (UTIL. CUT)..........................................................................22 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (NOT USED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (NOT USED) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT).....................................................22 DA-102 PAYMENT (UTIL. CUT)...........................................................................................22 DA-103 DEHOLES (MISC. EXT.).........................................................................................23 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.).......................................................23 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)...........................................24 DA-106 BID QUANTITIES (MISC. EXT.)..............................................................................24 DA-107 LIFE OF CONTRACT (MISC. EXT.)........................................................................24 DA-108 FLOWABLE FILL (MISC. EXT.).................................................................. ........24 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (NOT USED) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) .............................25 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.).............................................25 DA-112 MOVE IN CHARGES (MISC. REPL.1...................................................................... 26 DA-113 PROJECT SIGNS (MISC. REPL.1...........................................................................26 DA-114 LIQUIDATED DAMAGES (MISC. REPL.)................................................................26 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.).............................................26 DA-116 FIELD OFFICE........................................................................................................ 26 DA-117 TRAFFIC CONTROL PLAN (NOT USED) DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS..............27 DA-119 CATHODIC PROTECTION SYSTEM.......................................................................27 1oi "8 ASC-3 rr, PART DA - ADDITIONAL SPECIAL CONDITIONS DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high 1­12S content is expected. B. MATERIALS: 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100%solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement -based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials, 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long; Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in 10/23/08 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. C. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 10/2"8 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Comoanv Fort Worth Water Dept. ATMOS Gas TXU Electric SW BT Charter Communications Fort Worth Transportation and Public Works For other facilities 10123108 ASC-6 Telephone Number 817-392-8296 1-866-332-8667 1-800-242-9113 1-800-395-0440 817-246-5538 817-392-6594 1-800-DIG-TESS PART DA - ADDITIONAL SPECIAL CONDITIONS Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul -off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 `Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub -base. The total depth of excavation could range from a couple of inches to include the surface -base -some sub -base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. 10123108 ASC-% PART DA - ADDITIONAL SPECIAL CONDITIONS After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing ' pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot -Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white -pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. 10123108 ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED 10123108 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Commision on Environmental Quality (TCEQ). 10123108 ASC-1 0 PART DA - ADDITIONAL SPECIAL CONDITIONS d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo -ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have 10123108 ASC-11 PART DA - ADDITIONAL SPECIAL CONDITIONS 23108 occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain -of -custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oivwater separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated C, soils in a State of Texas approved disposal site (landfill) to handle special wastes 10123108 ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non -hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM -SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization, DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION'. Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. 10123108 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM, DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. 10123108 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service RPM Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and ail type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be 10123108 ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: Pressure Pipe Gate Valves Blow -Off Valves Combination Air Release and Vacuum Valves Manholes .Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to the Project Manager: Christopher Harder, PE City of Fort Worth Water Department 1511 11 t" Avenue Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-61 TOPSOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured 10123108 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-77 SCOPE OF WORK (UTIL. CUT) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications, which are necessary to satisfactorily complete the work. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. Final payment will be based on actual measured quantities and the unit price bid in this proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the existing subgrade or removal of the existing material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot mix -cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished. These items will be considered as subsidiary to the contract. The Inspector will pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one (21) calendar days. The twenty-one (21) calendar days for 10123108 ASC-18 PART DA - ADDITIONAL SPECIAL CONDITIONS completion of the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR UTILITY CUTS. The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock. The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair work. DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) Contractor covenants and agrees to fully perform or cause to be performed, with good faith and due diligence, and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation. The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Water Department. DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises. It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired. At the end of contract the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S.Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started. A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. 10123108 ASC-19 PART DA - ADDITIONAL SPECIAL CONDITIONS A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages. The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for each repair cut not completed within twenty-one (21) calendar days and liquidated damages shall end on day that repairs are completed. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery. DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock: All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion: Sieve Size % Retained 1 0-10 1�P" 40-75 3/8" 55-90 #4" 90-100 #8 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM. DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean -Up of Part C General Conditions. 10123108 ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repair. The Contractor is required to submit a bid on all proposals Unit I, Unit II, Unit III and IV. Unit I will generally consist of small patch, less than or equal to 200 square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less than or equal to 1000 square feet. Unit III will generally consist of large patch, greater than 1000 square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair. The total low bidder, Units I, II, III and IV is the apparent successful bidder. If Contractor does not bid all four Units of the proposal, the bid will be considered as "non -responsive" and will be rejected by the Water Department, DA 92 MAINTENANCE BOND (UTIL. CUT) A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls, or other facilities which, in the opinion of the Engineer require repair. The Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, lids, steps and other miscellaneous items of construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and other miscellaneous items may be reused. Storm Drain Structure Repair shall be performed in conformance with specification Item 444, "Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilities of a similar design and construction. Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel, etc. in conformance with the appropriate drawings. 10123108 ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422. Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to utility cut repairs to water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H.M.A.C. paved streets. Specification item no. 502 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction shall govern this item. DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contract, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following: (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will 10123108 ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS recommend acceptance of the work under that particular Work Order and recommend payment therefore. If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. kmiw DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) 10123108 ASC-23 PART DA - ADDITIONAL SPECIAL CONDITIONS The Contractor shall have no more than three (3) locations under construction at any one time, unless approval by the Engineer has been granted in writing. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. DA-107 LIFE OF CONTRACT (MISC. EXT.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period, at the City's option and the Contractor's concurrence, the Project may be extended to the limit of the bid price. DA 108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self -leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications, 10123108 ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready -mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non -chloride, non -corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required. The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to provide his fax number to the Engineer at the pre -construction conference. Single or several Work Orders may be issued at one time. The Contractor shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order, liquidated damage charges as prescribed in Part C - General Conditions C7-7.10 Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified amount. 10123108 ASC-25 PART DA - ADDITIONAL SPECIAL CONDITIONS The first two paragraphs of Part C - General Conditions C7-7.10 Time Of Completion shall be replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work. The number of calendar days specified will be calculated as follows: The total estimated cost for the specific work order divided by 2000 (rounded up) + 10 days = Number of Calendar Days allowed for Construction of Individual Work Order. DA-112 MOVE IN CHARGES (MISC. REPL.) A Work Order may contain one or more locations. One move -in fee will paid to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity, if possible, and if so, only one mobilization charge will be paid. When water and sewer work are required only the water move in fee will be paid. At no time will both fees be paid for one specific location. DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received. While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE 10123108 ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned -off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 1. One plan table, 3-ft by 5-ft and one stool 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two -drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (6-ft). 2. Eight folding chairs. 3. First aid kit suitable for ten people with manual, American White Cross No. K10 or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. DA —119 CATHODIC PROTECTION SYSTEM 10123108 ASC-27 PART DA - ADDITIONAL SPECIAL CONDITIONS Within a week of commencing the installation of the Cathodic protection system, the contractor shall furnish a letter from the Corrosion Protection System Manufacturer certifying, that the Contractor's superintendent on the project has physically demonstrated the understanding to the field installation procedure of the system and that the initial installation has been verifed and found to meet the manufacturer's specifications. Before the Final inspection of the project, the contractor shall have a NACE (National Association of Corrosion Engineers) certified representative of the manufacturer conduct a 'Commissioning Survey'. Based on this survey, a certification from the Manufacturer shall be furnished by the Contractor to the City certifying that the system was found to be installed correctly and operating ,.u��"• �' • ��� •1�e intent of the specifications. ASC-28 SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT . 1 16. All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: EI-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) C. Additional Backfill requirements when approved for use in streets: 1. Type B Backfill (c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.l. where the "95% modified Procter density" shall remain unchanged). SECTION E 100 — MATERIAL SPECIFICATIONS MATERIAL STANDARD E 100-4 N"001 JANUARY 1, 1978 (ADDED 5/13/90) E 100-4 WATERTIGHT MANHOLE INSERTS. E 1004.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. E 100-4.2 MATERIALS AND DESIGN: a . The manhole insert shall be of corrosion -proof high density polyethelene that meets or exceeds the requirements of ASTM D 1248, Category 5, Type III. b . The minimum thickness of the manhole insert shall be 1/8". C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D 1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum L wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e . The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. 1%001 E 100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. E100 (1) N"./ City of Fort Worth, Texas ,. Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES REFERENCE NO.: 'G-16190 SUBJECT: Adopt 2008 Prevailing Wage Rates for City -Awarded Public -Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City -awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub -Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL, INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for Citv Manaaer's Office bv: Oriainatina Deoartment Head: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Additional Information Contact: Eric Bundy (7598) HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Wei her �perator $14.15 Broom or Sweeper $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator V 2.50 Concrete paving Saw Operator $13,56 Concrete Paving Spreader Operator $14,50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $14.12 Electrician $18.12 Fla ger $ 9.43 Form Builder/Setter, Structures $11,63 Form Setter, Paving & Curb $11.83 Foundation Drill Operator, Crawler Mounted $13.67 , Foundation Drill Operator, Truck Mounted $16.30 Front End Loader Operator I $12.62 Laborer, Common J $ 9.18 Laborer, Utility $10,65 Mechanic $16,97 Milling Machine Operator, Fine Grade $11,83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade $15,20 Motor Grader Operator, Rough $14.50 Oiler $14,98 Painter, Structures $13.17 Pavement Marking Machine Operator $10.04 Pipelayer $11.04 Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structure $16.29 f Roller Operator, Pneumatic, Self -Propelled $11.07 Roller Operator, Steel Wheel, Flat Wheel/Tamping $10.92 Roller 0 erator, Steel Wheel, Plant Mix Pavement $1 l,28 1 Scraper perator $11.42 Servicer $12.32 j Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator, Crawler Type $12.60 Tractor Operator, Pneumatic I $12.91 Traveling Mixer Operator 1 $12,03 Truck Driver, Lowboy -Float 1 $14.93 Truck Driver, Single Axle, Heavy I $11.47 Truck Driver, Single Axle, Light j $10.91 Truck Driver, Tandem Axle, Semi -Trailer I $11.75 Truck Driver, Transit -Mix 1 $ i 2.08 Wagon Drill, Boring Machine, Post Hole Driller Operator 1 $14.00 Welder $13.57 j Work Zone Barricade Servicer 1 $10.09 \.001 I*ftwe \=001 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Acoustical Ceiling Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper IGlazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, VI-ine $13.00 Shovel $9.00 I Forklift $20.20 I Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Wetder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13.18 $16.10 $14.83 $8.00 $18.85 $12.83 $17,25 $12.25 I $10.00 $14.00 $10.00 $16.96 $12.31 $18.00 $9.00 $17.43 $20.50 $17,76 $12.63 $10.50 $14.91 $16.06 $9.75 r Compliance with and Enforcement of Prevailing Wage Laws (a) Dutv to vav Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and Citv Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31" day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the ..r City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 1 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Postina of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Comoliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. Section 5.9 Standard Details (Water and Sewer) NOTES: _ , 5 .� , :,:.�_, D. DElA1L RED IQ : 4 G "r` f•1.•� _; Z. ALL 270 ESE V UNLESS NOTED 3. SEE D-134• FOR DISHED - HEAD PLUG DETWL f f - SELrfI�N A•A 31 �i§ CYL. O.D. 4. OUlLUT GAT DI(rI. 12%'-16�5'-a3ic' :f is mc.=yn'�16' I Q� OFFSET RIIJG Wh %" It X 2OWMI. I Qj X 35'/z' O-D 30' L-301 BELIX/ti") ' %i lC X 354" X 15" MICHOR anhy =.:ZYP.s6PLRtESlI iA cv ov 2 I Tre a X 4" X 4" ISM CL } �Q MR v 6 PUICES) in � � •.r� rn 6p" � �J 2'/d? 7,'F'X4" bLK. o- — .. � �ECi16A{ R-S '_pit :Y TT-4 206 T A 77 207-P 30" L 301 CL 150 20 U.S. PIPE & FOUNDRY CO. a 14• � rnw IInDDtU Ulf�t 11VlIbSY, LHLN t Y INUtN U.D. 'oR.D,S.11l�NEAL 30- TEE W/ DISHED HEAD PLUG ljos:6E71 UNITED CONCRETE PIPE DIVISION 175(.�S .I n1l G b C L !NO. 8Y DATE CHK. REVISION Fk I ANDRF-SEPV0lK-f6Kl V1001 TX. JSHT-D-112 IREV.I ........... ......... -----... ., ....... .... ..OATE:4-ad• . 7 •CHK:MWM NESfL ...,.,, ._ _ ....- . ......._ ._a ... .. ........ .. ..._. _, - .._ .. USP/CPO/SW/110 © ,%No, CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No. and City of Fort Worth Project No. o o 45,60 ON CTOR By: Name Title: Date: l� STATE OF TEXAS § ,"nor § COUNTY OF TARRANT § Bef r me, the undersigned authority, on this day personally appeared C ` , >known to me to be the person whose name is subscribed to the foregoi g ins ument, and ACKnowledged,to me that he executed the same as the act and deed of for the purposes and consideration therein expresse and in the cap city therein stated. Given Under My Hand and Seal of Office this I—Aday f 20JIT) . NOta+yaey*u3kdc, Sra# Public in 06ndtfor the Stat of Texas CONFLICT OF INTEREST DISCLOSURE REOUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at htty://www.ethics.state.tx.us/forms/CIO.odL If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ '"aw For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE ONLY Government Code by a person doing business with the governmental entity. Date Received By law this questionnaire must be filed with the records administrator of the local government not later 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 Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. J Name of person doing business with local governmental entity. � M U'0� D� 21 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) J Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. l V �— J Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. PA Amended 01113/2006 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ Page 2 J Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? F]Yes LJ No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes E:] No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes E2 No D. Describe each affiliation or business relationship. J Describe any other affiliation or business relationship that might cause a conflict of interest. J A( 1 Lz10 Signature of person doing business with the governmental entity Date Amended 01 M 312006 PERFORMANCE BOND Bond# 2305637 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Jackson Construction, LTD. as Principal herein, and (2) Independence Casualty and Surety ComDanv a corporation organized under the laws of the State of (3) TPXa .-, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Two Million Eighty Five Thousand Nine Hundred Eighty Two & 70/ 100 _ Dollars ($2 , 085 , 982.70 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WI-IEREAS, Principal has entered into a certain written contract with the Obligee dated the i. day of Fe 6rvu1 , 20 10 , a copy of which is attached hereto and made a part hereof for all purposes, for the constriction of Westside TIT & Tv Wat_erl i ngs, Prof P(`t 00456 NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this Znd day of rt 6rvir,ti . 20 is . ATTEST: le-fc (Princai) ry (SEAL) I� y Witne s as to Principal +TTEST' etary A L) 1 ess as to.burety J Jackson Construction, LTD. PRINCIPAL gy' ,Zt O at W4'e" r-- Name:j,=v T4 .Tnrksnn,-xevjdent of JCI Partners, Inc., General Partne- Title: Address: 5112 Sun Vallev Drive Fort Worth, TX 76119 Independence Casualty anj—Surety Company SURETY By: Name: Jack M. Crowley Attorney in Fact Address:13355 Noel Road, #400 Dallas, TX 75240 Telephone Number: 972-385-9800 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. No. 0004782 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH, JOBETH WELLS their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. %3 ti : q ap°� cF o X �a INSURANCE COMPANY OF THE WEST o, o SEAL _ 3 m y EXPLORER INSURANCE COMPANY 7e'�oRNr► 02 �o a °n INDEPENDENCE CASUALTY AND SURETY COMPANY c�c�romra otr � �c� vz, (i�tome,/ Jeffrey D. Sweeney, Assistant Secretary State of California } ss. County of San Diego J. Douglas Browne, Senior Vice President On May 21, 2009, before me, JoAnn Pache, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. ~imp MANN PACHE COMIWOMMM"A RESOLUTIONS Witness my hand and official seal. JoAnn Pache, Notary Public This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this ZAP day of n r 140W Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. THE STATE OF TEXAS COUNTY OF TARRANT That we, (1), PAYMENT BOND Bond # 2305637 § KNOW ALL BY THESE PRESENTS: Jackson Construction, LTD. (2) Independence Casualty and Surety Company as Principal herein, and , a corporation organized and existing under the laws of the State of (3) Texas as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount ofTwo Million Eighty Five Thousand Nine Hundred Eighty Two & 70 / 100 __ Dollars ($2 , 085 , 982 .70 ) for the payment whereof, the said Principal and Surety bind themselves and their 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 Obligee wig w dated the Z• day of F• 6rvt.ti , 201 D , which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Westside III & IV Waterlines, Project 00456 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Goverrnment Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 2AJ day of Ft b rut.7 20 /o . ATTEST: Princ�ecre (S E A L) A Q hi� �jo i I n� Wi s as to Pr ncipal EST: r6 Secretary lAesss L) as to rety v Jackson Construction, LTD. PRINCIP L By:�1 Name: T.arry H_Tack.nn, Pr_gaident of JCI Partners, Inc., General Partne Title: Address: 5112 Sun Vallev Drive Fort Worth, TX 76119 Independence Casualty and.S,Surety Company SURE By: / Name: Jack M. Crowley Attorney in Fact Address:13355 Noel Road, #400 Dallas, TX 75240 Telephone Number: 972-385-9800 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. No. 0004782 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized `under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH, JOBETH WELLS their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. pLTY j4E"pYPM1YGSa O q. CF C�ry OiOG a� \,A�pAPOIL+TFp m ° p 0 INSURANCE COMPANY OF THE WEST O i a SEAL ^: ic' m y EXPLORER INSURANCE COMPANY +1.+9' ao INDEPENDENCE CASUALTY AND SURETY COMPANY a Jeffrey D. Sweeney, Assistant Secretary State of California } ss. County of San Diego J. Douglas Browne, Senior Vice President On May 21, 2009, before me, JOAnn Pache, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State ofCalifornia that the foregoing paragraph is true and correct. �, MN0TARYKR=AUF0M ANi COUNN My commbMwn Evolm Witness my hand and official seal. 1 JoAnn Pache, Notary Public RESOLUTIONS This Power of Attomey is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures, and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 2 day of r [ L -�x 1 Z e s0 VAMW Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attomey you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attomey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. *4ww MAINTENANCE BOND Bond # 2305637 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Jackson Construction, LTD. ("Contractor"), as principal, and, Independence Casualtv and ** a corporation organized under the laws of the State of Texas , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum ofTwo Mi 1 1 i cn Fi Phty Fivt- Tbswsand Nine Hundred Eighty Two & 70/100 Dollars ($ 2,085,982.70 ), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 2 of F r 6r-,.,, , 20 to , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Westside III & IV Waterlines, Project 00456 the same being referred to herein and in said contract as the Work and being designated as project number(s) nnrt5r) and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, ** Surety Company *4► WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in y counterparts, each of which shall be deemed an original, this Z day of re4t-.7 , A.D. 20 /o ATTEST: (S E A L) 4a", Secre ry AT V-T.: Jackson Construction, LTD. Contractor 1� By: V Name: Larry H Jackson, President Title: of JCI Partners, Inc., General Partner Independence Casualty and Surety Company Surety By: s � Name: Jack M. Crowlev Title: Attorney in Fact 13355 Noel Road, #400 Dallas, TX 75240 Address No. 0004782 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer nsurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized /under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH, JOBETH WELLS their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. �4EpOYPAMY�fry #-, o 0- V Yids wq.G �V60�P0'M 4 ; • C oo lF no "y 4 ->; INSURANCE COMPANY OF THE WEST o ; a SEAL _ 3 . a EXPLORER INSURANCE COMPANY yAf itiofl y dr'..��i°e2 , ?� a o INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } ss. County of San Diego On May 21, 2009, before me, JoAnn Pache, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. quo AM*- 'JOANN PkHE + ...r rMyr APFM30.20M Witness my hand and official seal. JoAnn Pache, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. C IN WITNESS WHEREOF, I have set my hand this I^� day of Fe kvullq ZO/O Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the (2nd) day of (February) , 2010, by and between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner), and (Jackson Construction, LTD), ("Contractor'). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESSETH: That said Parties have agreed as follows: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: FOR: Westside III & IV Water Line Project That the work herein contemplated shall consist of the Contractor furnishing as an independent contractor all labor, tools, appliances and materials, necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by or on behalf of the City of Fort Worth for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 0 The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Water Department of the City of Fort Worth. 4 The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Water Department of the City of Fort Worth and City Council of the City of Fort Worth within a period of 210 Calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and **MW Contract Documents within the time so stipulated, plus any additional time allowed asprovlded In the General Conditions, there shall be deducted from any monies due or which ma fhereaater 6/17/09 C-1 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX become due him, the sum of $(630.00) per working day, not as a penalty but as liquidated ..� damages, the Contractor and its Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such manner as it may deem proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay Owner on demand in writing, setting forth and specifying and itemized statement of the total cost thereof, said excess cost. 1.1 Contractor Covenants and agrees to indemnify the Owner, Owners Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv, damage or death is caused, in whole or in part, by the negliqence or alleged negliqence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and *4000, employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniury or damage is caused in whole or in part by the negliqence or alleged negliqence of Owner. its officers. servants or emplovees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City of Fort Worth contract. OFFICIAL RECORD CITY SECRET�!Y F% WORTH, X 6/17/09 C-2 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the City of Fort Worth. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the Contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by Contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount (including/excluding) alternates L, shall be (Two million eight -five thousand nine hundred and eight -two dollars and seventv cents)_ Dollars, ($(2,085,982.70)). It is further agreed that the performance of this Contract, wither in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Water Department. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this Contract is made and entered into by the Parties hereto with references to the existing Charter and Ordinances of the Cil V of 176--ft Worth OFFiCaa.:_ E—CORD CITY SECRETARY 6/17/09 C-3 F1 WORTH, TX 400 and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Four 4 counterparts with its corporate seal attached. Z Done in Fort Worth, Texas, this the APPROVAL RECOMMENDED: l r DIRECTOR, WATER DEPARTMENT Jackson Construction, Ltd. CONTRACTOR BY: Pres. of JCI Partners, Inc., Gen. Partner TITLE 5112 Sun Valley Drive Fort Worth, TX 76119 ADDRESS 6/17/05 day of tt 4.1ver., A.D., 20 / o CITY OF FORT WORTH ASSISTANT CITY MANAGER ATTEST: CITY SECRETAR`b (SEAL) p 000000op°°��� p o° ODip f k ° ��� o o° xd o APPROVED AS TO FORM AND a 1C:_ _. oo° ASSISTANT I C-a q o -1 I Cont aci, ::,u orizatioR C l 10 0 7,1 OFFICIAL RECORD CITY SECRETARY C-4 FT. WORTH, TX Section 7.0 Permit AUG-26-2008 TUE 04:17 PM FACILITIES MGMT FAX NO, 8178841178 P, 01 ... Precinct #: UTILITIES COMPANY PERMIT t 5 3 Date: 8-12-08 Permit Firm. Name: TCB/AECOM Contact Person: Soon Wong' Address: 1200.Summit Ave, Suite 600 Fort Worth TX 76102 Phone: 817- y 6768 Fax: 81.7-698-6701 Is hereby permitted to work within the Tarrant County R.O.W. (Right-of-way) in accordance with the Tarrant County Transportation Services Departments provisions and specifications. LOCATION OF PROPOSED WORK (WITH MAPSCO #:) The nronosdd construction is located at west of Fort Worth as shown on attachment A vicinity man . and it can, also be.found on MAPSCO 71F 9nd.7.1G DESCRIBE PROPOSED WORK IN DETAIL: The proposed work is a sanitary sewer vipeline construction for future sewage flow generated in the immediate area. The method of construction for the proposed sanitary sewer line crossing under the Old Weatherford Road as shown in the attachment B and the sanitary sewer elan and profile sheet will be other than oven installation. SPECIAL INSTRUCTIONS: 1. Roads are to be bored and not open cut. 2. Contact Doug Keesey at (817) 229-3217, 24 hours PRIOR to working in the County right-of-way. 3. This permit is valid for 30 days from the above written date. A new permit is required if the project is delayed or extended. 4. Please re-establish vegetation after work is completed (i.e. hydromulch, sod, mulch / seeding, Tram ation ervices Department Signature of firm Name Representative 22 Soon A JA)oh m Printed Name of Fi NamIepresentative -- FORTWORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WESTSIDE III & WESTSIDE IV WATERLINES CAPITAL PROJECT NO: 00456 Section 8.1 Project Easements Parcel No. I Memorandum of Agreement Westside III and IV Water and Sewer Vernon Investment Corp. Vernon Investment Corp., referred to in this Memorandum as "Grantor", agrees to grant to the City of Fort Worth, "Grantee", a Temporary Construction Easement across Grantors land. GRANTEE agrees to return the construction area to as good as or better condition than that prior to construction. Grantee agrees to pay Grantor the total sum of $6,500.00 as consideration for the conveyance of said Temporary Construction Easements across parcel 1. Dated: , 2009 GRANTOR(S): By: By: City of Fort Worth By: �.r Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540046631 Parcel # 1 A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EIi311113IT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas. said 20.0' temporary construction easement being out of a remainder of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation, Inc. as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.V temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 112 Inch iron rod found In the north right-of-way line of Old Weatherford Road (County Road 1022, a variable width right-of-way) said 112 inch iron rod being the southeast comer of said 598.460 acre tract of land, said 1/2 inch Iron rod also being the southwest comer of a 20.779 acre tract of land (by deed) being further described as Tract IV, deeded to FW Vista West II, L.P. as recorded In County Clerk's File No. 0206035754 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 47 minutes 13 seconds West, with the north right-of-way line of said Old Weatherford Road and the south line of said 598.460 acre tract of land, a distance of 20.00 feet to a point for comer; THENCE North 00 degrees 14 minutes 41 seconds West, a distance of 500.47 feet to a point for comer in the most northerly south line of a 33.599 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in Tarrant County Clerk's File No. D206274011 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 44 minutes 50 seconds East, with the most northerly south line of said 33.599 acre tract of land, a distance of 20.00 feet to a 1/2 inch iron rod with cap stamped'Fuiton Surveying Inc.' found for the most easterly southeast comer of said 33.599 acre tract of land, said 1/2 inch iron rod with cap stamped 'Fulton Surveying Ina" also being in the west line of sald Tract IV, said 112 inch iron rod with cap stamped 'Fulton Surveying Inc:' also being in the east line of said 698.460 acre tract of land; THENCE South 00 degrees 14 minutes 41 seconds East, with the west line of said Tract IV and with the east line of said 598,460 acre tract of land, a distance of 500.48 feet to the POINT OF BEGINNING, and containing 10,010 square feet or 0.230 acres of land, more or less. Page 1 of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westslde Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 1A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE Ali bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDoT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 I 1 . EXHIBIT "B "ACM _ MM Off OF POWDRf�N' f�`c WIN A. � NGO = as C.C.F. No. DMV4011 I P.R.T.cT. n rraxoue.o m D k tA:T. ' .. ' .. - ,m. • • " • - •LOT f. BLOC% 1 ' " Noera�resr >rArFR rRaArv1 nr N 89-44'50"E PlW9' ADDITION 20.00, RL CABINBT A, SLIDP 18060 STAMPED tl � `FllLTON 9l1RVEYINC k10.' VICINITY MAP N.T.S. 20.0' TEMPORARY CONSTRUCTION EASEMENT 10,010 SQ. Fr. OR 0.230 AC. ' l' P too 50 0 100 w r V SCALE 1N FEET ,: o R u Q Zt`.. W C4 NOTE AIL DEAEtlNBS ARE BASED ON THE 7DAS COOR"TE SYSTEM. N40—A NORIM CEf=4L ZONE. Ur1LaNG A BEARINGS AM DOANCES ARE SURFACE. THIS PROJECT f...I REMAINDER OF 598.460 ACRES (BY DEED) {• ' VERNON INVESTMENT CORPORATION, INC. VOLUME 6342, PAGE 749 { D.R.T.C.T. �.• , P.D.B. I ( FWD 1/21R OLD WEATHERFORD ROAD (C.R. 1022) S ST47'13`W (A VARIABLE WIDTH RIGHT-OF-WAY) 20.00 o WORT City of Fort Worth SFO al 1000 TMROLI(i( NM SfRET FORT WDRTIL TT M i8102 E1O1181T SHMNO A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REIIMNDER OF 59&"0 ACRES (BY DEED) SmIATED tN T11L N. HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO VERNON INVESTMENT CORPORATION, INC. RECORDED IN VOLUME 6342, PAGE 749 OF THE DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Wastelde If k IV and Proposed Sanitary Sewer Line to SCALE: 1" - 100' eerve the %stelde Water Treatment Plant a CEL No.: 1A ff_A4V E JT gCpUISITION AREA 10.010 SQU�RE FEE OR 0.230 C�ES All 1 ORA" BY- TTw I 0 FlIJ 3198A eosatn4Rb.DWG 24 2006 PAGE 1 OF 1 W. r Pro ct No,: P264— 1200�j J j A4SOC111M W 8707 iiREPnWOOO srAIR ROAD, SURE s0 fORT Otls 5146 mutt I YVMMEW t05MW PROFESSIONAL LAND SURVEYOR ° 1.5148 W-M-1424 FAX 817-446-178e Westside IiI & iV and Proposed Sanitary Sewer Line to serve .v the Westside Water Treatment Plant Water Project No.: P264.531200 601540045631 Parcel No. 1B 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 F,NMr1i $ A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation, Inc. as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found In the north right-of-way line of Old Weatherford Road (County Road 1022, a variable width right-of-way) said 1/2 inch iron rod being the southeast comer of said 598.460 acre tract of land; THENCE North 00 degrees 14 minutes 41 seconds West, with the east line of said 598.460 acre tract of land, a distance of 500.48 feet to a 1/2 Inch Iron rod with cep stamped "Fulton Surveying Inc! found for the most easterly southeast comer of a 34.560 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in Tarrant County Gerk's File No. D206274011 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 15 minutes 19 seconds West, passing at a distance of 850.47 feet a 5/8 Inch iron rod with cap stamped "GORRONDONA & ASSOCIATES, INC" found for the northeast corner of said 34.560 acre tract of land, sold 5/8 inch iron rod with cap stamped "GORRONDONA & ..r ASSOCIATES, INC" being the most northerly southeast comer of a 567.663 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.02562%), SPG-Harvard III, LLLP (undivided 9.67166%), CFG-Broadway & Rooks, LLLP (undivided 13.64586%), SPG-Stratford 1, LLLP (undivided 4.83583%), CFG-Whiteman I, LLLP (undivided 2.76333%), CFG-Zahads, LLLP (undivided 1.38168%), HE6 Investments (undivided 6.90833%), SMT investors Limited Partnership (undivided 30.05124%), Cambridge Business Insurance, Ltd. (undivided 15,02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. D204343515 of said Deed Records of Tarrant County, Texas, in all, a distance of 2256.87 feet to a 1/2 inch iron rod with cap stamped "Fulton Surveying Indfound for the POINT OF BEGINNING of the herein described 20.0' temporary construction easement, said 1/2 inch Iron rod with cap stamped "Fulton Surveying Inc" being an exterior ell comer In the east line of said 567.553 acre tract of land, said 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" being in the west line of a 20.288 acre tract of land (by deed) being further described as Tract IX, deeded to FW Vista West 11, L.P. as recorded in County Clerk's File No. 0206035754 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 43 minutes 42 seconds West, with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to.a point for comer; THENCE North 00 degrees 16 minutes 34 seconds West, a distance of 659.91 feet to a point for comer in the east line of sold 567.553 acre tract of land; Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 16 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE North 89 degrees 44 minutes 21 seconds East; with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to a 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" found for and exterior ell corner In the east line of said 567.553 acre tract of land, said 1/2 inch Iron rod with cap stamped `Fulton Surveying Inc° being in the west line of said Tract IX; THENCE South 00 degrees 16 minutes 34 seconds East, with the west line of said Tract IX and with the east line of said 598.480 acre tract of land, a distance of 659.91 feet to the POINT OF BEGINNING, and containing 13,198 square feet or 0.303 acres of land. more or less. NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 3, 2008 W. Truett Wilson Registered Professional land Surveyor No. 5146 Page 2 of 2 >r EXHIBIT "B " .Aa 11 , am a N 89'44'21 "E imumm m m on "enlo"aa _ 20.00' m _ — _ Q-� - --'i-- FM 1/2'IR W/CAP I ; STAMPED "FULTDN e m SURVEYIND INC." 1 1 1 20 0' TEMPORARY ►l. 30 1 CONSTRUCTION EASEMENT T 13.198 SO. FT. OR 0.303 AC. VICINITY MAP 1 REMAINDER OF 598.460 ACRES sl N.T.S. I ((BY DEED) I VERNON INVESTMENT 3 �++ 20see TRA (a DEED) 1 CORPORATION, (NII `{ s `t nr VIVA WWr n, L.P. REMNOER OF A WM3 ACRE TRACT OF VANO (ay DEED) MI .. C.CF. H.. 02OW35754 BOA SORTE UAOTED PARTNERSHIP (UNDIVIDED15.0256U) 1 VOWME 6342, PAGE 749 D,R,T.C1 to . sva-IuxvARp Of. Lur (uNDMam a.e71e61x) 1 p,R.T.C_T, ` r ,r r CFO-aROAOWAY A ROOKS, LLLP (UNDIVIDED 13,64UU) SPO-STMIFORD L LLLP (uNOMO® 4,a35637� CFO-WHRF3AAN 1. U O (UNDMOED 2.78333� J� 1 CFC-L4IAM, LllP (UNOMOED 1.38I611X) HE9 wvE5TwENTS (UNOMOEO 6.SD83M swr 0eR910RS UMRED PAFMDMP (UNOINOED 30.06124%) �� a CAAIBRmuE BUSINESS INSURANCE. LTD. (UNOMOED 15.025522) G'� ANNETTA INVESTMENTS, LP (UNDMOED 0.69Oa3� �O �P, O.C-F. Na. 0204343515 O.RT.CT.p�C)� -•i �. 0112 .B. FHD 1 221R W/CAP JW/CAPI STAMPED 'fMMN SURVEYING WC ` S 8REIWNOER OF A 37&aS ACRES 0Em TRALT UA ILCFOUND S/8'IVOLUME D PA PicU�"�1"Isa STAMPEO "GO345E0 � ( Ocr�+Jn 2D.'778 ACRES BYOEIU)C" OF MIT WORTHrRAC' IVC.C.F. No. o20a274011 n b FW VISTA WEST II, LP. LOT i, ! ORTCT. oY C.C.F. Ma 0206DJ5754 -�•NE 5T YAMR TATB(VT 0.RT.C.T. PLANT ADDITION 200 100 0 200 CA7IINST A, SLM.F 12060 40, A.O.W. DEDICATION P.R.T.C.T. CASM7 A, SLIDE 12060 .-_P.R.T.CT.1 UND 1/2111 W/CAP S WED '7UI.1DN 9URVEYINo INC., SCALE IN FEET RBMDER OF 3".460 A== (BY Dam) VERNON nlvlsT aN, wG P. O.C. NOtE: ALL BFaRIN6S ARE BASED ON THE TOM COORDWOUATE VOLUME BS42, PAGE 746 STSIM, NAG-n NWiiN CpttM ZONE, Uil(MG A O.RTC.T. $ FND 1/2'IR Eff FA A DI3TA CFS � SURRFAA FOREIS PROJECT --. -- OLD WFA ALE WUM ROAD—WAYI 1022j o City of FC)rt Worth iooa THiNcl; 1CMOFI SOMET FORT WORTH, TEXAS 78102 E)INIM SHOM A 20.0' TEMPORARY CONSTRUCTION EASEMENT T� aUT OF A REILUNOHR OF 888.460 ACRES (BY M) 'S�.,•'G;STc •;"�' wwTEG IN THE .rj•PQ4i F ;�� ! N. HOLBROOK SURVEY ABSTRACT No. 647,F..K. aEmEd r0 W. TRiJETT WILSON I VERNON INVESTMENT CORPORATION INC. �;.�• -�. ,., RECORDED IN VOLUME 6342, PAGE 749 j ���, 514.5 DEED RECORDS OF TARRANT COUNTY, TEXAS 1 '.,v� �•`' PROJECT: Wastalda III do IV and Proposed Sanitary Sewer Line to SCALE: 1" 200' �jr•''�ESS' ' verve tha Wastalda Water Treatment Plant �}� CEL No.: 18 U F EHT !&,qjp ISITION A EP 3,198 SQUARE FffT OR D.303 f� Ft S �U 0 I J kd a709- 1 +55 p N aYs TTW CADO Fm mak aaSemStl %OwG pl a Ep FS(OFE551ONAL LAND SURVEYOR : GORRONDONA, & XSSOCU4TE9. pp 6707 BREWXSTA)R sot , S M 6 M FORT WORK V- 7D112 T 617-490-1424 PAT( 017-495-1766 f ,7 Westside III & IV and Proposed Sanitary Sewer Line to serve �..i the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 1 A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE. August 28, 2008 GRANTOR: Vernon Investment Corporation, Inc. GRANTOR'S MAILING ADDRESS % Deecorp Properties Ltd. ,..i 388 W. 8`h Avenue, Suite 201 Vancouver Canada V5Y 3X2 00000-0000 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS. 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY- Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 598,460 acre tract of land (by deed) deeded to Vernon investment Corporation, Inc. as recorded in Volume 6342. Page 749 of the Deed Records of Tarrant County, Texas, said 20 0' temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns the use and passage in, over, and across, below and along the Page 1 of 3 easement situated in Tarrant County, Texas, in accordance with the legai description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as. � shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same,,or any part thereof. When the context requires, singular nouns and pronouns include the plural. GRANTOR: Vernon Investment Corporation, Inc. GRANTEE. City of Fort Worth a Delaware corporation By• `J �4n t,J' E i � G C Fernando Costa Assistant City Manager r (Name of person authorized to sign), Title - "'_i i C' Deanna Cody, Senior Land Agent City of Fort Worth Transportation and Public Works Department Right of Way and Easements 8851 Camp Bowie Blvd West 3rd Floor Fort Worth, Texas 76116-6085 APPROVED A5 TO FORM AND LEGALITY 77t�� i 4OW"Av Assistant City Attorney Page 2 of 3 N%Wol STATE OF _CdOtOCiJ COUNTY OF ECfC 1C- ACKNOWLEDGEMENT V BEFORE ME, the undersigned authority, a Notary Public in and for the State of r' , on this day personally appeared S-MN L- Y D t= E , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of_1/11tiff f)6Ems' and that he/she executed the same as the act of said ml6r7f)GE2 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2- day of JL1-y 20Q )TAiy,cl/J?c Notary Public in G o= and for the Slate of ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated GIVEN UNDER MY HAND AND SEAL OF OFFICE this / 1-14 day of 20 r NoOry Public in and for the Statg/of Texas Page 3 of 3 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 1A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20 0' temporary construction easement being out of a remainder of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation, Inc as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows - BEGINNING at a 112 inch iron rod found in the north right-of-way line of Old Weatherford Road (County Road 1022, a variable width right-of-way) said 1/2 inch, iron rod being the southeast corner of said 598.460 acre tract of land, said 1/2 inch iron rod also being the southwest corner of a 20.779 acre tract of land (by deed) being further described as Tract IV, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 47 minutes 13 seconds West, with the north right-of-way line of said Old Weatherford Road and the south line of said 598.460 acre tract of land, a distance of 20.00 feet to a point for corner; THENCE North 00 degrees 14 minutes 41 seconds West, a distance of 500.47 feet to a point for corner in the most northerly south line of a 33 599 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in Tarrant County Clerk's File No. D206274011 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 44 minutes 50 seconds East, with the most northerly south line of said 33.599 acre tract of land, a distance of 20.00 feet to a 1/2 inch iron rod with cap stamped 'Fulton Surveying Inc." found for the most easterly southeast corner of said 33.599 acre tract of land, said 1/2 inch iron rod with cap stamped 'Fulton Surveying Inc." also being in the west line of said Tract IV, said 1/2 inch iron rod with cap stamped 'Fulton Surveying Inc " also being in the east line of said 598.460 acre tract of land; THENCE South 00 degrees 14 minutes 41 seconds East, with the west line of said Tract IV and with the east line of said 598 460 acre tract of land, a distance of 500.48 feet to the POINT OF BEGINNING, and containing 10,010 square feet or 0.230 acres of land, more or less. Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 1A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83. North Central Zone, utilizing a TxDoT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 `_. N Page 2 of 2 P xo , 'tr y}r EXHIBIT „B „ E 71 -33.599 ACRES (BY DEED) /-40' R.O.W. DEOIGTION ,0PRO=H CITY OF FORT WORTH Y CABWET A SLIDE 12060 C.C.F. No. 0206274011 P.R.T,C-T, an •rnn.cuc+m as D.R.T.C.T. {an aun,Daoe) b. • - LOT !, BLOCK ! NORTHWEST WATER TREATMENT j N 89'44'50"E PLANT ADDITION j cwrw no CABINET A. SLIDP t206O 20.00 P R.T.C.T.%. D 1/2-IR I H. 3Jo - cN,• ao Mc� ' I W/CAP STAMPED ' "FULTON SURVEYING INC.' - C VICINITY MAP N.T.S_ 20.0' TEMPORARY CONSTRUCTION EASEMENT 10.010 SQ. FT. OR 0.230 AC. 100 50 0 100 1 r �ZO b o „ s4 SCALE IN FEET ( o ;� � ci z f �, N NOTE: ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE ( I SYSTEM, NAD-83, NORTH CENTRAL ZONE, UTILIZING A TAROT SURFACE FACTOR OF 1.0001554123 FOR THIS PROJECT, f I ALL BEARINGS AND DISTANCES ARE SURFACE i ( REMAINDER OF 598.460 ACRES (BY DEED) VERNON INVESTMENT CORPORATION, INC. I. VOLUME 6342, PAGE 749 D.R.T.C.T. f P. 0. B. FIND 1/2-IR OLD WEATHERFORD ROAD (C.R. 1022) S B9'47'13"W (A VARIABLE WIDTH RIGHT-OF-WAY) 20.00' FouWOrrH City o f Fort o rth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF 598.460 ACRES (BY DEED)'h,„� SITUATED IN THE O N HOLBROOK SURVEY, ABSTRACT No. 647 OEEDED TO VERNON INVESTMENT CORPORATION, INC. RECORDED IN VOLUME 6342, PAGE 749 W TR�I_•'_i OF THE OEEO RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Westside III & IV and Proposed Sanitary Sewer Line to ISCALE: 1 = 100' i it serve the Westside Water Treatment Plant IPARCEL No.: 1 A /� < EASEMENT ACQUISITION AREA 10.010 SQUARE FEET OR 0,230 ACRES W TR EfT JOB 140. 0709-3015 I DRAWN BY: TTW 1 CADO FILE 3158A eaeements.OWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: AUGUST 28, 2008 PAGE 1 OF 1 Water Pro'ect No.: P264-531200 601540045631 NO. 5146 GORRONDONA & ASSOCIATES, INC. 6707 BRENTWOOD STAIR TOAD, SURE 50 FORT WORTH, TX. 76112 817-496-1424 FAX 517-496-1768 I . i 7 •� DEANNA CODY SENIOR LAND AGENT ��=`c" FTW TRANSPORTATION/PUBLIC WRK DPT ' :;• *:•: • 8851 CAMP BOWIE BLVD W 3RD FLR FTW TX 761166085 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. X --��I�I�IIIJ�N IIHIIUINNINIIflIiIINNINIINNIiII D209190529 $36.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: WD M&C AGENT DATE DOE M IV' Westside III & IV and Proposed Sanitary Sewer Line to ser the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 1B 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE. September 3, 2008 GRANTOR: Vernon Investment Corporation, Inc. GRANTOR'S MAILING ADDRESS: % Deecorp Properties Ltd. Now 388 W. 8"' Avenue, Suite 201 Vancouver Canada V5Y 3X2 00000-0000 GRANTEE. CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY Being a 20.0' temporary construction easement situated in the N_ Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 598.460 acre tract of land acres (by deed) deeded to Vernon Investment Corporation, Inc. as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and "81.. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Pagel of 4 easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. ,%00111 Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR- Vemon Investment Corporation, Inc.. GRANTEE. City of Fort Worth a Delaware corporation By. St ONr I c Y be-C (Name of person authorized to sign), Title vcanna !Cody, Senior land t1gert City of fort Worth Transportation and Public W;-irks Department Right of Way and Easements g$S 1 Cajitip Bowie Blvd West 3rd Floor Fort Worth, Texas 76116-6085 Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGAIfITY 7&v4w Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF CC� i( («" U COUNTY OF ���� § BEFORE ME, the undersigned authority, a Notary Pubiic in and for the State of on this day personally appeared -.- P 1f' oec , known to me to be the same person whose name is subscribe 1 e foregoing instrument, and acknowledged to me that the same was the act of MRIM C and that he/she executed the same as the act of said lylanf16cv for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this Z day of Notary Public in '0" 1 and for the State of C-0I0 roc( u ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of -41 204' u Noll' Public in and for the State of Tas Page 4 of 4 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 1B 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation, Inc. as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows COMMENCING at a 1/2 inch iron rod found in the north right-of-way line of Old Weatherford Road (County Road 1022, a variable width right-of-way) said 1/2 inch iron rod being the southeast corner of said 598.460 acre tract of land; THENCE North 00 degrees 14 minutes 41 seconds West, with the east line of said 598.460 acre tract of land, a distance of 500.48 feet to a 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" found for the most easterly southeast corner of a 34.560 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in Tarrant County Clerk's File No. D206274011 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 15 minutes 19 seconds West, passing at a distance of 850.47 feet a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES, INC" found for the northeast corner of said 34.560 acre tract of land, said 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES, INC" being the most northerly southeast corner of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15,02562%), SPG-Harvard 111, LLLP (undivided 9 67166%), CFG-Broadway & Rooks, LLLP (undivided 13.64586%), SPG-Stratford I, LLLP (undivided 4.83583%), CFG-Whiteman 1, LLLP (undivided 2.76333%), CFG-Zaharis, LLLP (undivided 1.38168%), HEB Investments (undivided 6 90833%), SMT Investors Limited Partnership (undivided 30.05124%), Cambridge Business insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. D204343515 of said Deed Records of Tarrant County, Texas, in all, a distance of 2255.87 feet to a 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" found for the POINT OF BEGINNING of the herein described 20.0' temporary construction easement, said 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" being an exterior ell corner in the east line of said 567.553 acre tract of land, said 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" being in the west line of a 20.288 acre tract of land (by deed) being further described as Tract IX, deeded to FW Vista West 11, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, - THENCE South 89 degrees 43 minutes 42 seconds West, with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to a point for corner, THENCE North 00 degrees 16 minutes 34 seconds West, a distance of 659.91 feet to a point for corner in the east line of said 567.553 acre tract of land, Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 113 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE North 89 dearees 44 minutes 21 seconds East, with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to a 112 inch iron rod with cap stamped "Fulton Surveying Inc" found for and exterior ell corner in the east line of said 567.553 arse tract of land, said 112 inch iron rod with cap stamped "Fulton Surveying Inc" being in the west line of said Tract IX; THENCE South 00 degrees 16 minutes 34 seconds East, with the west line of said Tract IX and with the east line of said 598.460 acre tract of land, a distance of 659.91 feet to the POINT OF BEGINNING, and containing 13,198 square feet or 0.303 acres of land, more or less NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date September 3, 2008 ;r -,; M1; _ ;✓;'T� .,- 10 (/"� '� �-ice __ 'ri?_`�.. -t•k W. Truett Wilson''` 7 . •.. < r,°•_ ` .. '-' Registered Professional Land Sur✓eyor� No. 5146 Page 2 of 2 0 PRQF'T p LOCATION 4 LH. 30 —sn cmn e 4rATM-ORO W. IOIG WLeWOISORG RG. VICINITY MAP N T.S EXHIBIT "B 11 = REMANDEA OF A 567553 ACRE TRACI OF LAID (BY DEED) BOA SORTS UNITED PARTNERSHIP (UNCIVOEO 15.02562%) SPG-HARVARD III, LLLP (UNDI'V!OED 9.67166%) - CFG-BROAOWAY & ROCKS. LLLP (LNOMDEO 13.84585%) SPC-STRATFORD I. LLLP (UNDIVIDED 4.83583X) - CFC-WMTEIMAN 1, LLLP (UNOMDED 2.76333%) - CFC-UMAMS. LLLP (UNDMDED 1.38168%) HEH "VESTMENTS (UNOMOED 6.90833%) SMT INVESTORS LIMITED PARTNERSHIP (UNDIVOED 30.06124%) CAMMIOCE BUSWESS INSURANCE, LTD. (UNDIVIDED 15.02562%) -_ ANNETIA I VESTIA MS. LP (UNDMCED 0 69083%) C.CF. NR. 02043435t5 ORT.CT N 89'44'"E 20.00' ! �1 ! 20.0' TEMPORARY CONSTRUCTION EASEMENT I 13,198 SO, FT. OR 0.303 AC. ! ai ['l Ian ! REMAINDER OF 598.460 ACRES LO I { (BY DEED) E{ I VERNON INVESTMENT 3:1 CORPORATION, INC, 1 VOLUME 6342, PAGE 749 D.R.T.C-T. - I Ic { �:o 6 r1 Z1 {V FNO 1/2'IR W/CAP STAMPED "FULTON SURVEYING INC ' 20280 ACRES (BY DEED) TRACT IX FW VISTA WEST II• L.F C C F No. 0206035754 D-RTCT P. U.L. FIND 1/21R W/CAP STAMPED *FULTON SURVEYING INC' S 89'43'42"W-� } 20.00' -- -- — m RE"NOER OF A 378,85 ACRES (BY DEED) - ,kn n TRACT IIA CHAPEL CREEK FOUND 5 8'IR W CAP N UNITED PARTNERSHIP - I I VOLUME 11029. PAGE 1159 - STAMPED 'GORRORDONA D RT.cT k ASSOCIATES, INC.' —------------- _ ___ ___ aI —! _�---- 34.560 ACRES (BY GEED) --- l— 1 � 20 779 ACRES BY DEED) CITY OF FORT WORTH " r - TRACT IV * T �, C.C.F. No. D206274011 '�I Fw VISTA No w20 u, L.P. 11,� LOT 1, BLOCK I D.R.T.C.T. c.c.r No. T,C 7 5734 NORTHWEST HATER TP-EATMENTPLA— -- z D R.TC T ADDITION 200 100 0 200 CABINETYA, SLIDE 2060 40' R.O.W. DEDICATION �+ L P.R.T.C-T CABINET A, SLIDE 1206O—�1 P.R.T.C.T. — — 1 OUND 1/2-IR W/CAP — — —�-- — — — STAMPED 'FULTON SCALE IN FEET �. SURVEYING INC.' REMAINDER OF 598.460 ACRES (BY DEED) i VERNON INVESTMENT CORPORATION. INC. P� 0' C. NOTE ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE I VOLUME 8342, PAGE 749 SYSTEM, NAO-83, NORTH CENTRAL ZONE, UTILIZING A D.R.T.C.T. Zle� FNO 1/2"'R TXDDT SURFACE FACTOR OF 1.00012 FOR THIS PROJECT, r — _ _ _ _— _ _ —_ _ _ — — AL. BEARINGS AND DISTANCES ARE SURFACE. OLD WF�ATHERFORD ROAD (C.R.1022) A VARIABLE WIDTH RIGHT -OF- AY1 o 'vVo c City ®f ru rt Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A ✓ i ' ' �� 20 0' TEMPORARY CONSTRUCTION EASEMENT -' ;, C, P Teti OUT OF A REMAINDER OF 598.460 ACRES (SY DEED) SITUATED IN THE N. HOLBROOK SURVEY, ABSTRACT No. 64? t, DEEDED TO VERNON INVESTMENT CORPORATION INC.�`' RECORDED IN VOLUME 6342, PAGE 749 DEED RECORDS OF TARRANT COUNTY, TEXAS L, "°% A PROJECT: Westside III do IV and Proposed Sanitary Sewer Line to (SCALE: 1" = 200 1:'l',�'w, �`''�• "" �? serve the Westsida Water Treatment Plant PARCEL NO.: 18 EASEMENT ACOUISI11ON AREA 13.198 SQUARE FEET OR 0.303 ACRES T S JOB NO. 0709-3015 DRAWN BY: 7 CADD FILE: 3158A easaments.DWG REGISTERED PROFESSIONAL AND SURVEYOR _- DATE: SEPTEMBER 3, 2WIS PAGE 1 OF lWoter pro .Not No.: P264-531200 601540045631 NO. 5146 GORRONDONA dr ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX. 76112 B17-496-1424 FAX 817-496-1766 0 •' COL! A, w . DEANNA CODY SENIOR LAND AGENT FTW TRANSPORTATION/PUBLIC WRK DPT '�.•,• ;+`•'. 8851 CAMP BOWIE BLVD W 3RD FLR FTW TX 761166085 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. ):28 AM PGS $40.00 By: llim l IIIII IIIII IIIII IIIII IIIII IIII' 111111111111111111 D209190530 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: WD M & C:. DATE AGENT DOE Parcel No. 3 & 4 Memorandum of Agreement Westside III and IV Water and Sewer BOA Sorte LP BOA Sorte, LP, referred to in this Memorandum as "Grantor', agrees to grant to the City of Fort Worth, "Grantee", a Temporary Construction Easement across Grantors land. GRANTEE agrees to return the construction area to as good as or better condition than that prior to construction. Grantee agrees to pay Grantor the sum of $3,650.00 as consideration for the conveyance of said Temporary Construction Easement across parcels 3 and 4. Dated: , 2009 GRANTOR: BOA SORTE LIMITED PARTNERSHIP, an Arizona limited partnership By: Boa Sorte, LLC, an Arizona limited liability company, its General Partner ze_ By: i —� Wilford R. Cardon, Manager GRANTEE: City of Fort Worth By: IkWartioci as Soria, LPM WeaftdoM PA(VamoaMWWamRmelm o1 PlanMMamomnaum(S12-0B)doe Westside III & IV and Proposed Sanitary Sewer Line to serve .� the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 3A *13 11840 Old Weatherford Road W. HpJbrook Survey, Abstract No. 647 }` N c �STAU OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS `CO6NTYbF-TAr.RANT § `c CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: it t-q . -�) f , GRANTOR: BOA Sorte Limited Partnership, SPG-Harvard III, LLLP, CFG-Broadway & Rooks, LLLP, SPG-Stratford 1, LLLP, CFG-Whiteman I, LLLP, CFG-Zaharis, LLLP, CFG- Brown I, LLP, SMT Investors Limited Partnership, GYF Investments,LLLP, Rio Claro, Inc., Annetta Investments, LP %UO GRANTOR'S MAILING ADDRESS: 1819 East Southern Avenue, Suite B10 Mesa, Arizona 85204 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.025621/6), SPG-Harvard III, LLLP (undivided 9.67166%), CFG-Broadway & Rooks, LLLP (undivided 13.64586%), SPG-Stratford 1, LLLP (undivided 4.83583%), CFG-Whiteman I, LLLP (undivided 2.76333%), CFG-Zaharis, LLLP (undivided 1.38168%), HEB Investments (undivided 6.90833%), SMT Investors Limited Partnership (undivided 30.051241/6), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. Page 1 D204343515 of said Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described In Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of construction of a water transmission line. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. The rights granted within this temporary construction easement shall cease on the earlier of the of completion of the two lines and their acceptance by Grantee's City Council, or three years from the date of execution of this easement. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. %� GRANTOR: BOA SORTIE LIMITED PARTNERSHIP, an Arizona limited partnership By: Boa Sort , LLC, n Arizona limited liability omp y, is enerai Partner By: Wilford R. aa�ger STATE OF ARIZONA § COUNTY OF AVatdpa� § This Instrument was acknowledged before me on the j, day of ,Q. , 2009, by Wilford R. Cardon, as Manager of Boa Sorte, LLC, an Arizona limited liability company, on behalf of said company in its capacity as General Partner of Boa S e Limited Partnership, an Arizona limited partnership. KRISHNE DUKE PP" CCWV • Art2ona � r yes 05/15Ro11 Notary Prublic, Sta a of Arizona (SEAL) Page 2 f GRANTOR: SPG-HARVARD III, LLLP, an Arizona limited liability limited partnership By: SPG Partners, LLLP, an Arizona limited liability limited partnership, its general partner By: Strategic Partners Group, L.L.C., an Arizona limited lia ility com any, its general partner w By: u..- Wilford R. CarCloo, Mdi idydr STATE OF ARIZONA § § COUNTY OF § This instrument was acknowledged before me on the � day of 2009, by Wilford R. Cardon, Manager of Strategic Partners Group, L.L.C., an Arizona limited liability company, on behalf of said company in its capacity as general partner of SPG Partners, LLLP, an Arizona limited liability limited partnership, general partner of SPG-Harvard III, LLLP, an Arizona limited liability limited partnership. KRISTIHE DUKE / - Arizona Notary Public, S ate of 4zona* (SEAL) op B*ft 05/1W011 Page 3 GRANTOR: CFG-BROADWAY & ROOKS, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, Its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability company 'ts Ge I Partner Wilford R. Caraft,-MeRe&r And By: Nathan and Marie earner Go West Too Partnersh rizon p rtership, its member By: 0/_'� Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the day of ,�,ut�2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Broadway & Rooky, LLLP, an Arizona limited liability limited partnership. ,A KR1mNE DUKE 1AW111611;M NM&y Nk -MUMNotary` Public, tate of ona (SEAL) � ftw � smiI Page 4 N%uppe STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the day of S u� ti , 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go ie%�St:Too Part ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Broadw�y & Rooks, LLLP, an on limited liability limited partnership. f4dFaiy Pu lic, State of Arizona (SEAL) ._ — - - - _, KEVIN BRENT WHITENACK Notary Public - Arizona Maricopa County My Commission Expires November 28, 2009 Page 5 GRANTOR: SPG-STRATFORD i, LLLP, an Arizona limited liability limited partnership By: SPG Partners, LLLP, an Arizona limited liability limited partnership, its general partner By: Strategic Partners Group, L.L.C., an Arizona limited liability company, Its general partner By Wilford R. CaMore, IvIcrayer STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the /� day of . 2009, by Wilford R. Cardon, Manager of Strategic Partners Group, L.L.C., an Arizona limited liability company, on behalf of said company In its capacity as general partner of SPG Partners, LLLP, an Arizona limited liability limited partnership, general partner of SPG-Strafford I, LLLP, an Arizona limited liability limited partnership. KRImNE DUKE ; - Notary u'b ic, tate of Arizona SRoii (SEAL) Page 6 GRANTOR: CFG-WHITEMAN I, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formabon Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability compan , Its eral Partner By: Wilford R. ager And By: Nathan and Marie amer Go West Too Partners rizona p rt__//ee�rship, its member By: Y Nathan Learner, Partner STATE OF ARIZONA § § COUNTY OF PPJC a-- § This instrument was acknowledged before me on the i� day of IIJ4� , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company In its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Whiteman I, LLLP, an Ajizona limited liability limited partnership. KRISTINE DUKE Arizona � Bvkft OV15/411 Notary Pubic, State of Arizona (SEAL) Page 7 STATE OF ARIZONA § COUNTY OF § This Instrument was acknowledged before me on the 9 day of A, 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Part ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Whitem n 1, ILLLP, an Arizona limit bility limited partnership. r N ary Public, State of Arizona yyHITENACK c - ArizonaMarieopa County(SEALFW�NOWIV Myri vemberi26 z n U Page 8 i GRANTOR: CFG-ZAHARIS, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, Its member By: Stanford Capital, LLC, an Arizona limited liability compa y, Its G eral Partner By: Wi ord R. ger And By: Nathan and Marie rner Go West Too Partnerstb' Arizon p rt ership, its member By: V011-11— Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF �d',Q § This Instrument was acknowledged before me on the jtday of 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Zaharls, LLLP, an Arizona limited liability limited partnership. KRISTINE DUKE i �ry Pubk - Arizona BO Nota ublic, State of Arizona os/l 011 ry (SEAL) Page 9 STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the day of u �. , 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Pa nership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited (lability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Zaha , LLLP, an Arizona limited liability limited partnership. N tary Pubic, tate of Arizona FW.WNovember IN BRENT WHITENACK(SEALotary Public - ArizonaMarlcopa County commission Explres 28, 2009 Page 10 N%001 GRANTOR: CFG-BROWN I, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability company, its General Partner By: Wilford R. Cardon, ana er And By: Nathan and Marie Learner Go West Too Partnership, an Arizona p rship, its member By: Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF( AkAot§ This instrument was acknowledged before me on the day of itt"u— , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Brown I, LLLP, an Arizona limited liability limited partnership. KRISTINE DUKE Z. � �rrmna aurity Notary Public, State of Arizona Bon 05/15/2011 (SEAL) Page 11 STATE OF ARI ONA § § COUNTY OF § This instrument was acknowledged before me on the day of 4 , 2009, by Nathan Learner, Partner of Nathan and Marie Leamer Got est Too Pa ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Bro I, LLLP, an Arizona limited liability limited partnership, ;13 "i� - - -i�L �'- - � N tary Pubiic, State of Arizona (S KEVIN B T WHICKZZA Notary Public - Arizona Maricope County My Commission Expires November 26, 2009 Page 12 GRANTOR; SMT INVESTORS LIMITED PARTNERSHIP, an Arizona limited partnership By: MRW Management Company, an Arizona corporation, its General Partner By. Michael T Cowley, VicePresident STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the v day of � wlv 2009, by Michael T. Cowley, Vice President of MRW Management Company, an AriDna corporation, on behalf of said corporation In Its capacity as General Partner of SMT Investors Limited Partnership, an Arizona limited partnership. -L �, No ry Pubic, State of Arizona KEVIN BRENT WHITENACK } /SNotary Public - Arizona `r 11 Marlcopa County My Commission Expires . y November 26, 2009 Page 13 GRANTOR: GYF INVESTMENTS, LLLP, an Arizona limited liability limited partnership By: MRW Management Company, an Arizona corporation, its General Partner By: Michael . Cowley, Vide President STATE OF ARIZONA § COUNTY OF § This Instrument was acknowledged before me on the A- day of 4 U14A . , 2009, by Michael T. Cowley, Vice President of MRW Management Company, an Arf,Z.:ina corporation, on behalf of said corporation in its capacity as G eral Partner of GYF Investments, LLLP, an Arizona limited liability limited partnership, N ary Public, State of Arizona KEVIN BRENT CHITENACK (S Notary Public - Arizona Maricopa county J My Commission Expires 1! November 26, 2009 Page 14 OWA N%01011 GRANTOR: RIO CIARO, INC., an Arizona corporation By. Wilford R. ent STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the & day of ul�� , 2009, by Wilford R. Cardon, President of Rio Claro, Inc„ an Arizona corporation, on behalf of said corporation. KRISTINE DUKE 40-At,,,,Notary blic,S6aeof)ArnR;iorTa— (SEAL) =M �15l2011 Page 15 GRANTOR: ANNETTA INVESTMENTS, LP, a Texas limited partnership By: Lemonade Springs, LLC, an Arizona limited liability company, its general partner By: Wilford R. Ca?f nr Maaag4 STATE OF ARIZONA § COUNTY OF This Instrument was acknowledged before me on the Z2�day of 2009, by Wilford R. Cardon, Manager of Lemonade Springs, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Annetta Investments, LP, a Texas limited partnership. KRONE DUKE zom MW c°`�jisnoii id - - Em Not ry ublic, State of Arizona (SEAL) Page 16 N%X001 ,"NOV, GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersi ned authority, a Notary Public in and for the State of Texas, on this day personally appearedrnardo l'.,:t7-.2 ,known to me to be the same person whose name is subscribed to the foregoing Instrument, and acknowledged to me that the same was the act of� piTA and that he/she executed the same as the act of said P; a for the purposes and consideration therein expressied and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this gSAy of Ju-ote. , 2009, Or- a, r Notary Public in and for the ate of Texas APPROVED AS TO FO M AND LEGALITY J�l Assistant City Attorney WC&d I . S-* U N0W W"&-*.d Ad (Vr PFW Wdr Tmlmg Pt dT—V CoroLudbn Er�m�n! (b 11-0D) dm ,"NOV, Page 17 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 3A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHQ3IT "A" Being a 20.0' temporary construction easement situated in the N Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.02562%), SPG- Harvard I13, LLLP (undivided 9.67166%), CFG-Broadway & Rooks, LLLP (undivided 13.64586%), SPG- Stratford I, LLLP (undivided 4.83583%), CFG-Whiteman I, LLLP (undivided 2.76333%), CFG-Zaharis. LLLP (undivided 1.38168%), HEB Investments (undivided 6.90833%), SMT Investors Limited Partnership (undivided 30.05124%), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0,69083%) as recorded in County Clerk's File No D204343515 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped "Fulton Surveying, Inc." found for an exterior ell comer in the east line of said 567.553 acre tract of land said 112 inch iron rod with cap stamped "Fulton Surveying, Inc." being in the west line of a 20.288 acre tract of land (by deed), being further described as Tract IX as deeded to FW Vista West U, L P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 00 degrees 15 minutes 19 seconds East, with the east line of said 567.553 acre tract of land, passing at a distance of 801.18 feet a point for the southwest corner of said Tract IX, said point being the northwest corner of a 378.85 acre tract of land (by deed), being further described as Tract HA deeded to Chapel Creek Limited Partnership as recorded in Volume 11029, Page 1159 of said Deed Records of Tarrant County, Texas, passing at a distance of 1,191.59 feet a point for the southwest comer of said Tract IIA, said point being the northwest comer of a 20.779 acre tract of land (by deed), being further described as Tract IV deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, in all, a distance of 1405.40 feet to a 5/8 inch iron with cap stamped "GORRONDONA & ASSOCIATES, INC," found for the most northerly southeast corner of said 567.553 acre tract of land, said 5/8 inch iron with cap stamped "GORRONDONA & ASSOCIATES, INC." being the northeast corner of a 34.560 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in County Clerk's File No. D206274011 of the Deed Records of Tarrant County, Texas; THENCE South 89 degrees 44 minutes 41 seconds West, with a south tine of said .567.553 acre tract of land and with the north line of said 34.560 acre tract of land, a distance of 20.00 feet to a point for corner; Page 1 of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 3A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE North 00 degrees 15 minutes 19 seconds West, a distance of 1405.39 feet to a point in the east line of said 567.553 acre tract of land-, THENCE North 89 degrees 43 minutes 42 seconds East, with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to the POINT OF BEGINNING, and containing 28,108 square feet or 0.645 acres of land, more or less. NOTE. All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date- August 29, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 it rR G6,m rove RD t(AT�[VCi1 Aff .",47$m M& '.MI•A a VICINITY 4MAP LINE TABLE 1.- I s 1-W 120.00 0 !'Sm LL 2 N�424 EXHIBIT f7B13 Rmpmm or sua-46C ACAS Ear OEm) VIX40M AYVESTMEM CORPORATION Or- %MUIIE 6347. Pha 741 D.R r.c r L_ 2 1 P.D.B. FND I/zY+ W/CAP i STAMPED 'FULTON I ' SURVEYING INC �! `+ l 20266 � J0- DUD) SJ a Kc c EF Isis. 6A� I {. •- 0.Ric7 p0� gyp. {' o O���G� P 3 ! { .-- PASSING A7 60: 16 SW CORNER OF 'RACi :x W TRA-" of{: /— ♦CORNER OF IIA — I O I{ REMAINDER OF A 587.553 ACRE TRACT OF LAND (BY DEED) z I {: eCtiva40cn Of A BOA SORTS UMMM PARTNERSHP (UNOMDED 15.02582X) 20.0' PIPELINE EASEMENI j2 I : 37e113 ACRES D17 DCTD) SPO-K41VARD 11, LLLP (UNDIVIDED 9.67160) CROSSTEX 40014 TEXAS GATHERMC, L P TRACT Iu CHAPEr. CREEx CFO—BROADWAY i ROOKS, LL(LP UNDM) DED t3.64580X C.C.F No. 02D7091387 I{• { UPA4iNEASNW wLUPE 11 W0. PACE 1!59 SPG—STRA7FORD 1, UIP (UNDIVIDED 4.9355M O.R.TCT I{'.{ aR tr CFO—WWTEMIN 1, LLLP (UNDIVIDED 2.7873M IRA" 4 .— CFG—ZAtiARLS, LLLP (UNDIVIDED 1.381688) 30.0' PIPCU14E AND ACCESS EASEMENT I (;.•. �n NEB INVESTMENTS (UNOMDED 6.9D11M) vERNON mVESTYEWS CORPORATION. 04C- SMT INVESTORS LIMITED PARTNERSHIP (UNOMDED 30.05124X) C.C.F. No. D204343516 I{ CAMBRIOGE BUSINESS INSURANCE. LTD. (UNDMOED 15.02562X) 0.9 T.C.T I { ANNETTA INVESTMENTS, LP (UNDIVIDED 0.6906=) In PASSING AT 1,191.59' C.C.F. No. 0204343515 20.0' TEMPORARY SW CORNER OF TRACT NIA NW CORNER OF 1RACT IV D.RT.C.T. 1 CONSTRUCTION EASEMENT SO. FT. OR 0.645 "I 20.779 ACRES at Oslo) {•,'- TRACT IV FW VWA VEST 4 LP 20.D' PIPELINE EASEMENT /2 I (•; C.Cf Na. 7164 DAI.C.7 CROSSIEX NORTH TEXAS GATHERING. LP. .C.r Na. 0207091381 DA.LC i. —.CF FOUND 5/81R W/CAP 200 100 0 2Q0 ...... LOT T, BLocx 1 .... I STAMPED 'GORRONOONA ... NORTR7rPuNrAADOTTlONTZA RCATArtNT I A ASSOCA7E5, (NC' L-1 CaMr A. SLIDE 12050 P.R.T_C.T. _ SCALE IN FEET . ... ]43W ACRES (BY OEEO) ..- . CITY OF FORT WORTH I I 40 RO.W. OEDICATON t NOTE ALL BEARWHE GS ARE BASED ON 7TEXAS COORDINATE C.C.F. No. D20627401 1 O.R.LC.r I I CABINET A SLIDE 120BO P,R.TC,T. SYS1Etl, KV-83, NORTH C04MOL IQHIF, MUZ(NO A i)m SURFACE FACTOR OF T.00012 FOR THIS PRDJECT. ALL BEARINGS AND DISTANCES ARE SURFACE o wo City of Fort Worth MOD THROCKMOMON STREET FORT WWTH. MW 75102 all( R SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF 59e.460 ACM (BY DEED) SITUATED IN THE 7�', • - '- f}t N. HOLBROOK SURVEY, ABSTRACT No. 647 OEM TO BOA SORTE LIMITED PARTNERSHIP ET AL C.C.F. No. 0204343515 ' ..V• DEED RECORDS OF TARRANT COUNTY, TEXAS >a-� , .4s• PROJECT: Wastsdde III k IV and Proposed Sanitary Sewer Line to [SCALE: 1' = 200' serve the Westalde Water Treatment Plant (PARCEL NO.: 3A EASEMENJ ACQUISITION ARfA 0,108 S$)UARE FEET OR 0.645�ACRES W. TR �1 JOB NO. 0700-3015 I OF TIT�f lWoter FYD 315111Aet No "Sam. 4-SJ1200 4Q�5} ,��it MO RE � E0 PRO �0 SURIEYOA �GORRONOONA A 29. 2ASSOCIATES, 1 6707 BRE TWO STAIR , SUITE 50 FORT WORfN. Tf(. 7b112 517-496-1424 FAX 517-495-1768 „ 1 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-631200 601640045631 Parcel # 3B 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXH7RIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.02562%), SPG- Harvard 111, LLLP (undivided 9.67166%), CM -Broadway & Rooks, LLLP (undivided 13.64586%), SPG- Stratford 4 LLLP (undivided 4.835831/6), CFG-Whiteman I, LLLP (undivided 2.76333%), CFG-Zabaris, LLLP (undivided 1.38168%), HEB Investments (undivided 6.909330/9), SMT investors Limited Partnership (undivided 30.05124%), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. D204343515 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped "Fulton Surveying, Inc." found for an exterior all corner in the east line of said 567,553 acre tract of land, said 1/2 inch iron rod with cap stamped "Fulton Surveying, Inc." being in the west line of a 20.288 acre tract of land (by deed), being further described as Tract IX, deeded to PW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 44 minutes 21 seconds West, with the east line of said 567.553 acre tract of .ow" land, a distance of 20.00 feet to a point for corner, THENCE North 00 degrees 15 minutes 46 seconds West, a distance of 1085.99 feet to a point for corner in the south line of a 10.009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership, SPG-Harvard III, LLLP, CFG-Broadway & Rooks, LLLP, SPG-Stratford I, LLLP, CFO -Whiteman L LLLP, CFG-Zaharis, LLLP, CFO -Brown I, LLLP, SMT Investors Limited Partnership, Annetta investments, LP, as recorded in County Cleric's File No. D206280509 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 28 minutes 48 seconds East, with the south line of said 10.009 acre tract of land, a distance of 20.D0 feet to a point for the southeast corm of said 10.009 acre tract of land, said point being in the out line of said 567.553 acre tract of land, said point also being in the west line of a 14.119 acre tract of land (by deed), being ftuther described as Tract III, as deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, from which a 1 inch iron rod found for the northeast comer of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 seconds West, a distance of 506.88 feet; Page 1 of 2 Westside III & N and Proposed Sanitary Sewer Line to serve the Westelde Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel# 3B 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE South 00 degrees 15 minutes 46 seconds East, with the east line of said 567.553 acre tract of lend and with the west Tina of said Tract III, passing at a distance of 975.74 feet a point for the southwest corner of aaid Tract III, said point being the northwest corner of said Tract IX, in all, a distance of 1086.08 feet to the POINT OF BEGMING, and containing 21,721 square feet or 0.499 s o= of land, more or lea, NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001654132 for this project. All bearings and distances are surface. Date: August 28, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 c,, r- VICINQj MAP LINE TABLE I ���I REW410 ! OF A SU.1153 ACI BOA SORTE IN= PARTNER SPO-OWARD la. II.IP CFO-BADADM A 11000, 1 SPO-sIRATFORO 4 LLF CFO-WNfiE" 4 Ulp FI II IN Nt8 (t EXHIBIT 11B 11 FNO V IRON ROD -- ---- — IO.000 ACRE TRACT OF LAND (BY DEED) I `; BOA SORTS VURED PARNEASW, ET AL gy C.C.F. No. 0206280509 I Iq L--2�1 14.119 ACRES r OECD) TRACT FW %ASTA WEST e. LP. C C,. No, 02060M57S4 20.0' TEMPORARY o D.R tc r. CONSTRUCTION EASEMENT °$ I 21,721 SQ, FT. OR 0.499 AC. I� Of LAW (BY ED 15,02 GEED) 3 I EU3 aeR1 S\s61,1 p. Imse� �pp� c �5� P r �f e. NDMO® 081II4i{) �� I �:� oc JNOIVIOED 18.W82X) DED 0.69083TT) (F : Tn C.C.F, No. DIM43515 r O,RTJ:T.' 20,0' PIPELINE E45EWENi it CROSSTEX NORTH TEXAS CA LP. C.C.F. No. 0207091367 O.A.T.CJ. TRAC 30.0' PIPELINE MCI TACCES9 EASEMENT I I" PASSING AT 976.7�' VERNON NNVESTMVM CORPORAZON. INC. (((� SW CORNER OF TRACT III C.C.F. No. 02DA.743516 i NW CORNER OF TRACT Dt Il''z 20.2e9 "� (BY DEED) 200 100 0 200 _ _ I :° C, .. No. o o "D36 s; O.R.T.C.T. ]� SCALE IN FEET ROMIuNDER OF 598.460 ACRES (BY DEED) • O. VEANON DIVESTMENT COPI MMATION, INC. FND 1/2-M W/CAP NOTE: ALL BEARINGS ARE BASED ON THE TOW COORDW:rE �� DD� T. 74e I SUMAMNO M' SYSTEi4 NAD-e.T NORTH OEIMUL ZOM UTIUZQIO A R US PROJECT. ALL B MO OWANCES ME1 W#,M- o uq W Opp City of Fort Worth TOW THAOC"MUN STREET FORT NORTH, TOW 76102 EXHWT SHOWINO A TEMPORARY CONSTRUCTION EASEMENT OF OUT OF A REUA1NM OF e67= ACRES (BY DEED) �(� . r� SRUATED W THE�Q FC,ts�t4 ti9 N, HOLBROOK SU R EEYY ro ABSTRACT No. 647 •�' BOA SORTE LIMITED PARNERSHIP ET AL W. TSLIEIT WLSON RECORDED IN C.C.F. No. D204343615 DEED RECORDS OF TAR.RANT COUNTY} TEXAS PROJECT: Weetsld. III at IV and Proposed Sanitary Sawer Uns to SCALE: 1 a 200' seen the Wesleids Water Treatment Plant PARCEL No.: 39 EASEMENT A��,1j11SIT10 7z1 SPARE pm :TOR 0.499 CRESN^^%%��0709 a N/tf �w(m4 �f1r-M50V RFggTERRFb PROFESSUNAL DITTO SURVMR f7mGORADNOONA (ATE9 P 0707 B HIMDOD A�ORTH T%,531 7aii2 NO. 917t4�9a-142I FNt a17-408-17aa By CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPT 8851 CAMP BOWIE BLVD WEST 3RD FL Submiitery CITY OF F64T ARWRIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 07/01/2009 02:26 PM Instrument #: D209174868 E 24 PGS D209174868 $104.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: CA Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.; P264-531200 601540045631 f%rcgj,t 4A -*I84"IdWeatherford Road . Ho'tbrocfR qurvey, Abstract No. 647 L STATE OF-IXA4 § _ § KNOW ALL MEN BY THESE PRESENTS OURTY f TARRANT § [r o% o �.. -+ N �� m CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: BOA Sorte Limited Partnership, SPG-Harvard III, LLLP, CFG-Broadway & Rooks, LLLP, SPG-Stratford I, LLLP, CFG-Whiteman I, LLLP, CFG-Zahads, LLLP, CFG- Brown I, LLP, SMT Investors Limited Partnership, GYF Investments,LLLP, Rio Claro, Inc., Annetta Investments, LP ..O, GRANTOR'S MAILING ADDRESS: 1819 East Southern Avenue, Suite B 10 Mesa, Arizona 85204 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPEWFY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.02562%), SPG-Harvard III, LLLP (undivided 9.67166%), CFG-Broadway 8c Rooks, LLLP (undivided 13.64586%), SPG-Stratford I, LLLP (undivided 4.83583%), CFG-Whiteman 1, LLLP (undivided 2.76333%), CFG-Zaharis, LLLP (undivided 1.38168%), HEB Investments (undivided 6.90833%), SMT Investors Limited Partnership (undivided 30.05124%), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. Page 1 D204343515 of said Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and "B". *Moo, Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage In, over, and across, below and along the easement situated In Tarrant County, Texas, In accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of construction of a water transmission line. Upon completion of improvements and Its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. The rights granted within this temporary construction easement shall cease on the earlier of the of completion of the two lines and their acceptance by Grantee's City Council, or three years from the date of execution of this easement. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. N✓ GRANTOR: BOA SORTE LIMITED PARTNERSHIP, an Arizona limited partnership By: Boa Sorte, LLC, an Arizona limited liability ompa , its General Partner By: ------__ Wilford R. C �--McFt'ager STATE OF ARIZONA § COUNTY OF. § ^ This instrument was acknowledged before me on the t-�X day of , 2009, by Wilford R. Cardon, as Manager of Boa Sorte, LLC, an Arizona limited liability company, on behalf of said company in its capacity as General Partner of Boa orte Limited Partnership, an Arizona limited partnership KRONE DUKE ) notar,► N* - / Expt 05/15/2011 Notary Public, State of Arizona (SEAL) Page 2 GRANTOR: SPG-HARVARD III, LLLP, an Arizona limited liability limited partnership By: SPG Partners, LLLP, an Arizona limited liability limited partnership, its general partner By: Strategic Partners Group, L.L.C., an Arizona limited liability company, its general partner By: -- / Wi ord R. on Ma ger STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the w d y of _NLaL , 2009, by Wilford R. Cardon, Manager of Strategic Partners Group, L.L.C., an Arizona limited liability company, on behalf of said company in its capacity as general partner of SPG Partners, LLLP, an Arizona limited liability limited partnership, general partner of SPG- rvard ill, LLLP, an Arizona limited liability limited partnership. KRISTINE DUKE blk % Navy k - Arizona _ vaW cam* Notary Public, S ate of Arizona F)OM os/isno11 (SEAL) Page 3 GRANTOR: CFG-BROADWAY & ROOKS, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited l(ab(14 compan its Ge ral Partner By: Wilford R. Ca And By: Nathan and Marie Learner Go West Too Partnersl� a Arizona p 11ii,ership, its member By: "--- Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF �°=� § This instrument was acknowledged before me on the j day of Q , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Broadway & Rooks, LLLP, an Arizona limited liability limited partnership. KRISTINE DUKE wry Pubic - Arizona Pft ca N* Notary Public, tate of Arizona (SEAL) 05/15/2011 Page 4 '..i STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the �day of 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Part ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Broadway & Rooks, LLLP, an Arizona limited liability limited partnership. _ N ary Public, tate of Arizona KEVIN BRENT WHITENACK (S` Notary PU 'IC - ArIZOna ` - Marlcopa County My Commission Expires November 28. 2009009 i Page 5 GRANTOR: SPG-STRATFORD I, LLLP, an Arizona limited liability limited partnership By: SPG Partners, LLLP, an Arizona limited liability limited partnership, its general partner By: Strategic Partners Group, L.L.C., an Arizona limited liability company, its general partner By: Wilford R. and , # agar STATE OF ARIZONA § COUNTY OF PJAX-too-- § This instrument was acknowledged before me on the i day of Jzc..-�, 2009, by Wilford R. Cardon, Manager of Strategic Partners Group, L.L.C., an Arizona limited liability company, on behalf of said company in its capacity as general partner of SPG Partners, LLLP, an Arizona limited liability limited partnership, general partner of SPG-Stratford I, LLLP, an Arizona limited liability limited partnership. KRONE DUKE rotary N& - ktwm r" COY Elq*es os/isnou (SEAL) Nota ublic, State of Arizona Page 6 GRANTOR: *"No, CFG-WHITEMAN I, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability compa , its G eral Partner By: � . Wilford R. Carr ui i, mot iu'ger And By: Nathan and Marie Learner Go West Too Partnersh Arizona96trership, its member By: 17 V&- Nathan Learner, Partner -..av, STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the � day of , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Whiteman I, LL P, an Arizona limited liability limited partnership. KRISTINE DUKE - Mzona Notary Pu lic, State of Arizona (SEAL) EVhs 05/15/2011 Page 7 STATE OF ARI ONA § COUNTY OF § This instrument was acknowledged before me on the �day of 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Part ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Gro , LLLP, an Arizona limited liability limited partnership, as general partner of CFG-White an 1, LLLP, an Arizonad liability limited partnership. Nofary Pubic, State of Arizona KEVIN BRENT WHITENACK Notary Public - Arizona (SE Madcopa County My Commission Expires November 26, 2009 Page 8 GRANTOR: CFG-ZAHARIS, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability comps , its G eral Partner By: Wilford R. Card -on, IVIdI idynl ' And By: Nathan and Marie Learner Go West Too Partners 7,n Arizona p rtn rship, its member By: Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the L day of . l c,�q, 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Zaharis, LLLP, an Arizona limited liability limited partnership. KRI5111E DUKE NotM Pubc - ktzom PUW C0j* eq*eS oWisna» (SEAL) Notary Frublic, State of Arizona Page 9 STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the AZ day of t— , 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Pa ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Zahads, LLLP, an Arizona limited liability limited partnership. KEVIN BR NT WHITENACK N tart' Pub 1c, State of Arizona Notary public - Arizona (SEA Marieopa County My Commission Expires November 26, 20o9 Page 10 GRANTOR: CFG-BROWN 1, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability company, Its General Partner By: Wilford R. CardiiT#ane"r And By: Nathan and Marie Learner Go West Too Partnership, an Arizona pa ership, its member By. ?-�� �1 Nathan Learner, Partner STATE OF ARIZONA § § COUNTY OF This instrument was acknowledged before me on the i .2 day of 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company In its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Brown I, LLLP, an Arizona limited liability limited partnership. KRISTIHE DUKE Notary Ptbic - Arizona Pirw county ExpireS 05/15/2011 . Notary Pu lic, State of Arizona (SEAL) Page 11 STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the 1Y_, day of 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Palrship, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Brown I, LLLP, an Arizona limited liability limited partnership. N tary Public, State of Arizona KEVIN BRENT WHITENACK Notary Public - Arizona (SEAL 0 Maricopa County My Commission Expires November 26, 2009 F49 I I - 11� Page 12 GRANTOR: ..i SMT INVESTORS LIMITED PARTNERSHIP, an Arizona limited partnership By: MRW Management Company, an Arizona corporation, its General Partner By: Ak4lq MichagJ'T. Cowley, Yice President STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the S�day cl ""J 2009, by Michael T. Cowley, Vice President of MRW Management Company, an Ariz na corporation, on behalf of said corporation in its capacity as General artner of SMT Investors Limited Partnership, an Arizona limited partnership. KE71149RENT WMITENACK Not ubiic, State of Arizona Notary Public - Arizona Maricopa County (SEA My Commission Expires \� November 26. 2009 FC Page 13 GRANTOR: GYF INVESTMENTS, LLLP, an Arizona limited liability limited partnership By: MRW Management Company, an Arizona corporation, its General Partner By: Michael . Cowley, Vjce President STATE OF ARIZONA § § COUNTY OF § This instrument was acknowledged before me on the kk? day of w.J t, 2009, by Michael T. Cowley, Vice President of MRW Management Company, an Ariz na corporation, on behalf of said corporation in its capacity as Ge erai Partner of GYF Investments, LLLP, an Arizona limited liability limited partnership. KEVIN BRENT WHITENACK Notary Public, State of Arizona Notary Public - Arizona Maricopa County (S My Commission Expires November 26. 2009 Page 14 GRANTOR: RIO CLARO, INC., an Arizona corporation By: Wilford R. Carddn, Ntesident STATE OF ARIZONA § COUNTY OF This instrument was acknowledged before me on the fr day of ��c/LQ__ , 2009, by Wilford R. Cardon, President of Rio Ciaro, Inc., an Arizona corporation, on behalf of said corporation, KRI5nNE DUKE Notary AMc - Arizona mw casev Evka 05/15/2011 (SEAL) Notary Public, State of Arizona Page 15 GRANTOR: ANNETTA INVESTMENTS, LP, a Texas limited u partnership By: Lemonade Springs, LLC, an Arizona limited liability company, its general partner By: Wilford R. tea, J�� I�Mneer STATE OF ARIZONA § COUNTY OF This instrument was acknowledged before me on the i day of iuw . , 2009, by Wilford R. Cardon, Manager of Lemonade Springs, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Annetta Investments, LP, a Texas limited partnership. KRISTINE DUKE 4ofA NotaryPublic • Arizona Pinai Canty (SEAL)Expires W15Ro11 Notary ublic, Stana Page 16 GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public In and for the State of Texas, on this day personally appeared FeYa,.�la r.,�-,o , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of ark" and that he/she executed the same as the act of said for the purposes and consideration therein expre ed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of .2009. APPROVED AS TO FORM AND LEGALITY s Assistant City Attorney Notary Public in and for the State of Texas Page 17 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel Al 4 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 30.009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (Undivided 15.02562%), SPO-Harvard III, LLLP (Undivided 9.67166%). CFO -Broadway & Rooks, LLLP (Undivided 13.645860/o), SPO-Stratford I, LLLP (Undivided 4.83583°/s), CFO -Whiteman I, LLLP (Undivided 2.76333%), CFGZaharis, LLLP (Undivided 1.38168%), HID Investments (Undivided 6.90833%), SMT Investors Limited Partnership (Undivided 30.051240/6), Cambridge Business Insurance, LTD. (Undivided 15.02562°A), Armetta Investments, LP (Undivided 0.69083%), as recorded in County Clerk's File No. D206280509 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the southeast comer of said 10.009 &ore tract of land, said point being in the east line of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (Undivided 15.02562%), SPG-Harvard III, LLLP (Undivided 9.671660/6), CFO -Broadway & Rooks, LLLP (Undivided 13.64586%). SPO-Stratford I, LLLP (U Undivided 4.83583%). CFI Whiteman I, LLLP (Undivided 2.76333%), CFO-Zaharis, LLLP (Undivided 1.3816M), HEB Investments (Undivided 6.90833%), SMT Investors Limited Partnership (Undivided 30.05124%), Cambridge Business lnsumnce, LTD. (Undivided 15.025620/.), Annetta Investments, LP (Undivided 0.69083%) as recorded in County Clerk's File No. KNEW D204343515 of said Deed Records of Tarrant County, Texas, said point also being in the west line of a 14.119 acre tract of Land (by deed) being further descdbed as Tract III, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch icon rod with cap stamped 'Fulton Surveying Inc" found for an exterior all corner in the east line of said 567.553 acre tract of land bears South 00 degrees 15 minutes 46 seconds East, a distance of 1086.08 feet; THENCE South 89 degrees 28 minutes 48 seconds West, with the south line of said 10.009 acre tract of land, a distance of 20.00 feet to a point for comer, THENCE North 00 degrees 15 minutes 46 seconds West, a distance of 282.60 feet to a point for corner in the south line of a 25.0' Permanent Easement granted to The City of Fort Worth as recorded in Volume 16450, Page 64 of said Dead Records of Tarrant County, Texas, said point being the beginning of a non -tangent curve to the right having a radios of 2987.50 feet, a central angle of 00 degrees 23 minutes 39 seconds and whose chord bears South 76 degrees 55 minutes 49 seconds East, a distance of 20.55 feet; Page 1 of 2 Westside III & N and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-631200 601540045631 Parcel # 4 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE with said non -tangent curve to the right and with the south line of said 25.0' Permanent Easement, an are length of 20.55 feet to a point fbr corner in the east line of said 10.009 acre tract of land, said point being in the west line of a 1.579 acre tract of land (by deed), being further described as Tract XM deeded to said FW Vista West IL L.P., said point also being the southwest corner of said 25.0' Permanent Easement, from which a 1 inch iron rod found for the northeast corner of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 seconds West, a distance of 229.11 feet, said 1 inch iron rod also being the northwest corner of a 2.994 acre tract of land (by deed) Cb' further described as Tract I, deeded to said FW Vista West IL L.P.; THENCE 00 degrees 15 minutes 46 seconds East, with the east line of said 10.009 acre tract of land with the west line of said Tract XIII, passing at a distance of 47.91 feel a point for the west corner of said Tract XIII, said point being the northwest comer of said Tract III, in all, a ce of 277.77 feet to the POINT OF BEGINNING, and containing 5,604 square feet or 0.129 acres of land, more or less, NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. ."Wool Date: August 29, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 EXHIBIT "B " `" . *'�! �:iT.3L•Y.ry',7 iT:7f i1a :r�iTY!L�t'r7Flli !3?'iT'fi!1� 4r r VICINITY MAP N.T-% licufmi CURVETABLEpDf�U91 OQTA 1 BEAAY40 IQfOR01 ARO G-1 )z� now ' 200 100 0 200 SCALE IN FEET NUM ALL GEA NNN AM BASED ON THE TOM COORDINATE SYSIEN HAD-63. NORTH CENIRAL LANE, 0 1&0 A TXOOT SURFACE FACTOR OF 1.00012 FOR DO fM WWr.. ALL BEMUNG4 AND DISTANCES ARE WRF'ACE. FNO i' IRON ROD_ _ 20.0' PIPELINE EASEMENT 01 ]OATPIPEL.INE AND ACCESS EASEMW 23,0' PERMANENT EASEIAENi , CROSSfEX NORTH TE1IO 1387Ik6, LP, VERNON (4VESTMENTS CORPORATION, INC. iC C F. tto. 0207091387 C.C.F. No. 0204,WSIO CRY OF FORT WORTH I D.NTr-T. OR.T.C.T. VOW11E I0450, PAGE 64 ,- 2.984 ACAt3 (lTY DEED) O.R.T.C.T. rl' 7RACr 1 f-+ FW VISTA WEST D, L.P. r_ C-1 C.C,F, No. 020OWS754 _ _ _ I DJLT.C.7. 2DA' PERMANENT EASEMENT 10.00V ACRE TRACT OF LAND 0 DFFA)" ` ` VOLUME 1613WORT �7. P H. WA SOS!($ UAfRlD PARTNI[RSfIP (UNDMDW 111T.1Y102%) D ILT.C.T. WO-HARVARD m LUP (UNDWO e.67160Q CFc-GROADWAY LE ROOKS. LIP (NDNIDEO 13.1743115 i) SPD-sTLL WM 1, W F' O� (�'�cl fey LatOM1M1DED 4.63a63TO CFO-Wt81E11A(1 1, Li1P (tDID AW 2.7633314 I i. CF �. �l ` ) CFO-ZwAxk Lay. NOMOEO I.38tEMORM DIVESIUMTS 0.90 SMR INVESTORS UYIIED PARiNERSIV �+n �� f/0tB`R (UU d.o aa4 MNIEFtMOCa+� rum LPU "MMOE i ;; a�s�R4 �00k s 0.610631Q 20.D PO ' I � G'j N0 64jEi CONSTRUCTION EASEMENT I 5,604 SQ. FT. OR 0.129 AC. b— P. O.B. 20.0' PIPELINE tASEMLD4r p L-1 uM MM Or A ai j= mn WaT OF LAuo (a Km) CROSSTEX NOM TOM GATHERING. LP e0A mm Lamm PANT MXa w (101 men I&Nm [) C.C.F. No. 0207001387 ' I 14,119 ACRES (BY DEED) Po-mvea" d, u1P 4a71eC>h O.R.T.C.T. I W TRACT Is CA)-9N0A0NAY k Raow, CL1P (Wa1NDD 13.04NOX) TRACT 3 FW VISTA WEST 0, LP. wa-l"MATAORO 4 UU 4'03w* 30.0' PIPELINE AND ACCESS EASEM m C.C.F. No. 0206035754 po-MIeTOWe F. ItAI (IN1o14IDEP 2.7g77NIf VERNON INVESTMENTS COAPONAMCN, INC. D.R.T.c.T, LW11 i3pe�taya�a)7 C.C.F. NO. 0204343516 I T m wr WIVWORS LWTW PA+<111L 9w MMMUED 5(LOSI ) O.R.T,C.T. 00 8 A+V5OW11A INVEM". L? CA Le39) + N a aF. No. Da.T.MT.ecT. la w U1/2'IR W%CAP STAAIPt I I TON SURVEYING W0' o Wo City of Fart Worth 1000 THROCWRTDN STREET FDRr WORTH, TWS 76102 EXH181r $110 HO A TEMPORARY CONSTRUCTION EASEMENT our OF A 10.009 ACRE TRACT OF UM (OY DEED) STILIATED DA THE N. HOLBROOK SURVEY, ABSTRACT No. 647 OEM TD 80A RCRDIN o2620� AL RECORDED C,C,. N. 0e409 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Westalds III & IV and Proposed Sanitary Sarver UT1e to SCALE: I" = 200' serve the Weelvide Water Treatment Pant QARCEL NO.: 4 am ginas A �UISITION A EA55604 SOU E FEET OR 0.170 AN REFS wOa PAa 1 �k Tidyta 601540045 6a► DDRRONDDNA t ASSOCIATES. 8707 B �.� FORT WORTH, Tx 76112 51410 LAND SURVEYOR 1424 FAX 817-49e-17ae By: � w • CITY OF FORT WORTH °:• ,� '• ;' TRANSPORTATION AND PUBLIC WORKS DEPT 8851 CAMP BOWIE BLVD WEST 3RD FL " %A`5`4 Submitter: CITY OF FAT NOWRIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS /S PART OF THE OFFICIAL RECORD. Filed For Registration: 07/01/2009 02:26 PM Instrument #: D209174867 E 21 PGS D209174867 $92.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: CA Memorandum of Agreement Parcel 5 FW Vista West II, LP FW Vista West II, LP,, referred to in this Memorandum as "Grantor", agrees to grant to the City of Fort Worth, Texas, "Grantee", 6475 acres of which 5.77 acres will be for Permanent Waterline Easement and 0.705 will be for Temporary Construction Easements across Grantor's properties located in Tarrant County, Texas, said property being described more particularly in Exhibits "A and B " attached hereto and by reference made a part hereof. Grantee shall pay to Grantor the sum of $ 104,110.00 as consideration for the conveyance of the Permanent and Temporary Construction Easements representing the fair market value of said property conveyed. Grantee agrees to return the construction area to condition as good as or better than that prior to construction. Dated this I CI day of N--N ?009 GRANTOR: GRANTEE: City of Foil Worth TARRANT COUNTY COURTHOUSE 100 W. WEATHERFORD ,"wool FORT WORTH, TX 76196 (817) 884-1195 Customer: STEWART TITLE NORTH TEXAS INC Page 1 of 1 Receipt #: 1246879 Date: 08/28/2009 11:08 AM Department: OPR Work Station: CCTC043701 Instrument # D209231749 D209231750 D269231751 D209231752 D209231753 .D209231754 Pavments: Description Pages Quantity Amount E 8 1 $44.00 E 9 1 $48.00 E 8 1 $44.00 E 9 1 $48.00 E 8 1 $44.00 E 8 1 $44.00 Total: $272.00 CHECK 102291 $272.00 Total Payments: $272.00 THANK YOU SUZANNE HENDERSON COUNTY CLERK 0810462/STNT/215/DRX NOTICE OF CONFIDENTI.ALITY RIGHTS: IF YOU ARE ANATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. PERMANENT WATER LIME EASEMENT DATE: ., 20.09 GRANTOR: FW Vista West I1, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5a' Street Suite A 'Fort Worth, Texas 76107 i tr? GRANTEE: The City of Fort. Worth 4Z::) GRANTEE'S MAILING ADDRESS: c/o Veal Property Management 1000 Throckmorton Street Fort Worth, Texas 76102 Tarrant County, Texas CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipt -and sufficiency of which is hereby acknowledged. That we, FW Vista West II, L.P., herein called "Grantors,' for and in consideration of One and No/100 Dollar ($1.00) and other valuable consideration paid by the City; of Fort Worth, a municipal corporation of Tarrant County, Texas, herein called "City" :or "Grantee," receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subject to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit "A" and depicted in Exhibit -B." attached and incorporated herein It is intended by these presents to convey an easement to the City to maintaiTi and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use -of the easement. This conveyance is made subject to the following conditions. 1. This easement shall be used by the City.only for the purpose of laying, construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property. 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement Property: However, it is expressly provided that Grantors,;their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to snake street, road and utility crossings across the easement upon reasonable notice to City. The notice shall be in writing directed to the Director of the Fort Worth Water Department, 1000 Throckinorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after being -deposited in the U.S.: Mail, certified or registered, postage prepaid or, if delivered by fax. or some other manner, when actually received. Granooz may locate pipelines either between the top of the City's pipelines and thesurface of the ground or under the City's pipelines; provided, however, any utility line. must have a minimum of .l8" vertical clearance to the City's lines. Further, Grantors, their successors and assigns shall retain and have the fall use and enjoyment of the Property and said easement except for the rights herein granted to 'City and except for any use which would unreasonably interfere with the rights herein granted to City. 3. This Easement is not an exclusive easement to the City. Grantor may use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere with the Grantee's use of the Easement Property. Grantor also may grant other utility providers the right to cross; the Easement Property only if the crossing is at an angle between 45' and 90°. 4. The Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair thepipelines. Grantors shall not be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. 5. The rights.retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6.. Grantee shall have no right to pernut its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do not PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee-s sole cost and expense within 90 days after the installation of the pipeline or any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property which may be removed, relocated, altered, datuaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee is obligated to restore the surface of the Easement Property to the same or similar condition -as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics` and materialman's liens. If any such lien is filed. Grantee shall cause the lien to be released or bonded around in accordance with the Texas Property Code on or before 30 days after it receives notice of the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and all appurtenancesthereto located within the Easement Property in a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements, .as necessary in connection therewith. 10. This easement is conveyed under threat or imminence of condenmation. 11. When the context requires, singular nouns and pronouns include the glural. .Executed to be effective as of the date first written above. GRANTOR: Grantor. FW Vista West 11, L.P. By.: FW VW .II Corporation, It's general partner gy� Lee Nicol, President PERMANENT WATER LINE EASEMENT Page 3 GRANTEE: The City of Fort Worth By: 2X � 0� Fernando Costa Assistant City Manager APPROVED FOR FORM AND LEGALITY -71� /. - 6,�" Theodore P.:Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF TZ(L &O § COUNTY OF 70JU1-a tJ § BEFORE -ME, the undersigned authority, a Notary_ Public in and for the State of `[-CI;'/-cr.a , on this day personally appeared Le-e of , authorized representative of FW VW 11 Corporation, a Texas Corporation, the general partner of FW Vista West II, L.P,, a Texas Limited Partnership, known tome to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF . FiCE this day of • ..4.. Notary Public in and for State of 'Ui1Ca4 Pe{SCEL i. h. TCr�D.� a�tyitasy' nub,�a, fita a atTexas My Cohn- ission Expires: pay CoKliftsla►n Upir6s PERMANENT WATER LINE EASEMENT Page 4 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of .Fort Worth, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that the same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1$ day of i i C-F— , 2009. 4tary Public in and for State of `2 My Commission Expires: fir ��� !a; '� f ?� ,uIN I ' _ ES VOM�ANIS -- - MY COMMISSION EXPIRES JUI 10, 2013 �"� PERMANENT WATER LINE EASEMENT Page 5 14MW Wastside III & N and Proposed .Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 60IS40045631 Parcel # S-A Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHMIT "A" Being a 40.07 permanent water line easement.situaled in the N. Holbrook Survey, .Abstract No. 647, Tarrant County, Texas, said 40.0' permanent water line easement- being out of a 20.779 acre tract of land (by dead), being farther described as Tract TV, deeded to FW Vists West IT, L.P., as records] in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 40.0' permanent water Ike easement being more particularly described by metes and bounds as follows: BEG13V UNG at a 1/2 inch iron rod with cap stamped "Fulton Surveying, Inc:' found in the west line of said Tract IV, said 112 inch iron rod with cap stamped "Fulton Surveying, Inc" being the southeast comer of a 34560 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. D2M74011 of the Deed Records of Tarrant County, Texas, Prom which a 112 inch iron rod found for the southwest corner of said Tract LV, bears South 00 degrees 14 minutes 41 seconds East, a distance of 500.48 feet, said 1/2 inch iron rod being in the north sight -of -way linaof Otd-Weathadord Road (CR 1022, a variable width right-of-way); TEEENCE Ndrih 00 degrees 15 minutes'19 seconds `Vest, with the west line of said Tract.IV and with the east line of said 34.560 acre tract ofland, passing at a distance of 850A7 feet a 5/8 inch iron y, rod with cap stamped "GORRONDONA & ASSOCIATES, INC."' found for the northeast comer of said 34.560 acre tract .of land, in all, a distance of 1064.29 feet to a point for the northwest comer of said Tract IV, said point awing in the east line of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership, et:a] as reworded in County Clerk's File No. D204343515 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 44 minutes 26 seconds East, with the north line of said Tract IV, a distance of 40.00 feet to a point for corner; THENCE South 00 degrees 15 minutes 19 seconds East, a distance of 1064.28 feet to a point for comer; THENCE South 89 degrees 44 minutes 50 seconds West, a distance of 40.00 feet to the POINT OF BEMNING, and containing 42,690 square feet or 0.980 acres of land, more or less. Page 1 of 2 .We Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Pro]ect No.: P264-531200 601940045631 Parcel # 5-A Old Weatherford Read N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 W. Tnmtt 1Nitson Registered Professional Land Surveyor No. 6146 Page 2 of 2 i ao 0 vWWW. �. ,"Moe MEN EXHIBIT VICINITY MAP RDMHDZR OF A 557.553 ACRES N.T.S. (BY D BOA SORTS 1TNT[ED PAREID)NERSHIP, ET AL C.C.F. No. 02EI4343515 O.R T 1; T. PASSING AT 054.47' A 5/81R W/CAP STAMPED 'GORRONDONA k AS50CIATES.'INC.' FOUND FOR IME NE CORNER. OF SAID 34.560 ACRE oa car r BZocrT r .........: '" { NOATSREST WATE9 TREArJACl7-* PuNr ADlIl = 3 , C4ET=T .A. SUDS 12060 OD I P1tT-C,T. T r o: A' ............••••34.590 ACRES (UT DEED)........_„ " �. ....................... CRY OF FORT WORTH C.C:F, No. D20S274011 D:R R.T. .� B � y 200 100 0 200 RENDER OF A 378.05 ACRES SCALE IN FEET TRAUT a CHAPEL CREEK LJMM PARTNERSHIP VOLUUE 11029. FADE 1159 O.R.T.C.T. LINE FABLE ' eEARa+c D15TMM I `p L 1 1 N BB 44�2ls^E I }� 00' ! L 2 4 rP 8+iLL W 't iO.DO'�j N, ROLBROOK SURVEY XBSTRACT NO. 647 20.779 ACRE TRACT OF LAND (BY! DEED) in 1RACT IV FW VISTA WEST 11, L.P. C.C.F. No. D206035754 D•:R.T.C.T. WATER LINE EASEMENT } 42,680 SQ..FT. OR 0.980 40.0' PERMANENT AC REWJNOER OF A 588.460 ACHES (BY GEED) NOTE ALL REARMS ARE BASED ON THE VERNON INVESTMENT CORPORATION +r7� I"� 2 iEIfJ►S C90ADINi1TE SYSiF�, N40, -63 VOLUME 6342 PAGE 749 P. 0�' .r NTY4.DD�T SU CDAL FAMW OF s.onotz O:RTG.T. g'v± WA 1}I15 rlrt E:I: ALL ocim"G5 AND FTID 1/shR W/CAP W SiWfl%ACE. "F1ILTON SURVVl;11No INC.,C.' �FTTw OWANCES ARE O t,F2'IR OLD WEATHERFORD RDAD (CR. 1022) (A VARIAXE W9W WW—OF—WA`Q City :o f Fo r-it Worth %G00 TNR70"ORTON STREET FDRT WORTH, IMS 761M E*ifBR SH MIMG A PERMANENT WATER EASEMENT O11T OF A M779 ACRE 7RACT OF LAND (BY DEED) 5mwn IN THE N. HOLSROOK SURVEY, ABSTRACT No. 647 DEEDED 7D FW VISTA WEST II, L.P., TRACT :IV RECORDED IN C.C.F. No. D206035754 DEED RECORDS OF TARRANT COUNTY, TEXAS PRMCT. Woutside 01 do IV and Proposed Sanitary Sewer Une tv ISCAL.E 1" a 200 sage the Westside Water Treatment Plant IP:ARCEL No.: 5—A EASEir(%T AC ISI11ON APj h 690 SpUA /�. FEETf g0*980 ACRES JOB N0. 07dB RAWN 6Y. Y CPOD �' jiPZNert DWG A DATE- •AUGUST 2& 2006 PAGe 1 OF i Water p} 64—�y12fl0 5531 GORRONDONA .& ANTES, I 8701 BRENT COD STNR�iCAD, 'SUITE 50 FURT 76112 'DR 917--05-14Z4 FAX 917-498-1708 t THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submitter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON i TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. `i i Filed For Registration: 08128/200911:08 AM Instrument M D209231749 E 9 PGS $44.00 i3y: 11111111 IN 1111111111111111111111111111 NIII IN IN IN D209231749 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 10810962/STNT/215/DRX NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. PERMANENT WATER LINE EASEMENT DATE: , 2009 c��T GRANTOR: FW Vista West II, L.P. 's a' GRANTOR'S MAILING ADDRESS: 2929 West 5`h Street Suite A Fort Worth, Texas 76107 GRANTEE: The City of Fort Worth GRANTEE'S MAILING ADDRESS: c/o Real Property Management 1000 Throckmorton Street Fort Worth, Texas 76102 Tarrant .County, Texas CONSIDERATION: One Dollar ($1.00)-and other good and valuable considerations, the receipt and sufficiency of which is hereby -acknowledged. That we, FW Vista West II, L.P., herein called ``Grantors,'' for and in consideration of One and Noll00 Dollar ($1.00) and other valuable consideration paid by the City, of Fort Worth, a municipal corporation of Tarrant County, Texas, herein called "City"or `Grantee,'' receipt of which is hereby acknowledged, do grant, sell and convey to the City., its successors and assigns, a non-exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subject to all of the conditions and Provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit "A'" and depicted in E)difbit 'B.," .attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: 1. This easement shall be used by the City only for the purpose of laying; construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for -the transportation of 'liquids in, through and across the Easement Property. 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement Property. However, it is expressly provided that Grantors, their successors and assigns, sliall have the right -to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to make street, road and utility.crossings across the easement upon reasonable notice to City. The notice shall be in writing directed to the Director of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after being deposited in the U.S.Mail. certified or registered, postage prepaid or, if delivered by fax or Some other manner, when actually received. Grantor may locate pipelines either between the top of the City'-s, pipelines and the surface of the ground or under the Cigi's pipelines; provided, however, any utility line must have a minimum of:19- vertical clearance to the City'" lines. Further, Grantors, their successors and assigns shall retain and have the full use and! enjoyment of the Property and said easement except for the rights herein granted to City and except for any use which would unreasonably -interfere with the rights herein granted to City. 3. This Easement is -not an exclusive easement to the City. Grantor may use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, Tights, benefits or privileges do not unreasonably interfere with the Grantee's use of the Easement Property. Grantor also may grant other utility providers the right to cross: the Easement Property only if the crossing is at an angle between 45' and 90°. 4. The Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. 5. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. Grantee shall have no right to permit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do not PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipeline or any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property which inay be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics' and materiahnan's liens. If any such lien is filed. Grantee shall cause the lien to be released or bonded around in accordance with the Texas Property Code on or before 30 days after it -receives notice of the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and all appurtenances thereto located within the Easement Property in a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements; as *ftpor necessary in connection there*ith. 10. This easement is conveyed under threat or imminence of condemnation. 11. When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of the date fuV written above. GRANTOR: Grantor: FW Vista West U, L.P. By: FW VW II Corporatio general partner By: G;2 ' Lee Nicol, President 1"0/ PERMANENT WATER LIAR EASEMENT Page 3 GRANTEE-. The City of Fort Worth By: Fernando Costa Assistant City Manager APPROVED FOR FORM .AND �LEG�LITY I Theodore P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF 7-..QK-M COUNTY OF T66P n.O,t A § BEFORE ME, the undersigned authority, a Notary Public in and for the State of on this day personally appeared L�p� i ta\ 1Qh� �� �ivX of , authorized representative of FW VW II Corporation, a Texas Corporation, the general partner of FW Vista West II, L.P., a Texas Limited Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND ANDS OF OFFI E this M-E'hd of p AA , 2009. PRISCILLA A.7EJADA Notary Public in and, for State of "�i�- C-b a� u8, °2. g Rotary Public. State of Texas = �= My Commission Expires My Commission Expires: 01/28/2012 PF- M4NENT WATER LINE EASEMENT Pare 4 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, :a Notary Public in and for the State, of Texas, an this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person whose name is subscribed to this instrument, and wbo acknowledged to me that the same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of U r'. 1 - , 2009. /1 ttT 11.r� No Public in and for State of fir, S My Commission Expires: )tt1v to," ' _lam A�`t* FUONIADANIELS MY COMMISSION, EXPIRES JUIg10,2013 14MR901 PERMANENT WATER LINE EASEMENT Page 5 Westside III $ IV and Proposed Sanitary Sewer Lute to serve the Westside Water Treatment Plant Water Pr9ject No.: P254531200 001640045631 Parcel # 'S•B Old Weatherford Road N_ Holbrook Survey, Abstract No. 547 EX UBIT `°A" Being a 40.0' permanent water line easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 40.0' permanent water line easement being out ofa 20289 acre tract of land (by deed), being finther described as Tract 1X, deeded to FW Vista West II, L.P. and being out of a 14.119 acre tract of land (by deed), being feather described as Tract III, deeded to FW Vista West 11, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 40.0' permanent water line easement being more particularly described by metes and bounds as follows: $EGEMING at point for the southwest corner of said Tract IX, said point being in the cast line of a 567,553 acre tract of land fby deed) deeded to BOA Sorte Lirni#ed.Fartnership, ct:al as. recorded.in County Clerk's File No. D204343515 of the Deed Records of Tarrant County, Texas; THENCE North 00 degrees 15 minutes 19 seconds West, with the west line of said Tract IX and with the east lime of said 567.553 acre tract of land, a distance of 801.18 feet to a 11.2 inch iron rod with cap stamped -"Fulton Surveying, rnc." found for an exterior ell comer in the east line of said 567.553 acre tract of lend, said 1f2 inch iron rod with cap stamped "Fulton Surveying, 1*001, I=" being in the east line of a 59RA60 acre tract of land (by -deed} deeded to Vemon ' bn�vestment Corporation as recorded in Volume 6342, Page *749 of said Deed R=wds of Tarrant County, Tom.; THENCE North 00 degrees 16 minutes 34 seconds West, with the west line of said Tract IX and with the east line of said 599.460 acre tract of -land, a distance of 659.9.1 feet to a 112 inch iron rod with cap stamped "Fulton Surveying, Inv~" found for an exterior ell comer in the east lure of said 5.673*53 acre tract of land; a.Y2iiAiwt. North 00 degrees 15 minutes 46 seconds West; with the west line of said Tract IX and with the cast line of said 598.460 acre tract of land, passing at -a distance of 11034 feet a point for the northwest comer of said Tract ix, said point being the southwest carnet of said Ttaet M. passing at a distance -of 1086.08 feet a point far the southeast comer of a 10.009 acre tract of land (by deed) deeded to BOA Sorte Limited Fartuccft, et al, as recorded in Tarrant County Cleric's MoNo. D206290509 of said Deed Records of Tarrant County, Texas, in all, a distance of 1315S2 feet to a point for the northwest corner of said Tract III, said point being the southwest corner of a 1579 acre tract of land (by deed), being further descmtied as Tract X1II, deeded to FW Vista West II, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Trxss, said point also bring in the east line of -said 10.009 acre tract of land from wiueh a 1 inch iron rod found for thenortheast comcr of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 seconds West, a distance of 277.04 feet; MENCiE South 72 degrees 39 minutes 20 seconds East, with the north lime of said 'Tract III and with the south line of said Tract XIII, a distance of 41.97 feet to a point for corner; Page 1 of 2 TEIENCE .South 00 degrees 15 minutes 46 seconds East, a distance of 1303.23 feet to a point for corner, THENCE South 00 degrees 16 minutes 34 seconds Fast, a distance of 659.91 feet to a point for coiner; MYNCE South 00 degrees 15 minutes 19 seconds East, a distance of 801,1.9 feet to a point for comer in the south line of said Tract IX; THENCE South 89 degrees 44 minutes 51 seconds Vest, with the south Rue of said Tract DC, a distance of 40.0.0 feet the POM OF BEGMING, and containing 110,927 square feet or:2.544 acres of land, more or teas. NOTE: All bearings are based on the Texas Coordinate System, NAD-n North Central Zone, udli2ing a TxDOT Surface Faotor of 1.0001554132 for this project, All bearings and distances are surface. i Date: August 28, 2008 W. Truett Wilson Registered Professional Land Surveyor No, 5146 Paget of 2. VICINITY MAP KT S. EXHIBIT 21B31 MATCH LINE It RDIAIKOER OF A 367.553 ACRES —A I (BY DEED BOA SaRTE 1160 11 PARNERSHFI. ET AL C.C.F. No. =4343915 D.R.r.C.T. Z PASSING AT II0.34' MW CORNER OF TRACT X SW CORNER OF TRACT IN FWD 1/2-1R W/W STAMPED "FUI-TON SURVEYING INC.' RIDOWDER OF A 59B.460 ACRES (BY WED) VSWN ViVESTMEW CORPORAIM VOLUME 6342. PACE 749 O.A.7'r—T. FND IfriR WICAP STAMPED IFULTON SuRvEme M., 200 Ica 0 200 :1 REMANOER W A 667-553 ACRES 0 Eky nl%)O�SHP, Er Al BOA SORTS LIAD SCALE IN TW Z&F. No. D204343515 NOTE'_ ALL OWN= W BASED tW THE TEXAS cOmw4m SYSTEM, Nw-a3, Rom CarmAL Zma umizm -A TXDOT SkWAM FW= OF 1;00012 F*R M ROJECT. &L MM ern']DISOXCES An, 911WACEBEAI PA& 41 20.0- PPELRE EASEMENT #2 CROsSM NORTM,Tmms GammlqG. LP, C.U. No. DM7091397 OR'T.C.T. jl 1fihCT 4 11 300 PIPELINE AND ACCESS DSDMqT. VERNON IWESTUENIS CORPORATION. IW_ C.C.F. No. 0204343515 11 D.R.'rX.T. 14.119 ACRES (BY, DEED) TRACT III :. FW VISTA WEST It. LP. C.C.F_ No. D206035754 D.&T.C.T. PASSING AT 1192.59- SOL" M OF TRACT M -NORTH LNE OF TP-Cr IX 20.288 ACRES BY DEED) TRACT IX FW VISTA WEST 11. LP. QU, No. 0206035754 D.R.T.C.T 40ff PERMANENT WATER LINE EASEMENT 11-0.327 SQ. Fr. OR 2.544 ACI 59'44!510W 40,00' RE]WIDER OF A 37&U ACM CRY DMO) TRACT IIA CWEL MEEK UWMM PAITINEMNP VOLUME '11020, PAGE 1159, City of Fort Worth loco THROCAMORT014 wow mw WVRM mm 767m PERMANENT WATERLINE EASWENT AOF TF OUT OF A 14.119 & 90 2011 ACK PAM OF LAND (BY DEED}squem m m _1�4# — IST N. HOLBROOK SURVEY, ABSTRACT No. 647 DITEMED TO FIN VISTA WEST 11, L.P TRACTS f11 & IX RECORM IN C.C.F. Up. Q2060.357-54 - W. WILSON 19966� .... I DEED RECORDS OF TARRANT COUNTY, TEXAS 6 45 PR04CT: W"ImIde III & IV and'PropotIed SwItory Sawgr Une to SCALE: = 2007 serve the Wastalds Water 7matment 14ant (PARCEL No.: 5-8 " SMON AR � 110.B27 SqUARE FEETTrOR 2.544 ACRES I CABO Fgb 177 Dw 12CO JBSI 15SOCIRIM 007 BFIENTIODOD AIR rr. 78tl2 RE MM PRCFESSPOL LAND SURVEYORrjnNO. 314B 0 S 50 FORT 517-496-1424 FOX 517-486-170 Tx W YICINITY MAP N.T.S. FTC 1' OTON Rol — NOTE, ALL BEARINGS AhP aASED ON THE IBM COMONATE SYSTEM, NAD-83, NORTH CENTRAL IONS. LMUZ[NG A TI(= SURS-ACE PA= OF 1.00012 FOR TMS PROJECT, ALL 8EkRNGS 90 DISTANCES ARE SURFACE _ — — — � � � � __ _ _ _ _ — 20.0- PIPEIJME EASeEMD9 Q � -'2..0 PERMAkENT'EASEkEHT CROSSTTX NORTH TEXAS GATMERIKC. LP. COY.OF FORT WORTH ,# -C.C:F. Ha 02070Bt387 VOLUME 16430, PAGE 64 � �` 7-954 ACRES (Br REED) D•RTJ:T. nJi.T.c.r, TRACT I — -- — -- -- — — _ I � Ftf VISTA 'AM FI. LP, (=F. Na. 0206C35754 D.R. m. -25.0' PERMANENT EASEMENT CITY OF FORT WORTH VC'_UMIE 1613T PULE 229 TRACT 3 �'UJLTA.T. 30.0' PIPELINE AND ACCESS WTUEHT VERNON C.r. r. No. D20IWEMMENTS �3 x16 ON, INC. I' +t •5>g 20.0' PIPELINE EASEMENT $2 02D1 mans ACRE TRACT oF.LAND BY DEED CR05SM NORTH TEM .aArHEMWG, LP. ( 80Yt SORTS LIMITED PARTNERSHIP. t7' AL C,C.f. Na, R207091387 C,C.F NO. 0295290509 DJLT,C.1 II • .� D.R7CT. PA55M0 ATI086.08' SE CORM OF I ELOOS = 40A• PERMANENT ACRfi TRACT of LAND' I y WATER LINE EASEMENT T 3 i I I DA27 SO. FT, OR 2544 AG� t 300 PIPELINE AND ACCESS EASEMENT--�--+KW VERNON INVESTUMM CORPORATION, INC �I W CCF. No.D� 13204343516 I! �p 14.119 ACRES (BY DEED) 1 *t TRACT III (BY DEED) ACRES u� I, v� "� C.C.F. No. D2460�5754 MA SORTS UUTIED PARMERSHP., ET AL � ... D.R,LC T. C.0 F. No. OM343515 T- ; � I � � In LINE TABLE O�Ay jI D RYcr, •- 1 LL0—E1WIN MATCH LINE City of Fort Worth taoD 7NROCWORION 5111ME1 FORC WORTH, TEXAS 70102 E*PMr'SNOYANC A PERMANENT WATERLINE EASEMENT OUT OF A 14.11B rf 200 ACRE TRACTS OF LAND (9Y DEED) SRVAM 0i THE �� •�• 'T•<� N. HOL6RODK SURVEY, ABSTRACT r4O. 647 DEEDED M FIN VISTA WEST II, LP,, TRACTS III & IX 1N. RECORDED IN C.G.F. No. D206035754 DEED RECORDS OF TARRANT COUNT,. TEXAS PRO=T Weatelde 91 & IV and Proposed Sanitary Sewer Une'to SCALE: V = 200' Serve the Wesstalde Water Treotment Plant PARCEL No: 5--6 qNDQ , PSM E& it .827 SOUAR FEET OR 2.544 A('.i2E5 f 1RUETi AA OB— f DRAWN TTW CADD 15BA aesomer s.OWG ft£IiITRuE I t5'1200 un` 20_0-8-_II__--.' PAGE 2 Water ro�*�SD FORS �e112 6� ASSi>�11E5. Wl OR 00 STAIR SUS Sty LAND SURVEYOR FAY 817-496-1755 B THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submitter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. 7 Flied For Registration. 9 08128/200911:08 AM � Instrument #: D209231750 E 10 PGS ' $48.00 1 Sy: I IIIUfI Ilil IIIII 111111111111111111111111111111 IIIII IIIII IN IN III ID209231750 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 10810962/STNT/215/DRX 5�- NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'.S LICENSE NUMBER PERMANENT WATER LINE EASEMENT , DATE: 2009 GRANTOR: FW Vista West 11, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 50' Street Suite A Fort Worth, Texas 76107 GRANTEE.: The City of Fort Worth GRANTEE'S MAILING ADDRESS: c/o Real Property. Management 1000 Throckmorton Street .� Fort Worth, Texas 76102 Tarrant County, Texas 5 CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. That we, FW Vista West 11, L.P.. herein called '`Grantors; ' for and in consideration of One and No/100 Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County. Texas, herein called "City''; or "Grantee," receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the use and passage 1n, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property,'' subiect to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit '`A" and depicted in Exhibit "R. ' attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: 1. This easement shall be used by the City only for the purpose of laying; construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property. 2. No perrnanent buildings, structures or other improvements .shall be placed on or over the Easement Property. However, it is expressly provided that Grantors,, their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to make street, road and utility crossings across the easement upon reasonable notice to City. The notice shall be in writing directed to the Director of the:Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after being deposited in the U.S. Mail, certified or registered, postage prepaid or, if delivered by fax or some other manner; when actually received. Grantor may locate pipelines either between the top of the City's pipelines and the surface of the ground or under the City's pipelines; provided, however, any utility line must have a minimum of 18'' vertical clearance to the City's limes. Further, Grantors, their successors and assigns shall retain and have the frill use and; enjoyment of the Property and said easement except for the rights herein granted to City and except for any use which would unreasonably interfere with the rights herein granted to City. 3. This Easement is not an exclusive easement to the City. Grantor may use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere with the Grantee's use of the Easement Property. Grantor also may grant other utility providers the right to cross; the Easement Property only if the crossing is at an angle between 45° and 90°. 4. The Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. S. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. Grantee shall have no right to pen -nit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property; or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do not: PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipeline or any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property which may be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics' and materialman's liens. If any such lien is filed. Grantee shall cause the lien to be released or bonded around in accordance with the Texas Property Code on or before 30 days after it receives notice of -the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to inaintain, at its sole cost and expense, the water pipelines and all appurtenances thereto located within the Easement Propertyin a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements as .,► necessary in connection therewith. 10. This easement is conveyed under threat or imminence of condemnation. 11. When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of the date first written above. GRANTOR: Grantor: FW Vista West 11, L.P. By: FW VW II Corporation, It's general partner By: Lee Nicol, President PERMANENT WATER LINE EASEMENT Page 3 GRANTEE: The City of Fort Worth By. 722R- •+G Fernando -Costa Assistant City. Manager. APPROVED FOR FORM AND LEPALITY Theodore P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF�,1c COUNTY OF kaAfLGA BEFORE ME, the undersigned authority; a Notary Public jin and for the State of on this day personally appeared Y-8e CA of , authorized representative of FW VW II Corporation, a Texas Corporation, the general partner of F'W Vista West 11, L.P., a Texas Limited Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein_ GIVEN UNDER MY HAND AND SE OF OFF E this t?'` day of .2009. •►�vb'�f., PRISCILLA A. TEJADA Notary Public in and for State ot �Uk(J" . Piotaty Public. State of'fexn f icy Commission Expires 11/28/2012 My Coizunisslon Expires: a PERMANENT WATERLINE EASEMENT Page 4 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person whose naive is subscribed to this instrwnent, and who acknowledged to me thatthe same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this AAA day of 2009. Zand otary Public in for State of �e.X66 My Conunission Expires: 1 br 20 BEVOUDANIELS i MY COMMISSION EXPIRES eft July 10.2013 PERMANENT WATER LINE EASEMENT Page 5 Westside ill & IV and Proposed Sanitary Sewer 1_(ne to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 5-C Old Weatherford Road N. Holbrook Survey, Abstract No. 647 Being a 25.0' permanent water line easemad situated in the N. Holbrook Survey., Abstract No. 647, Tarrant County, Texas, said 25.0' permanent water line easement being out of a 1 S79 acre tract of land (by deed), being further described as Tract MR, deeded to FW Vista West U, L.P. as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 25.0' permanent water line easement being moreparticularlydescn'bed by metes and bounds as follows: BEGINNING -at a.point for the southeast comer of said Tract XII(, said point being the northeast corner of a 14.119 acre tract of land (by deed) deeded to FW Vista West 11, L.P. as recorded in, County Clerk's Trite No. D206035754 of the Deed Retards of Tarrant County, Texas, said point also being in the west line of a 378.85 acre tract of land, being fiuther desan'bed as Tract IfA, deeded to Chapel Creek Limited Partnership as recorded in Volume 11029, Page 1159 of said Deed Records of Tarrant County, Texas, &oct} which a lit men iron roa muna for the northwest coiner of a '26.513 acre tract of land (by deed) deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206230769 of said Deed Records of Tarrant County, Texas, said 1t2 inch iron rod also being in the east Jive of a 5,661 acre tract of land, being further described as Tract 3L, deeded to FW Vista West Il, L.P. as recorded in County Clerk's ,%Now, File No. D206035754 oftheDeed Records of Tarrant County, Texas; THENCE North 72 degrees 39.minutevs 20 seconds West, with the south line of said Tract = and with the north line of said Tract III, a distance of 573.70 feet to a point for the southwest corner of said Tract XM, said-pointbaing the northwest comer ofsaid Tract III, said point also being in the east line of.a 10.009 acre tract of land (by deed) deeded to BOA Sorte United Partnership, et 6 as recorded in County Clerk's File Nm D206280509 of said Deed Records ofTamnt County, Texas; THENCE North 00 degrees 15 rainutes 46 seconds West, with the west line of said Tract XM and 'With the east line of said 10.009 acre tract of land, a distance of 26.23 feet to a point for coiner, from which a 1 inch iron rod found for the northeast comer of said 10.009 acre tract of land been North 00 degrees 15 minutes 46 seconds West, a distance of 250.81 feet; THENCE South 72 degrees 39 minutes 20 seconds East, a distance of 573,49 feet to a point for canner in the east line of said Tract XU, said point being in the west line of said Tract 11A; THENCE S outh 00 degrees 43 minutes 00 seconds East, with the east Une of said Tract XM and with the west line of said Tract 11AA, a distance of 2630 feet to the POINT OF BEGINNING, and containing 14,340 square feet or 0.329 acres of hmd, more or less. Page 1 of 2 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utillzing a T) DoT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 c•r:•'1'• W. Truett Wilson Registered Professional Land Surveyor No, 5146 Page 2 of 2 r..pol I VICWITY MAP k 7S. EXHIBIT 99B 9" 'F• �'v�`�N'I •05 E TA9LE 0=ANCE 19 200 100 0 200 ✓j rII,�I1s!; sA �,i SCALE IN FEET' NOTE.- ALL BEIRINGS ARE RASED ON THE TEW COORDINATE. SYSTEM, NAD-93. NORM CENTRAL ZONE, LMLMNG A TXOOT SURFACE FACTOR OF 1.00D12 FOR 7111E PROJECT. ALL AEARINOS AND DISTANCES ARE SURFACE. FWD 1' SLON ROD �. 20.0' PIPELINE EASEMENT #1 �25.0' PERMANENT FJLSt]tENT � �� CROSS= NORTH TEXAS GATHERING, L.P. CRY OF FORT WORTH C.C.F. No. D207091357 _ VOLUME 16450, PAGE fi4 2 984 ACRES (BY DEED) DJt F.0 T. 3 ' ROAD AND HOLD R. SULLNAN 1HFOw D.R T.CT: ^ m TRACT I C.0 F. IO2o5267559 FIN VISTA WEST It L.P. D.R.T.C,T. C.C,F. No. 0206035754 i I `fi7.C.7. 28.RY RWMERT WORTH �f-�'��RWJNDER OF YRAa 75.= ACRES TRACT 3 '� �. VOLUME 18137, PAGE 229 1 CHAPEL CREEK LIMITED PARTNERSHIP 30.0' PO4UE AND ACCESS EA5EM zrn; ��� D:ftTJ.T.VOLUME t1029, PACE 1159 VERNON INVESTNIMTS CORPORAMON, INC�',�,.�.�D.R.T TIT. C.C.F. No. D204343516?� �`�- �+ vu FIV4 �, 5.W ACRES (BY DEED) 04 T.C7. L 2 "` .:='L:t�-� CF, w�ti pJ TRACT! X 20.0' PIPELINE EASEMENT 12 N '•�::.» .ti D./t7603y7 h. CC,F. No. DZO6VISTA WEST 1D357S4 OROS= kORTH TEXAS GATHERING. L.P. 7�? , 'ti. T Sf C.C.F. No: 1320709130 2•'-"_`•w _ 10.009 ACRE TRACT OF LAF10 (BY DIFFA) I 7{1' Qqqrs a Car � BOA SORT@ E.MNEDo. 020828DSO9P• ET AL {I L-4 COJ No o26 9 a"'c x_i ��rQr ter- �. •� �- P. (/'�� R 1 i V �iI L TRACT 3 WO 1/2'� �.. 30.0' PIPELINE AND ACCESS EASE". { { 25.0' PERMANENT VERNON VERNON INVESTLENTS CORPORATION. PAC. { { WATER LINE MEMENF C.C.F. No. 0204343516 i 4,340 SSG, FT. OR 0.329 AC. RT?WNOTR OF AD�)553 ACRES 11 I 14:119 ACRES (BY DEED) i ` { 26�WHRESEEiTLEMENF�) BOA SORT° UMITFD PARTNERSHIP. ET AL { I { TRACT Id 1 INDEPaDENT SCHOOL U6TRICT C.C.F- No, 0204343515 I I PW VISTA WEST 11, L..P. C.C$_ Na 07.06230768 D.RT.C.T. C.C.P. No. D=035754 M.T.C.T. { i D.R.T.= li 11 City of Fort Worth tODD TIMCK1110iTi0N STREET FITFTT WORTH, 7DM 76SOZ - E7(HIBIT SHOWING A PERMA BqT WATER EASEMENT MIT OF A 1.570 ACRE TRACT OF LAND (15Y DEED) SI WIED ON THE H. HOLBROOK SURVEY, ABSTRACT No, 647DEEDED TO �aR.`• -fi cs' 1� FW VISTA WE Il LP.., TRACT Xlll RECORDED IN C.C.F. No 0206035754 � DM RECORDS OF TARRANT COUNTY, TEXAS PROIECTT Wasteids 11 & IV and Proposed Sanitary Sewer Una to SCALE: 1" 200 �'':y� � •r;. F r' saw the Wmtalde Water Treatment Plant PARCEL No- 5—C ��j T AC SITION AREA 14..W. SOtJ E F� OR 0.329 ACRES N. U .JOTi 48-� ( DRAWN 13Y: TTW 0 LE..15HA aaeamenh.Dwo p�,t5717 . PR LATE SURVEYOR DATE AUGUST PAGE 1 OF 1 j water �rof�p} j1 y�fih5Dt200 �1 NO, S146 GORRONDONA C ASSOMM. WC. 670T BRENTWOOD STAIR {{Aii• S c 50 FD[Ti 75112 847-486-1424 FAX 017-495--1788 ■ THE CITY OF FORT WORTH i REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 ! Submitter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK i TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. By: Filed For Registration: 08/28/2009 11:08 AM Instrument #: D209231761 E 9 PGS $".00 I IIIIIII ill! IIIII Illll IIIII IIIII IIIII IIIII IIIII IIIII IIlI Illl D209231751 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 1,0810962/STNT/215/DRX NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. PERMANENT WATER LINE EASEMENT DATE:, 2009 GRANTOR: FW Vista West II, L.P. �E GRANTOR'S MAILING ADDRESS: 2929 West 5'h Street ram; Suite A Fort Worth, Texas 76107 GRANTEE: The City of Fort Worth GRANTEE'S MAILING ADDRESS: c/o Real Property Management 1000 Throckmorton Street i Fort Worth, Texas 76102 y Tarrant County, Texas CONSIDERATION: One Dollar ($1.00) and -other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. That we, FW Vista West 11, L.P., herein called "Grantors," for and in consideration of One and No/100 Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, herein called "City''ior. "Grantee," receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the -use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subject to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit A" and depicted in Exhibit `B." attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: 1. This easement shall be used by the City only for the purpose of laying, construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property. 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement Property. However:, it is expressly provided that Grantors, their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to snake street, road and utility crossings across the easement upon reasonable notice to City. The notice shall be in writing directed to the Director of the Fort Worth Water .Department, 1000 Throckniorton Street, Fort Worth, Texas 76102. The required written notice shall tie deemed delivered and become effective three days after being deposited in the U.S. Mail, certified or registered, postage prepaid or, if delivered by fax or some other manner; when actually received. Grantor may locate pipelines either between the top of the City's pipelines and the surface of the ground or under the City's pipelines; provided, liowever, any utility line must have a mini num of 18" vertical clearance to the City's lines. Further, Grantors, their successors and assigns shall retain and have the full use and enjoyment of the Property and said easement except for the rights herein granted to iCity and except for any use which would unreasonably interfere with the.rights herein granted to City. `-W, I This Easement is not an exclusive easement to the City. Grantor inay use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere with the Grantee's use of the Easement Property. Grantor also may grant other utility providers the right to cross the Easement Property only if the crossing is at an angle between 45" and 90°. 4. The Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. 5. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. • Grantee shall have no right to permit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do notj PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipelineor any repair of the pipeline, including the restoration of any., roads, or similar surface improvements acid vegetation and kills located upon the Easement Property which i:nay be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics' and materialman's liens. If any such lien is filed. Grantee shall cause the lien to be released or bonded around in accordance with the Texas Property Code on or before 30 days after it receives notice of the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to inaintain, at its sole cost and expense, the water pipelines and all appurtenances thereto located within the Easement Propertyin a goad and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements as necessary in connection therewith - ,"WWI 10. This easement is conveyed under threat or imminence of condemnation. 11. When the context requires, singular nouns and pronouns -include the plural. Executed to be effective as of the date first written above. GRANTOR: Grantor: FW Vista West 11, L.P. By: FW VW Il Corporation, It's cleneral partner Lee Nicol, President ,"NO, PERMANENT WATER LINE EASEMENT Page 3 GRANTEE: The City of Fort Worth By:Gd....w...wG'.�. Fernando Costa Assistant City Manager APPROVED .FOR FORM AND LEGALITY 7 Im W /,,41*� Theodore P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF Q /� COUNTY OF TaAtn-a § BEFORE ME, the undersigned authority, a Notary Public �\Q-ok, and for the State Q on this day personally appeared 4�.e,P_ �Iv'ec;kc �l of , authorized representative of FW VW II Corporation, a Texas Corporation, the general partner of FW Vista West lI, L.P., a Texas Limited Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to ine that he/she executed it'.for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this i?--*)da, of . .2009. +,+SpAYUft PR1SGiLLA A. TEJADA Notary Public in and for S ` to of 1. 0 (a A �latary Public, State of Texas =w� shy Commission Expires � •2�;• 04I28l2Q12 My Coiruxussion Expires: PEIUMANENT WATER. LINE EASEMENT . Page 4 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, mown to me to be the person whose name is subscribed to this instrunient, and who acknowledged to one that the sane was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of S� , 2006. otary Public in and for State of 7-e-K. 6 My Commission Expires: Ju. i EVONIA DAMES y My COMMISSION EXPIRES IQ 21113 i PERMANENT WATER LINE EASEMENT Paoe 5 Westside III & IV and proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.; P264-531200 60154004.5631 Parcel No. '5-D Old Weatherford Road N. Holbrook Survey, Abstract No. 647 Being a 25.0' permanent water line easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 25.0' permanent water line easement being out of a 5.661 acre tract of land (by deed), being further described as Tract X and being out of a 3,467 acre tract of land (by deed), being further described as Tract XI, and also being out of a 8.739 acre. tract of land (by deed), being further described as Tract XII, all tracts mentioned above being deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 25.0' permanent water line easement being more particularly described by metes and bounds as follows: BEGINNING at a 112 inch iron rod found in the east line of said Tract X, said 1/2 inch iron rod being the southwest corner of said Tract XI, said 1/2 inch iron rod also being the northwest comer of a 26513 acre tract of land (by deed) deeded to White Settlement Independent School District as recorded in County CLerlc's File No_ D206230768. of -said Deed Records of Tarrant County, Texas; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 52.59 feet to a point in the west line of said Tract X, said point being in the east line of a 37835 acre tract of Land, being further described as Tract IIA deeded to Chapel Creek Limited Partnership as recorded in 1*1•/ Volume 11029, Page 1159 ofsaid D.eed.Records of Tarrant County, Texas; THENCE North 00 degrees 43 minutes 00 seconds West, with the west line of said Tract X and with the east line of said Tract HA, a distance of 26.30 feet to a point for corner; THENCE South 72 degrees 39 minutes 20 seconds East, a distance of 2236.92 feet to a point in the east line of said Tract XEI said point being in the west line of a tract of -land deeded to Qncer Electric Delivery Company as recorded in Volume 8736, Page 1787 of said Deed Records of Tarrant County, Texas; THENCE South 22 degrees 24 minutes 53 seconds East, with the east line of said Tract M and with the west line of said Oncor Electric Delivery Company tract of land, a distance of 3152 feet to a point for corner, THENCE North 72 degrees 39 minutes 20 seconds West, passing at a distance of 117.29 feet a point for the southeast comer of said Tract XI and for the northeast comer of said Tract VI, passing at a distance of 481.62 feet a point for the northwest comer of said Tract VI and for the northeast corner of a 214,151 acre tract of land, being Anther described as Tract V11 deeded to FW Vista West Il; L.P. as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, passing at a distance of 591.99 feet a 112 inch iron rod found for the northwest corner of said Tract VII and for the northeast corner of said 26.513 acre tract of land, in all, .a distance of 2196.97 feet to the POINT OF BEGINNING, and containing 56,081 square feet or 1.287 acres of land, more or less. Pagel of 2 N%M01 NUOr Westside 111 & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-53120D 601540045631 Parcel No. 5-Q Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAO-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surrace. Date; September 3, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 2984 AC�T1 ( GEED) , I�_�-30' ROAD AND PIPELINE Ro►4 { � !3 %� !! FW VISTA WEST 9, L_P, 1 HOLLIS R: SULLIVM. INC. .0 .sue. lJ C.C.F, No, 0206033754 1 G.C.F. No. 02n5267559 / D.R.i.C.T. O.R,T.G.T. -25.0' PERMANENT EASEUEN[ I 8.390 ACRES (BY DEED) / CITY OFIG TORE WOATH 1 RBl1AINOER OF A .08.85 ACRES TAT U lid 1 tar 1, x6cr ! `VOLUME 137.' PAGE 229 1 TRACT IlA" ..... FW.VISTA.WEST pi.1 P..... ��. 84Ora'JE[OUNTdIN BALANciNP D.R.T.CT. j 1CNAPEL CREEK LIMITED PARTNERSHIP C.C.F_ No. 0208035754 1 �gSSXYOlIt I 11 VOLUME 11028, PAGE 1158 tlA.T.6T. �h 101MR7 A, S1,08 109B1 �'�- I O.R.7.G.T ►fK P.A.T.C.T. 1.37g'���� 1 I 1, �� 1 S 1 f-1----5A81 ACRES (eY OM) �/l 0 / 1 TRACT III Ow F. No DD?A5OL36764 3.467 ACRES (BY DEED) / r� �c � MICHAEL L175 L CARTRES ER, TRUSTEE ``•_O,R �CDB033Sj ° ��"•,� D,F T. FW Y4Sf WEST E5TX111, 4P. 1 C.C.F. No D205304834 C.C.F. No. DcOT036764 Iwci 14.119 ACRES BY DEED) TRACT 61 FW VISTA WEST II, L.P. 1 G.C.F. No, 0206035754 1 D.R.T.C.T. I I I 1 I ' 1' run�oo Oa ;ram VICINvTiAP r u 200 100 0 200 SCALE IN FEET s _ 25.0' PERMANENT EASEMENT VOLUME 18137, TY OF 7,PACE =20 I = 1/2'18UN ROD ..~'^�+•�~ = -? - �� CCU 1Y°• j) Ry 1V .• a �. 1o zoIcoeip `� uj 26.513 ACRES (BY DEED) 96, �r� v"; •' WIM SETTLEMENT INDEPENDENT SCHOOL DISTRICT C.C.F. No. D206230788 D.R.T.C.T ~�~�` ^.. UNE TABLE - t-1• NE BEARLNO Db7 NOTE: Ali. BEAtpItOS AAE BASED ON THE TE QRTS COORDINATE SYSTEiA NAD A63'NDRRR CENTRAL ZDNE lIT1LlilNO,y 25.0' PERMANENT L—z H MWE '$ wDOr-SIMACE FAG" OF 1.00M WATER LINE MEME14 1-3 S 32. FOR THIS PROJECT AIL 13EUINCS AND DIsTANCEs ARE 5611FArL 58,081 SO. FT. OR 1.287 AC. o Wo City of Fort Worth 1000 *01110CK110RTON Fmw FORT VKHM, 7EW 76102 EXHIBIT SHOW9RG A 25.0' PERMANENT WATER EASEMENT OUT OF A 5.661, 3,467, k 8.739 ACRE 7R;AM OF LAND (BY OM) jab r�m N. HOL13ROOK SUR ABSTRACT No. 847 FW VISTA WEST JI, L.P. DEED RECORDED' NOC.C.F. TAR•RANT COUNTY TEXAS PROJECT., Wnetslde III do tV and Proposed Sanitary Sower Line to SC t" 2QD AW nerve the Waetelde Wafer Treatment Plant IPA a. 5-0 EASEMENT ACOUISITION AREA 55.081 SOUARE FEET OR 1.287 ORES &YOR: Dl17Ed 17"FR 3, 2008 PAGE 1 DF 2 Wa aaL Naa P284-83120D BD 540045113 ND 3148 ,WO1W 5B i I , h.- ., A550dAA j 16W,�J 8707 tTltfNi1... WAIR ROAD. 9LIRTE 58 FORT . U. 78112 8I ..., -1424 FA11 X 817-49. . . j ear �, acaca 1 1umr TNOUNrdJN eatutVINC t RBSBRPO/R � i2.175 CADIN3T A, SL1Dd 00961 i rfcy i i CR4, i8y P.&T.C.T. l!J - CF A'o• ORrfQ dfFp)- - -- Z' O ?ll RUST 2S.p� '-- yc _ LUMg Isr�0Rl 0p fAl fJ TM, FLfCT�++ O/rrCTP46 CgpRCAfo PfCN�+ 15 IKM Rag L21---<O'(y 25.0' PERMANENT kOrE 2 WATER LINE E ASEMENTs�F 56,081 SQ. FT'. OR 1.287 AC. EXHIBIT "B Is NOTES: Ott ► I. PA5597G AT 117-29' W ^tt I SE CORNER OFTTRACTB %1 t; Alf. - :... I .. M... NE CORNER'OF TRACT %A"" .... .................... 10 p VARIABLE WIDT11 PEW(ANENT EASEMENT2. PASWING AT 481.6V CITY OF tt�'�or'0s1t VOLl9dE fi137iPAGET227 NM COM R OF,iCOMER Of VII I. `q�$��� 3, PASSING AT 587.99' PERMANENT 3O' WATERUNE Ek' MENT I I NW CORNER OF TRACT VII t CITY OF FORT WORTH I NE CORNER OF 2&613 ACRE TRACT OF IJWD t' y VOLUME 16200, PACE 358 I t 7 tt .26 0' PERMANENT EASEMENT i 1 1 TABL (: OF FORT WORTH M -- VOLV 18137, PAGE 249 f L �T�y}'F L 2 �aCt 1I1 rl Is(� ACRES PAY V15)NL7 n's n if1 GCF No ?� �FG� �+ BLOCK is giumm ClrBA'A• Rmay r 55s¢ K'ES FUUMI JOR-AN PIGS 94 214.T6t AGPEs (err OECD) �,� '` Poftrs �.+ P.X&LT. 3.4e7 Ac1tEs (BY DEED) TRACT Vtl 'Ar1`hti 4'� "ate- d(�LrtV TAAOf %1 FW VISTA' WEST it, L P. 0 y JQ FW VISTA WE5'E P. LP. C.C.F. No. n2oa0757S4 - ri <C'`` +`�,` C.C.F. No. O200W5754 D.FLT.C-T. ids` L 1 D.R7C.7 I 13.096 ACRES (Er DEED) 1bS13 ACRES (BY GEED) t { FW VL51 WE51 It, L.P. 10`91 4 ^�2�"6�WHITE SETTIZAENT1 C.C.F No. 02/16035754 B7.IS4 ACRES (BY DEFC) nt TRACT V@INDEPENDENT SCFIDOL DISTRICT ��„�+ t FW VITA WEST e L P. C.C.F. No. 020G230768 1 90.0' WIDE PIPELINE EASEMENT 1 { fP % C.C.F. No. DUD1i0�5754 O.R. T.O.7;---j TARRANr RMONAL WATER DISTRICT yo DALT.C.7 C.C.F. No 0205152785' ` 1 WWom City of Fort Worth Pw TV qro c bum FA I VIC1N17y N.T. 1000 TNROCMMORM 51T8ET FORT WORTH, TEXAS E1D®R SFUNAW A 25.0' PERMANENT WATER EASEMENT 011T OF A 5-eaT, 3.487, & 6.739 AM 1TFAOIS OF IANO (BY DEED) smuTEn fN 1HE - N. HOLBROOK SURVEY, ABSTRACT No- 647 CTo INTGWEST RECORDED .EN. 36784 DEED RECORDS OF TARRANT COUMYqq TEXAS PROJECT: Westelde III do IV and Proposed Sanitary Sawer Una 0 1" 200~ eaTVa the Weatelde Water Traatrrlent Pont tNo.: $—D 5EME ACISITION AR -A 56.08i S(iU 0 1.287 IN NO.' 07�--3019 N ► GOD {pTVw 15 aijm4aman 1 �GORRONUOM k ASSOCIATES, IN . ! 7BRt911 D STAHt1 9(fRE 60�FORT YY0 9112 W. TRUER WILSON RWOSTERM PROFEMN4L LAW SURVEYOR N0. 4B 8-T4x1 FAIT 81T-49B-1781I A i THE CITY OF FORT WORTH I REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 i Submitter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 08/28/2009 11:08 AM Instrument: D209231752 E 10 PGS $48.00 By: D209231752 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. ! Printed by: MC 10810962/STNT/215/DRX NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. ' PERMANENT WATER LINE EASEMENT DATE: , 2009 GRANTOR: FW Vista West II, L.P. t = ~ r= GRANTOR'S MAILING ADDRESS: 2929 'West 5'h Street Suite A Fort Worth, Texas 76.10.7 m n } GRANTEE: The City of Fort Worth' GRANTEE'S MAILING ADDRESS: c/o Real Property Management 1000 Throckniorton Street Fort Worth, Texas 76102 Tarrant County, Texas CONSIDERATION::One Dollar.,($1,00) and other good and valuable consideration, the receipt -and sufficiency of which is hereby acknowledged. That we, FW Vista West 11, L.P_, herein called "Grantors," for and in consideration of One and Noll 00 Dollar: ($1.00) and other valuable consideration paid by the City; of .Fort Worth, .a municipal corporation of Tarrant County, Texas, herein called "Cit i or `'Grantee," receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the '`Easement Property," subject to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit "A" and depicted in Exhibit '`B." attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement_ This conveyance is inade subject to the following conditions: 1. This easement shall be used by the City only for the purpose of laying, construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property. 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement Property. However, it is expressly provided that Grantors, their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and,growing crops, pasturing livestock thereon, and to make street, road and utility crossings across the easement upon reasonable notice to City. The notice shall be in writing directed to -the director of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after being deposited in the U.S. Mail, certified or registered, postage prepaid or, if delivered by fax or some other manner,; when actually received. Grantor may locate pipelines either between the top of the City's pipelines and the surface of the ground or under the City's pipelines; provided, however, any utility line must have a minimum of 18" vertical clearance to the City's lines. -Further, Grantors, their successors and assigns shall retain and have the full use and - enjoyment of the Property and said eas.enient except for the rights herein granted to City and except for any use which would -unreasonably interfere with the rights herein granted to City. N%Woe 3. This Easement is not an exclusive easement to the City. Grantor may use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere with the Grantee's use of.the Easement Property. Grantor also may grant other utility providers the right to cross the Easement Property only if the crossing is at an angle between 45' and 90°. 4. The Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. 5. The rights .retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. Grantee shall have no right to permit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do not *Moo, PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipeline or any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property which may be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shalt keep the Easement Property free and clear of all iuechanics' and materialman's liens. If any such lien is filed. Grante6 shall cause the lien to be released or bonded around in accordance with the Texas ;Property Code on or before 30 days after it receives notice of the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and all appurtenances thereto located within the Easement Property in a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements; as 1'°1 necessary, in connection therewith. 10. This easement is conveyed under -threat or imminence of condemnation. 11. When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of the date first written above. GRANTOR: Grantor: FW Vista West 11, L.P. $y: FW VW 1I Corporation, It' seneral partner Lee Nicol, President PERMANENT WATER LINE EASEMENT Page 3 GRANTEE: The City of Fort Wordi By: Fernando Costa Assistant City Manager APPROVED FOR FORM AND LEGALITY Theodore P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF To. v_ Cl< 1% § COUNTY OF t CI h TL § BEFORE ME, the undersigned authority, a Notary Public in and for the State f --Q� 0j , on this day personally appeared �A t GSA ` h 9- S c of , authorized representative of FW VW 1I Corporation, a Texas Corporation, the general partner of FW Vista West II, L.P., a Texas Limited Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIIVVE�N U DER MY HAND AND EAL OF OFFICE this I2-,h-v a f 2009. � Notary Public in and for Sta a of -1 094e D ;,RISCILLA A. TEJADA, Via, ti " Iq otary Public, State at Tons My Commission Expires: i �Q Z6 1Z My Commission Expires �'''•?�{` 0112812012 **#mole . 4 PERMANENT WATER LINE EASEMENT Page 4 lo./ ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRA.NT. y BEFORE ME,, the undersigned authority, a Notary Public in and for the State; of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of -Fort Worth, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me -that the same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GTVEN UNDER MY HAND AND SEAL OF OFFICE this ` day of 2009. ...r /� ll-n,c2�' otary. Public in and for State of TeX[, S My -Commission Expires. flu ih, ao I3 EVONIA DANIELS MY COMMISSION E%PIAEs i '...i PERMANENT WATERLINE EASEMENT I Page j Westside III & [V and Proposed Sanitary Sewer Line to servo the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-G Old Weatherford Road N. Holbrook Survey, Abstract No. 647 FY 'MIT 46A» going a 25.0' permanent water line easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 25.0' -permanent water line easement being out of a 0,873 acre tract of land (by deed), being further described as Tract XMI -deeded to FW Vista West 11, L.F., as recorded in County CLerl; s File No_ 206035754 of the Deed Records of Tarrant County, Texas, said 25.0' permanent water line easement being more particularly described by metes and bounds as follows: COMMLNCiNG at a 5/8 inch iron rod found for the northwest corner of said Tract 3C.V, said 5/8 inch iron rod being in the -east line of a tract of land deeded to Omar Electric DeLivery Company as recorded. in Volume 9736, Page 1787 of said Deed Records of Tarrant County, Texas, said 518 inch iron rod also being an angle point in the southerly line of Lot 1, Block 1 of Eagle Mountain Balancing Reservoir, an addition to The City of Fort Worth, Tan -ant County, Texas as recorded in Cabinet A, Slide 10961 of the Plat Records of Tarrant County, Texa9, from which a 5/8 inch iron rod found for the northeast corner of said Oneor Electric Delivery Company tract of land bears North 22 degrees 24 minutes 53 seconds West, a distance of 9?.57 feet, said 519 inch iron rod being an angle point in the south line of said Lot 1, Block 1; THENCE South. 22 degrees 24 minutes 30 seconds East with the west line of said Tract XIV and with the east line of said Oncor Electric Delivery Company tract of land, a distance of 116AS feet to the POIIPIT OF BBGMIU NG of the herein '"001 described 25.0' permanent water lime easemtat., THENCE South 72 degrees 38 minutes 51 seconds East, a distance of 304.92 feet to a point in the east line of said Tract M, said point being in the west right-of-way line of Westpo'rnt Boulevard (a 120.0' right-of-way); THENCE South 17 degrees 21 minutes 34 seconds West, with the east lime of said Tract XIV and the west right -of -line of said Wmtpoint Boulevard, a distance of 25.00 feet to a point for the southeast corner of said Tract XN, said point being in the north line of an 87.154 acre tract of land, being further described as Tract VIII as deeded to FW Vista West II, L.?. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas; TMCE North 72 degrees 38 minutes 51 seconds West, with the south line of said Tract X1V and with the north line of said Tract V111, a distance of 2B4.02 feet to a point for the southwest comer of said Tract MV, said point being the northwest corner of said Tract V11, said point also being in the east line of said decor Electric Delivery Company tract of land; THENCE North 22 degrees 24 minutes 30 seconds West, with the west line of said Tract XIV and with the east line of said Oneor Electric Delivery Company tract of land, a distance of 32.52 feet to the POINT OF SEGMMG, and containing 7,360 square feet or 0.169 acres of Ian more or less. Page 9 of 2 Westside 111 & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-0 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-63, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this pmject All bearings and distances are surface. Date: September 3, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Paget of 2 ���i�._ 7 V nB94 w�•. EXHIBIT "B 17 b.467 ACRES (BY DEED) YRACT III _ FW VISTA WM 11, LP. C.0 F No, D206D.7S7!K I 214.191 ACRES CITY D VISTAEEb) P. O. C., FW TAAWEEST II, LP. C.C.F. No. 0208036764 PO B ur r, sm MAGM A[OUJVTAlA1 UwcrNG 17RSd I i I YMIivtlt� , t c�eerNa�r A, suoa rower SMON r,A.r.er. —no 5/e'rmN ROD � < � E —0.973 � (O DEED) i FW VISTA WF-TT II, LP. �. C.C.F. N& D20b035754 1 m di 01ACK to a 1 pl, rcvaaatirca Mums see-Eoa, PACE sf OJLT.C.L • _ , 1 N 4_�;t;�?»' � --Sr t `- rift 28.013 ACRES (SY DEED)WHITE SErTENT INDEPENDENT SCHOOOO1L DISTRICT , WIDE IEASOLSTEMENT C.CF. No. 0209=768 O.R.T.0 7 I 1 i RANT REGIONAL TARO AWTEER C C r. JDZOSI52755 D.RMC.T. �` 1 PERMANENT --� ^ _ 13.0136 ACRES (BY DEED) `� p T, 1 WATER LINE EASEMENT 7,;560 .SQ. Fr. ON 0.159 AC. 1 TRACT j+l �'a�,1 n� 214AIS1 ACRBY.DEED (ES ) TRACT VI FW VISTA WEST U, LP. 1 iW VI STA WEST. . L.F. b C.C:F Na. D206035754 DA.T.C.T. 1do9 1 m ., o i 167.154 ACRES (BY DEED) u �ti4�� 1 TRACT V10 `�,� C.C.F. Na. D206035754 FW VISTA VEST U, LP. 200 100 0 200 D.RJ_C.T. 1 C.C.F. i (� •Di`` $�` Ho. D200035754 DAT.C.T i sn , Mimi SCALE IN FEET FM 715 am v ple 1y7Q1of� b _....._... LH. 40. VICINITfT .PAP N_ Mon City oF Fort Worth i .. 10D0 1HROgtMOR10N 311tEET FORT TYORIII, TE7tA4 7610x .. . 06i09i 910411Em A 25.0' PERMANENT WATER E4SEMENf OUT OF A 0.673 ACRE Tjtl4C1' Or UWO (BY DEW) StflM70 R1 7NE N. HOLBROOK SURVEY, ABSTRACT No: 647 DEEDED 70 RECORDED IVISTA C C.FFE No.. Id206 35754 DEED RECORDS OF TARRANT.COUNTY, TEXAS PRUMPT, Yfaekelde III do IV and Pf»(ro_ead Sunitory Sewe►_L6te tq SCAM....1.'.. e. 2GO- ;m the Wastslds Wvtrr Trwitlndht Plant PARCEL ND.: WORM iX SMMT _ ACQUISITION360 SQUAREET FE0 O'.169 A ES DAM SEFfiUMR 3. 2008 A OF 1 � �D�.ast9tE 50 FORi e7ai i� 6UMMOONA k ASSOCIAIFB, IN . IT7017 OR y���ppp REG1SiEZED PROFESStOW LAND SURVEYOR NO, 5146 617-4911-1424 FAX 017-496-1700 By: THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submltter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD, Filed For Registration: 08/28/200911:08 AM Instrument #: D209231763 E 9 PGS $44.00 Illll�lllllllill.IIIIIIIIII�IIIIIIIIIII0111111111111111111 D209231753 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 10810962/STNT215/drx NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. PERMANENT WA ER LINE (EASEMENT DATE: , 2009 GRANTOR: FW Vista West 11, L.F. GRANTOR'S MAILING ADDRESS: 2929 West.5"' Street GRANTEE: Suite A 'Fort Worth, Texas 76107 The City of Fort Worth GRANTEE'S MAILING ADDRESS: c/o Real Property Management 1000 Throckrnorton Street ..� Fort Worth, Texas 76102 Tarrant County, Texas i, : r. CD y CONSIDERATION: One Dollar:($1.00).and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. That we, FW Vista West I1, L.P.. herein called "Grantors," for and in consideration of One and Noll 00 Dollar ($ 1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas. herein called "Cit)e' or "Grantee," receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, anon -exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subject to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit "A" and depicted in Exhibit "B," attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: 1. This easement shall be used by the City only for the -purpose of laying, construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property. 2_ No permanent buildings, structures or other iinprovements shall be placed on or over the Easement Property. However, it is expressly provided that Grantors,: their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to snake street, road and utility crossings across the easement upon reasonable notice to City. The notice shall be in writing directed to the Director of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after being deposited in the U.S.; Mail, certified orregistered, postage prepaid or, if delivered by fax or some other inanner, when actually received. Grantor may locate pipelines either between the top of the City's pipelines and the surface of the ground or under the City . pipelines; provided, however, any utility line must have a minimum of 19 "vertical clearance to the City's lines. '. Further, Grantors, their successors and assigns shall retain and have the full use and enjoyment of the Property and said easement except for the rights herein granted toi City and except for any use which would unreasonably interfere with the rights herein granted to City. 3. This Easement is -not an exclusive easement to the City. Grantor may use the Easement. Property and my grant, such other easements, rights, -benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere with the Grantee s use of the Easement Property. Grantor also may grant other utility providers the right to cross the Easement Property only if the crossing -is .at an angle between 45° and 90°. 4. The Easement Property shall not be fenced at any tune by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the: construction and repair of the pipe line. 5. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. Grantee shall have no right to pennit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as.aforesaid. Grantee's rights are limited to the Easement Property and do not PERMANENT WATER LINE EASEMENT Page 2 � l extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipeline or any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property which inay be removed, relocated, altered, damaged or destroyed as a result of the Grantee`s use of the easement granted hereunder. Grantee is obligated to restore the surface of -the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics' and materiahman's liens. If my such lien is filed, Grantee shall cause the lien to be released or bonded around in accordance with the Texas Property Code on or before 30 days after it receives notice of the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and all appurtenances thereto located within the Easement Property :in a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, snaking all repairs, restorations, or replacements as necessary in connection thereMth. 10. This easement is conveyed under threat or imminence of condemnation. 11. When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of the date first written above. GRANTOR: Grantor: FW Vista Westll, L.P. By: F W VW II Corporatio . It's ge alb partner By: _ Lee Nicol, President ,*`OVI PERMANENT WATER LINE EASEMENT Paee 3 GRANTEE: The City of Fort Worth $y:.....+«..G� Fernando Costa Assistant City Manager APPROVED FOR FORM AND LEGALITY Tj a� /., k 4& 4 Theodore P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF -fQ k af) § COUNTY OF TCinr a4,4+.§ _ BEFORE ME, the undersigned authority, a Notary Public in and for the State of on this day personally appeared ��e_ M t C a � of , authorized representative of FW VW ti Corporation, a Texas Corporation, the general partner of FW Vista West II- L.P., a Texas Limited Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it ifor the purposes and consideration expressed therein and in the capacity stated therein. n GIVEN UVDER MY HAND AND SEAL OF OFWE E thisA2±day , 2009. j� Notary Public in and for State f ! ('0 0"I' v- PRISCILLA A. TEJADA a, Netary Public, state otTexas My Conunission Expires: I•,"" My commission Expires R 01128/2012 PERMANENT WATER LINE EASEMENT ;Page 4 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally 4ppeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person whose name is subscribed to this: instrument, and who acknowledged to me that the same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2009. otary Public in and for State of My Cornmission Expires: Jit, r tQ ago *ia N.."k EVONIA DANIELS My COMMISSION EXPIRES Juf 10, 2013 'ftow PERMANENT WATER LINE EASEMENT Page 5 Permanent Water Line Easement to serve The Northwest Side Water Treatment -Plant Water Project No,: Parcel # 5i Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHMIT "A" Being a 40.0' permanent water line easement situated in the N. Holbrook Survey, Abstract No. 64 i, Tarrant County, Texas, said 40.0' permanent water line easement being out of a 20,779 acre tract of land (by, deed), being further described as Tract IV, deeded to F.W ,Vista West II, L.P., as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 40.0' psrmanent water line easement being more particularly described by metes and bounds as follows - BEGINNING at a 1/2 inch iron rod with cap stamped 'Fulton Surveying, Inc." found in the wesc'lins of said Tract IV, said 1/2 inch iron rod with cap stamped "Fulton Surveying, Inc," being the southeast corner of a 34.560 acne tract of land (by deed) deeded to the City of Fort Worth'as recorded in County Clerk's File No. D206274011 of the Deed Records of Tarrant County, Texas, from which a 518 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES, INC-" found for the northeast corner of said 34.560 acre tract of land, bears North 00 degrees 15 minutes') 9 seconds West, a distance of 950.47 feet; j THENCE North 89 degrees 44 rnimrtes 50 seconds East, a distance of 40.00 feet to a pdintfor comer; THENCE South 00 degrees 14 minutes 41 seconds East, a distance of 500.49 feet to a point for corner in the south line of -said Tract IV, said point being in the north right-of-way line !of Old Weatherford Road (County Road 1022), a variable widthxight-of-way; THENCE South 89 degrees 45 minutes 06 seconds West, a distance of 40.00 feet to a 1/2 inch iron rod found for the -southwest comer of said Tract IV., said 112 inch iron rod being the southeast comer of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas-, THENCE North 00 degrees 14 minutes 41 seconds West, with the west line of said Tract IV and with the east line of said 598,460 acre tract of land, a distance of 500.48 feet to the POINT OF BEGINNING, and containing 20,019 square feet or 0.460 acres of land, more or less. Pagel of 2 Permanent Water Line Easement to serve the Northwest Side Water Treatment Plant Water Projeat No.: Parcel # 51 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System. NAD-83, North Central Zons, utilizing a TxDOT Surface Factor of 1.00M554132 for this project. All bearings and distances are surface. i Date: April 13, 2409 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 aoe s 0 pD IODO:® 1� I/ 7 `"w.. R& 1 200 100 0 200 41 r Q ��' .�ii:ll�IdPiiYlRf➢G��illl SCALE IN FEET VICINIT MAP LINE TABLE N TS, 1 UNE S m'T X= N 50, W'5ro1 I �L-S L 2I 5 FND 5/51R W/CAP STAMPED 'GORRONDONA & ASSOCIATES. INC.' FOLM FOR THE NE CORNER OF SAID 34.500 ACRE 00 NORr IlITS lVA�TER TOT N� M s ABSTj«"kcI G81NBT-:t. SLT1>E tEa80 �z A �---.� 34-ACRES (BY OECD) MXiY OF FORT WORM �-•L. C.C.F. No. D205274011 20.778 ACRE TRACT OF LAND (BY DEED) ' P.O.B. , T IV FW vISTA WEST A, L.P. lFND 1/2-IR W/rAP SWIPED �;'-• C.C,F. Mo. D206035754 'FULTON SURv"G arc:` °,ire w'1_ D.R.T.C.T. M IS 1 An 40.0' PERMANENT I REMAINDER OF A 598.46D ACRES (BY DEED) -WATER LINE EIMSEMENT 20,042 SO. FT. OR 0.460 AC. VERNON INVESTMENT CORPORATION �^ VOLUME 6342, PACE 749 r� D.RT:GT. �Q NOTE. ALL S£ARINOS ARE aSE6 ON THE TEXAS COORDINATE SYSTEM, NAD-83, NORTH CENTRAL ZONE, UTILIZING A TXDOT SURFACE FACTOR OF %OG012 ( FOR THIS PROJECT. ALL BEARINGS AND DISTANCES ARE SURFACE. u OLD WEATNERFORO ROAD (C.R. 1 O22) L-2 (A VARIABLE W071H RIGHT-OF-WAY) /�'' i o City ®F Fort Worth 1000 71=00A0RT0N SiRMI FORT WORTH, TEXAS 70102 EXHIBIT SNOWING A PERMANENT WATER LINE EASEMENT OUT OF A 20779 MAE TRACT OF LAND (15Y DEED) OF, SOUATO 9T THE � N. HOLBROOK SURVEY, ABSTRACT No. 547 'MVED; 70 VISaA 'WESU: LIP .�u'r� WILSO :..4$ii3�s5h,IVFW :.:aaROREG�iS,WateTA146 PROJECT. Nohweet Water Plant terlbe. Easement.SCALE: } = 20D' PARCEL tio.: fit F{A,A�p��/�^u,�T ACQUJSITION AA .A .,0.019 SQUARE FFf1' OR 0.460 ACRES J08 Nl? 0767-192b Di� �f aCLI,3 FOIE t920DATE: ARIL 13, 2009 PAGE OF Pro act Na6 b D� _ W. NNO. S�mP .AHD St1RYEY0RGORRONDOM & POSSDpATES, . 6707 BfAIR , SURE BO �j� TIC. 76112 517 495-1424 FAX+817-4A8-1M By: THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submiiter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 08/28/2009 11:08 AM Instrument #: D209231764 E 9 PGS ll IIIII I III IIII Iill! IIIII IIIII IIIII IIIII IIIII IIIII IIII IIII D209231754 $44.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant .00, Water Project No.: P264-531200 601540045631 Parcel # 5-B Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: August 28, 2008 GRANTOR: FW VISTA WEST II, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5`h Street, Suite A 141=01 Fort Worth, Texas 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 14.119 acre tract of land (by deed), being further described as Tract III, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Pagel of 3 It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by N%Mple Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. GRANTOR: FW Vista West II, L.P. GRANTEE: City of Fort Worth A Texas limited partnership M (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 2 of 3 ACKNOWLEDGEMENT STATE OF § COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,20 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas Page 3 of 3 Westside III & IV and Proposed Sanitary Sewer Line to serve ..e the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 5-13 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 14.119 acre tract of land (by deed), being further described as Tract III, deeded to FW Vista West II, L,P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest comer of said Tract III, said point being the southwest comer of a 1.579 acre tract of land (by deed) deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said point also being in the east line of a 10.009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership, et al as recorded in County Clerk's File No. D206280509 of said Deed Records of Tarrant County, Texas, from which a 1 inch iron rod found for the northeast comer of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 seconds West, a distance of 277.04 feet; THENCE South 72 degrees 39 minutes 20 seconds East, with the north line of said Tract III and with the south line of said Tract XHI, a distance of 41.97 feet to the POINT OF BEGINNING; v THENCE South 72 degrees 39 minutes 20 seconds East, with the north line of said Tract III and with the south line of said Tract XIII, a distance of 531.73 feet to a point for the northeast comer of said Tract III, said point being the southeast corner of said Tract XIII, said point also being in an east line of a 378.85 acre tract of land (by deed), being further described as Tract ILA, deeded to Chapel Creek Limited Partnership as recorded in Volume 11029, Page 1159 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron found for the northwest comer of a 26.513 acre tract of land (by deed) deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206230768 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the east line of a 5.661 acre tract of land (by deed), being further described as Tract X, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas bears South 72 degrees 39 minutes 20 seconds East, a distance of 84.13 feet; THENCE South 00 degrees 43 minutes 00 seconds East, with the east line of said Tract III and with a west line of said Tract IIA, a distance of 21.04 feet to a point for comer; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 531.91 feet to a point for comer; THENCE North 00 degrees 15 minutes 46 seconds West, a distance of 20.98 feet to the POINT OF BEGINNING, and containing 10,636 square feet or 0.244 acres of land, more or less. Page 1 of 2 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDoT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 C W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of c FND 1" IRON ROD -i EXHIBIT "B " 20.0' PIPELINE EASEMENT #1 �7� 10�� — 25.0' PERMANENT EASEMENT CROSSTEX NORTH TEXAS GATHERING, L.P. CITY OF FORT WORTH C.C.F. No. VOLUME 16450. PAGE 64 io 2984 ACRES (BY DEED) D.R.T.C.T. .COT 091387 3 HOLOL SD R.ND PIPE INENROW QX'��0� \ O D.R.T.C.T. ^Io TRACT I FW VISTA WEST 11, LP, I C.C.F. bD205267559 _` �5�� o�N C.C.F. No. 0206035754 D.R.T.C.T. \ Q ZI \` D.R.T.C.T. 25.0' PERMANENT EASEMENT REMAINDER OF A 378.85 ACRES TRACT 3 -� �� CITY OF FORT WORTH TRACT IIA 30.0' PIPELINE AND ACCESS EASEMENT -^J/r VOLUME 16137, PAGE 229 ' CHAPEI CREEK LIMITED PARTNERSHIP VERNON INVESTMENTS CORPORATION, INC. C.C.F. No. D204343516 / + I _ D.R.T.C.T. VOLUME 11029. PAGE 1159 O.R.T.C.T. P. O.C. , C-1 ` )A4CT'57g ACC D.R.T.C.T. `� C. c 1 4 �S Mgt O Y� 5.661 ACRES (BY DEED) 10.009 ACRE TRACT OF LAND (BY DEED) P.O. J�� \ . 239+ D,R D206p T 1�J)CP FW VISTA No. D206035754 BOA SORTE LIMITED PARTNERSHIP, ET AL L � .r. 20 , C r 54 C_C.F, No. D206280509 `� D.R.T.0 T. D.R.T,C.T. L-4 I i N 20.0' PIPELINE EASEMENT #2 - - If $37�` \ 346j CROSSTIX NORTH TEXAS GATHERING. L.P. I I 91' "�`,;.::.::.__ C�2 /'��D ACI� \ C.C.F. D.R.T.C.T. 07091387 I I I 20.0' TEMPORARY �� _/ �N OD. �NA�W fyDjEEO) — 1 CONSTRUCTION EASEMENT C�3 DR. �06p35 SnPCT kI TRACT 3 II 10.636 SQ. FT. OR 0.244 AC.\` 30.0' PIPELINE AND ACCESS EASEMENT 14.119 ACRES (BY DEED) VERNON INVESTMENTS CORPORATION, INC. II 26.513 ACRES (BY DEED) C.C.F. No, D204343516 TRACT III WHITE SETTLEMENT 0.R.T.C.T. II FW VISTA WEST II, L.P. I I INDEPENDENT SCHOOL DISTRICT REMAINDER OF A 567.553 ACRES I C.C.F. No. D206035754 ' C.C.F. No, 0206230768 (BY DEED) D.R.T.C.T. ` D.R.T.C.T. BOA SORTE LIMITED PARTNERSHIP, ET AL 11 C.C.F. No. D204343515 I I LINE TABLE D.R.T.C.T_ I NOTE: ALL BEARINGS ARE BASED ON THE LINE BEARING DISTANCE 200 100 0 200 TEXAS COORDINATE SYSTEM, NAD-83, L-1 S 72'39'20"E 41.. 7' (I NORTH CENTRAL ZONE, UTILIZING A TXDOT SURFACE FACTOR OF 1.00012 L-2 S 72'39'2a E 84. 3' FOR THIS PROJECT. ALL BEARINGS AND L-3 S 00'43'00"E 771,04' SCALE IN FEET I DISTANCES ARE SURFACE. L-4 N 0015'46'W 20.98' LOCATION P uwsc0 va » rnw e r111A OFIPD Ro, DOM RD. VICINITY MAP OLD WEATHMMRO RD. �rrWo City of Fort Worth IODD THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 14.119 ACRE TRACT OF LAND (BY DEED) SITUATED IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO FW VISTA WEST II, L.P., TRACT III RECORDED IN C.C.F. No. 206280509 DEED RECORDS OF TARRANT COUNTY, TEXAS I PROJECT: Westside III & IV and Proposed Sanitary Sewer Line to (SCALE: 1" = 200' serve the Westside Water Treatment Plant IPARCEL No.: 5—B EASEMENT QQ ACQUISITION AEA 10,636 SQUARE FEET OR 0.244 ACRES JAkNAUGUST 2 2bOB PAGEDRAWN IB F TT1Y D FI nj (5158A ePa7em Ft9.DWG 601540045631 GORRONDONA do ASSOCIATES, INC. 6707 BRENTWOOB s>Al RBAb'� Wro f0 WORTH, TX. 76112 f= 9d REGISTERED P 0. 55 d AI LAND SURVEYOR NO. 5146 817-496-1424 FAX 817-496-1768 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-E Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 3, 2008 GRANTOR: FW VISTA WEST II, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5"' Street, Suite A Fort Worth, Texas 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 13.096 acre tract of land (by deed), being further described as Tract VI, and being out of a 214.151 acre tract of land (by deed), being further described as Tract VII, and also being out of a 8.739 acre tract of land (by deed), being further described as Tract XII, all tracts mentioned above being deeded to FW Vista West H, L.P., as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits and "B". Pagel of 4 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the � easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: FW Vista West II, L.P. GRANTEE: City of Fort Worth a Texas limited partnership By: (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF § COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of .20 Notary Public in and for the State of ACKNOWLEDGEMENT STATE OF TEXAS § � COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of .20 Notary Public in and for the State of Texas Page 4 of 4 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant ...� Water Project No.: P264-531200 601540045631 Parcel No. 5-E Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 13.096 acre tract of land (by deed), being further described as Tract VI, and being out of a 214.151 acre tract of land (by deed), being further described as Tract VII, and also being out of a 8.739 acre tract of land (by deed), being further described as Tract XII, all tracts mentioned above being deeded to FW Vista West 11, L.P., as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod found for the most northerly northwest comer of said Tract VII, said 1/2 inch iron rod being the northeast corner of a 26.513 acre tract of land (by deed) deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206230768 of said Deed Records of Tarrant County, Texas, said 112 inch iron rod also being in the south line of a 3.467 acre tract of land (by deed), being further described as Tract XI, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; ...� THENCE South 72 degrees 39 minutes 20 seconds East with the north line of said Tract VII and with the south line of said Tract XI, passing at a distance of 100.37 feet, a point for the northeast corner of said Tract VII, said point being the northwest comer of said Tract VI, passing at a distance of 464,70, a point for the northeast comer of said Tract VI' said point being in the west line of said Tract XII, in all, a distance of 581.99 feet to a point in the east line of said Tract XII, said point being in the west line of a tract of land deeded to Oncor Electric Delivery Company as recorded in Volume 8736, Page 1787 of said Deed Records of Tarrant County, Texas; THENCE South 22 degrees 24 minutes 53 seconds East, with the east line of said Tract XII and with the west line of said Oncor Electric Delivery Company tract of land, a distance of 26.02 feet to a point for comer; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 596.63 feet to a point in the most northerly west line of said Tract VII, said point being in the east line of said 26.513 acre tract of land, said point being the beginning of a non -tangent curve to the right having a radius of 700.00 feet, a central angle of 01 degrees 38 minutes 43 seconds and whose chord bears North 11 degrees 37 minutes 13 seconds East, a distance of 20.10 feet, from which a 1/2 inch iron rod found for comer in the most northerly west line of said Tract VII bears a chord bearing of South 04 degrees 19 minutes 13 seconds West, a distance of 197.81 feet; THENCE with said non -tangent curve to the right with the most northerly west line of said Tract VII and with the east line of said 26.513 acre tract of land, an arc length of 20.10 feet to the POINT OF BEGINNING, and containing 11,787 square feet or 0.271 acres of land, more or ..� less. Page i of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-E Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 3, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 LOT ', BLOCK ' EXHIBIT EAGLE AfOUBALANCING xBSERVS6RV01J4 CABINET A. SLID$ 10981 \+ Al P.A.T.0 T. p + 99 B 99 HOLBROOK SU"ti N 3.457 ACRES (BY DEED) -_.. 2.175 ACRES (BY DEED) ++` NU MICHAEL L CARTER, TRUSTEE FW VISTA WEST 11, L.P. C.C.F. No. D205304534 AgSTRACT C.C.F. No. D205035754 D.R.T.C.T. D.R.T.C.T. "\� 25.Q' PERMANENT EASEMENT + o oy�+ — PERMANENT 3D' WATERLINE EASEMENT CITY OF FORT WORTH \ ^TX� VOLUME 16137, PAGE 229 O y + ++ N� + CITY OF FORT WORTH VOLUME 15200, PAGE 368 C(CCrRIC D D.R.T.C.T. F ELI D° +` oy^++` W +� ++ D.R.T.C.T. 0z06\ - 031 I ANY "`���� 1 —25.0' PERMANENT EASEMENT CITY OF FORT WORTH t n �+ VOLUME 16137, PAGE 225 D.R.T.C.T. NO _ P.O.B. ZZ—' `�``^,,_ \` +� 0.873 ACRES (BY GEED) TRAT XIV FND 1/2-� ' `. �'. ,`� `�``r ` FW VISTA CWEST II, L.P. IRON ROD `;gam=E NOS 2' C.C.F. No. D206035754 C-2 + N �:: +_SBj . D.R.T.C.T. IRON Ro u/ 1 723g2p+W /D 26.513 ACRES (BY DEED) WHITE SETTLEMENT n �\ INDEPENDENT SCHOOL DISTRICT C.C.F. No. D206230755 , 20.0' TEMPORARY D R T C T CONSTRUCT ' ii+ llll 200 100 0 200 1 SCALE IN FEET LINE TABLE LINE BEARING DIET L-1 I S 227,V.W E I 26.11 CURVE TABLE R A ARC C-1 -z 7 _4l" N 11;1713 4�0. ,7SL NOTES: 1. PASSING AT 100.37' NE CORNER OF TRACT VII NW CORNER OF TRACT VI ION EASEMENT �• T,r, 1.787 SO. FT. OR 0.271 AC. 09\ ���2. PASSING AT 464.70' 214.151 ACRES (BY DEED) \�j�L"n� NE CORNER OF TRACT VI TRACT VII 1 13.096 ACRES (BY DEED) >;�f mp 1 87.154 ACRES (BY DEED) W LINE OF TRACT X11 FW VISTA WEST 11, L.P. 1 TRACT VI 1'i a 41 wn TRACT VIII 1 \�' p a u'+„ FW VISTA WEST 11. L.P. NOTE: ALL BEARINGS ARE BASED ON THE = C.C.F. No. b206035754 j FW VISTA WEST II, L.P. D.R.T.C.T. 1 {l C.C.F. No. 0206035754 ��-o ✓\� o \ C.C.F. No. D206035754 TF�UIS COORDINATE SYSTEM, NAD-83, D.R.T.C.T. \.A 1� 9s�nn 1 D.R.T.C.T. NORTH CENTRAL ZONE.UTILIZING A TXDOT SURFACE FACTOR OF 1,00012 RRA WIDE PIPELINE EASEMENT �r'Q FOR THIS PROJECT. ALL BEARINGS AND C.TARRACREGIONAL WATER DISTRICT \ m�>a` DISTANCES ARE SURFACE C.C.F. No. DZ05152765 R.T. Tll 909401 City o f Fort Worth LOUTtbN _ U%P= 1000 THROCIQIORTON STREET FORT WORTH, TEXAS 76102 c" �� IXH186 SHOWING A� 20.0' TEMPORARY CONSTRUCTION EASEMENT WAZOUM m OUT OF A 13.096, 214.151. & 8,739 ACRE TRACTS OF LAND (BY DEED) r no ■r+nmaaau rs. SITUATED IN THE T�-' •�`{ j.':,, J�1 N. HOLBROOK SURVEY, ABSTRACT No. 647 ,tV DEEDED TO •r. c �«•w�r.: • : c�c::+ea�.n�. ,�,.,� FW VISTA WEST II L.P. 11V. TRIJ-7 �,�ly_ RECORDED IN C.C.F. No. D206035754 51 C ,' V'j DEED RECORDS OF TARRANT COUNTY, TEXAS `:;i'� z�„•�,!s r PROJECT: Westslde III & IV and Proposed Sanitary Sewer tine to !SCALE: 1" 200' �Jji'FCSS�a t' jq sec+-'"� serve the Westslde Water Treatment Plant !PARCEL No.: 5—E f � EASEMENT ACQUISITION ARFA 11.787 SQUARE FEFT OR 0.271 ACRES TRU I�S0 JOB NO. 0709-30 FnRA BY: TTW f 315M ease en 5 I WN wDD FlLE. m tn.DWG REGLSTERED PROFESSIONAL LAND SURVEYOR VICINITY MAP DATE SEPTEMBER S. 200 PAGE 1 of 1 Water Prot' No: P�R4-12 Fi® 4S NO. 5146 N.T.S. GORRONNtI�}/L do A^�SOI1�',, q INC. 6707 IBR,ENIWOOD STAIR ,SLIT SOX FORT WO TX11Z 817-496-1424 FAX 817-496-1768 L11. .I ILLIL111Z II. 1. L L L _ Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant �,• Water Project No.: P264-531200 601540045631 Parcel No. 5-F Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 17, 2008 GRANTOR: FW VISTA WEST II, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 51" Street, Suite A ..r Fort Worth, Texas 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 5.661 acre tract of land (by deed), being further described as Tract X, deeded to FW Vista West If, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Pagel of 4 Exhibit "A", and ingress and egress over Grantors property to the easement as shown on Exhibit "B" It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: FW Vista West Il, L.P. GRANTEE: City of Fort Worth a Texas limited partnership By: (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF § COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of .20 Notary Public in and for the State of ACKNOWLEDGEMENT STATE OF TEXAS § � COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of .20 Notary Public in and for the State of Texas Page 4 of 4 Westside III & IV and Proposed Sanitary Sewer Line to serve '".,- the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-F Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 5.661 acre tract of land (by deed), being further described as Tract X, deeded to FW Vista West H, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest comer of a 14.119 acre tract of land (by deed), being further described as Tract III, deeded to said FW Vista West II, L.P. as recorded in County Clerk.'s File No. 206035754 of the Deed Records of Tarrant County, Texas, said point being the southwest comer of a 1.579 acre tract of land (by deed), being further described as Tract XIII, deeded to said FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said point also being in the east line of a 10.009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership, et al as recorded in County Clerk's File No. D206280509 of the Deed Records of Tarrant County, Texas, from which a I inch iron rod found for the northwest corner of a 2.984 acre tract of land (by deed), being further described as Tract I deeded to said FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas bears North 00 degrees 15 minutes 46 seconds West, a distance of 277.04 feet, said I inch iron rod being the northeast corner of said 10.009 acre tract of land; THENCE South 72 degrees 39 minutes 20 seconds East, with the north line of said Tract III and with the south line of said Tract XIH, passing at a distance of 573.70 feet, a point for the northeast corner of said Tract III, said point being the southeast corner of said Tract XM, said point also being in a west line of 379.85 acre tract of land (by deed), being further described as Tract IIA deeded to Chapel Creek Limited Partnership as recorded in Volume 11029, Page 1159 of said Deed Records of Tarrant County, Texas, in all, a distance of 605.24 feet to the POINT OF BEGINNING of the herein described 20.0' temporary construction easement, said point being in the west line of said Tract X, said point also being in an east line of said Tract IIA; THENCE South 72 degrees 39 minutes 20 seconds East, a distance of 52.59 feet to a 1/2 inch iron rod found for the southwest comer of a 3.467 acre tract of land (by deed), being further described as Tract XI, deeded to said FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being the northwest corner of a 26.513 acre tract of land (by deed) deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206230768 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the east line of said Tract X; Page 1 of 2 Westside ill & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-F Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE South 00 degrees 43 minutes 00 seconds East, with the east line of said Tract X and the west line of said 26.513 acre tract of land, a distance of 21.04 feet to a point for comer; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 52.59 feet to a point in the west line of said Tract X, said point being in an east line of said Tract IIA; THENCE North 00 degrees 43 minutes 00 seconds West, with the west line of said Tract X and with an east line of said Tract I[A, a distance of 21.04 feet to the POINT OF BEGINNING, and containing 1,052 square feet or 0.024 acres of land, more or less. NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 17, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 FND 1' IRON ROD —1 EXHIBIT "B " ----------------------------------- 7 20.0' 20.0' PIPELINE EASEMENT #1 25.0' PERMANENT EASEMENT , CROSSTEX NORTH TEXAS GATHERING, L.P. CITY OF FORT WORTH T. C.C.F. No. D207091387 VOLUME 16450. PACE 64I+1 2,91d4 ACRES (BY DEED) D.R.T.C.T. D.R.T.C.T. TRACT I FW VISTA WEST II, L.P. _____ -_ _---"----____ c� C.C.F. No. D206035754 ` ------ _ _ zl D.R.T.C.T. ------TRACT 3 --- �__I I ^^�� Z5.0' PERMANENT EASEMENT 30.0' PIPELINE AND ACCESS EASEMENT- _ __ T-L_�� CITY OF FORT WORTH VERNON INVESTMENTS CORPORATION. INC. 1 `\ VOLUME 16137, PAGE 229 C.C.F. No. 0204343516 D.R.T.C.T. C.C.F. 10.009 ACRE TRACTD.OFLAND (BY DEED) P. O• �• jI 8 �2;Tg. ^''� r� CC 19C�s ^ BOA SORTIE LIMITED PARTNERSHIP, ET AL �' ^2a' No �q DEfD�� C.C.F. No. D206280509 1 ' `` 60$ 24, O•R. 06p33 s4, L p D-r. r.c.T. , 1 \ _ - I� 20.0' PIPELINE EASEMENT Jf 2 CROSSTEX NORTH TEXAS GATHERING, L.P. I C.C.F. No. 0207091387 i PASSING AT 573,70' - - D.R.T,C.T. I I NE CORNER OF TRACT III REMAIWO-0 OF AA 567.553 ACRES i I IN LINE OF TRACT RA (BY DEED) 14.119 ACRES (6Y DEED) L-4- / 30' ROAD AND PIPELINE ROW HOLDS R. SULLIVAN, INC. 1 ; 1 C.C.F. No. 0205267559 1 D.R.T.C_L REMAINDER OF A 378.85 ACRES TRACT IA I CHAPEL CREEK LIMITED PARTNERSHIP 1 1 1 VOLUME 11029. PACE 1159 1` 1 D.R.T.C.T. 5.661 ACRES (BY DEED) 1 1 1 TRACT X 1 FW VISTA WEST 11, LP. I C.C.F. No. D206035754 D.R.T.C.T. RON 112' CFV N (wEsrfeo� ^ ^ ^ � � D.lp �CO6O3S 54gCT XJ \ BOA SORTIE LIWTED PARTNERSHIP, ET A�! 1 TRACT ill L-3 C.C.F. No. 0204343515 I I FW VISTA WEST 11, L.P. D.R.T.C.T. ( C.C.F. No. 0206035754 SURVEY 200 100 0 200 i D.R.T.C.T. HU,BRCOK I; � N. NO• 647 I A85TRACT I SCALE IN FEET ! i ( UNE TABLE I I LINE BEARING DISTANCE 1 NOTE: ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE j L-1 S 7239'20'E 52.59, I SYSTEM, NAD-83. NORTH CENTRAL ZONE, UTILIZING A I I L-2 S 00-43' E 21.04 TXDOT SURFACE FACTOR OF 1,00012 FOR THIS PROJECT. L-3 N 72'39' •'W 52-59' ALL BEARINGS AND DISTANCES ARE SURFACE i ( L-4 N Gp,4Sau:mL 21.GV I ®PROAM uw= PME 71 a® c LLL 3a c g VICINITY MAP N.T_S, 20.0' TEMPORARY CONSTRUCTION EASEMENT .052 SO. FT. OR 0.024 AC.1 26.513 ACRES (BY DEED) WHITE SETTLEMENT INDEPENDENT SCHOOL DISTRICT C.C.F. No. D206230768 D.R.T.C.T. City o Fort Worth 1000 THROCKMORTON STREET FORT WORTH. EXHIBIT SHOWING A 20.0' TEMPORARY CONSTRUCTION EASEMENT OUT OF A 5.661 ACRE TRACT OF LAND (BY DEED) SITUATED IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO FW VISTA WEST II, L.P. RECORDED IN C.C.F. No. D206035754 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Westeide III do IV and Proposed Sanitary Sewer Line to SCALE: 1" = 200' serve the Westslde Water Treatment Plant PARCEL No: 5—F EASEMENT ACQUISITION AREA 1 052 SQUARE FEET OR 0.024 ACRES JOB NO. 0709-3015 DRAIWN BY: 1 CADD FILE: 315BA eaaemsnIp.OWG DATE: SEPTEMBER 17, 2008 PAGE 1 OF 1 we Project No.: P264-531200 601540045631 GORRONDONA rE ASSOCIATES, IN 5707 SR OD STAIR ROAD, SUITE 50 FORT WORTH, TX. 76112 TEXAS 76102 e`(1A1 ,/M." / i' W. 1RULI I ON REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5146 = 817-496-1424 FAX 817-496-1768 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant ..� Water Project No.: P264-531200 601540045631 Parcel No. 5-H Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 17, 2008 GRANTOR: FW VISTA WEST 11, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5'h Street, Suite A ..► Fort Worth, Texas 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 87.154 acre tract of land (by deed), being further described as Tract VIU, deeded to FW Vista West 11, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Page 1 of 4 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: FW Vista West 11, L.P. GRANTEE: City of Fort Worth a Texas limited partnership By: (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF § COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared . known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20___.. Notary Public in and for the State of ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20_ Notary Public in and for the State of Texas Page 4 of 4 Westside III & IV and Proposed Sanitary Sewer Line to serve *Wool the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-H Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 87.154 acre tract of land (by deed), being further described as Tract VIE, deeded to FW Vista West U, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northwest comer of a 0.873 tract of land (by deed), being further described as Tract XIV deeded to FW Vista West U, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 5/8 inch iron rod being in the east line of a tract of land deeded to Oncor Electric Delivery Company as recorded in Volume 8736, Page 1787 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod also being an angle point in the southerly line of Lot 1, Block l of Eagle Mountain Balancing Reservoir, an addition to The City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 10961 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod found for the northeast corner of said Oncor Electric Delivery Company tract of land bears North 22 degrees 24 minutes 53 seconds West, a distance of 97.57 feet, said 5/8 '"Mol inch iron rod being an angle point in the south line of said Lot 1, Block 1; THENCE South 22 degrees 24 minutes 30 seconds East with the west line of said Tract XIV and with the east line of said Oncor Electric Delivery Company tract of land, a distance of 148.97 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the northwest comer of said Tract VM, said point also being the southwest corner of said Tract XTV for; THENCE South 72 degrees 38 minutes 51 seconds East, with the north line of said Tract VIII and with the south line of said Tract XTV, a distance of 284.02 feet to a point for the southeast corner of said Tract XIV, said point being an exterior ell comer in the west right-of-way line of Westpoint Boulevard (a 120.0' right-of-way); THENCE South 72 degrees 38 minutes 26 seconds East, with the north line of Tract VIH and with the south right-of-way line of said Westpoint Boulevard, a distance of 86.28 feet to a point for corner; THENCE South 17 degrees 21 minutes 34 seconds West, a distance of 20.00 feet to a point for corner; THENCE North 72 degrees 38 minutes 26 seconds West, a distance of 353.68 feet to a point in the west line of said Tract VIE, said point also being in the east line of said Oncor Electric Delivery Company tract of land; THENCE North 22 degrees 24 minutes 30 seconds West, with the west line of said Tract VIII and with the east line of said Oncor Electric Delivery Company tract of land, a distance of 25.98 feet to the POINT OF BEGINNING, and containing 7,235 square feet or 0.166 acres of land, more or less. Pagel of 2 Westside Ili & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-H Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 17, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 N%..11 Page 2 of 2 EXHIBIT "B 911 j NOTE ALL BEARINGS ARE BASED ON THE U TEXAS COORDINATE SYSTEM NAD-83 C•c�fCrc RfS (Br\ r D €O 6 -1 1 iaRy Como 'Y-NDf\ O-R.rC 6 - VOLUME pPr�T fgSEM- 3.467 ACRES (BY DEED) A TRACT eN'T XI •'``e ?�iY_ C C.F. No. DVISTA W20 035754- D.R.T.C.T. I I \ I - - 214.151 ACRES (BY DEED) 11 TRACT VII P. 0. C. \ FW VISTA WEST II, L.P. C.C.F. No. D206035754 `♦ D.R.T.C.T. P. O.B. 1 L-5 LOT 1. BLOCK i 1 I NORTH CENTRAL ZONE. UnUZING A - r TXDOT SURFACE FACTOR OF 1.00012 8AGL8 AIODSERVOLR BALAIVCINC I FOR THIS PRMIECT. ALL BEARINGS AND CABLIVRT A, SLIDE 10961 DISTANCES ARE SURFACE. / TFND 5/8-IRON ROD i ' LINE TABLE ¢ 0.873 ACRES (BY DEED) !f j z I LINE BEARING DISTANCE TRACT xN 0 tF I L-1 N 22'24' r t6.2183' FW VISTA WEST II. LP. r o L-2 C.C.F. No. D206035754 ��+5 L-3 S 72.3Ei'26"EO.If T.C.T. r + vrL-4 S 17 21 34" L-5 N 22'24',3D'W BLOCK 15 CHAPEL CREEK RANCH � � J *7�VOLUME s�S208aPACE 34 ?8 I WFs� - \, P.R.T.C.T. t, 3s,e ,Y) VgRp 26.513 ACRES (BY DEED)WHITE ENT I INDEPENDENT SCHOOL DISTRICT I I 90.0' WIDE PIPELINE EASEMENT �"1• \ `♦ C.C.F. No. 0206230768 1 TARRANT REGIONAL WATER DISTRICT D.R.T.C.T, # �• - C.C.F. 0T 1 O.R.T.C.T. 765 D.R.T.C.T. o fy 1 214.151 ACRES (BY DEED) TRACT VII FW VISTA WEST U, LP, C.C.F. No. D205035754 O,R,T.C.T. 1100LO oa, ow a MD. r-RUTHUWM OLD WFATHE� amw�— U4. 30 u= c -I VICINITY MAP N.T.S. 13.096 ACRES (BY DEED) TRACT A 1 FW VISTA WEST U, L.P. 1 C.C.F. No. D206035754 D.R.T.C.T- 1 1` l o�rWo�rr� f 1Y1 m\ 0 �dia C0(p LP � G� cr Acp in qn to. P TEMPORARY CONSTRUCTION EASEMENT ,235 SQ. FT. OR 0.166 AC. N \ LP O� 87.154 ORES CT (BY DEED) 200 100 0 200 or a\ r, \ II FW VISTA WEST II, L.P. + p 1 � % C.C.F. No. D206035754 -A + o D.R.T.C.T. �h SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH. TEXAS EXHIBIT SHOWING A 20.0' TEMPORARY CONSTRUCTION EASEMENT OUT OF A 87.154 ACRE TRACTS OF LAND (BY DEED) SMIAYM IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO FW VISTA WEST II, L.P. RECORDED IN C.C.F. No. D206035754 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT, Westside III & IV and Proposed Sanitary Sewer Line to SCALE. 1" = 200' serve the Westside Water Treatment Plant PARCEL No.• 5-H EASEMENT ACQUISITION AREA 7 235 SQUARE FEET OR 0.166 A RES JOB NO. 07DO-3015 DRAW BY: TTW ' CADD FILE 315M eaeementamG DATE: SEPTEMBER 17, 2008 PAGE 1 OF 1 ' Water Project No.: P264-531200154PA451QI GORRONDONA & ASSOCIATES, INI. 6707 BROOD STAIR ROAD. SUITE 50 FORT 0 TX. 76112 7elo2 REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5145 817-496-1424 FAX 817-496-1768 yJ V VL 14400' Memorandum of Agreement Parcel b Chapel Creek Limited Partnership Chapel Creek Limited Partnership, referred to in this Memorandum as "Grantor", agrees to grant to the City of Fort Worth, Texas, -Grantee". 0.391 acres of which .0377 acres will be for Permanent Waterline Easement and 0.014 will be for Temporary Construction Easements across Grantor's properties located in Tarrant County, Texas, said properly being described more particularly in Exhibits "A and B " attached hereto and by reference made a part hereof. Grantee shall pay to Grantor the sum of $10,000.00 as consideration for the conveyance of the Permanent and Temporary Construction Easements representing the fair market vale of sald property conveyed. Grantee agrees to return the construction area to condition as good as or better than that prior to construction. Dated. this 5 day of M I , 2009 �I GRANTEE; City of Fort Worth In Received Tine MaY. 6. 12�29PM GF't 10810965 STNTil x/215 Electronically Recorded Official Publk Records Tarrant County Texas 2009 Sep 29 03;37 PM D209259101 Fee: $ 48.00 Submiktar: LANDATA 9 Pages NOTICE OF E,vsvrwra l lur.rx xltska;M IF YOU ARE A NATURAL PER.SObi, YOU MAY REM0VE',eRnS"Mft%,TV MALL OF THE FOLLOW NG INFQRMATION FRDM Tms 1NSTRUMis1gT wCRE IT is FILm FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER`S LICENSE NUMBER. PERMAI+lE1tiTT WATER.LINRS LASLI1 NT DATE: September 3, 2008 QRANTOR'S MAILING ADDRESS: GRANTER: GRANTEE'S MAILING ADDRESS - Chapel Creek Limited Parl=shila 2611 Cedar Springs Road zt� Su"200 Dallas, Texas 75201-1311 The City of TortWorth "t<!o Real Pzopezty Management 1000 Throclmarmn Street Fort Worth, Texas 76102 Tit County, Texas CONMDDERATION: One Dollar l I.00j and other good and valuable consiftation. the reozipt and suffciency of whicli is hereby acknowledged. o That we, Chapel Creek Limited Partnership, herein eollectn=ely called "Gzaniors", for and in consideradon of'Une and Noll go Dollar ($.1.00) and other valuable crosWeration paid by the City of Fart Worth, a municipal cm?cratica of Tate t Ceunxy, Texas, herein called "City" or "Grantee," receipt of which is hereby ar nowledged, do grant, sell and convey to "the City, its successors and assigns, the use and passage in and along the following parcel or tract of land situated in Tarrant Couaty, Texas, herein called the ` EwemeniProperty," subject to all of the conditions and provisions hereof, and to have and to -hold the prerrrises described if . R iMbit "k and depicted in F=bibit " B; attached and mcorpomted'herein, ingather with all ands-mgui.ar rights and appurtenances tigaeto in any wise belonging to the City, its successors and assigns, forever, by through or under Cmmtors, buf not otherwise. Pr.KMAXMr WAM LMEASPMShr W -- , Easo l ar5 It is intended by these presmts to convey an easement to the City to maintain and conshuct two underground watwpipe lines and appurtenances with the rights of ingress and egress ba the necessary lase of -the easement. This conveym= is made subj eta to the following conditions: 1. This easement shall be used by City only for the purpose of laying, contraction, inspection, maintenance, repair, mplacemeit operation and removal of two mierground water pipe lines, along with associated appurtenances, for the tzamportation of liquids in, tbrough and across the Easement Property. 2. • No pexmsnentbulldings, stractures or other improvements shall be placed on or over the EasementPrQperty, However, it is exsressiyprovided that Grantors, their successors and assigns, shall have the tight to use the Propeaiy for the -purposes of cultivating and gnaw ag crops, pasturing livessncicti areon, and to make sixes road and utility awaiggs across the easement upon reasmable notice to City. The notice shallbe in writing directed to ft Director of the Fort Worth Wztm Depattmment,1000 Tl rWt morton Street, Fort Wortb, Texas 7b102. The required written notice shall be deemed delivered and become.effeective three days after being deposited. in the V S. Mad, certified or registered, posfnge prepaid car, if delivered`by fax or some-othersmsmer, when actually xeceh etl. Grantors may'locate pipelines either between the top of the City'$ pipe lines and the surfaoe of the graund ,or ender the'Chy's -pipe. lines; -provided, however, any u utility line must have a miaimum.of I8"vertical clearance to the City's lines. Fzuthcr, Grmtors, their successors and assigns sisal], retain and slave the fa use and enjoyment of the Property and said easement except for the zghts herek granted to City and kept for any use which would u=aanablyantecfere with the rights heroin granted to City. 3. This Easement is not an exclusive easement to City and Grantors reta'm all rights to use the Easement Property in any way that does not interfere in any material way and is not inconsistent with the rights granted hereunder. Grantors may grant other utility providers the right to cross the Easemel Area only if dw crossiag is at -an angle between 45' and 9Q°. 4, The Easement Property shall not be fenced at any time by Granbee ewept as maybe necessary for temporary consirac6ou to lay and repair the pipe line. Cxrantors shallnot be, prevented in any manner from crossing I he easement except during the COMI]MOtIM and repair ofthspipe line. . 6. The rights retained hereby by Grantors shall rut} with the land and shall iuure to the benefit of the successors and assigns of each Grantor. Ygge 2 urs a 6. Grantee shall have no right to permit its agenis, senrants, en�playees or contradors to personally ooamgy permanently anFypart of the Easement Property and shall have no rift to fence or enclose &a Esseram t Property, or to use it for any purpose other than as aforesaid. "Csrantce's rig ate Limited to the Easement Property and do not extend onto adjacent lands. 7. Grantee shall. be obligated to -restore ft m rfaae of the Easement Property at Grantee's sole costand expensa vt!Um % days after the instaUatioa of the pipe blue or anyrepait of the pipe line, including the restoration of any, roads, -or sim,19 sur"£ace improvem enta and vegctatian and hills located upon tie Easement Property which may be removed; relocated, altered, damaged or destroyed as a result of the Grantees use of the easement S anted hereunder. Grantee is obligated to restore the surface of the basement Property to the same or similar condiitica► as existed be£sire the conm=tion•nf the pipe- $_ This easement is cauveyed under threat or imininence of cumdernnation. Executed to be effective as of the date &st written. above. FMM NEMAMATER1 lEFAS MEa [+age i ucs :I .} .:clrG: Wr •i•' y •fi,: ' ••i:l.•3 yttr.•, . .iia 's'.,!'f lr:. a, aterl -wii rsr.' 't41. tt r.'• y.' 7,`:••"• •r;':• }:.• tti ' ;.. ::. y,�� ':•r•, r•1 " "•a_....t• ni3Yw_ "fi�•• ear 5421� teui e'v;1+ �?•. $.j••" .t..'. • f,. �i. h• • rt•,,rjlb"•' • 3••'1' . _ N s •{ •• * - > •, ii.a n '.'ji • ' t:tl,l�:p,:, :'j !r.• '•• «;1: '�'J••« ., rt:: y-• ' t.::i. ,'i', R.• ell is „i,. C'•'y : t.: .. r� •!O5 rY y : •i ; F ! . II iG • ^+�- 1 1 l.i I", i r• :• • ' r • ' �t, t.•S . Sr} e�,�,, ^. u:' �.1`,!1 •: 31 .. i5 't''t• '.tr 3 t ,1' +•'�•:t� '•r"t:;L .. _'R']' t •';. ;,�4' •� •5 �•+ j J. L' ]'_L. •tf J '_• " / ; �_i , t ir. •wx t• n 'i14'l: r'• ,. i• tvi tt y.jf°�•':w. h•4-i i r r.:J a••' ' .! ..., ' 'Lti ,,,+', t4 • S" • '17: L• •' 1'•;ij•i ., .tW L7di7•y�` at J• IT.J.. .j •• i 1 I � •A .IT •�. •,'' .-- •• .• .T l.:4.:di'• ! t '}.s t'i,.l' h..p, «.tt :.. «. g«` :,., `:f t F• a._F-. y...},: ,Ty � y:' y' •:.r,v:: t • s - !�' �.' �«; rl, :. a- I a : f, iG .sl• &, .i -.L•''4 ' t. •= _ •t . •i':: •P,.s G•r''1 ��:y�ty;:Stt, J, +•t!'• i14' q•ihlt :" ,7 •"r• +":�.! w•..��+._'w IT , :�:;•h�•y :r:t4't j•I: L,;4 L,-. e- x�!:1 yr L,rp,i;` ,. Jr.a ,t, ' t'. >•�4 :t •x :„ .r i r • •r i" }:.k:� ,1�:: •f;.it: v: ry '!: `'"! (1 '{ 1 :if•L-s pa ^yrt; s.y• .,ae. t q"rJ'LC ria •; 9i J i a•.i+•, " ; �ti. .r :1 R .} _" yry i•. y • r a'v3�, rq wi ; r i . ; fir,' tr - wL ' t�tr... 't RIf ur. , ..�. E` ,r ,, : �',Y; •, st-t'!',:T. �i•rn•..;j.t.»• ,. ,'+ •y' - 5t ..; .. ,e'lrti• ••1• s:•, . t .p ..d . • 1 r . �y .}, «Y.. I, j ,, ' i }1 µr «F - 1 . • w:., I • _ ti 1;tY +,;j .: •+ ia• I-'- il7 . .. :aF«1.1C. pp l •1•rt. 'Y.•.: }�y�} Svc" W .!. .•'f'ar a .• • t ..t °ai''"• t:l«•, 't• '+r:. !^'i'!1' i stly ,;,iiry, .z :. 1:is''^i�I�y- : �' '" �'• 5 V. rrli :• ", .: _ .•. l'.t � s• �, r` r ' }•.1 -, •tl 4' ."_r}'i 1",}�'•w. .. •i!.�y i --,", :,- •"..' f7!„'��Pij$ •�, IC •"i':'s�+.Wi-r.•rb. t S.•��»y, • ./ •y.a �•'Fr is •'I i ,, ,, •�., , !''t i:. :4'i9''••ij �t 2L.�3S". ''1 ra •�^.•.2••' wry . j pt:' •. • �ti: •,1• .. y, •4. sr.iR:f ..1. ,. a ..N! - �.;. •.1 •l: . . . + ° J• •hr a' J +e'•. '�'• � •^ 1 .r':C fJLi •.7ti •t•• � }.f i •• :r�. . "F� �,:��r..?.r. t' 1". 't _ 1: : r Ji� tt ... •� .} .,1 , •.'.Si':r.:! r. • • 7!': {6CJ. �ii L t ' .�''•' r• • .J . 'ti a . 1, •: :3�• L N7�. •. •,.1 : iG�':. ! ,.. .1 ,.Y'.7 r •♦ �• •'I • •• J" 'N• •.t ." �'" Y.•_4••'i.«;, ,s .f •1'. •� !• I . 'Thr rl•• • .•d}t .r . i-.* I+J,. { "' %•'.; i", • ` ': a' �."r ;;e' •'?` J. "�?f� r •� e''G:' ems'• i�' f. i,.=i , (t• r i!,2 ._�'� b}r. Y•ti r•• _ "' y • ;Y • ;' 1 ' j ]'L• }"''•' e,d �.'�'� •' r i'.r I.um• y.. i i'iy .,t w 1 „�,t� �: - 11rt •i.. "•:''. G._ •. r u.. •+. J.e .�y.d..,. '1��' ., w• ' wsl'L•a':�� �.:nt: , i s,.t�'•�"Mi•n•' rm;.•.. ,n, .�a . i •f.• .r;»{ .'. q .i«a;{.•Y .•+ a�:". tr y.Mj•1 . I : !!'(ill.." �,«-. •$ '•jr,. r,. i v'• l ir+l.."f: .•1». '�.1."'•u L• • .}..1•r.,it::1:,...:Fit.ra.ti...lk'hl••al,ai_`.ia'�:ri'i'i.«. F't" moils r•I,. 'ins �, r.i••3qq ''F.yt' •!• t.P'°�:rl'' IC�•'1C 1.•. l, r •.. 1. jl a.:J. s •?tt..L.. , d� .J r, • ! :' • l.Y. •b tr' • '1Rd i.:! ' l' I'�1 I�II{,yt,yt el:, ..� F , psi L' t 1• t Sl }�yi r. Irq•..ty +' �il'tf l•li'[tr . Ji., rli ,� .l gly, •'' : e« •C ' }� ••!" « t'i } �•ar,'d ''] rf.. • t ! •..1;' :lJ :' ti3' $ t tt 9'r, i� • km .' ' 'Ci " ",3 f :.. s L' '�:. i', ,.F4r .. ey.�r l.•: rg d'i'4 •.•�• r «r' ryA•! •Si 'L•NR-J t it ji- :S. i !+ "4 • !" _ r' '�' .71 •; i.p ! 't•• r, 5 .+f r9y . `i'.:.. IL .r• •r r• 'h!••' �y1. •ra ;7 ' i a : , a "+.; •• ••. r , a:•. 1: . 'i! C' ti ."': ,.1L. {•'4 ' J' 44r , �.•w " 9 rt. fi b w art • ' L' Y ' - : i' .{t ,, Ir''i•1; :�� t.' •yw ar:i is r:.i.! I..�,,I. ds•-,M !.• ••1::= r .� 1_ I:.]•L F r7•i yj• •� Lt - ��'� i t`) {yltr'� 1 r'�.'!•"•'Nwt-:htl'y . i�•' v3. •'�' 1 ! . •::t. "1:,, .,:• "..: li.'+,�'I ;3i :•'.31.�.'.i, --1:•�,. lti.; ,j• Al • "jr t .t •8.! :LC` ,r. �'-J:, �_.,'eL,':'+'!h �.•s..'' ' ,,•ait-r•i-:.J-..,., •yi•.,• f s]:•{:'"YCY F'v t 3' r r�•deli. 3 '%'•.'CT r ai ]...,L r• "1 _: I t.. L, ,i_..: •»L-,. a .r ..r. :'w° Al :t�•r's� t �' 3•« t d. Uii+ v t .. r�...'.�ti• •! :.ti". 1 •r t r 1 _ iL�j• 1�'i 3. f.• .S.i ds'. ;j' 'P t•L�1•^s.�a-...zS:i']L'#�S.ij��� r'[dt•i«t::ir£C fw r, y-ri •J» J y, C�•r ,L a i7•«e i •••{''', y"sue iei't.'.• { ir;• dI;;".:..•_rjy ": �;i '+y, «.3 :1; w'•nt•�r::}T!'r�n`�;r -7'• a43`'NalilrLll+!T''•Y.,b_i Sjr".'L��hwt z K; Sap;i R'r .»it i-i`if`!�,e• '1@:.w /d•.i.FH' w•.L' , w i••.I iwJ• '!ar f�.r.l✓ .s m.Mill7t6,�.�tnP'_«l,,'�.is1]+I.t'}1�:,}i.y'�ttlim••)�:^°LCr:+j�:F,{;i"�f,P•�'' t 'Ijrr •dLadv;•"�Sj;iCl:�i, T•°t.•4s �'t',L'i'j•Lis4t,•Jf;•r "• i.u.....-,' 2;.ia''LS«t,�•i: J:.rr, t 'S G . q•J': n :il I .tl 1.• t . ttsil. •'"ft�+1'r •n .iq ' .F� v r't . m::i: tl, at i ,r'itirr „u •i "•.y F �,•gt'•n �? !«•S.i••L•iwitatr f tay 4 a. • ' ' tL .::12't i i•• '� :. z C•i : r '.ir t L=t ia••iL�i i ij; ,'•: rrr�l!srtL. :67t y4G,tt�� j i� t1 g y w 7�q i.. •!� •t:. 'F' rr� r ;•-''yi L' de:. •h iC•!•w�: .iitF:'pf s4-�;f�'eL.j �r ,! !•••l li•�Ni b_ ,r1" 55 P�I.i •E� 3'tl�d9��ut�:t's l�. �.k•r�..q•1=�i iF' a«+'y +•1'-rt. r. :r t rr, yr i 1 iC , „ a. tta, R r^,i 3;' r, .,: ""•' I" !• ii i; •Lrj„' !C' C•:•tE«i'.rnlrlkw j ! •, ,• ], 3 1 _ ']•tilt"•' t •'trr i•'r_r tr.tt�Sr. ,t 1 �r t . t t � 1 ;r r r ti•}.3n. �i !;. !r!'�•21� " 4 n.•S61L' 2 i A3 4 'i� j L 31 L• � .Ts��. I F. , stF r t r j' -j'-32 .� L� �'rL. �'• •i tt•. ^'- d Ti ;liL'+• r, G 6•r:rl' iaF' rhdi rryyybr. i7'"]iti"' a«:stil•P��«r••o^3•Yit�I 7 y of Ij;< alf f jS'• ;! 3 F ti".i d rtFe •1 11.37•C • r -n•xl ' • r a:. ,�••t p dh {�tr �uCL,t„'i�; Ir4i.i ' •']i ! ]" '+' -L1, 4 F' = :'i ••• 1 x' a j. �''� r r'ir.i il• i r.-a• • •:.; G ••-,, fiRt :. t: •YI' •cfi •,a i a .-'.:.. •d•ati': r �', s. ••{. -,,:• L,; .a. ir.-r , 'dr» .^!.•L : �ya:. l y i z, n:. �• s ,C••!:. yF� JIHJ1_'Si Ol+-,� �•. jbR rd �_',� ' l q 3iLL t ::r+•r• 1•': •�e�LI Italp-i- :ty j' r ,,• l... sr-"r«.Sr.p'�r lrr, i,• 9 ••t•: :: !'il' .o �1''+t ._'! yx. 3@ 'r•. di tlt •3}:-7, .i7 r'•w� 1 +'ygy _I;Tw' a,� "n--W." I j s L'' ;: :a.I+.IN,Pi;:•. Ir. •1.3'1'�tY��5 t:�'3'�.'�'. 1!u�l�.r• +ij'�r�'.F41.. !_ay "y» !r: 1{ I'". t: i. •,(. !F r • '�iT r;4•., .rfe.. u,.r•3!. ri• 33,�• •l.: i r .. 1y�=••! Ir f� ' g'i3 11.3a� ryl•••' q ,t �r�f; r •F t"� �'; r 7 .y ,!«" _. . tr b` t "L+'•r .,l! �n�"1 2 n •' �+" "1^ •SIr' u r �24,11J1• I •Li rl.' i :ri rJ'li tl yttt lii +TGf{�, s�,3t-��t• Lig� ,t • • /,� r' d ••a t' ,' ..L" ., :. y , •ii¢ �3� •'b• •� _ !t•`J��r.:iy S...y r. 'y �: 4 y ji••nj.,n.r• ,t �•'rl w '•t': y };• ,j,''''r,:ell P t. '•1 •I•hy►.••j'.':J ww, 'f '• i y^ t h, r«.I :. ,€ilt ! i•'1,•f_'dull", ji +�+ 'i i. r•i i' Sy�, . ! 'nip., 2dr;L ' 4' t1!! •a '> i�^ 1 'd• w 1 ii,•1 !p "'•.aB. t rn••'."ry t t i%..+ t, �'!,,{eh.' a • • i 'IfL 7G :I' •f�i:- i, s)Cyj Sdt . 2 �.t}83aT ,.t r ftjr:.r��•::n • .., 2 a^ y, c, .li&lii: :I.ty i' ,i o!• •2, L L r t ,s Gz"l(Ed • : s �'� r`tJgt i' ..` . i :. • • .. q I r •'t°f kF rx .r. «FL r 'i: "1:.:�; ftiy r I a 3 P t]!'. �1 ?tr Citt 4 ti n•' • r iii i.IFpsStitt,+t,'tii.+a�ri.}:i.:u: C;.3 •. 1•JEt «i f�. rY., a.. �• tr {'4a r _ LL .i @ems} 1 t'- : •,s t.� r d:t:;- 'S?z' k+t s t+'.{°r's? :6.: a!s. iC': ,,�,� .. !.'r :I • r • �' j,+S•. q ,« �:'•! :•� g't�.':'. i ip,+Y7-s - 1r ] '§''.' s7J'1- • 2i ri. t: 7 i : { ahy' was ,.!.�•F. •di:'a �,' ,�F,C,-`•�i ia•• r r L: Pa.r lr•: �i'f, r.'��(r•'J r .e•&F• .�.-ria.-.Ff •3 •. •l: A • �'; - •fir s s g;. i' !^ 1 r s r r, '+e: _ dl;F: •!•. t ; 3 •r '�q r « r + 1.«•ry aC It i c. u t r' .i?F F^'+t"nG +R gnpl'r.i •ir::.jt s..Ll} p+_•:2«ni« .: •.rt•, - ,. r: l rt, r r • ,1 RI rin a. ,arl( { :+iJ i tJble:,'�! C' «a.]'f: ^ . Avg.'.."•.j tt?E r is • y..b..d•R . s.'',:J -5•'• • _ t r , -.:C! �" '�",t as .r wJta!•.'?+g••-I• 1 < _ ,�..;. • n•. t.. '!;. L L 1�,• i. .R• ';•ll,.Ir..�«r'�i iti....«'�l-'S,'..'L .'t�fnS..r 1.r 1 •• ��} •�•'•� i -•I ''! . i' .. r., ii.3. • JIf! C,7y, rl. '• '+f :1 :!. 1. till t rBM11 y,,dF9�r1 i .i_. y. rARM ' I •. i r7 •. - ' i ' • } f •�rr'G I s� • -,f-- .g :M_ _rr.ia� �J ' ] ..:�:'J: II- tr ,{..a'M Sd.r = �1!'• £':q{.: " 3• -r t ' ! •Tu: i,y� f. a: _ •�y..3r?•!`7:'•'!']•. d .li v�Lr sr, G a • •' L: iJi :'rl'a ri t.. _'• •i: r' ,�i lriLF..i: i. .it rr .t , . LM:. 1. h'h:lC' ' •�•''IS"i ^� T. t. �,:r '2 i:, q'It'! ''. ! nyrl, at 1 3 ' Lt pp i3 p �1 1 ] y ! ry{ -12t � : r a 3 re •' ! f t a `IM _ 5 !+r+ ht�!'yt ia, .t ..r y� '} :�i'f� ^r' .Z::ry . tt:'LT .'iir�{'� n ir..i . t.: �,i•�'Allr�`ir. •: JI„+YLr •',Y', .rit ,`,/'ti.. i.7.� .1.23'+S,'pibi,j! • t ti i.1' . .r,�•t L .� 'r! •+t..,;J,'j. tt' �. ] 1 :'L2,P1 tt«rd ay '- i t wJ.:. •.,ay77 ':Ir i. �"H,r, '' INFO aiu. •�'�,• ,� isr - . r'a•� a �,a'� - i• q...y " J; • •."y: •y. a e . , a 'rl+.t . a. J 'vr rf . R t !. ' r !!"• d: i • lt:.{�, i!. 1 7 -r. " 1 y . r •il:•4rrt, L .1 i •r"' yL�y....., a s+.z.• m' j isr r b' :.�E•. .fiin• t l J ... ! a .:: „«y P"ppi! »i + ,w . aJ'•= i'Hi.r'a, it a 3•[r- •! f't « = : t r r�• a h i i Ir.• ."'. G� I Ip«rw. ii. ir•'R, ,.li'•«.i L .f.La.}�• .ii • Fra..r ,7.�t]'. C:l l.i 't. �rrrililtr- •r it:.'1; L L'lr •�t'� h'a. a-s•:1 . i�,, } 1 ,Gr #. .{ i,,�.,ri, "!.. •. L' 1« «t. .: :t• :.L `. j•1 • ... as _ M. ! t y It « ,'I d',• [�i : t i' Y TJI: di: ][2 1 ,:St' � , . I - f.a � ;,� . F•• �� .,l Y�.. ',•L •r.r '!'r a ! g tl'.J• ,;!!` F� f r« i•1 %r•.r' :,• }.•.j• i!iii!••t�y'f'-r. 9••< "i.t* d. 7Pd t•.l•iFxl r, :r7r' i ,-I. 77: :.}• .i,, "S: A. �'"r }L"'J^':2 Lei=ir.e,•v iL•':a rI. '' d.' d+ :.t; ii rL111.•.: t , .. q i 3 44 • r •ate Q:a:tx L§i •{{ di "}'('. •.ar �j.L r i'•.L.:»,... r' : t „� .i •' i. h..r�r •j•{j iy ita. i. • w• ,,,���'tir r 'i.r:' it • : •. '• s 'tr. •C •y: i .a •I.' � t'' t: '! t• y l.!t. a' : i �• d • ^ i 1 L ffh� 7 t;'� !C:i! , •:: �:r. ;'•.. ; ,F J 3f• vy... ! .y« �..! M l �r : i. « y G+L4,r ,; t .! •F. ; �" ? ,,iy } -I- IX 1•1 s �L. 4 .r •". i 1•i i •!1 UR �t i. • y. «Ft t "a•'• ,. ' r'.3 «.' • redtir, �'•t A L.'ili .i L! 1•CS•!y� a i •'S':� lad-3C"•J' I : 3 t - L, •r. ,t • i• .. , i•a .wr ':t:: a:. , 9. • "! .L �; 11. 'm33 b t _ 6'.,, :',r • • _ :.r....^• •. •t :1: i:;t 'p}'•".t.•..u41 .•ly:...e_aJ LL t_•1 ;:i hj.. tl:. ,. i`+'•'3• jk.rry_r.::t,i •J..a l 1•ri '•r5�:'L' y ' : Li_•.• n.u-: r} .'d •:. ter'. �t r ^.l r'' L 1 11. rLI+,a•!.- .,,Fi({1•i, rl ! s: jF;y�.! l_ •l _ I••N"!, •J, l• y •!- 5•+'-F .r arf: lids. l• •iF«r y!'••'rr-!:•-.I.•dLj�.'.ri•q.�+.t' .i •:t r'i :1h, '3s..i'i._a y. usL•.yd. 1 :»�5 ra."��. .r F' •�' 3 ,i'•!I'r1 I t�. s.. ;I•t ; t dr:. ..,,«.' :! LI•''I • +1..: a ,. p•«.: .a �'. . Tj; .'tr •. ..-ar"'.•!.�„ 33. .l If -'far 'ii•:•' .i t:r�aii:d=«.Riy-T. L :. `j.:•il-3;', II r• 'r.r 1_, i•..'I`4,'.Gi!• ! a .. jf.. r '� �' �i, ':� '•.lkj:. a.;x, ri•4'i:t yr!'3:•• 1']d^.•+t. ty: i l+q w•l=aj •r Ld:'^ W: .y ;•t�tr•. � r7 t aS-r: t� !T; 'i .: a'. ' ••'« .•R• "'+. t S -.: ".:.•'FF :J+-'s•'i„ ^ .n _fit p.IF!•Lf_L , 11• 1. rlr'! !!; i'P R', "tit], t.Jj.;}'pdtrtiiF,.''�.. t "{iFFFt. I:u+La2Li.' ii •,• '9:. •,t•; ➢ � i :.:^:",:!.iw••' L ..r.. s.t' a�'.I;u,� •; 4., I s r. ;•.•bv3 21::!!: I t • u jlU.j I{ „..•i�ia•¢IG:�.i _ : iF;_ . •F�rr. it:.rY %+3. 7 r, t. 3�-"'•P> n [, b. 1• •1 y �s r. y J r ya. "• : t. • _ rt si •: L i . iJ.. '�! «,�i," •�.!- :'i,.. tm . a ! i'.. yr• rl• il;ii :r' C.! '4i,lrany 1-r el...f.J, ram • r •r �4l- 3'i� J` ; • }••" • :, • - t ,1•- r•-,'' t : a: i}a«F r' i'i:. rt. ij t .ti ..• LiLi` "atp'4 r y,i-ri:_s •'2 3 iti ' l'`'ar s L r: '' 1: : i-t:. •!;'ire i. : Qi r: «� ! '.!•_: F eu . . •C : ; t 1 r, tj K" •r".•. %�jS Jl�'�','• ,•tr d I d l'y 'EY • r tr• r: {�J-. j!�° t r I;r�fi8•. n ! B y"°i. L5 "11:i 4 d ..h s • r , r :t: •«'. ,:e• a •''�''a', •�•^��• i I«,; .:jI r••tu.t„ :.,i w. i4r Lrci•is�l;ea •�.fsf..L•, '3' x�l. � 1lL�i_tier a„%p r'. i �,,,s u..r mld'I r'j t.i .. J�]., i T }}..tr �dt t L'=1 r T. h�.« 2'r •'a' 9 "'•r ^tr r ryir; •a. �' a:: , dr .rj•-Ai -i •j% ..a'..L� 3 .. h _ L «H. n I• . tY 1 .'i'' Ri•' 7 ra .�. .,..,. .•i. 9,,.s ." id«" it 'i W f iri+c 7 •],t,rJt,; I •Lti. ..Il 3 6i:• �{' _ i -' 1= • :' : r •j['s, . u'� ia', 1 r f. ,': :i 2 'LL 2!t ,rt ;{t�t ,:.� • ij. a« 2 ?' r&L. tl•- h 1, 3 =t. .F'L'r3 «r "tq•J1 7J: a! L ,�,i . �• 9 ..zp..« ' i •q.i . a .t. .I• ...y:'i ry:.la.'! ,i!:I .,i'I. t••: i,t 3tti•C�tr 'j,�'.•..:, 7 i 77,, r ,] 1•. , !4'f' .L,Ys7'« ! �r gtyi' w,1 r .' 11:• Li i,,^ ��; a ...,'•rt .t•�.. , 1 ":' : e!";' �'a, `''.t':�C • 1 u.. T ,, t [ .'.t� t`• �! ''� k.11 3•it.i•-[-y,,�i_tF arG.��y:=rr,,F t •ji 1 ultri' fy 4•I i,;j'I•J•rar'xP7r "t. i i iy�.t . t yt7!•f: : AAAA %'- ! � » . 51' Mjl l III « I t' • i 1`t]'/ 2: 4 qq �.1 a . :•., ", U r_ C' t: t -Y. J 'iLf t .' • .IJIi�� r • i.'• I' j. • how d}iCZ.: r r =ro I ! •:i t t t a'r{{tt•• y, r rr . C r.t� f. 3 3•,.. . u Itwi ^r7 , t ri r L .f ' 't as 1. it.:,;rr. ! £. •.r , Iu.0 • s! t,. iT#r .le ; u i •! d.;tr d:nrll« . .� . { 4 ^�d� : urp.�t " 1 y e!. r _ _3 �x..t• s� :..t:i 's,..r.'h_ a v +t t, !'I "i •� ''+ xan 4 • "f':.3 3. x L';'« « ! ! '' 1t',�rti�-'�+:c=r, "•IJ S r.ir 7 Yr"• 1.. t �:],..� hi' 'tx� ..._.••_ •rg};��• tf,'„„ttG3: • s.. • t r,L . }}ii]]: d la' •-ti:l7;;: . 7:.., • , ri . «t i ..a }Irt�•b�: -,f: rC 1 R 'lli If ••r " g n"7': ' .! p : :: I r"•'], .:1. . i•:r . .1 •,! •�•1 ;r 4'�F il. t It 1 .'i.• t•1' i :T r : 4; ,: i:a r:.a'a ti ' L1 :•- ••af t ''I unra..I i � Y :t t^;E 't+«f ,li ai iL '{ r•LY I �i'tl t;�l; t��•i�r.: s• i • t �:; ps r �'.. f. L • 4h - : gat i - .4 .. 'a'h 1 r r ''r �1• i•..c d} wai: • 6, T1 ii (• r �:•t�!l:ly:il;i{,;::j•: �i•1!; r r .. 3.. r'' . J k rr. ,'(• rl r • b .3:1 n . .' 1.-.q 1 ]'' •• di.3 tatx:. 6 y:.-� .I. Py.: _ . '•�'•fFt •,q •ls �y g"^. r.} •2:, r.r • _ 1 +1Ii yal..}n.•x7j; • . s � i - ! :, « .r''rl � f:y!-1 r," ,��tC• L�l9I•iJ id� !x' t tt'].I;j " 'tu! i •'It t'! i•3• : °.. � "Iti• -` ''•' ''. ti ' '+ •'•� •+'a'e: .. 1� rs :7[ L•t ,,`'`•t'(, Jp •l 7rM1 s-71''i. ar 3f a f'. ,;.. �__,"��I t. s(; q•;.^.. Inr.. , .z;• •i G,' M•u..a rc, - .dam s ,t ...r, ti 11: ..'"sl.:pr• �=' tH ,�Wt •u.l :aar'J-i'3 f]'• s ,fT.r t'+Ij... iy� t L«• �',�, .:... •d L' r wl;. p:.:a..., •.� •.. ,}y ,hf. ;h:» w •Li_L•" w'i�,jfy. -!!ui , ' 4 !d•i"�..: N 9 rt« �L J r.•Srld•twr._.,t,," "n •Ia:r t G: 3• '=;;i% _ .1•'I,:, ' 1.'yJ_. Gat - t' a• : •1'.-s it r ', t a : }sr•k d ! .17V y y. .F,,,.. I'•.• - y.y `'+j•' •'•;�i,:•1" r.�.^.,y. :!y :,� • w'• •! ir3•i• , ai:nw,vCpr ,+fgi•FI. Si L'f,:'I•':•" �'1• 3 .t '•L�3 :f:�'.�'F9r.h•pr r:pr,gar• tr d;, ir..r�•1g-.tFt Y;'.• •.•r,salj!r'.J•:. • r'•Jt• r'.,r. i!:: •3 I•+i'' x.i .'iMJC•:' .•, «Jth dayC !}j {k;t .;,.;tit,+ .a; ,ty 4, . ..y: !L• r'{, j J t t .L+.Ir.II •I I• I: , it !}�,j I' j itt�: I :, {.!.1r " a r ' •�+. t�'r .i's'� t i•PJi .32 p t,t « • t:('I i' . I «.�1 t''.al«t,q( +!I .tl.iH't.t .il' '3.JI. ari F. .lr :'�: ,I.ItL• .2'r ,. I. t r� .. . w : . t. • • • . 3. -'!: Jinr- •j?: �L:t'",.:.i,;�}',}!r ..t! y;j: :a�t.,'i:•l: to 1'S•;ljl!'.w. Jaa';:.irJJCh• «afy-s...:t G;'3 i-4• t+rl..r,:r: ,a:.]ly'!_{� tl•.� .''3}'}/d' s'�.ri..w• t rh,•a .uf'''i..- « :�• .. .R�Ca.«.{ t, rltly�l «i, Ci;+•"•.xti• a�' :x.i 'ti «l�'1=:�4 ja:i «i+.ir i+lt � •a 8•rh�idi„j!i'; t.tt�. .gaii"..�la(jg`UiI�J:E:yGt''.. �v°_....t, i.,ii ,.q-., ! :s "1' • •rk ^r. 1, �'I i•:l {, t :« -..r• ,E "•I r••'� F••.'1 IS .��I: :..: :.1�� •: , •" "' 1'tty.!i„ �`<' .';..1 ,y t� ^.!J a� •,, :i' "� 1�p. I h I tl•:1 "r' L,,. f 1 F sC; 7�3•r ri! •!'r.« : d ,!•'�i �trr uL• " e 1 :. . u•6 .i t:rr.:t+. ; R :..aiilrJi :•+r.q ry .i `��''t3'f•;.!" 1', 7li.• . r tr i7• !: •,w• n. : ]n •�t •! ,3 , G.11 •..rryt�,a,J l.h 1.. L.• f.�`I •r •, fl. • ... •'�i t asil• it rt • :rl"'F+i' "m!' _ L' yi• t.{•..t 'k i+'�#•t' ". }},, ti, &••. J.1 •'J:.. . y q' � ! to 'J'..' t •, 7. l . ..: t •.ill. ' ..t t:. � : 7 ..r . J•. Fa -tr y _5� 1!•. I: !s •T kx: E •t't•Sh • v'i�i r a•. s;�. � Fr s.�' 3 .+417r 'r't 'F'• i f• �,' r. "' . l r . s • aa•• d.. .:. t; � • �i �• r a !� � w l y. r.;,• t 't�� �'�Ly � .Ir t!� • � i : u �.j�a' ••t : •• 1 a; 1'rs'•.; �i q ri • t'�i' ;i {"+-.r' , •' • { r :rl ^:'wti t•�..,i - .i a�:i., .t jti«•.r w,td.� s�'•:a�: t!i B=1• !r �'~.1: :,«:,!![v_ rl_.i%•so• it«i 'I.Y% .r �rr.l'•it. ,m, i•$i.: •`nr. iw.-, f«1r.,1F 11..: .r�;.'• r.:!•: ! . ACKNOWLEDQENIBNT STATE OF a-V- § COUNTY OF _-BEFORE ME, the undersigned authority, a Notary Public in and for the S of on lhls day personally appeared ��1GW'+� A . authorizedrepramutiveof Chapel Creek Limited Partnership, a Texas limited partnership, known to me to be the person whose name is subsea' bed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein, tt , fl� 2&oN NntaN Pu� Notary Public in and for the State of My C5 �g e%7exas • � 2._.. o�missionExpires: 7 HPTER RECORDING RETURN TO: Mr. Jiumy Smith Transystems 500 W. Ith St -:Suite 1100 Fort Worth, Texas 761.02-4700 PF3MANENT A'A'rR UNE EA53MENT .iQCiCM1tb�ljVi:BD'GEMENT sefabJ� fJfE,.'it�e t��dard'��tl �U't�"oi5t�;.a A�otiiu�r. �'dlili� itl� and f�i�ie skate df :orb •ihls ad�y 3persopaliy ar��f Wow. V, me °fq 4q ltfg sai�ra pers4�-�d�b'�e tiarne•.1§•�sdbsdiibecl tgje,�r,��alh@. in�tdi[n��,; $i�� :�Ar�'pwle�d9scl :Fo,•'nd.�e t�df , . �hg san're:'wa5�lie: a@t foR afit� iie'IrF,� axeGstter�'the �a S. pufpos�ark :aonsicl'eri iri�cessd2l andifi��tfe ca¢�ctereira:sfai��i. �i�1�t�a�tp.sE�t..�a�•i���tf�,s . _.. �a�� - 446�``iO�i1LED�EMENT' - WTAM WV0194 t ;PEPORE Mai•ihe' �tmde[sa�a ' a rpr• jt,,=a '�9o#at ;P.atiilc� fn arN.`far the $t %.'6f aka on �tiiada pespllPpeatec�eiaYst(c2 t�os#xksslstaCr!dlaFiasgei :o Cijr�f Fs�tk ��rffi,.,'{�ow�j tatt��°to fses`tLte:sat�i'i±�par�oFl ufio�ir��e is supsc.�i�tl #��ttte fi�rego�r�g:irf�rutr�eu�#;r iickntileii9e4.6e rtaeatifie ugas: ih�: af°tlfie > .Q fn�f-V�laitti'.he7s�� ea eoCitsci Ete �airia.as3ffae,acttof $ae oftyflf fff& t W—oifttt`foe e ' 'diodes.aril-ddogfden It' prj $XPr?aS�t�.;�nd��'tz?� eaRacif<y.itheYeio�t�l�i;. Gi1lFL�! SAID �':fiQS' i l [7 XKQ U Al 4W'OFME Wis AlInLtay or d ary Pdb�c�inetFui die SSa� or Texas EvomnuANM 1 � Mvco�a to egis . , • , .. •. . ':: •. -,. ... ' ' ' , • « ,:i is � .. .' '- • :•� •. ' � 'e t Vestside fll & [V and Propnsed.SAriiiarj j Sewer Line to serve the WestAde'Water Treat ment.Plattt` ' -V fater•Prejea.No.:.P264-5312001801tita'045B8'[ Pe • :• :; .. -Old'Weatherford Road N.:Holtimok'Surve :Airs ct• No :, =t - - ;•'; 4 _.. '.ai.•`y .:. r'•iZr f�; 'Ot - '}:! :•s .^i .i•- „I r't; :•tr_a}'•: :'.t :,i'•i•:: :.;, '.I•: - ?:}'i' -t.l: _I•, .- .. ', «. i :. ' ..•. 1...• . . _:Y. «l�•.t.. '. t : L 1 •, •-:t • f, .t t :. ' •:.: . Beiag z 40.0'•pc�anent " water l mi-ceaseuicnt _sfbia idan:they*if6lbro6k-giinW,,,Abstract No 64T C"! t�f, : 'Tar�nt=Co arty , Teiias,• Aart�Vouth, saiil4QA'iemoanent..wetet Jive easetnent':beiag aut•oFar�mainderof:e' - :, i' S78iBi.eere'tract.of land (liy'�4eed�y.lieiog flu`}her idescn'bed •e Timt IIIQ,:deeded to Chapel rC mek Lftgid;: . ;::' t• : •i• = i _'3'artneis5ip ss reoorded:in oli ne�> 1•U29, P ` .1t159 of :ttie Deed Rm;; ils of Tauaut..L', " Texas, 40,0'geamanen..wateElina:easai�ientbenng:tnorearticarly desculied:bymeEesarrd:bn oilaws:"°pi ::' _ - •,:-• ;;;r..;_• •i. •i.- '.._g:,,;:y r ::: „ i:•' •`i' ,?rai ••'t.iat}•t' . ?�° ` ,;°•; •'axt�aiC014N' caIlN1iag smpped'` iloiSaveyA Inc..mdfor an dr eft i•i : ` . • :, eastYime ufa.S67�33:acre' rac# a#land. y daed� •deedefltn.SOA:Sorie7.iaihed lsarinesship; of aT'. , 1: as�eoordedia•CountyClbiLNVile;lw7o<D2043415.15df sidtl3eeiiRecmdi.6marant'CounryTerxes,.said112':}''' `inoh•rraaznd with cap stamped `.�at�ri §ur.Aying; ink "'•beiagiii thewesf.tiae iif g 20�88 acre•tract .;,. . :' : ::_'; i . ' i ,''(by dec�,•hesngfiaiber descsi`bCd.as TxaaEii ,deeiied tv PW �7ista V�ast'i;:I l': as reCaraeii ia'County 4 . •� •361.:QC��s�iidl+To.D2060357S4.af:�aid�7eei]Ztecords'ofTaaadiCounty,-Texas,-MMME'5duthQO :: t . ' ,:. minutes ].}�sCcontis:Esat; withihe east ]iue;o� said.��67� ac�e•trae� of iaad:anidtheivest Sine o�saidTr'aCt:`i. �, ; • :.:,� °`;,': distance.of.1.1:18feot:to-the3POIN��91rtMEQIPiiNibTC}ailheher iiescil'�cci�}O:ti':Permanettt'avafec:= ; .liiu also`be easanoe�, saidppmt bomgtl a nriithwesticorne>;oCsesd Tr'not A, saidpoint i ig•1n the West'line " ,J..�HCt 1' .". .:'. �ti :..i •:i •S..' . t. '4S _ .�.., SLS: . _ said t '[t. r ::,••: •'; •• s:•.. ,••: ; ., :. • r� ` �•C.. ',:.,:. c •t• «•t. '.i:L ,t,.1 ..... .. !'ii' t:i:::' .;ry •. �.:��+'ti .,,�.. ,. -'lift.,.: • i • , „ 4 . �:i • ;t«�t:^ i. ':'I:.. i' 1 } ii: :,:;- ' i ;:; • }'" : • N.GiE . 'North'$9 degtee� ` tes.51 seeorids�East, ivitbithe-soiith•line vF,s�id'T'z�aciTK;�sdi.9tanc's'a� � :' : � . , : ,•f ,: ; .:. : !•: �4Q:00 �eetko.apoi>oltfor• aomec; °: • ti; .; -•_ _ _ , . •;• � .:,Gay;= : __: - ' FY='ar.. _.; t�_ •s: '•}' a ' •j.: :',: ' 'd•i a•�.:. . i .d . x:i:}-: :.'- ::,• ONCE SouiiiDO legrCos: S mimibes 19 sectiiiuls:East,:distanceof390.41feet •to-apdiiifiai�mrne� `� ''-' '•+`: =' :the turd `iae;cf-i3'2r%T acre:laacE;a laxi►i (by dseil);:bringfurdw le'scritbed:as'daceIV . '._ . ; ••• Yz :::; • • .. ; :: , :.: , :eat II,:I,,�, .es:repnr�ed as •Co�mty.:Cled�sFile No.:�21?603575#•af-said.`:�` dr,,e+eded}to k�AV'Vsfa +• `•17CCaRCCDC SOi�' CCAln a.�exim; : it:+i": ?i:: J ''' 'i::r;au• .?•;"=:.i._•' _.t .•.: ,..; '%'r ' :t: .� ^ is=::: �L �. �:r.=i�r.•t:: i`I': i .. e.t•.; e. !, ..... i .-.:_ i,. :,,; :.:,• :.. �:,!�t ••.: :::u'!:�4' :'ii ir... i'� .i' is � .. f r • .: : Ti31 C-1 ' :Smith,29 .degrees 44 i>3inutes:26.seconds est, witTr �e nark line of said "f ract 1V, : a distaane' ; ;-` - •. ' :_ ..::t . , ....; - -:4 . • " 40.00 iert'to ;a ipajmt'foic#[ie •north • •esE comer:oi said Traot.T•iT.; said poiirt i�i:iag is tbe.m •• •t - lma of, saidli i! ot,iTIA;"said'Floult also'`ti ng.inthe east;Um'of cdid:561653.acre.tractped of land ;'s:�•:: : _.. « dne demedte thee o�i 'naiii3acenez a34:60ac at:oincl (b G1tY "''' ' •, ' _ Wartli es I}BCotdcd:iII Cnvnty'.Cleri;'iMlr,146. D2062.74011.Of said Deed R=rds :of Tariaat s : iCmmty,TomasBears 5aufb DO=degreeslSminutes 19-secoadsEast,°a.distanceof2.13.81'.fcx e9t, ,A TI LE • Idort>t 0U degrees 15'minntes 19 seaendg 1 f11 the west line of said Tract ILA and *1ththe ` •• ;:: -,•; , .' :: =:::� � - � •:.. •� :'•�::.' ' east'Ime •n£'said S6?553';acrh tract of land; a-disti3rice 'df 390�41•,•d'eet •60 'the P.OiIiT OF• ! `' t `•: '. BIiGIl�TNIIVCS:ffnd' coatalnIng=15,61b $giiare ieet i 0 3i4 acres oflattd, more cr less.:• : ::t ="' u ,, .! . . I'• :', ' •.e: .. } I S•�.« _lei r'n. :ri !^r :'t '.t::^: :.i •, r• , i _ .. : : I: . t4: 'r s: :i ^' i - h: °e: i.. -�_:.; :Iix.....'• _ r't to �' •::} . - - •t.� :. �• . « t• : ,.. is '. ': ..: ,..' ,. .. r :.Page I. bf 2 I -. •�,... .• a. YVestside III & W and •Proposed SanitaW SewerUpito serve, !'i 24C Weshdae Water-Tresiment.Plant:...:%:a : t _� ; ; ; .i x i i : _r' KA Water Prood'No.: PrA i531200 66154004S631Pamid NOW 'i•: : t..l:"•'' '• la .r• .3 , .,i .� :•:,:,.ri ,•• •°`:- j' .':• °'•"ii "'•:',!'i i.: .:t 'r id •��8`�i� �ori� Read •s.• _` ° i:, : _ i -� s i f:: .: .. i l •it.'•C...i.• �; i�F. t!ol6roiak'Survej. At isti'act i�o. 64 ` ` G ` '' i` ' '... �.a.t•t ii.+: -.::. •: ? v-,;. • : � .isi: - . . t ' •i .e °�'i•'�.. ti : !•:i•i: �~ 2«' � +7it E't.L • ' - - " -' � .•n t^ ."f::"�'•i ti '..• sty .,: s;r .«.t.•i _ r �i i.i `••,"i . • '.:.a _ 'r's it, 4 AlfbdnbarebseanteNQ�C•'••:rd•i•nate•:.:' c•:::: }:n.2 . •.. •:"' •:::• i System,:iNALf-83; lVorfb CentraL'Zane;' 2 uUbing 'a TxDOT£SUi1'Obe:FaafaF'af .1:0009554,132. V �:[s.prEi�scL1 Ai] bearings and • :.•' i , i.:'""E: 1 . i t , _ :...5 :i 7'.j::: < 1.x.., C...1 i.: t . i ; :.�� rW5t�r10E5-aC� 8L]rfOera •:::'L : 1 i a« • { . " C'_ • L ::. • i.:: ,.' : i " «. - ,,. :.s;: :. _.. .s ••i.,:t: ,i N�a.. t.G,r .... •Li: •^,{: , . .«.,i s.. .. j.-fil •:E:, .E;i.. i.}:y• '•t.is �i:''• si' i; ' • r. ,� "•? • i :" ir' • .•'ii;' .t ;'i i : :!i. ,:is,i •»:'�c . .. •'•i ^� r •ttlr.:J, " •i �; iG.tlr::'.:.r'£-•�i • ' i£• :" :•t'i •- -- •. M::. « '•I 6 �:;Ll,if'.`_..:• I WQ • - s.� f :•I i '..i.. . •i• • 1: t :tr..-•l. • - ..lii• ".L.1 • .;.,: • .: ,� • :: I...: a .�", :+' "t �..1 :. 'G ;: 1: _ :':ice::! is i• i:i': ii . L i . :.:;:�. ;'c '..i�'S:•kf.•>..i ! ai a Y^ . " s • :Gii' . .,r : •:'iiii:i{s:^ !i' :� ;° • ii • :.t ' r: ' s. •. :: : • " . • •'.• • .:..: a « s' .....:. , .. ,, • Er:.: • •... •• , . you r: v ? LL.• .. ii t .. ,...'r' tFas ' : f. •a7i� • .: • :. -.. :.• i.s •. •: • a ,° •�: i., «. l• "= E•...sE ' . a,,l, t : •�lt. • t .: «•ii: .. ' i;,�.i;� !{+o •=:::�i is..x ....... ',:..i •t i %'•': .1.F't�•'.r:•'T.i;. •: iE �,r:ti.1u .•iA =a `,37�.1:.ilia•:.Ei:' i.. �2'•. r �'a' • • Li: _..li •.i , 'C.i .: ...:.fEG1E;f;,t':lii yn »'.L;,R :.. •.•...:r•: £:: .:t .. '• .. .. , . • • «ss " •.:t •' 'rs%::'°'''^ . t . .•7:: : E'i • !.: ••:•.i."8: »f • : ^ isf 1 :E;,! • , i • ••�•i: '.,,a: £,ij•: Fi' �:''�•'' It .3. £-" %'ti•at.i. ..i. _ .. ..i: _ r::•F' •'u;y;s',!si• ij;i'rs.:i' ••:'s. y, . • s:';- �,:''£ ^ i _:.Gij,::,;, r az: _'t ..f ; • tt. • - ' i« •.t +-s•:61i.ii: ::.F::¢ :;.�: �� >..� : r .•4':. "t•:: •� �'' : L; � �:. 'ii^:''�i.:' •t:i - - • .� ::.. -. ^ • •. `;•i• � :.l;,,ii.•a sarii�"; i• •^ %ri.. ;' _ •{i:, : ' '"- ia'� �"_ :'.1i1? %li•".r,? ;:�.�::3�• i;::.«. ^ ; •L•+iY.2. in ' - ,.i: ,•::: !:s f..aa •! i ::'.i i•-a: •''r^�-��.; »l• +.,: .-as.^.r .. .LE•;i.-i:: .. r: E'..:.£'•':••.:t. r..�'t :: ••_ • I; y ,I: •^ •.a s£�.:i:: 'i.Ei =• ,1 . .:t'% .. - ..:. I ,• :e:'i is ,.;li t.f :: : ij.;f ;_. silly • ' :••' :. ^'ii_ := o 's::..r.ri' u MOM -'•:'i's: l::'i nif i rl»?:• ! .er:'. • 1� '�:'','i' ii: s+'+ 1. L: £; s,, z'•,',!ai.• i ..... " . _. '' •° i :t •':'. .•. ,. ..•i s•»y sty ..i•' "�2�E"• s+;+£.i':i:7;:L!!£ a•;r.. :I'• .. ^_; _.1 . 1:•:r:= r� ::•ay.isL .iL••., f r ;.: _ ., -L, •.anga:.r: GS! _ tt.i ='. �tr .'•i • •E li is £i :e'c1 i.••••.•e 'e ::r.Bs : :. a•.•.f r' " i:'• z • •::r ? r:; i i ,E•: • 4•: ;.%=1, i ;•• .. }+i t :. i .•I..::y7. • s. i _ �':•...._,: !' PUMP •r ..•A"PT,, .i.^. :: f. r':. i,lFb.:' ;�;is •.tii.•.�'_ ;.;a.£».; {-'-a: i::; P U .. •s..: :::t � .E'•;: i • i ' ?.eii• i:Wt s ._ES u:�ir:..:i £ « • ^ si- . t si i : -. tia.r.. ••r.i "`3 �i i s E.x,::: ° _ £ . .,.sitit :(: % ...x ' .: t Ei •t• .i - i t r ...Y WPM.. i ::. s , ,C +.:,•,..: • . ii� .. ..E.:: ?.Ei•itij i. .. is •tiE. �.: ;i:.• i ii ...,. : i . r '• '. i.a t s r : •s• ^. ?F :..isi ,.' :i :;..:!;..''' ' f E i i ,,M. ' •'r.i .:.., : ;3•Ci,,E='FL •" «.a : t r. 't J £% r.. , U. " • i . a,..i . ;.. I .:: i';• .I:LiL: "' •Piir,:• fri i ,. 11£..:i a-. tsk:: . .•�dco. :;•� _ . ...,. a .:: i; ••, ..s :••C'iise :7:6ril+°. . ••�T,if.7t n': :,,; ','2.'«r;:". ;:_^ : , ,.. ',t r.. •.I;...ni e'%w'.;.:«;'u..; r .{:: _ .:li:ll £,;.� :�ilis Gz{i-s i •. _ :. i'.; ... +: ;s: •.. a: i' i L' '''•L'• :• .ri .Ei £•u is i«:.: A ... - . t : _ .. '7 • <e : i:s`:ys•fiv:- .:a t .; . :•P: •,L£' ' .«i•?:.... ''i• , r. « r a •.,ia.... i : { n l:: •.::' .. •!l.-.f ... • S•,•°i ii2:: •..l-ttal+.itl'i •, i 1i::.: i La; ;.: -' :a:•CL i• i r C''"'::'7'1: £ L ,�.L: Sy1 .U:aL'i;?:. r..ti I:t'•' :•.,':' :' v _ ..It : ai '}�' 'i�• i : i !MyL 1.• 'ts"M. .. •'li7.C' ti i.' 1: i tla• ^. _; �£: •3'i's' "' '.7 i•: '. t"i^: t• i:li • « i' ::,:.• .j^. :: •lt.'t i:G : :: .. ••':i : i'ra _ ..7.:.i Ei :•:; ,• J .. 1 ti..;•,.w• ." a.Ei� : ' ai•.:':: "t'.t ••'a•£?+'•. Via' •£.:.,:t t :s^3-WIT i .i { :'•.i: L• •.. is ..,E�2.in'a.�:^s' ..:.�I; _. ��� •.•. i' .:E 1. . £r ..a.i �s £: If i, yl,a;?i�i:G • v : !. _ aSis:.:i , i�.i.�.,,L _ :•!i :. i• • :3..;i x ' yr q •:. '{.:• ..; :. ,r ,^; '3� ,,»,:, , S 'a: :l :;: �t'•2 j.' -r' t.:':• _ «•!s_ •f^F:• .� i. •.,:w .t• r.12. , ., "i c £ L.it 7 Ii:i ,r _ :�.r _ i,:•....; ;• r: .. '.? ^ _ : s t r r •7•:._ . L,..:i • • i : r + , as 7 ..i:.� _ '::• ... ,.r .. _ . !•!r . . %s . . •'r' - , ' i . •. ',•Elji: {^-:.. r,"t::: .t : L'' ', : . `•I .. 't: •. fi ii.!• .'^:•i..i., •t'..i.,, •:{ .. .. ••• = .: : ; «, •: • r • 1! « .: t 1 t . ,.1 ._.{ i•r • s . - r . _ :•s« : AIM - r s .I :...:.::;,: •: sa::: .':.• :i.:.3sr::'.ii'�W::; ;�'•{.i •::�•.; r:ii!{.. ;::Ir'':ivA .La _ :r'-. ::• • ••• i: .. .. .:.. .. .. :..«.•:af _ .. a., _ «•Si+ ..1 •, .. �..L 'J.^ ^;,i �; '''_».t' aL. 'ai!': .'.11. •ES'i .' .. .. t• «. .. •.f:=•::-! f• :•.:.. :'. �':. ..-a.:.-': %..rl'S.�E:L '':a'j.::: •, •1.;.. i•:, .. .•t:ti.L.:i• t.4a»: :.. ,:, . .•t ;,1w" P.L. :.i' ::•r$ s.. •:i•i.".i S ,ut:'i_E _ ':i!'.:! •; ai•« s: •,; 'sy:, :. =sr:-•.lE'-•1 li:j:^. :1^: .; i.l is :..i .i.; _ �i_: a'ii it :E«•7: - "..! •Y t•,.!t... :7•.s•e•• - ter" .a ::issEEr '.i : 's... .•E iLa is e • •'s 'i.' . i �•?::^�' _F.'� ='t'" :� •t+•. i..^ Ei•• i " ; :la•t:.' .,,iL ; .j . »,F... ..tt ,;:.ip+'=='-i£;{',L.?%::- ••t:t' �:i•i ;sr:. �i c . a - : if:»� {iu=ft • • ti,:.s.l' ''E!•i.:i:i :=�-.i., - i, �...... . •.. , • ' % ":: •.:•:: ; :A, : .;,i,.• : r ,L _ ..!•;• 1 1:... ' t�iC•� ' i• ."1.i'=L: • _ '• £ : • • - .t .•. .3• , ..i. - ., •r..i .'.. •. L..:^;i t•+ +'1 t £•� + •. _ '' ":t •. .. LI • . .L' ..{� ,,1 ;' _ "'..1 :•. ' ' f� •: i'f' '':�J:li.:-:.! . •M4 r . •a^tl%L • + :•'i:: i.:;. : t•': :.,; li R •.'•'1'i f •. l.: •r:"' ••: .1:r••e: is •. I::a ry,.«: 'LLf;I. '£"G' i• :I,,; i i•. .. ','1't. .-.GL•1:i:iE'7 ": ^:1� .f -i.� .Ci2E:i•.E tL• _L,. ::t.7i.i.Y21: "•t 'i% :•11•.t ••.F:'.',.. S •Da.fi:: ;'.'..: i_ i:l:a• .. t+2 R'^.'..: :i a:::-' - !: is •. C:::.: �::. r ...5.. - i _ «•a.. ,:� •L•,i;� ! . ir y nt::: a ' :P«i : i.,.:� ? ' .e•...,:.2 » :^r:....s,•.i'.::;L :..:i i.'i^•%r^`_ ..a1 - s 1,1•. , d •A:.... . 1 I r«.. 7 :. : !•» ; 't•+%a ::3.:i�::.• fE %.i•: p f�t : "t ::. t:t• i:-I wIT ugh ,. « « ... - L- : .: . e.• - ::s ate^-i. •.. a•_a.:.i i ••Ir ' r li is «e _ _ i.i IE•s= _ s` ;.. «: !;•: _ •• .•.. •.: i.ii,!'a:.': i-: ••y . _ .. rase _ •:El: i:. ::i^. r .. : • » . „., • °••s : t• E%-• : , s'i i«.. .••t_i .I«G.. v 'ri:..... .: s : i s •E '...ii' t : :T .. _.: • .. ^,: ....rs - •..,:.: •_ . t.�f ,,i ;t::,i : .,�G E;�.Yi » i.i: .; a .t. ' ,• . .. ....'^ :::•: • L, i.•s-a r _•�., . ..:il:-�a'•` ' .i ' �'e •l:r.--a:%;!i : _: ... _ .. .. .:. •; :: :.• : ... ,a,: :::I .. ` 1. .... •: •. t:?. ^•wit'- . ' :LtL • .i'i i � ..f : � i .£ - ..1, . i.•'l+•:,Jwi:tl . tt• i.: ..:l:,ei ' »'1.:.:... �,'� ..L•: •:..-. :31 -. • .. • •••_ .- . . •. ..:.': L%i ,: , a " : :I•s ' ::% e • , 1 ;•: r .at - •. •:: i....,.Cy..iil... i ; ; :: ,,.. s, . •..,_ • :, , . , _ . ,:. : ; , A" a , •.:::. _�•'.;:: i " ' ' :•t.:ii: i.it, • :E.. i•ai• • a I. i.. . J . �_ ._�._.; • • •..:[) : i•• ' ,' i's`�" ?:sq. .. :, `e•: .'• " _ '' • . i !:a � .rt � % %'E • +1 3:..; : _ .i ii. •' "=•! Mrs . —a- .+';:: • :-;,'" :'',E.;.,^ .::• ;:,i:!?� ii', a ^ •,:•_' ' q i •• :•,•� uh-. ~�,:: •., • =i'. :': ..,:E., i• t ' i ri•r.e :• .,.. •i:,. •_i :'••n,:,:•::..L•.E:: •-:' ii:,j{7: • • .i _ ia_: ' :!•.i •: '': i:ir�s ' .1::.:l. .. • ::: • : .:: .1• : t : us ria : s s',: s•. •. f : -t .'r., : i :i•.i : ? C ti ...:i.`.i ' _ ...s:.e•.:.:: . ::^ a., :: ,.i .• ::^. .!•% v ' '�i.;t•C -.^ ..t••..aa...i.: s.i i'.i i t.::;•: .r' :i.r.3••• i•.'a .. _ :.!«. ... , . 'i .: s•r , • i _ ;:li•ip ."i:"�{ii.a+,!n : ' 1 :.'ssI i - •57 :.. ... .. ,. ..: !?:::. i.: 's .i/1 '�t:'• ::g :.iei .'i' •l , :Is rr; ..i� ''t:;••; _-• _ 's'l4::= •ri i a :,£a° +'.L. !» :•et'i%t .i :: • I LL "' _ _: • ,. • ;,IS^' » i ::t : ! .x.Li. • i i •. �'ti : i:.,:i. i • it •; i..l! ! .L •.i.:: •s, r=2I .. . .'i' s:3St.r•'�k•'i::.•l• "i ii• .' i:°:i••«.� '',,: ,. ': tL,L.. : r^ i _ .ii: •t:.y.f». _ .•+•- .. rG'' »r i�:ini.i'i ... a.,; .. L;.: i I •. .i:! I' :: I:' : i'^ •t s': :• t:.,! :'£ :• : 3 _ : ni { • a i : i :i.:In, it :. • 1:^ ' ..,.. t .::,:..; .. r : • _ _ - .L.?. •.. :: .. .. .. pate:•8eptemtier 3 �D08Si r i':. iM i:'.: 1: :•G '. ;�p;�t-}�ni f. ,.,:y� .t« ^,. ..:'I:'2 .. ::'7.. .. '•Yi:f Il+:y wY'•Y •:,i.i '..«- .t • •' ,ISY�. N„y,� 1�` •1 .. if, .. E '.i i..: i:i: ':i^��?•• : ^{i'•i:°saP'� T!.l�. ».j :E!: r '' - ':ai: la. •IJYa ,_'. « ;.i _ cif • i •- •:t .:i:sii. " • s::.^ i'r, :..; '.:' j . ^_ 1 • .�' J,. ; •,L .� s•7 .�>t.» i ,:' • .:.i - •. •;,"'I-i .���.�ryry•••'''��� s::;; Si'�'«!,a ; :° :an,.°" :.: aLYlsi .kr`"'- - '"i•:e£ .. - ..••:y•,^ ,.:::i » .1 •I :.!?. _i.: ::!•i i •• rtcx aixtir...%r•.i-?^%aos-1t'�::J' •:. ^• :i y;..: :si. ./ .i: ,f a ° . i .. a .rs �° -».'. »i "':Ei,t;. , •i :'ii•.� 74: ?"tn"' i''tisa�` • zr: , :i: r W. Tiuett �ltf fsoin - _ >!� Re' is�ereEiProfiosslotiaE`L'anci-Siirve r•''�t''' '�� .'CG'•.: i,!"•,y,}�aN�•,�.t'' ltf:-� .�_;= •. s%W. 5146 Ann %WPM or..ai :,,:..L»:.: -"' -`v�isyit;'+..:1. 1 •'6V t=ti.r: � _ �!' •.. £ t . i-; . .913 it :df : t�•:. : . t • '' �'i „5.1 i.l 'i Silt ,E... • �j �• i - 1 i.:. - ,. ,: .-r.a: _ r;r: i :: £• : •:. •i n.!". :.t •: 1: •i C., • 's• _ - : ny ;........... �`•: r. Page \./ N%W001 • 1tealmt • - ,« :L!..C3..Yl •ill _ i!� )! s•: t t t.. i ,' ::.. - . +'. - '� •a• i r �'I UNE TABLE £ =a• r: , r'i ' _ • • >'i . _ - I LNE, £ 0 _ i• is :.d., i t p.3 NUM ALL46JUENGS AR I U96 ON T9 • : 200 : , 1 DO H Q .. 200 i is i_ it745 CISQRWIOSE SYSic}Jt N74b-63t; ,.. � -a", = i • �•� • , "- • -i � �NORiH' CQifAAL'ZONE, UTit1ZSN0 -A - .. - - ' - t'101Cii'SURRVCE-CAG7aR -Ott'/A0012Mom . . 'RJR 1HIS'FRWmr. A L SWIMS AmSCALE IN FEET 58" •DISCANCES ARE SURFACE: ... . i r 1+1C1N[J( i. i . -? • `�l t : - :e I :'s " as �� - :: • r ` REMIJNDER.CFIA. 1'`. :rai,. :�a:.S£, :. DEED) B,i60 RCRES'(gtt :5AR-ADM I9Y'DE£D)1 "s , „,^ ~' r 'i �' ' , YtZtRDN MVFS1N91T COIWDRA7!QW 1.�• '. " "si :` 7ilAC1 X , . ;# VOWMEASM'PAREZ4H FWYISTA•WEST=U.= " , " •, ••'i :: • t. `• ` :is .., :DiiZY.C'C _ a.°_ r :.rL -• •C.CF.' :No. D206D3575� - -1 l,- _ -t ' -� r_' s :. s .^:• ... :- S - - • 's' • '.Iz. is": u n Q3Rfi.L',T. •� •+1 :1• . . •ei .e•.s"s„ - �":�.._�.i ..i : gip, .•L'r f::' .. - 't" �kD7Jlltt'WIMP t' I. .. t•• ��• �./•--•� �Y�• �i: i-ss_ •I, ,j ;. - ~'',, i ` rr: • s.a. :STAidPED"F]71ToN £ 't . r•.'a l U _K . :. £•:ai..' i.:£t'v SURYaYING :INC X. : ?I kf ° i, = r£?,=: ' : ! A,. 1..1: .N - ' 1 ».:. •:£ ' f m • `t.e • : i x: ; 20.26f1 ACRES REED):=i . : : r•i ':. ••:-Or PIPWNE'AAD ACCESS i?ASEMM Tii T• •• _ .. , „Li= . :: i '7Rrvc.T IX .,. js;jd.'i , VrmON fwalmbiEH15'CDRPORA7IQN.:81C ' .. 1 I b e FLY VGTA -WEST It, A4?P•t: _ t •s£'• ' ..1 '•C.C.f •No.-0ana_maasg ., i,£xr�' •'• '`•?:_-' : C a :E'is•s�• • ` '•• •sI • .? • D:R.7.C£T n.,si ,• : '�• Nd •D?A00..576b?s a�;.' •E ::r. ' I1. •: a.:. '""' — •r:-' •`'i.. ' '1'i' N =' • j.•,3i•: s9•n :D.R..i :^:E e r 2D•d` MINE' NE' EASE6IEN£ No. i=' !'• ?.tli: , : • . i ::' :iI ..5.. - t' i ' CROSSiEK NDR1H':iF7SA5 CA7liEHIFN+.'LP.: _ _y `�E^ stu. � '41wF Na. D2010.9:1aB7•:u.- a £ £' :} t _ :1: , : r r .•'" .ti 'i'' . .IJ.. - -� S�e� =40'A'. 'PEI�MANEftT ' 'i:1 A a ?.1 :.: - `.; ` t: »: := a:e= ; •.. s • _ �' d �''" WATE[t alm :Et+SEb[EM :.a . !_ •', :'I'.:. •;-::i:.••.?i•t;: i= - si'�.-�'5,6i8'SR..Ff.'QR•0.359 N�C�.'n•.t i i -� •RfiNlIEIOiR tTr:A 5679'fi ACRE5:�81t'D'sfif?3 : i s _ Ott �'J j e't=:BpASORIELIMRED•PARIH4t�HIP,;ET•Al _ F: •if�i"«, ?.: ''»`'»:i"5ii•s "ya.:E:_ - E :I,} j� ». _: CCF. Jie. 62041gJ57ls:: ;y : -��• £: �5 ,: r DILTrT£_:: "�. t •a �. , :itENiPINdEFt 'OE :14:':, i t t' • = iss' s F . :• -ii i .' C r .• a..xi �� i::. 375 R5 ilcRES ;(BY .DEED) J .•t' :1.. :�"' I . • • r'ii} ,£' _' .• : •'':',TRACE IIA ?C EL• :CRm '•.:1,: •?I , ? - .i i=ri ,rr :.:.:- £: {" �:�"�:"!: iri '• --I t . a t, •:UMilm :P�iNEit5WP •" •;- L$ 4td t:. t3• .t6 4` -:t : r 'r "VOLUME T11729.; PAP.Ejj::AEf ' �'�•� rs: ?:s?£i� °:'s : s:F. ` ' %'� N;;�.N - :3:' • :�:I�.�'at`., V. _ (- „_j, i:-i": '1. •.I : :t. '•1i:."...•s••'?�u=�• ;;;� a.r i." ':;x' "..�.i:f!.i.��i-.• ::yi:..:?�i: .1.= 1 •: ' _ .?,', • L:'�— •'=•C....� .i.N�: '' ••s::"11 � i£.: • uW '!1 .� rTr.r..�r•�*.rar - 1 .'.. .:: 1 :•"•� " - .,tf;n'• 1'13. n ,•' 20.iiH :ACRES' t • S _ - =•_ �_:_' "•i: z ai.: 'tr :•:�j tn. '' ; i : • r • �•;. ;. QY'DFED 't • .,� •, , •� 1: .i.. ! 't. • ,..t' • »(• � . -' �_ • -�•. � - .. t. :'.._ 41' ' = :i: iw• �: : i • � � •' . .. . yn.,tr ff, -..G .. . L.:ti =i� •' ..t•S aa:: .t? « .I4.£ " oF't .I'Si,F' =td'' "Y ,P • •_ • _•'_4.•.: 3 ' i ' YISTIi'Yitr T �A: =(.li': is • s_ : t; [ 'I • .1 'i .. •,�" . s • :.:£ _ .�' :i • _''`S'::•r i•. 1• is i •s . , t • .-.i, i{��r� :.g....l A.CiF.. k0. 02080's •a i . s� E •'i. i t - •.,� `.,' �, 30.'S60'ACR'i6YtOr�11� • 'j' ; :1,' :1.1 'N '•ti-i:' ii.•.• i� ; •s . I'••: i=.�� " u i:,i-r '.i.-': , a z CRY 'OF FORT 1VtlF04i 4? �) (D"IR 1Y/O:AFt i = s : ?:s£ • . 4 1 i zu No D708Z740aA; VAMPED 'GORRONCwNA' •:• s .ri:•i ;` £1- V.vt . sM • • \..r/ �/= 1 Y•'f FL/ r .' .t:• �rrfr et ` ' 7 ;'a • : i ...... jOOp 141RQCIQNO4irfJH MEET" ' 1 Ff>Fir •BORIH.7E1fAS ')6fOZ " - t, •40.0: `PERMANENT WATER IEASWENT = 6 OUT OF A.FE6fAIHDER OF'A-3 OS5 AGFE4 (ef DEED '' ' �'• >r,', r'' _ S17U47En :pi •Ii , - a. a: t •t�;t � :?' �r�t%• _ N. • H0L8R00K••''SURV ; TABST-RAM No...,647' •CF111F'EL CREEREK LIMITED PARTNERSHIP; TR+;GT t1A W."Y'RU• 2 T'.,SL':-..,°+i:.' 0 DED IN'YOLUM5-11029, PAGE 1 tt59•= i :: ". OF TARRANT'C0UN1Y,' TtPS'' PROJECT 1Aeatalda 10. k IV and Proposed SonItdry Sewer •Una to',' SCALE . •1" all—'tlTa WOMSIC16 ,fter Tmafmant Plant' -:,? :.£ ' ' ' :(RCEL No-- -&-A : y' ' EA A��j�)5L110N AR BlB'.�(��J FEET 0.369 AOES JO8 � B 1' 8i 7tili 6 FIIF 31 ea Frtluateb SR fly Fl:: DATI S PAOF n� 4 - £j B RFGI57EFiEtS .PRCEf55101IAL £AND SURyEYOR . 4�£ftaC P e o: P� {-�'312 •60154H049N1 _ND. 51411 - .. - SCRRONDONA It �, 1NC. ' Et769~� IID STAR ROAD, 'SURE. 90 . -mRi' YIORIFI M E76112 617-490-14Z4 PK 4iT-495-1760 . • 4 GV# 10810965 STATiurX/21.5 Electronically Recorded Tarrant County Texas official Public Records 2009 Sep 29 03.37 PM D209269102 YOU MAX ` OR A-Ifu VaokLOWING��, DWORMAMN FRQb&=A=U MiT BEFORE TT IS PII ED FOR RECORD UN TI1B PUBLIC RECORDS: YOUR SOCIAL SECURITY NURyMER OR YOUR DRIVER'S LICENSBNM9ER. PERMANENT WATER LINE EASEYXNT DATE: August 28, 2008 GRANTOR: Chapel Creek Limited Partnersbip GRANTOR'S-MAnJN ADDRBSS: 2611 Cedar Springs Road' Suite 200 Dallas,.Texas 75201-1311 GRANTPE: The City of Fort Worth GRANTEE'S MAHING AMMS: c1e' Real Property Management 1000 Tkodlonorton•Sbreet Fort Worth, Texas 76102 • Tarrant County, Texas COMIDMATION: One Dollar ($1.00) and other good and valuable consideration, the receipt and sufficiency 'of• which is hereby acJrnowledged.. That we; Chapel Creek Limited Partneiship, herein collectively ciMd "Grantors", for and in consideration of One anti-Nol100 Dollar ($1.00) and other valuable .' consideration paid bif fae City of Fbrt Worth, a r�mnicipal corporation of Tarrant County, Texas, herein called "City" air " Grantee," ieceipt of which is hereby ack iowledged, do grant, se11 and,convey to the' City, its successors and assigns, the use mid•passage is and along the following p=el or tract of land situated in. Taunt County, Texas, 'herein•called the 'Tmemmit Property,", subject to Q. of the conditions and provisions hereof, and to have and to hold the premises des.mibedln Etilibit "A" and depicted in Bxht-bit ' E," attached and incorporated herein, to with aII azld singular rights and appurtenances - thereto in any wise belonging • to die City, its successors and assigns, forever," by through ' or under" Grantors, but not otherwise. ' PMUAA1Mrr WA7FR UNE EASEMMr ftp I o[S 4►• 4' " - 3 It is intended by these presents to, convey an easement to the City to intintain and construct one underground water pipe lines and appurtenances with the rights of ingress and egress in the necessary isse.bf the easement. "This conveyance is made subject to the following conditions: 1. This easement shall be used by City only forthe purpose of laying, construction, inspeetiga, maintenance, repair, replacement, operation'andremoval of -one underground water pipe line, along with asscciated appurteuances, fof the transportation of liquids in, through and across the Easement Property, 2. No permandtnt buildings, stru=res or other improvements shall be placed on or over the Easement property. However, it is expressly provided that`Grantors, their successors and assigns, shall have the right to use the Property for the purposes bf cultivating and growing crops, pasturing livestock thereon, and to make street, road and utility crossings across the easement upon reasonable notice to City. `lbe notice shall be in writing directed to the Director of the; Fort Worth Water Department,1000 . Throckmorton Street, Port Worth; Texas 76102. The required written notice. shall be deemed delivered and beebme effective. three days after -being -deposited in the U.S. Mail, certified or registered, postage prepaid or, if deliveredby fax or some. other manner, when actuallyrece6d. Qrantors may. locate pipelines either between the top of the City's Pipe line -and the surface of thw ground or under the City's pipeline; provided, however, any utility line must have a muiimum of 18"vertical clearance to the City's line. l+u ther, Grantors, their successors and assigns shall retain and have the fall use and enjoyment of the Property and said easement except for the rights herein granted to City and except for any use which -would unreasonably idterfere with the rights heron'g anted to City. 3. 'This Easement is not an exclusive easement to City and Grantors retain all rights to use the EasernemProperty in airy way, that does nbt iMrfere in any material way and is not inconsistent with the rigi►ts granted hereunder. Grantors may grant other utility providers the right to cross the Easement Area only if the crossing is at an angle between 45° and 90°. 4. The Easmnent Property shall not be fenced at any time by Grantee: except as maybe necessary for temporary conshiiction to lay and repair the pipe line. Grantors shall not be pzevented in any maziner from crossing the easement except during She const<ucdoa and repair of the pipe line. 5. The rights retained hereby by Grantors shall rare with the 1'and and shall inure to the benefit of the successors and'assigas of each Grantor, •. PeRMANMaWA7MLINBMSEMB4T. PascX05 6. Grantee shall have no right ter permit its agents, servants, employees or. ` contractors to persouall a permanently any art of the Easement Pro an 4 sball i y �Py P P�'tY have no -right to fence or =''Iose the Easement Property, or to use it for. any purpose other than, as df'oresaid. Grantees rights are limited to to Basement Property and'do not .extend auto adj$cant lands: l 7: Grantee sliall be obligated to restore the surface of the BasementProperty at Grantee's sole dost and expense witbin'90 days after the installation of the pipe line or any repair of tha pipe ime, including the restorationn of any, roads, or similar surface. improvements and vegetation and hills located upon the Easement Property which may removed; iedocated, altereO., damaged or destroyed as'a result of the Grantee's use of the easmumit granted hereunder. Grantee is' obligated to restoee the surface of the Easement Property to the'same or similar condition as. wdsted•before Qxe cadstnuctioo of the pipeline.. B. This easement is conveyed under tbreat or imminence of condetnnuatim Executed to be effective as of the date first written above. PMMAnNTWAT6iTINESkMaN[ Page of5 GRANTOR, Chapel Creek "ted Partnership, A Limited p r" By, (Name of or d representative) ' (Tine} f d A, G r wy .fir, Fsres. GRANTEE: • The Ciiy of Fort Wortbc Femando Costa Assistant City Manager l , .APPROVED FORF RM AND LEGALTTY Assistant City Attorney PG1thSANEM WACERUti6YJSEMe7r7 Plp4of5 _ '*4M000, •ACKNOVaMGMAENT . - STATE OPT �Pc COIJwy OF bixr-P,6 § BEFORE ME, thetwdertigned authority, a Nbtgy Public in and for the Late of on 's day personally appeared C, a t� 2 f� • CgV'aw, �P€— authorizea,cv,:aC - tut ve of Chapel Creek Liraited Pmla mzhip, a Texas ]united partriersbip, known to me to be the person : whose name is subsom-bed to this matz went, and who ad owledged tome that he/she executed it for the purpmw and consideration expressed therein and in the capacity stated . herein. • ,W,,, n� 91a ter • (1 j(///� rune Not#ry 'nhlic in.and for the State of My COsntnissi=' Bxpires AFTER RECORDING RETURIQ TO - Mr . Jimmy Smith Transystems 500 W. 7thSt. Suite 1100 Fort_ Wortfi', Texas 76102-4700 PHRMAltkUWATERL]R5FiASEMR{Y . . PegeSofS -ACKNOWLEDGEMENT MM OF CWWY OF BE-i:-',OR EME,Ihe undersigned aLdhoddya NotaryPLibitoband for the StAtedf on this day peTsopa%, appeared knowFL to me to be the to,thejoregolng. Instrumerd, and -Wkn, awlWgPd tom that same person whose Ylpme Is subson Me same vgas -the act -of, and that he/she sxem6d the same -As. the, 9,0 of said' for the purposes and =PsiclerAort Ther96 expressed and-Uxthe caMerty ter6in-siated- GWEN UkaEW&A-Y FMbiD.Af%D 8SAd_:bF.QFFICE-th-js d4y,& S� Motary?#41c fn andiprihe StaJi,.of7*xep ADMOWLF-13GEMNT srT of 7EXAS 5 :country JM'F TARISPI—C § BEFO'EE W iLgneri authqdt ,,, the L4nders Texas, on Ibis tday y, -a Notary Pob�jq ;in and_ for ft State.. -DI . pownal� -AppBared.-f-ernabdoF Gosta, AssiM6t-.Qity:MantWer vttie Cily-of fba 'Wodh, l6nowR tom.eAobelhe-.SaM&.parsDu -whose name is supcubikl:btp foregoing in&metlt .and.acl;mwledged 7b iMp lh4I' e isar.qevas The apt of -tile City of Fort Worth and that'hekebs executsed the sarneaskhsxf_dt the C4+-ol Fort W6rlh tcir-..Ibb pLirposes and consideration ftrain .axprsssed.an4JnAhq cepacftylhaWbzbatcd. GIVEN UNDERM ilXD AND SeAL-..W OF--lCE this -2441/ day of z , ' ItEErUYPx.jb9c.Jn ndlbr ths,.State pf Texas - GE0V0HlllSASDANKII9 MYMhI0 RES JUVI0,2M -Pclge-3 of 8 Westside lit & IV artd,Propbsed Sanitary Sewer Line to serve the Westside W.-ftr Treattnent Plant: -Water Project No: P254•831200 601540+044631 Parcel Old Weathertord Road N. Holbrook Surv4, Abstract No, 647. ' Being a 25.0' petmaneat water line easemamt situated inthe N. Rolbrook Surrey, Abstract Na, 647, Tan - Being County, Texas, said 25.0' peirnanent water line,easemeni being out of a remainder of a 378.85 acre tract of land (by deed), being iwther doribed as Tract LA, deeded to Chapel Creek Limited Paimeisbip, as recorded in Voltuna 11029, Rage 1159 of the lead Records of Tarrant County, Texas, said 25.0' permaacat water line -easement heingnwre partioubmly described by metes and bounds as follows: CO]YlCING at a point for the murthwost comer of a 14.119 acre tract of land (by deed), l dng fiara= described as Traci III, deeded to FW Vista West 1I tP. recorded in County Clerk's File No. D20GM754 of said Dear Records of Tattsnt County, Texas, said point being the southwest coiner of a 1579 acre tract of land (by deed), big fart1w descrtbed as Tract MA deeded to FW Vista West A L.P. recorded as County Cleric's File No. D206035754 of said bead Records of Tarrant Cauaty, Texas, said point being in the east Line of a 10.009 acre tract of laid (by deed) deeded to BOA Some Limited. PariaersI#s et al recorded in Coup , Clc&sFfleNo. D206280509•ofsaidDead Records of Tarrant Gouaty, Texas, frounwhich a 1 inchironrod found for the northeast comer of said IU09 acre tract of land, bears Warth 00 degrees 15 minutes 46 seconds Wast, a distance of277.04 fleet; TFMNCE South 72 degrees 39 mimtes 20 seconds East, with, the nortb.litto of sddTizct M and with the south line of said Tract XM, a distance of 573,70 feet io the P03NT OF BYRG1rMG5 said point b; ingthe southeast comes of said Traci XUL said point also being in tiro west line of said.Tract TEA; �nr THENCE North 00 degrees 43 minutes 00 seconds West, with the west line of said Tract 1IA and the east I* cf said Tract =� a distance of 26.30 feet to apoiot for comas; TI[EigCE South 72 degrees 39 ndAutes 20 swouuis East, a distance of 31.5511set to a•point for comer in. the east lane of said Tract RA, said point also being in the west line of a• 5.661 acre tract of Ind. (by dead, being further described as Tract X, deeded to said FW. Vista' West U. I.P. recorded in County Clork'sRe No, D206035754 of said Deed Records of Tarrant County, Texas; THWCE South 00 degrees 43 minutes 00 seconds East, with the east bite of said Tract ITA and the past line• of said Tract X, a• distance of 26.30 feet to,_a point for comer,, from which a 112 inert iron ' rod found fur the.nortliwest comer of a 26.913 acre tract of land (by deed) deeded -to White Settlement TAdependent School District recorded; in County Clerk's. File No. D206230768 of said 7?eed Resords•of Tarrant Caudty, Texas bears -South 72 degrees -39 minutes 20 .seconds Esat, a distance of 52.59 feet, said 112•iuchbnn rod being the southwest corner of a 3.467 icce tract of.land (by deed), being ftvdxF dander! as Tract M, deeded to said.FW-Vista' West A, LY, recorded in County Clerk's File No. D206MS 754 of said Deed Records of Tauant County, Texas, said V2 anchironrod also bang is the east line,of said.Tract Xi; TIMCE North. 72 degrees 39 micaiies 20 seconds West, a distance of 3155 feet to the POINT OF 73EGIN1VibTG, and containing 7.89 square feet or 0.0 18acres of rand, more or less. Pagel of 2 NOTE: All bearings are based on the Texas Coordinate System,-NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1,000155.4132 for this project. ,All bearings and dlstanoes are surface. Date: Aup> st 28, 2005 oe W. Truet�Ils ", .£ W. TiitJ�t'i'. rlLSON Registered Professional Land Surveyor V s� 4 1 • No. 5146 °SCE Paget of 2 OMA FIND I ` IRDN ROD r 2.984 ACRES (SY DEED) 30 RQAO ANp PIPC�IJkE ROW — — — "2O FERMAf�ENr EASEMENT —+' Y(iACT 1 NOLUS R SUWYAN, @7C. - ClTY OF FORT WORM 3 , I FW VISTA WEST % LP. VOLUME 10450, FACE 64 c C F /D2DS2O7SS9 G C i No. 02DOOJS794 ` 0A.T.C.T. D.R.T.C.T. D.RT.07 260 PERMANENrFORT OM14ENi , r Ri�aAINDER OF A 3713.85 ACRES ORY OF vDRr wORDl YDLUNE 18137, PACE 229 TRACT ILA 'CHAPEL CREEK LIMITED PARTNERSHIP �j i 7RACf 3 VOLUME 11029, PAGE 1159 S� 6h'i 30.0' F'HpEUNE AE10 ACCESS EA5EMETIiS� • ' I D-R.T.C.T. 01( YERNON OiVESvms CORPORA710N, iNc F)Y Tltgpr ! O cc.F. Na 0201343516 PEAS , Q• C. �cxt w �)I-p D•R,T.C.T. gg 1 1 Ho: REST T ` . ,E�••-�sse1 ATARAESC'fXY CROSSTEX INPORTH ND= GATHERING, LP. S 7r 9z T.C7 5jSt 1 �� GC, No. M206fl357S4 A� -C.C.F, No. 0207091387 ', 5>,5�, ` q,.Qp _ MT.C.T,Y DEEO) D.R.T-C.T I TRACT 811LOM ACRE TRACT OF LAND HY DEED) 25.0' PERMANENT ' 7C WF TA b�l06085L746OA SORTS L1N1iED P 6T AL - WATER LINE EASEMENT � AC11 E•SD7tTC.T- D�0CT200S09 789 SQ, FT° OR D.0111 AC. �vey�A leplit �uEFJn//��aaRE6IAWDER ((OF A 567.553•ACRES .[-•V.�lBOA sorna L4W7ED PARRT)NEFR Ip, ET nL14.118 ACC fBY DEED)A.D 11ZWN RODC.C.F. No, D204343515 i ' FW WSTA 179ST• 9, LP. 28.813 ACRES (8Y DEER) O,R.T.C.T C.C.F. No. MOSO38764 L-'}"/+ 44HOE SCMDAENT D cx aT. I ( . I MO.M ARE EMU) ON THE 02D 230760 y� �tg LINE TABLE , 9 200 104 0 200 �� Na7E1 AU TExAS80045 cDo 515T C-1 ! - NOR1H CENINA[. ZONE UtIU j TKDOT 5URFACE FAOT IT aF 1ADOt2 t-3Ink s.30' I{1 FOR TNL4 PRD,IECT. ALL BEh(t[N0.S AND It SCALE SCALE IN FEET, it I DiS1i NUCS ARE SURFACE: - Q rWaa City o Fort Worth 1020 THROGAMTON MEET FDRT.WOMM TEXAS 7602 woo - nwx as .i L1b W VICINiTP MAP xas EXH1wr $HOYN A. PERMANENT WATER F1151:M1ENT OUT OP A AEM MER OF A 37S.05 ACRES TRACT' OF SAND (8Y DEED) Si1UATED RT THE N. HOLBROOK SURVEY, ABSTRACT No. 64-7 DMED To CHAPEL CREEK LIMITED PARTNERSHIP, TRACT IIA 1�«••--,�a��.•.` RECORDED IN VOLUME 11029 PAQE 1159 I llp i i WILSON DEED RECORDS OF TARRANT &OUNM TEXAS PRQJEC1r Weslealde AI do IV and Proposed Sanitary Sealer LiDe toSGjj 200' sewn tf1D Westetda Water Treatment Plant •��A'5E�EN� •A�Qi�"ISITION EP 6 4 S 11ARE-FEET OR 0.129 ARES W. TRU .IpB 1�0�(i7nQ-3t11Ff• DRA �: CARD RLLF-- 331SSHA� opaeemenlnAWC n�� D At)ilUSi'2g zooD p� 0 111em R �R rtOADN41264-80s2oo 6DIS4a101 0-15l16Eo P D suAv�oR GORRONDONA k ASSOCAiTFS '$I000. DT iE 50 PoR] WDR1H,_ 7 112 b17-dHD.-14RA FAX 917-496-1708 9 Westside Ill & IV and Proposed SanitarySewer'Lfne to serve the Westside Water Treatment Plarit Water •Project No.:;P264-631.200 SO1-54004563:1 Parcel .:6-13 Old Weatherford Road N. I-EolbrookGurvey, Abstract No..E;47 -STATE Of'TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT TEN[PORARY CONSTRUCWDt ASEMENT DATE August:2$, 20Q8 GRANTOR: CHAPEL_ CREEK LIMLTED. PARTNERSHIP GRANTOR'S MAUNG.-ADDRESS: .261.1 Cedar-.Spdngs .Road Suite 1M 'Dallas, Texas'7Z201-1311 GRANTEE:.CITY OF FORT WORTH GRANTEE'S -MAILING ADDRESS: 1000 THROCKMORTON .ST. .FORT WORTH,-TAl3R-ARIT COUNTY,, TX-7o1D2 =CONSIDERATION: Tien'Ddllars ($1.D.04) -and other ;good and valuable consideration, the receipt and su.Mglency.of which is hereby adknowledgsd.: PROPERTY: Beirtg,a 20.0' tempbraq construction easement situated in the N.'Holbrook Survey, Abstract No. 647., Tarrant County, Texas, said 20.�0' temporary construction easement being out of a remainder of a 378,85 acre, tract of land (by deed), being f tuber- desarbed as Tradt ILA., deeded to Chapel Creek. Limited Startaerstup, as recorded in Voluma:11029, Page 1159 of the Deed -Records of Taaant County. Texas, said .20.0' temporary constriction easement being more particularly,described in Exhibits "A' and, "B". Grantor, for the consideration paid to Grantor,., hereby grant, bargain and convey unto Grantee, its successors and.asstgns,-the use -and passage 1n,.over, -and across, below and along the easement -situated in. Tarrant Gounty-, Texas, in accordance with the legal description hereto attached as Exttlb'ft'`R% and. ingress and :egress .over Grantor`s property to the .easement as shown on Exhibit "B* '15age'I 'oaf 3 Wftdber tptMaad'd xitgeittoad piaMMIJ ttitkiithe a waWi apknlwtpp-MbA4 UM -cmrq tiftmof lbei -4ng and Is aouepi@Awby;Grant4,s,-Cft i-M+fflq 0 'tm bww A -.,:qll und OppH& m-pbw imi.5 amLg M.. -liftm a# dsrnpwvmb rff zwstp,-dqq mi 0 Q -b arikhrbln� Y -IRr ftnubm% km heirs assess; And as-4 w wafttv and'. jtKAM tgoWw.r-or VOW -saW tqr@ct _M tie eV�,�XWprttE C dMA N4fta§f LjW*krbbr6iFP a F0am, SS A , -. Page m'df n� -ACKNi3ME6GEMENT uSVW 6F T U-P6 uii�pniy;;.a for=�iae Stafe o@= �j eau #1is :,day memapol1� apmra# T a:t%r.C.. Itrk u , Jtr iyr Rio, site :q be tt e =sa�iie pe ;ari v bse 7 st s flb� 30 " tirx,41,oitng l.=al� _ ;�;Jl� xri iowlei gad #ti�rrie #list'._ Yt' sa>�iesints iFie act kfif: �t ,ail_d .fhat flshe �xe�uiecl`he same iz ;off .' _ r _ _. flax lire pmpMpg gn , :dffr4S cl&VdWr!Miein dIR gaed. �µlfarr, USA") SA DICKERS � Public, TeXas ! R1 rp y �*va.• t4� ^ Notary State ` Coinmison Expires June 2b, 201,Z fn 4 iE i2+ r --- Wllkt� Ate... ��: st~; �BEFp i�I_ii�'?td@cgp��t at$io1 aa�aili� 5n and fiAC i<hi? Stag• xis- s,; na �ii.� ;�� jsecsp�2tJly �pgea'rQe'li�'ei�ai3el'o; C.�ta;,; I�ss�siat��:.Ctfi� �09a�`ayei=;oi:�e` Crt�'oT FoFt. �t'or�I;i,; [aSoV,tii tQ;117�R0'.U@r �ai."�tper��� .uv�ivse;die,.i�eubs�iibe��Q�e•fo�egai>3g,insfi�umao'� •fie@'uiec#'ii�sai£i"�E� zait�+� ibis �it;��n"f wit �izittli`E,�cr�'r�e p�ztposes, antl_ :c;.ejsisl�le��.ori. �1�»r:'ein; ;s�tes�ed �ti7d�� �R��Y�ieL�ii3�stgt+�a ' 6j�E�al.l�fslD.i�'1-3��Nb.',���lD, Ste' ia�]f�•iJFF,I:���i1$ c��`t'� 1 'dftay t�' ' 'Gc;1n atid•'itir, tiae �t3t� A1•'7�e5�s� EVDNIA DANIELS MY COMMSUON EXPIRES =?�r July 10, 2013 :Pag�'�•�of �_ 9 Westside III.B& IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment,Piant Water'Project No.:13264.53'1200 6015OM631 Parcel-# 6-8 Old' Weatherford Road N. Holbrook Survoy.,:Abstract No. 647 .H1&U- M11JL 'An Being a 20,0' temporary -construction easement situated in the N.'Rolbzook-Survey, Abstract'No. 64.7, Tarrant Couirty, Texas, said} 20.O' temporary construction easement being out oi'a-reminder of: a�378.95-acre tract of land (by deed) being further described as 'Exact MA, deeded to Chapel CreeklimitedFartnership as. recorded in Volume, 1j.Q29, Psge 1159 -of the Deed Retards..gf Tarrant 'County, Texas, .said 2.0-'0' temporary construction easement being mare partim2aHy.desciibed by.metes.and. bounds as follows: C01491M[WONG -at a,p6int.for tfiertorthw.est, comer..of a;14.11:9 acre tract of land.(by deed), being.further descn`bed.as Tract llll deeded to FWV.ista West 11, L• .P. recorded in County ClW-s File No. D206035754 of said Deed Records, ofTaraant County., Texas, said point being the .southwest„corner of a 1579 a= tract of land (by.deed), being#urther describedas Tract.=,deeded to FW Vista West 1T,'Lp_ recorded in County Clerk's:FfleNo.'D2060l5754--ofsaid,Deed 11ecords of'Tarrant C.ovnty, Texas, said poia being in the east line oft 10.009 acre.tsact.of:land (by-deed)-deededto:BOA.Sorte Limitedl?arWetslrip,•,et,alxecarded in County. C1er1ls.File No. D20628DS.09:of•sai#i73eedRecorcls of Tm=t County, Texas, from whicha 1-inch iroarod found fo= the northeast eomermf.-said 10.0.0.9 acre tract ofiand, bears•Noi:th 0:0 degrees 15 minutes•46•seconds West, a distance afa,77.94feet; THBNCE South'72. degrees 99 minutes 2D:seconds *East, with the north lime of said Traci-M.-and with4he santh 1ine:ofs9dTract X11L a•tltstance of:573.70 feetto apointfor:the northeast ,-awe eom= of said Tract 11L saidpointbeing the-southeast•_comer ofsaid'Traet X91L -saidpointalso being.in-the west line of said Tract IM fmtheMET OFBEG'rgjNWq; T-EMNCE South 72 degrees 39 aninutes 20 seconds Easy, a distance of -3.1 �5 feet to a point for pourer in the -cast line of -sad Tract Mk saidpoint beingin the westJine ofs 5.661-acre-tract of'land (by deed), being f -thw described asTiactX,. deededto•FW Vista Wxast11, LT. mco4edin County Clerk's Me-No.D20G435754,d said. ee3.Recc3rtls ofTarrantZa=ty., Texas,fTanwlieh a 112. inch -iron rod found for themoithwest comer ofa 26513 acre tract of land Eby deed) deeded to VA&e Settlement Independent Srho6l D;strict recorded in. County- Clerk'•s Rile No. D206230768 of said -Deed Records -cif Tarrant.County,, 'Texas,_ said'1I2 moh iron rod being the sontltwest.corncr of a 3.467 aore'tract of land ft deed), beingTarther described, as Txact�, deeded to.FW Vista 'aVest n, T.P..recorded in -County Clerk's'File No. D206MS75.4 of said Deed Records of Tarrant County, Texas, said 1'12 inch iron rod also being•inthe cast -line, of said TractX, bears South 72 degrees 39 minutes 20 seconds Fast, a distance of 32.39 feet; THENCE South DO degrees 43 minutes 90. seconds East, with the east line of said Tract ILA and the weft Tine of said. Tract X,•a distance of.21.04-feet to a point for -comer, THENCE North 72 degrees 39 minutes 20 seconds West, a distance.of 31-55 feet to a point for corner in the west ae.of said Tract7lA, saidpoiAtbeb4 in the east line of said Tract III;. i&uA4 North 00 degrees 43 minutes 00 seconds -Vest, with the•west line o#i said TractrA and the east line of -said Trace III, :a.distanee of 21_04'feet.to the Pl3INT OYBEGDOUNG,.and containing 631 square feet or 0.014:acres of land, more.or less. -Page'l crf 2 NOTE: All bearings are basest on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxD.07 Surface Factor-df 1.000.1554132 for this projebt. All bearings -and, distances are surface. Date*:August 28., 2006. W-"Truett Wilson Registered Professional Land Surveyor No. 514.6 Page,2 cif 2 C W-M .... ...... mu il IRON ROD EXHIBIT B 2,984 jkqRP (1iY t5ffD) 3% ROAD AROPPEUnE umi - - - - - - - i-5c.71iypE0k,- T' OLLIS k. SULMM, WC. FW VISTA WEST VatUME IGASO..PAGE IJ4 O.C.K Nb,. 020 3 154 0.2T1J T. �jk 25.0. REhh"gipT." wf ri O.R.T.C.T. OFJORT WORT - - - - - - C114 I lv_� REMINDER OF A 378.85 ACRES • VaLu 137, F%0E 229 TRACT IIA ICHAPEL CREEK LIMITED PARTNERSHIP N J_ TRACT 3 ­T .. 11 4-- L --- VOLUME 11 olo, PAGE Vig b1i 30.0',PIPINE AND ACCESS EASEMENT Ib IV tpx- o C VERNON 94Y S744ATt 2t, d p_ F1VOf ih- iQ XAA 34 0 V.. Aciza by uma) it _CT X , 100� 20' FjP9UNIE WEMENT JZ CROSST No GATHERINP. am No. is2oso3s75a C.F. Na L losA3gl ---< .9. CHO AtRES is? OEM) O.R, C. ACRE 7RkT or LAW #W 14 LP, ED) C,C.F. No. D20 11754 T9ACT 11' 81101. E UIATEO P DEED)) i 1-16119 ACRES (BY BE .C,F. No. D=2t)db O.B. Oil- TRAOT III FW VISIA-WEST II, LP. p 0 PF. No D205033764 ikux RMNOER OF A577,5S3 ACMESL 4 1, k?WIQ D StIlP Er AL 1 _20.0' TEMPORARY y E �H p WA SORTE UILED b4r. No. 343435 5 PON5TRUIPTION EASEMEN L b.R.Tat. T .631 SO... m.. on 0.014 'Alb. V. ONE TABLE �!E MM DISTANCE: WE: A" umflqt E BASED ON TW 1 $972 1200 100 0 100 p AD MT 'STEM, W-n L-2 .9 -pa".0 'n coo Tvi a� ID SCALE IN FEET W; JU V1CINqj,yAP �f- ID, 90W SURF midit bF g0612 L-3 FOR ibi$ p ujWit. AL(_ OWWbs AND L-4 fi -'1'2 NIO4 13MAWES ARE SURPNOE, N QQU'00'W VaT c ty of Fort W rth IOD131MOMMORFON STREEr Parr WORTK TEXAS 7810P pHs .Ir SNOWING A TEMPORARY CONSTRUCTION EASEMENT -oLt.T & A REM"R OF A 376.0 - bk�*s tpAd 9F LANb (Of DEED) SOix-0bttHE ...5. - 8N.. HQLBROOK SURVEY.AESTRAGT Nb, 647 PjFm ' CHOELAE LIMIT� FAE$W, TRACT 11A A"", 4 'x RE _D IN VOLUME 11029. P 9 1169 _iVt— .. Z. DEEPI.�QCQRDS OF TARFMI: ) TEXAS PROJECT; Wdsbldit Ih & IV and Prap6,ied Sunliviq 'SiWor [in@ Ab SCALE:- 1" .200' suryd the Westalde Water Twedttnsnt Plant PA' No,. 6 EASEMENT ACQUISITION ARE 04 SQUI/M.FEET OR 0,129 A R JOd 90-07139-3bis I Lill FIM 3151JA avaemnta.aft L's TER P LAND SURVEYOR OAM AUYUST 2UVB PAGE I 70� T [Wai*r pck Naas P' 284--a3126b 00 11140qJ503 1 5140 !!I I WO* B !.�IRE.511 f.UM ZW2 U17-490 1424. FM OV-49-176 ..PNA. AF A Parcel No. 7TCE Memorandum of Agreement Westside III and IV Water and Sewer White Settlement ISD White Settlement ISO, referred to in thiq Memorandum as "Grantor", agrees to grunt to the City of Fort Worth, "Grantee". a Temporary Construction Easement across Gra.nrorq land. (Y'kAN'I'EK agrees to return the construction area to as good as or better condition than that prior to constructionn. Grantee agrees to pay Grantor the sum of $2,100.00 as consideration for the conveyance of said Temporary Construction Easement. Dated: I/ Z , 2009 GRANTOR(S)' By, y ,pQv,d ;44ers w4i le 150 By. &n It 5,�",i a Am City of Fort Worth By: 2/2'd 61?009££Lj8:0l :woad b2:0t 6002-20-ddd Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 7 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT W RTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 17, 2008 GRANTOR: WHITE SETTLEMENT INDEPENDENT SCHOOL DISTRICT GRANTOR'S MAILING ADDRESS. 401 South Cherry Lane ` wr White Settlement, Texas 76108 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. Being a 20.0' temporary construction easement situated in the N Holbrook Survey, Abstract No_ 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 26.513 acre tract of land (by deed) deeded to White Settlement Independent School District, as recorded in County Clerk's File No. D206230768 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and "B" Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit ,#B" Page 1 of 4 It is further agreed and understood that Grantee will be permitted to use the easement to construct N%W001 a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: White Settlement ISD GRANTEE: City of Fort Worth r� By,_� .__.__._..._ M. ;a( I?, Fernando Costa ass�sf..Kf Sv fer-nhv%4en+ Assistant City Manager (Name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY i.0<<.'�4l.biii Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF, S _ COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of 1--cus., on this day personally appeared J,?AVid Zii• KS , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act ofr AVIO &44ers and that he/she executed the same as the act of said W h; ' e SB i jk.Atm j 1 -_ _- __._-... for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _.� day of 200 ?. Notar#ublic in and for the State of rf}5 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -'5 - 7-4 day of 20p-f-. HE TIE ! Nr;E Notary ublicin and for the State of Texas Page 4 of 4 ,"wool Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 7 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 26.513 acre tract of land (by deed) deeded to White Settlement Independent School District, as recorded in County Clerk's File No. D206230768 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod found for the northwest corner of said 26.513 acre tract of land, said 1/2 inch iron rod being the southwest corner of a 3.467 acre tract of land (by deed), being further described as Tract XI, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the east line of a 5.6611 acre tract of land (by deed), being further described as Tract X, deeded to FW Vista West rl, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas. THENCE South 72 degrees 39 minutes 20 seconds East, with the north line of said 26.513 acre tract of land and with the south tine of said Tract XI, a distance of 1614.98 feet to a 1/2 inch iron rod found for the northeast corner of said 26.513 acre tract of land, said 1/2 inch iron rod being the most northerly northwest corner of a 214.151 acre tract of land (by deed), being further described as Tract VIL deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod being the beginning of a non -tangent curve to the left having a radius of 700.00 feet, a central angle of 01 degrees 38 minutes 43 seconds and whose chord bears South 11 degrees 37 minutes 13 seconds West, a distance of 20.10 feet; THENCE with the east line of said 26.513 acre tract of land, with a west line of said Tract VII and with said non -tangent curve to the left, an arc length of 20.10 feet to a point for comer; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 1610.46 feet to a point for corner in the west line of said 26.513 acre tract of land, said point being in the east line of said Tract X; THENCE North 00 degrees 43 minutes 00 seconds West, with the west lire of said 26.513 acre tract of land and with the east line of said Tract X, a distance of 21.04 feet to the POINT OF BEGINNING, and containing 32,253 square feet or 0.740 acres of land, more or less. Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 7 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 17, 2008 W. Truett Wilson Registered Professional Land Surveyor -_ No. 5146 Page 2 of 2 �t—rc=JCRM NDE3t OF A 378.05 ACRES TRACT ILA LIMITED PARTNERSHIP EXHIBIT !! T !! I VOLUME 1029C.PAGE 1159 / l�Jf 1•S)g AC T. 5.661 ACRES (BY DEED) 6,590 ACRES (BY DEED) 'rysrrRACT (pY 1) 1 Fw wsrA WESTTPLACT II. LP. TRACT If 1 f N01.B�C� \40 CURVE TABLE CF No H'£S7 g — _ C.C.F. No, 0208035759 F'W VISTA WEST It, L,P, r �, -`�� � D C r000B0 52g4 i' �,-- -- .R.T.C.T. C.C.F. NDo. D206035754 —1 FND 1 2' // 1 2.175 ACRES (BY DEED) I `w__� r I MICHAEL L CARTER, TRUSTEE LINE TABLE J�ON R00 3,a6j f SCR C.C.F. No. 0205304534 Z1NE I �AR1NG I DISTANCE ~` IR9CT 0 — \ — 0M.LC.T. L—T N 00'43'00"NL 2T.OW P.O.B. T` CCFySN w kr F£p� I No, pit It — \ 25.0' PERMANENT EASEMENT TH v TCQ6p-5 Sa _ `� \- VOLUME CM 01613 , PAF FORT GE 229 I ` _ \ _ D.R.T.C.T. LOT 1, BLOCK r 14.119 ACRES (BY DEED) 1 I �.* `�—� ` \ EA1:LE dfOUNTi1IX BdLANCIXG TRACT 01 I "� � 7kU £\` — RESERVOIR Hlk VISTA WEST II, LP. I ( _��t A�� ```_ _ CC�A1C pFl\ CdBINET A. SLIDE 10861 C.C.F. No. 0206035754 1 T v` \ A'o, 1f P.R.T.C.T. D.R.T.C.T. I +,� _ ?39' O 1 \pR•>02b 116 6j\` \ 70. 1 26.513 ACRES (BY DEED) I T 200 100 0 200 WHME SETTLEMENT I F INDEPENDENT SCHOOL DISTRICT 1 C.C.F. No. 0208230788 1 DA.T.C.T, + L SCALE IN FEET 20.0' TEMPORARY ` I IT CONSTRUCTION EASEMENT �1-^ I iNoTE: ALL BFARINGS ARE BASED ON ,THE 32.253 SO. FT. OR 0.740 AC. I TEXAS COORDINATE SYSTDA, NAD-83, NORTH CENTR&ZONE. UTILIZING A 214.151 ACRES GEED) � T 7XDOT SURFACESURFACE FACTOR OF 1.00012 TROT VIIII T FOR THUS PROJECT. ALL BEARINGS AND FW VISTA WEST 11, L.P. 1 I DISTANCES ARE SURFACE C.C.F. No. U206035759 I D.R.T_C.T. f� ® W" 7171 GM tnn tu,4me= AD. Ign WA1fe)6Vaf W. UL 36 VICINITY MAP N.T.S. o rW� City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TD(AS 76102 EXHIBIT SHOWING A 20.0' TEMPORARY CONSTRUCTION EASEMENT OUT OF A 26.513 ACRE TRACT OF LAND (BY DEED) SITUATED IN THE N, HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO WHITE SETTLEMENT INDEPENDENT SCHOOL DISTRICT RECORDED IN C.C.F- No. U206230768 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Westelde III & IV and Proposed Sanitory Sewer Una to (SCALE: 1" = 200' serve the Westslde Water Treatment Plant (PARCEL No.: 7 EASEMENT ACQUISITION AREA 32.253 SO UARE FEET OR 0.740 ACRES JOB NO. 0709-3015 DRAWN BY. TTW CARD FILE 3156A eaeements.OWG OATS: SEPT£OCR 17, 2008 PAGE 1 OF 1 Water Pro)ect No.: P264-531200 601540045631 GORRONDONA & ASSOCIATE5, INI, 6707 BRENTW 00 STAIR ROAD, SURE 50 FORT WORTH, TX_ 7B112 r ,' W. TRU WILSON REGISTERED PROFESSIONAL LAND SURVEYOR NO, 5146 817-496-1424 FAX 517-496-1768 - Section 9.1 *#ago, Geotech Report October 6, 2008 Mr. Rick Zohne, P.E. Project Manager TCB 1200 Summit Avenue, Suite 600 Fort Worth, Texas 76102 Re: Geotechnical Investigation Westside III and IV Sanitary Sewer Line Fort Worth, Texas Mas-Tek Project No. E08-0901 Dear Mr. Zohne: 44 Y Mas-TEK Engineering & Associates, Inc. Phn: (817) 698-6700 Fax: (817) 698-6701 E-mail- Richard.zohne@tcb.aecom.com Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project site. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully and in a cost effective manner. For your future geotechnical investigations, construction materials testing and related quality control requirements, it is recommended that the work be performed by Mas-Tek in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our geotechnical services. If we can be of further assistance, please do not hesitate to contact the undersigned at (972) 709-7384. Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. -?ftla 414- - Mike Roland, P.E Project Manager Mark J. Farrow, P.E. Principal Geotechnical Consulting & Materials Testing 3228 Halifax, Suite B Dallas, Texas 75247 972 709-7384 PAGE 1.0 INTRODUCTION.............................................................................. ..1 ....................... 1.1 PROJECT DESCRIPTION---------------------------------------------------------- ----- 1 1.2 PURPOSE AND SCOPE------------------------------------------------------------------ 1 2.0 FIELD INVESTIGATION............................................................................................1 3.0 LABORATORY TESTING..........................................................................................2 4.0 SITE AND SUBSURFACE CONDITIONS..................................................................2 4.1 GENERAL SITE CONDITIONS ------- ------- ------------------------ ----------------- 2 4.2 SITE GEOLOGY ----------------- ----------- ---------------------------------------------- 2 4.3 SUBSURFACE CONDITIONS ------------------------------------------------------------ 2 4.4 GROUNDWATER CONDITIONS -------------------------------------------------------- 2 5.0 UTILITY TRENCH EXCAVATION AND BACKFILL...................................................3 5.1 EXCAVATION CONSIDERATIONS ------ ---------------------------------------------- 3 5.2 OPEN CUTS ---------------------- ----------------------------------------------------------- 3 5.3 TRENCH BRACING/BORE PIT SHORING ----------------------- ------ ------ ----- 4 5.4 DEWATERING-------------------------- ---------------------------------------------------- 4 5.5 CORROSION CONSIDERATIONS ---- --------------------- -------- ---------- -------- 4 6.0 LIMITATIONS.........................................................................................................-4 ILLUSTRATIONS FIGURE PLANOF BORINGS............................................................................................................1 LOGS OF BORINGS.......................................................................................2 THROUGH 6 LEGEND - KEY TO LOG TERMS & SYMBOLS....................................................................7 RECOMMENDED TEMPORARY SLOPE RATIOS (PER OSHA).........................................8 DESIGNOF TRENCH BRACING.........................................................................................9 MAS-TEK ENGINEERING & ASSOCIATES, INC. E08-0901 GEOTECHNICAL INVESTIGATION WESTSIDE III AND IV SANITARY SEWER LINE FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of open cut construction on the north side of Old Weatherford Road in Fort Worth, Texas. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide recommendations for open cut trench construction. 2.0 FIELD INVESTIGATION The field investigation included 5 sample borings along the proposed pipeline alignment. The borings were advanced to depths of 20 feet below the existing ground surface. A truck - mounted drill rig was used to advance these borings and to obtain samples for laboratory evaluation. The borings were located at the approximate locations shown on the Plan of Borings (Figure 1). Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin -walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in -situ moisture content during transportation to our laboratory. The shale and limestone formation encountered was evaluated with cone penetration tests. The results of the boring program are presented on the attached Logs of Borings, Figures 2 through 6. A key to the descriptive terms and symbols used on the logs is presented on Figure 7. MAS-TEK ENGINEERING & ASSOCIATES, INC. E08-0901 PAGE 1 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg limits tests, moisture content tests, and dry unit weight determinations. Unconfined compressive strength tests and hand penetrometer tests were performed on selected samples of the cohesive soils to provide indications of the swell potential and the foundation bearing properties of the subsurface strata 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS The project consists of open cut construction on the north side of Old Weatherford Road in Fort Worth, Texas, 4.2 SITE GEOLOGY As shown on the Tarrant sheet of the Geologic Atlas of Texas, the pipeline alignment is underlain by the Duck Creek, Kiamichi and Goodland Formations which consist of limestone and shale. 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. Fill soils consisting of clay soils containing varying amounts of calcareous deposits and rock fragments were encountered to depths about 3 feet below existing grade in the area of B-1. The underlying soils generally consist of clay soils overlying the limestone formation. Note that depth on all boring logs refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. 4.4 GROUNDWATER CONDITIONS The borings were advanced using auger drilling methods. Advancement of the borings using these methods allows observation of the initial zones of seepage. Seepage was detected in the borings at depths of 12' to 18'during drilling and after completion of drilling as indicated on the boring logs. Seepage should be anticipated after periods of rainfall. MAS-TEK ENGINEERING & ASSOCIATES, INC. E08-0901 PAGE 2 It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions, rainfall and water levels within nearby creeks, lakes and ponds. 5.0 UTILITY TRENCH EXCAVATION AND BACKFILL Trench excavation for utilities should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. Trench excavations should be backfilled with on -site soil compacted in 8 inch lifts to 95% ASTM D-698. Clay soils should be compacted at optimum +4% above optimum. Sandy soils having a PI of less than 25 should be compacted at -1 % to +3% of optimum. For fill depths over 12', compaction should beat -2% to +2% of optimum to 98% ASTM D698. For fill depths over 22', compaction should be increased to 100% ASTM D698. 5.1 EXCAVATION CONSIDERATIONS ..r It is understood that open cut trench excavations will be performed at this site. It is understood that trench depths will be less than 15 feet deep. For excavations to any depth in unstable soil (sand, gravel, soft clay, existing fill, submerged soil) or unstable rock (weathered limestone), or where seepage or sloughing is observed, it will be necessary to employ either sloped excavations or temporary bracing. For excavations to depths in excess of five feet, it will be necessary to employ either sloped excavations or temporary bracing, regardless of the soil conditions encountered. General guidelines for the design of these two alternatives are discussed in the following sections. 5.2 OPEN CUTS Recommended slope ratios for the respective soil conditions are presented graphically on Figure 8. Trench excavations encountering submerged soils, jointed soil or fractured rock from which water is seeping should be cut back in accordance with OSHA regulations as indicated on Figure 8. Trench excavations to depths of less than five feet in unstable soil or unstable rock as described above should be cut back in a similar manner as described above. It should be recognized that free standing slopes will be less stable when influenced MAS-TEK ENGINEERING & ASSOCIATES, INC. E08-0901 PAGE 3 by groundwater or saturated by rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than two feet from the crest of 1%UX0.1 the slope, in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. Excavations may encounter non -compact fill soils placed during previous construction of underground utilities. If encountered, these fill soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 2 (H);I (V). 5.3 TRENCH BRACING/BORE PIT SHORING Where site limitations require excavations to have vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of trench bracing may be determined as presented on Figure 9. It should be recognized that pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads at trench side walls, dynamic loads, and vibration, which if present, must be included in bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used in areas where large lateral ground movements are not objectionable. N%001 5.4 DEWATERING It should be anticipated that groundwater will be encountered in excavations particularly after periods of heavy rain or during elevated levels within nearby creeks, lakes and ponds. In areas where groundwater is encountered, a system of ditches, sumps, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail -water flow through trench backfill sections. 5.5 CORROSION CONSIDERATIONS Corrosion considerations are to be evaluated by others. 6.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted MAS-TEK ENGINEERING & ASSOCIATES, INC. E08-0901 PAGE 4 geotechnical engineering principles and practices. The possibility always exists that the ..i subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of the Client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. MAS-TEK ENGINEERING & ASSOCIATES, INC. E08-0901 PAGE 5 U, f 3 CIRS EL. 1199 ' 62 th 6159111.24 Go 2270101.2% PROP. SW KATMING INE 'A* UJ V.— na cr C13 4 z WAYMIRE I PROP, 30' LIRE r, ' Il' WW" —3 V" —WA'I M I —VL LINE -w- th 115511111. to lh 22511193.011 Ee!!!5 0 QQE it too 0 too 400 scALr . 1#1 FEET ME. wwfnmm R99VIEEW my 1 - I .. 1.1. , MY OF FORT WORTH, TEXAS DEPARMENTOF ENGINEERING WYESTSIDE III. WESTSIDE IV, & PROPOSED SANITARY SEVYER, LINE TO SERVE THE NORTHWEST MTERTREATMENT PLANT WERLM L46YOUr A HORMOWTAL CONTROL TMIAFCOM LOG OF BORING B-1 Project: Westside III 81 IV - Ft. Worth, Texas Project No.: E08-0901 Date: 09/23/2008 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: after 1 day was: 14' Depth to caving when checked: was: ELEVATION/ % SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PI. PI -200 DO P.PEN IJMCON Strain in I & FIELD TEST DATA .o •o Pd Isf ksl % 0 ------------- a s+ 19/6' 16/G' t " - 10� ♦' \ - -. Dark brown, tan & gray CLAY w/ limestone fragments & calcareous nodules, jointed (FILL) 17 59 21 38 a s+ 4 5+ Tan & light gray siltv shalev CLAY w/ calcareous deposits & limestone fragments, jointed a 5+ 28 22 54 20 34 105 24 38 10.9 2.0 Moderately hard tan calcareous weathered CLAY - SHALE w/ limestone seams, jointed Hard gray SHALE w/ hard limestone seams, jointed -za SON. ----- 50/0.5" Boring terminated at 20' - 25 - 30 35 16 49 18 31— — 111 45i+---I07.56_ `/ Notes: Completion Depth: 20' FIGURE:2 MTE, INC. .......... . \001 LOG OF BORING B-2 Project: Westside III & IV - Ft. Worth, Texas Project No.: E08-0901 Date: 09/23/2008 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: after 1 day was: 17.6' Depth to caving when checked: after 1 day was: 18.2' ELEVATION/ I SOIL SYMBOLS DEPTH , SAMPLER SYMBOLS DESCRIPTION % LL PL PI -% DO % % % % pct P.Isf UNsf Strain% tst kst % (feet) & FIELD TEST DATA o Dark brown CLAY w/ calcareous nodules, Jointed 4.5++ - - - - - \ 2D 68 23 45 4.5++ Tan siltv CLAY w/ limestone fragment, sand & _ 45++ - - - - - - calcareous deposits 4 5+ - Tan & gray silty shalev CLAY w/ calcareous deposits & 20 5' i9 35 — — 111 —4 5+ — B.1 --50- -5 ' limestone fragments, jointed 325 =°{F Moderately hard to hard tan weathered calcareous 45+ .rr 32/6• , fractured seams SAEftd W/ hard limestone sots• -�--�- 4 5+ 501012• Hard gray LIMESTONE - 10 50/0 17• Hard gray SHALE, jointed Hard gray LIMESTONE w/ occasional fractures & shale layers -15 .._ so/o 75• Snm^ -20 - 25 - 30 35 2• 50/0 12• Boring terminated at 20' Notes: Completion Depth: 20' FIGURE:3 MTE, INC. LOG OF BORING B-3 Project: Westside III & IV - Ft. Worth, Texas Project No.: E08-0901 Date: 09/2412008 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: after 1 day was: 12.3' Depth to caving when checked: after 1 day was: 15.3' ELEVATION/ I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL P1 -200 00 PPEN UNCON Strain (WI) A FIELD TEST DATA % ry Pc( 131 Its[ Dark brown silty CLAY w/ trace calcareous nodules ''" Tan & light brown siltv CLAY w/ limestone fragments & 45'' calcareous deposits 9 56 21 35 121 45++ 191G' Tan & light gray siltv shalev CLAY w/ calcareous 4 s++ 2orG deposits & iron rust stains, jointed 5 C , 1716 = _ �5010.� Hard gray SHALE w/ hard gray limestone seams, �_ S01025jointed -20 J soro.zs Boring terminated at 20' - 25 - 30 35 4 5++ 22 74 25 •19 104 32 35 6.0 16 N%U001 1%00.r Notes: Completion Depth: 20' FIGURE:4 MTE, INC. \*41 LOG OF BORING B-4 Project: Westside III & IV - Ft. Worth, Texas Project No.: E08-0901 Date: 09/24/2008 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: after 1 day was: 13' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH I SAMPLER SYMBOLS DESCRIPTION % OL PI_ PI -2% DO P.Ist UNsf st;r Ueell & FIELD TEST DATA 6 °/ o pcl lst ksl D k b CLAY / 1' f t 45++ SE 10 ar rown w imestone ragmen s 20 68 2-1 44 _ _ 4 5++_ Tan severely weathered LIMESTONE, highly fractured ,., 4.5+ -1' hard limestone layer at 3' Tan & light gray siltv shalev CLAY w/ calcareous 4.5+ deposits & limestone fragments, jointed 43 18 55 19 36 325 28 28 Hard gray LIMESTONE w/ tan weathered seams, i ^ fractured 501012' == 50/0.12" Hard gray SHALE w/ hard limestone seams, jointed -15 -20 50/0.75" goring terminated at 20' - 25 30 35 Notes: Completion Depth: 20' FIGURE:5 MTE, INC. LOG OF BORING B-5 Project: Westside III & IV - Ft. Worth, Texas Project No.: E08-0901 Date: 09/24/2008 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: after 1 day was: 16' Depth to caving when checked: was: ELEVATION/I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DO PPEN UNCON Strain (feet) 8 FIELD TEST DATA % % % % Put Isf list Dark brown CLAY w/ trace calcareous nodules, jointed 4 5" 21 70 24 46 4 5++ ?0 3i ' - — —a s+� — — —' — - Brown & light brown CLAY w/ careous deposits & lca 15 $� limestone fragments, jointed 45++ -5 2IiG- Brown & light brown siltv CLAY w/ numerous hard 1716. limestone seams, jointed ,/ 1716' s of n 24 X 17W N;.' \\\\\\\ 1516" - 10 I.116 . Moderately hard to hard tan & gray weathered calcareous SHALE, fractured w/ hard limestone layers La-z-? 4316' :rir,.rt. 5013- rrr 5010 75' _ Boring terminated at 20' -25 - 30 - 35 Notes: Completion Depth: 20' FIGURE:6 MTE, INC. �� N%./ KEY TO LOG TERMS & SYMBOLS Symbol Description Symbol Description _apo, Strata symbols Misc. Symbols NN CLAY Water table when checked Silty Shaley Clay IM Depth to caving Weathered Clay -Shale Soil Samplers Thin Wall Shelby Tube SHALE _ �) Standard ! Penetration CLAY, Test ® Silty THD Cone lil Penetration SHALE, Test weathered Auger Limestone .� LIMESTONE, severely weathered CLAY, sandy Notes: 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content PL = plastic limit (�) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" �'� or greater in length divided by the run, expressed as percentage. FiGURE:7 MTE, INC RECOMMENDED TEMPORARY SLOPE RATIOS Short Term I Long Tenn Bedding (under 8 hoursj l lover over 8 hours' = cut \� SOIL / ROCK H V�� ._.. _._.`... H _....- I V t (ft.d Stiff to very stiff clay fill 1 1 1 1 0 Gravelly sand, sand, clayey sand, silty sand, and soft clay 2 1 2 1 0 (hand penetrometer of 0.8 tsf or less) and non -compact fill Submerged soils, and/or fractured rock (weathered limestone 1 2 1 0 or jointed shale) from which water is seeping " Stiff to hard clay, silty clay, shaley clay, weathered shale, and/or weathered limestone above existing 1 1 1 1 0 groundwater level .I Gray Shale Qointed) above existing groundwater level 1 1 1 l 1 ` i 2 S N✓ R ' In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, fissured clay soils, fractured weathered rock (shale or limestone) or soil from which groundwater is seeping. Maximum bedding cut for trench excavations less than 12 feet deep in dry soil and rock which are open less than 8 hours. (VOTE: Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain. Temporary slope ratios are intended to provide safety to workers in trenches and are not an indication of a temporary safe slope ration adjacent to existing pipelines, roadways, or structures. INAI i _ RECOMMENDED FIGURE WESTSIDE III & IV FT. WORTH, TEXAS MAS-TEVC En�neerring I I SLOPE RATIOS & Assoclaees, Inc_ DATE: October 6, 2008 I PROJECT NO: E08-0901 LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS (For excavations terminating in stiff to very stiff clay, limestone or shale) Ground Surface H/4 +t —r— H 3H/4 s Excavation Bottom � y S.= K5_ WHERE: Sh = Lateral Earth Pressure, psf. g = Saturated Unit Weight of Soil; Use 130 pcf for Clay and Use 140 pcf for Limestone H = Height of Excavation (ft.) k = Earth Pressure Coefficient, Use 0.35 for Clay and Limestone NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads, if present, must also be considered. M.as-TE�c Engineering & Associates, Inc. WESTSIDE III & IV - FT. WORTH, TEXAS DATE: October 8, 2008 LATERAL EARTH PRESSURES PROJECT NO: E08-MI FIGURE 9 Section 9.2 Cathodic Protection Study Report RECTIVED a®ram ru® NOV 2 5 2008 November 24, 2008 Mr. Rick Zohne, P.E. TCB/AECOM 1200 Summit Avenue Suite 600 Fort Worth, Texas 76102 Reference: Corrosivity Study and Corrosion Protection Design 30" and 36" Diameter Water Transmission Lines Westside III and IV Waterline Project Dear Sir: Enclosed you will find a copy of the corrosivity study and corrosion protection design document, including specifications and drawings for the above referenced project. ,".., We appreciate this opportunity to provide our services to TCB/AECOM. Should you have any questions or need additional information please do not hesitate to contact the undersigned at 713- 460-6000. Very truly yours, Corrpro Companies, Inc. James "Trey" Johnston, E.I.T. Engineer I CORROSIVITY STUDY AND CORROSION PROTECTION DESIGN 30" AND 36" DIAMETER WATER TRANSMISSION LINES WESTSIDE III AND IV WATERLINE PROJECT PREPARED FOR TCB/AECOM FORT WORTH, TEXAS PREPARED BY CORRPRO COMPANIES, INC. HOUSTON, TEXAS low 29 NOVEMBER 2008 ON W-A ,✓ TABLE OF CONTENTS 1.0 Introduction 2.0 Executive Summary 3.0 Corrosivity Evaluation 3.1 Results and Analysis 3.2 Corrosion Protection Requirements 4.0 Design Report 4.1 Summary 4.2 Protective Coating 4.3 Pipe Bedding and Backfill 4.4 Cathodic Protection 4.5 Joint Bonding and Electrical Isolation 4.6 Test Stations 4.7 Conclusions and Recommendations Appendices Appendix A Field Data Appendix B Laboratory Data Appendix C Specification Section 15640 — Joint Bonding and Electrical Isolation Appendix D Specification Section 15641— Corrosion Control Test Stations Appendix E Specification Section 15642 — Magnesium Anode Cathodic Protection Systems Appendix F Specification Section 15643 — Polyethylene Encasement for Ductile Iron Pipe CORROSIVITY STUDY AND CORROSION PROTECTION DESIGN 30" AND 36" DIAMETER WATERLINES WESTSIDE III WATER TRANSMISSION PROJECT 1.0 INTRODUCTION Corrpro Companies Inc. has been retained by TCB/AECOM to perform corrosivity evaluation and corrosion protection design services for the proposed Westside III and IV 30" and 36" Diameter Water Transmission Line Project, located in Fort Worth, Texas. The proposed pipeline alignment runs west-northwest from the Westland ground storage tank facility for approximately 3,300 feet, and then south another 4,300 feet to the proposed Northwest Water Treatment Plant. The 30" and 36" diameter waterlines will be offered for bid with the following pipe material alternatives: • Bar -wrapped concrete cylinder pipe (CCP) (AW WA — C303). • Ductile iron pipe. • Dielectrically coated steel pipe. Upon completion of the corrosivity evaluation, a corrosion protection design was prepared including the requirements for joint bonding, electrical isolation, stray current control, corrosion control test stations, and cathodic protection. This report presents the results of the corrosivity evaluation and corrosion protection design. 2.0 EXECUTIVE SUMMARY 2.1. Soils along the pipeline route are considered corrosive to all of the proposed pipe material options. Corrosion protection measures are recommended for all three pipe alternatives to help preserve the physical integrity of the waterline. 2.2. The mortar coating on the CCP option provides corrosion protection for the embedded steel components. Nevertheless, areas of low soil resistivity and high moisture content may compromise the level of corrosion protection in the long run, making them susceptible to corrosion. Therefore, it is recommended that this option be cathodically protected. 1 \Moe 2.3. The annealing oxide and asphaltic shop coating typically present on the DIP option should be supplemented with the installation of a polyethylene encasement and cathodic protection. 2.4. The dielectric coating on the steel pipe provides corrosion protection for this option. Nevertheless, coating defects may compromise the level of corrosion protection, exposing the steel to corrosive soil. Therefore, it is recommended that the steel pipe option be cathodically protected to minimize the probability of corrosion at coating holidays. 2.5. Joint bonding of the CCP and DIP options is required to maintain the electrical continuity throughout the length of these piping options. Joint bonding of mechanical joints is also necessary for the steel pipe option. 2.6. The evaluation indicates that AC or DC interference is not a concern for the waterlines. 2.7. Test stations should be installed at galvanic anode ground bed locations, at foreign line crossings, and at all underground in -line isolators to monitor the effectiveness of the cathodic protection system. 3.0 CORROSIVITY EVALUATION The soil corrosivity analysis and corrosion control recommendations presented in this report are based on the field soil resistivity survey and laboratory soil analysis conducted by Corrpro Companies, Inc. During the field evaluation Corrpro also investigated the possibility of interference due to stray DC currents and overhead high -voltage AC power lines which might affect the physical integrity of the planned water pipelines. The evaluation performed is the basis for determining the corrosion protection requirements for the concrete cylinder pipe (CCP), polyethylene encased ductile iron pipe (DIP), and dielectrically coated steel pipe options. 3.1 RESULTS AND ANALYSIS Field and laboratory testing were performed to collect chemical and electrical data pertaining to the corrosivity of the proposed pipeline alignment with respect to the CCP, DIP, and steel pipe options. Soil resistivity measurements were recorded from grade to depths of five, ten, and fifteen feet at eight (8) locations along the proposed pipe alignment. This data is recorded in Appendix A. Using the Barnes Layer procedure, soil resistivities were calculated for the 5 to 10 feet and 10 to 15 feet layers. Statistical distribution of the soil resistivity for the layers of interest, where the water lines are to be installed, is summarized as follows: 2 %we Minimum Maximum Percent < 1,000 Percent < 2,000 Percent < 3,000 Percent,?: 3,000 Percent > 5,000 30" and 36" Diameter Waterlines Westside III and IV Waterline Proiect Fort Worth. Texas Soil Resistivity 5-10 Feet 1,447 ohm -cm 6,522 ohm -cm 0.0% 25.0% 85.7% 12.5% 12.5% 10-15 Feet 780 ohm -cm 5,196 ohm -cm 12.5% 75.0% 87.5% 12.5% 12.5% Eight (8) soil samples collected by geotechnical firm personnel along the pipeline right-of-way were tested in the laboratory for moisture content, pH, chloride ion concentration, sulfide ion concentration, conductivity, resistivity, corrosion rate, and redox potentials. Laboratory test results are tabulated in Appendix B. With respect to the chemical properties of the soil, the test results of the samples indicate: • Moisture content from 8.4% to 20%. • A pH range from 7.4 to 8.6. • Chloride ion concentrations from 2 to 20 ppm. • Zero detectable sulfide ions. • Conductivities from 160 to 3,500 microhmos. • Resistivities from 480 to 4,400 ohm -cm. Considering each of the chemical and electrical soil properties that are tested in the field and the laboratory, general guidelines for interpreting the results are as follows: Soil Moisture - The higher the soil moisture content, the greater the anticipated rate of corrosion. Moisture contents can range from 1% (very dry sands) to 40% (clays holding a great deal of moisture). Typical values are 10 to 15% with over 20% moisture considered high. • pH - Acidic soils and groundwater are more conducive to galvanic corrosion of ferrous materials than alkaline soils and groundwater. 3 3.2 • Conductivity - For a given corrosion cell with a fixed potential difference between the anode and cathode, the higher the conductivity, the greater the metal loss. Conductivities over 350 microhmos/cm (equivalent to a resistivity of 2850 ohm -cm) are considered high. • Sulfide Concentration - Any detectable concentrations of sulfide ions are indicative of anaerobic conditions that may support high rates of metal dissolution due to microbiologically influenced corrosion. • Chloride Concentrations - Chloride ions are cathode depolarizers, which enhance the rate of corrosion. The higher the concentration, the greater the rate of corrosion. Many soils have chloride concentrations less than 10 ppm. Concentrations over 50 ppm are significant from a corrosion standpoint. • Soil Resistivity - Resistivity is a common parameter for evaluating the corrosiveness of the soil. Resistivity is the inverse of conductivity and is measured in units of ohm -centimeters. Corrosivity is often an inverse function of resistivity with low resistivity soils usually more corrosive than high resistivity soils. Resistivity is also related to the concentration of salts with low resistivity indicating high levels of salt. No sources of AC or DC interference were observed during the field survey. CORROSION PROTECTION REOUIREMENTS An analysis of the field data obtained during the survey and of the types of proposed pipe materials was made to determine the requirements for and types of cathodic protection that could be considered for the proposed waterlines. The CCP and the DIP options are electrically discontinuous along their length because of the dielectric sealing materials used at each pipe joint. Joint bonding is, therefore, required to establish and maintain electrical continuity. Joint bonding is also required for the dielectrically coated steel pipe option at all non -welded (mechanical) joint locations. The high pH of the mortar coating on the CCP option provides corrosion protection for the embedded steel components. However, low soil resistivity and moisture may compromise the level of corrosion protection making the steel susceptible to corrosion. Therefore, it is recommended that the CCP option be cathodically protected. The dielectric coating on the steel pipe option is the primary corrosion control mechanism. Corrosion will occur, however, at those areas where there are breaks in the coating. Therefore, the corrosion protection provided by the coating must be supplemented with cathodic protection. The annealing oxide and asphaltic shop coating typically present on the ductile iron pipe surface are the primary barriers against corrosion. Polyethylene encasement should be El used to supplement the corrosion protection provided by the annealing oxide and asphaltic shop coat throughout the length of the DIP option. Corrosion may occur, however, at those areas where there are breaks in the polyethylene encasement. Therefore, the corrosion protection provided by the encasement must be supplemented with cathodic protection. This configuration should also include joint bonding. In summary, it is recommended that cathodic protection be installed on the entire length of the proposed waterline alignment for all pipe options. Electrical continuity bonds must be installed on all underground mechanical joints for the CCP, DIP, and steel pipe options. A polyethylene encasement should also be installed on the entire length of the DIP option. It is necessary to electrically isolate the waterline at all tie-ins to other underground metallic pipelines. Monitoring test stations should be installed at galvanic anode ground bed locations, foreign line crossings, and at all underground in -line pipeline isolation fittings. 4.0 CORROSION PROTECTION DESIGN REPORT The proposed water pipeline will be offered based with the following alternative configurations: Bar -wrapped concrete cylinder pipe (AWWA C303): A corrosion control system consisting of galvanic anode cathodic protection, joint continuity bonds and monitoring test stations with joint isolation at connections to existing pipelines is recommended for this pipeline configuration. Ductile iron pipe: A corrosion control system consisting of galvanic anode cathodic protection, polyethylene encasement throughout the pipe length, electrical continuity joint bonds, monitoring test stations, joint isolation at connections to existing pipelines is recommended for this pipeline configuration. • Dielectrically coated steel pipe: A corrosion control system consisting of galvanic anode cathodic protection, joint continuity bonds for all non -welded mechanical joints, monitoring test stations, joint isolation at connections to existing pipelines is recommended for this pipeline configuration. 5 4.2 PROTECTIVE COATINGS �. The mortar coating on the CCP option provides a high pH environment, which is protective of the steel embeddments. The mortar coating should be applied in accordance with AWWA Standards to make certain that it is of low porosity and low permeability. The pipe should be handled without cracking the mortar and the joints must be properly diapered. It is recommended that a dielectric coating system be used to prevent corrosion of the external surfaces of the steel pipe option. The coating shall be in accordance with the ANSI/AWWA C222 Standard. All welded and/or mechanical joints should be coated with heat shrink sleeves. Proper installation of the heat shrink sleeves must be assured to prevent any delamination between the coated pipe and the sleeve. The ductile iron pipe option shall be protected with polyethylene encasement throughout its length in accordance with the AWWA C-105/A21.5 standard. A white, high -density, cross -laminated polyethylene film is recommended for this application. 4.3 PIPE BEDDING & BACKFILL There may be places along the pipeline right-of-way where the pipe will be installed in rocky areas. It is essential that the pipe be provided with proper N%W.e bedding to prevent physical damage to the pipe, mortar and/or dielectric coating. It is recommended that bedding materials such as clean river sand be used for this purpose. Backfill material should also be finely graded to prevent damage to either the dielectric or mortar coating. 4.4 CATHODIC PROTECTION The recommended galvanic anode cathodic protection system for the bar -wrapped concrete cylinder pipe (AWWA C303) option shall include four (4) groundbeds consisting of 8 40-pound prepackaged magnesium anodes, and sixteen (16) groundbeds consisting of 5 40-pound prepackaged magnesium anodes. All anodes shall be installed vertically at a depth of 15 feet, and spaced 10 feet (center -to -center). The recommended galvanic anode cathodic protection system for the dielectrically coated steel and ductile iron pipe options shall include three (3) groundbeds consisting of 8 40-pound prepackaged magnesium anodes, and ten (10) groundbeds consisting of 5 40-pound prepackaged magnesium anodes. All anodes shall be installed vertically at a depth of 15 feet, and spaced 10 feet (center -to -center). 6 %MW For the CCP option, the anode groundbeds shall be installed at the following pipe stations: 36" Segment: 14+37, 22+57, 30+77, 38+97, 45+71, 51+03, 56+35, 61+67, 66+99, 72+31, 77+63, and 82+95. 30" Segment: 13+36, 18+68, 24+00, 29+32, 34+64, 39+96, 45+28, and 50+00. For the dielectrically coated steel and DIP options, the anode groundbeds shall be installed at the following pipe stations: 36" Segment: 15+73, 26+67, 38+10, 47+31, 55+82, 64+33, 72+84, and 81+35. 30" Segment: 14+96, 23+47, 31+98, 40+49, and 49+00. Refer to Appendix E, Specification for galvanic anode cathodic protection systems, Note: Alignment test station numbers are approximations only. Type TS2 test stations for the 36" and 30" segments should be installed next to each other where possible. Refer to cathodic protection drawings for schematic of test station type TS2 installation. 1"001 4.5 JOINT BONDING AND ELECTRICAL ISOLATION The 30" and 36' diameter waterlines should be electrically isolated from existing mains and laterals. The CCP option requires two (2) welded steel clips across all joints to establish and maintain electrical continuity. The DIP option requires two (2) bonding cables welded across each joint to ensure electrical continuity. The dielectrically coated steel pipe option requires two (2) bonding wires across all non -welded mechanical joints. Refer to Appendix C, Joint Bonding and Electrical Isolation. 4.6 TEST STATIONS Test stations will allow periodic monitoring of the effectiveness of the cathodic protection system on all pipe options. They will also allow future monitoring of possible DC interference voltages on the three pipe alternatives. Test stations are required for all pipe materials at cathodically protected foreign line crossings, galvanic anode ground bed locations and underground electrical pipeline isolation joints. 7 Test Station types are as follows: 1. TS 1 - Standard pipe -to -soil potential measurement test station at locations of anode groundbeds consisting of 8 anodes. See details on the cathodic protection drawings. 2. TS2 - Standard pipe -to -soil potential measurement test station at locations of anode groundbeds consisting of 5 anodes. See details on the cathodic protection drawings. 3. BTS - Standard pipe -to -soil potential measurement test station with pipe bonding. 4. FL - Test station installed at crossing of underground metallic piping systems owned by others (foreign pipelines). See FL type test station on the cathodic protection drawings. In addition to the lead wires to be installed for the pipeline and the foreign pipelines, bond wires shall also be installed, one to the water transmission pipeline and one to the foreign pipeline. The bond wires shall be No. 8 AWG, single conductor, stranded, copper wire with TW or TI1HN insulation. The insulation shall be white in color for bond wires installed on the water transmission pipeline and red in color for bond wires installed on foreign pipelines. u IF - Test station installed across underground isolation joints. See IF u type test station on the cathodic protection drawings. Note: Lead wires and bond wires are to be installed on foreign pipelines (if any) by the foreign pipeline owners. The waterline owner will make arrangements with the foreign pipeline owners (if any) for installation of lead wires and bond wires on the foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on foreign pipelines without foreign pipeline authorization. L 8 u TEST STATION SCHEDULE Westside III and IV Proposed Waterlines CCP Pipe Option Station No. 36" Segment Tvpe 10+27 Flanged connection to existing 30" pipe IF 14+37 Anode Groundbed TS1 15+50 Existing 84" TRWD Raw Water Line FL 22+57 Anode Groundbed TS1 30+77 Anode Groundbed TS1 36+75 Existing 10" Gas Line Crossing FL 37+45 Existing Energy Transfer and Atmos Energy Gas Line Crossings FL 38+97 Anode Groundbed TS1 45+71 Anode Groundbed TS2 51+03 Anode Groundbed TS2 56+35 Anode Groundbed TS2 61+67 Anode Groundbed TS2 66+99 Anode Groundbed TS2 72+31 Anode Groundbed TS2 77+63 Anode Groundbed TS2 82+95 Anode Groundbed TS2 30" Segment 10+00 Flanged connection to existing 30" pipe IF 13+36 Anode Groundbed TS2 18+68 Anode Groundbed TS2 20+80 Bonding Test Station BTS 24+00 Anode Groundbed TS2 29+32 Anode Groundbed TS2 31+60 Bonding Test Station BTS 34+64 Anode Groundbed TS2 39+96 Anode Groundbed TS2 42+40 Bonding Test Station BTS 45+28 Anode Groundbed TS2 50+00 Anode Groundbed TS2 Note: Alignment station numbers are approximations only. Type TS2 test stations for the 36" and 30" segments should be installed next to each other where possible. Refer to cathodic protection drawings for schematic of test station type TS2 'installation. 0 TEST STATION SCHEDULE Westside III and IV Proposed Waterline Steel and Ductile Iron Pip_ a Option Station No. 36" Segment Tye 10+27 Flanged connection to existing 30" pipe IF 15+50 Existing 84" TRWD Raw Water Line FL 15+73 Anode Groundbed TS1 26+67 Anode Groundbed TS1 36+75 Existing 10" Gas Line Crossing FL 37+45 Existing Energy Transfer and Atmos Energy Gas Line Crossings FL 38+10 Anode Groundbed TS1 47+31 Anode Groundbed TS2 55+82 Anode Groundbed TS2 64+33 Anode Groundbed TS2 72+84 Anode Groundbed TS2 81 +35 Anode Groundbed TS2 30" Segment 10+00 Flanged connection to existing 30" pipe IF 14+96 Anode Groundbed TS2 20+80 Bonding Test Station BTS 23+47 Anode Groundbed TS2 31+60 Bonding Test Station BTS 31+98 Anode Groundbed TS2 40+49 Anode Groundbed TS2 42+40 Bonding Test Station BTS 49+00 Anode Groundbed TS2 Note: Alignment station numbers are approximations only. Type TS2 test stations for the 36" and 30" segments should be installed next to each other where possible. Refer to cathodic protection drawings for schematic of test station type TS2 installation. N%./ 10 4.7 CONCLUSIONS AND RECOMMENDATIONS 4.7.1. The installation of galvanic anodes for the CCP, DIP, and dielectrically coated steel options will provide the means for external corrosion control. 4.7.2 Installation of a polyethylene encasement is recommended for the DIP option. 4.7.3 Installation of bonding clips or bonding cables across all mechanical joints is required for the CCP and DIP options. The dielectrically coated steel pipe option requires two bonding wires across all mechanical (non - welded) joints. 4.7.4 The waterline should be electrically isolated from existing metallic transmission mains and laterals. 4.7.5 Proper monitoring of the cathodic protection system will be achieved through test stations installed at foreign pipeline crossings, galvanic anode ground beds locations, pipe bonding locations, and underground electrical isolation fittings. In addition, permanent reference cells will assist in monitoring of pipe -to -soil potential measurements at ground bed locations. Monitoring test stations are recommended for all three pipe material alternatives. 11 APPENDIX A FIELD DATA CLIENT: TCB / City of Fort Worth LOCATION: Westside III & IV Sta. 10+38 INSTRUMENT USED: CORRPRO COMPANIES, INC. - HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION NILSSON SOIL RESISTIVITY METER, M400 DATA BY: JJ/MP JOB NO.: 306077 DATE: 8/26/08 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM -CM) FROM SURFACE (FT) 5.0 4.50 957.5 4.309 0.222 0.222 4.500 957.5 4,309 0.0 TO 5 10.0 1.60 1,915.0 3.064 0.625 0.403 2.483 957.5 2,377 5 TO 10 15.0 0.54 2,872.5 1,551 1.852 1.227 0.815 957.5 780 10 TO 1 5 CLIENT: TCB / City of Fort Worth LOCATION: Westside III & IV Sta. 20+40 CORRPRO COMPANIES, INC. - HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION JOB NO.: 306077 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: JJ/MP DATE: 8/26/08 4-PIN SOIL REStSTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM -CM) FROM SURFACE (FT) 5.0 3.40 957.5 3,256 0.294 0.294 3,400 957,5 3,256 0.0 TO 5 10.0 1.50 1.915.0 3,064 0.625 0.331 3.022 957.5 2,894 5 TO 10 15.0 0.85 2,872.5 2,528 1.136 0,511 1,956 957.5 1,872 10 TO 15 CLIENT: TCB / City of Fort Worth LOCATION: Westside III & N Sta. 30+40 INSTRUMENT USED: CORRPRO COMPANIES, INC. - HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION NILSSON SOIL RESISTIVITY METER, M400 DATA BY: JJIMP JOB NO.: 3060TT DATE BMW 44IN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL. RESISTMTIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) {OHMS) (191.5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM -CM) FROM SURFACE (FT) 5.0 1.80 957.5 1,724 0.556 0.556 1.800 957.5 1,724 0.0 TO 5 10.0 0.83 1,915.0 1,589 1.205 0.649 1.640 957.5 1.475 5 TO 10 15.0 0.58 2,872.5 1,666 1.724 0,519 1,926 967.5 1,844 1D TO 15 CLIENT: TCB / City of Fort Worth LOCATION: Weslstde III & IV Sta. 40+40 CORRPRO COMPANIES, INC. - HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION JOB NO.: 306077 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: JJIMP DATE: 8/26/08 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTMTY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM -CM) FROM SURFACE (FT) 5.0 1.80 957.5 1,724 0.556 0.556 1.800 957.5 1,724 0.0 TO 5 10.0 0.96 1,916.0 1,877 1.020 0.465 2.151 957.5 2,060 5 TO 10 16.0 0,66 2,872.5 1,867 1.538 0.518 1.930 957.5 1,848 10 TO 1 5 CLIENT: TCB / City of Fort Worth LOCATION. Westside III & IV Sta. 50+40 CORRPRO COMPANIES, INC. - HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION JOB NO.: 306077 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA Sr. JJ/MP DATE: 8/M6108 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (Fr) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5X FEET) (OHM -CM) FROM SURFACE (FT) 5.0 1.70 957.5 1,628 0.588 0,588 1.700 957.5 1,628 0.0 TO 5 10.0 0.80 1,915.0 1,532 1.250 0A62 1.511 957.5 1.447 5 TO 10 15.0 0,59 2,872.5 1,695 1.695 0.445 2.248 957.5 2,152 10 TO 15 CORRPRO COMPANIES, INC. - HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TCB ! City of Fort Worth JOB NO.: 306077 LOCATION: Westside III & IV Sta. 60+40 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY. JJ1MP DATE: 8f26108 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM -CM) FROM SURFACE (FT) 5.0 4.50 957.5 4,309 0.222 0.222 4,500 957.5 4,309 0.0 TO 5 10.0 1.50 1,915.0 2,873 0.667 0.444 2.250 957.5 2,154 5 TO 10 15.0 0.69 2,672.5 1,982 1.449 0,783 1.278 967.5 1,223 10 TO 15 CLIENT: TCB t City of Fort Worth LOCATION: WesWde III & IV Sta. 76+50 INSTRUMENT USED: CORRPRO COMPANIES, INC. - HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION NILSSON SOIL RESISTIVITY METER, M400 DATA BY: JJ/MP JOB NO.: 306077 DATE: 8126/08 4-PIN SOIL. RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVI IES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM -CM) FROM SURFACE (FT) 5.0 3.90 967.5 3,734 0.256 0.256 3.900 957.5 3,734 0.0 TO 5 10.0 1.50 1,915.0 2,073 0.667 0.410 2.439 957.5 2,334 5 TO 10 15.0 0.63 2.872.5 1,610 1.587 0.9211 1.086 957.5 1,040 10 TO 5 CLIENT: TCB / City of Fort Worth LOCATION: Westside III & IV Sta. 85+00 CORRPRO COMPANIES, INC. - HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION JOB NO.: 306077 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY. JJ/MP DATE: 8/26108 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTWITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM -CM) FROM SURFACE (FT) 5.0 8.10 957.5 7.756 0.123 0.123 8.100 957.5 7,756 0.0 TO 5 10.0 3.70 1.915.0 7,086 0.27D 0.147 6.811 957.5 6,522 5 TO 10 15.0 2.20 2.872.5 6,320 0.455 0.184 5.427 957.5 5,196 10 TO 1 5 CITY OF FORT WORTH WESTSIDE III PROJECT Proposed 30/36" Diameter Water Lines Soil Resistivity Data Summary Ref Lver Resistivity (ohm -cm) # Station No. From 0' to 5' From 5' to 10' From 10' to 15' 1 10+38 4309 2377 780 2 20+40 3256 2894 1872 3 30+40 1724 1475 1844 4 40+40 1724 2060 1848 5 50+40 1628 1447 2152 6 60+40 4309 2154 1223 7 76+50 3734 2334 1040 8 85+00 7756 6522 5196 SOIL RESISTIVITY STATISTICS 5'-101, 10'-15, Minimum 1,447 780 Maximum 6,522 5,196 Average 2,658 2,168 %<1,000 0.0% 12.5% % < 2,000 25.0% 75.0% % < 3,000 87.5% 87.5% % >= 3,000 12.5% 12.5% % > 5,000 12.5% 12.5% APPENDIX B LABORATORY DATA CLIENT: TCB PROJECT/JOB NO: West Side III & IV Geotechnical Study / # 306077 CORRPRO CONTACTIPHONE: James Johnston 1(713)460-6112 OFFICE: Houston SOIL SAMPLE NO. (Same as Feld) 1 2 3 4 BORING NO. B-1 B-1 B--2 B-2 INTERVAL TO PRIOR: MILES SOIL SAMPLE DEPTH - FEET 1 5' 19' 9-10 13' DATE TIME SOIL TYPE Silty Clay Sandy Sandy clay loam loam loam SOIL COLOR Light Gray Light Dark brown gray gray STANDARD DDM MEASUREMENTS: Lab Conductivity (conductivity meter) - Micromho-cm' Calculated Lab Resistivity (conductivity meter) - Ohm - CM Lab Resistivity - Quad Box - As -Received - Ohm -cm Lab Resistivity - Quad Box - Saturated - Ohm -cm Moisture Content - % Or Ket), Moist) or D(ry) Lab pH Chlorides - ppm OR P(os.), T(race) or N(eq.) Sulfides - ppm OR P(os.), T(race) or N(eq.) Aquamate LPR-Corrosion rate-mpy-as is Aquamate LPR-Corrosion rate -imbalance -as is Aquamate LPR-Corrosion rate-mpy-saturated Aquamate LPR-Corrosion rate -imbalance -saturated Lab Redox Potential - Millivolts DATE SAMPLES RECEIVED: 10/07/2008 LAB ANALYSIS BY: Nancy Jacob REVIEWED BY: James Johnston 5 6 7 8 9 10 11 B-3 B-3 B-3 B-4 B-4 B-5 B-5 9-10' 14-15' 17-18' 13 13.5' 15-16' 8.5-9' 12 5' Silty Clay Sandy Sandy Clay Clay Silt & clay loam loam loam loam loam clay Light GraGray Light Dark lighty Light Light brown gray gray brown brown brown 350 1,800 1,700 4,300 410 1,900 1,700 540 3,500 270 160 2,900 560 590 230 2,400 530 590 1,900 290 3,700 6,300 4,400 9,200 1,800 1,900 1,900 3,000 11,000 1,600 6,400 11,000 880 880 480 1,200 680 960 1,500 640 1,800 4,400 12.0 14.0 8.4 20.0 19.0 17.0 12.0 8.5 18.0 11.0 8.9 8.6 8.1 7.7 7.4 8.1 7.9 8.0 8.1 7.6 8.4 8.4 6 10 13 20 2 4 4 3 6 2 2 0 0 0 0 0 0 0 0 0 0 0 1.31 1.39 5.44 2.68 4.86 3.05 1.12 6.54 0.67 1.27 2.96 1.23 0.35 3.36 0.50 1.01 1.52 2.13 1.54 0.13 13.2 37.1 35.1 8.95 31.7 24.0 14.5 33.0 14.2 7.39 1.48 0.00 3.11 0.60 12.9 10.3 4.21 10.7 9.67 0.15 420 310 310 320 330 300 270 290 280 280 270 APPENDIX C SPECIFICATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION `"'' SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION PART1 GENERAL 1.01 SECTION INCLUDES A. Joint bonding requirements for electrical continuity along dielectrically coated steel pipe, concrete cylinder pipe, and ductile iron pipe. B. Electrical isolation devices for installation at connections to existing piping, at laterals, at cased crossings, and at tunnels. 1.02 RELATED SECTIONS A. Section 15641 - Corrosion Control Test Stations. B. Section 15642 - Magnesium Anode Cathodic Protection Systems. 1.03 REFERENCES A. ASTM D 1248 - Polyethylene Plastics Molding and Extrusion Material. B. AWWA C207 - Steel Pipe Flange for Waterworks Service. C. AWWA M9 Manual - Concrete Pressure Pipe. D. ANSI 1316.1 - Cast Iron Pipe Flanges and Flanged Fittings. E. ANSI B 16.5 - Pipe Flange and Flanged Fittings. 1.04 SUBMITTALS A. Submittals: Submittals shall conform to the requirements of the 30" and 36" diameter City of Fort Worth Westside Ill and IV Water Transmission Pipeline Project. B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog cuts shall include the manufacturer's name and shall provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. C. Test Results: Electrical continuity and flange isolation test results shall be submitted to the owner or its designated representative. 15640 October, 2008 Page 1 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION 1.05 QUALITY CONTROL A. Provide manufacturer's certification that all electrical continuity bonding meets the requirements of the drawings and specifications. Reference certification to applicable section of specifications and applicable standard detail. B. Provide manufacturer's certification that all isolation devices meet the published material specifications. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART 2 PRODUCTS 2.01 DESCRIPTION OF MATERIALS A. Joint bonding and electrical isolation materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds. 2. Flange isolation assemblies. 3. Casing spacers. 4. Casing end seals. on 2.02 ELECTRICAL CONTINUITY BONDS A. Applications: Applications for electrical continuity bonding include the following: 1 Bonding across bolted joint assemblies. 2. Bonding across gasketed joint assemblies. B. Preparation of Concrete Pipe for Bonding: 1. General: a) Fabrication: Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b) Acceptable Methods: Establish electrical continuity as indicated in drawings and specifications. 2. Criteria for Electric Continuity: a) Tensile Wire: Pipe manufacturer to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from 15640 October, 2008 Page 2 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE M & IV WATERLINE PROJECT ELECTRICAL ISOLATION that wire. Manufacturer to report values obtained and method of measurement. b) Internal Pipe Joint Components: Pipe manufacturer to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity: a) Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type prestressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. 1) Use and install two continuous straps 180' apart longitudinally along the pipe. These straps must maintain electrical continuity between metallic components. 2) Use steel straps made of mild steel and free of grease, mill scale, or other high resistance deposits. 3) Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity: a) Establish continuity of all joint components and steel cylinder. These components include the following: 1) Anchor socket brackets. 2) Anchor socket. 3) Spigot ring. 4) Bell ring. b) If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. C. Preparation of Steel Pipe for Bonding: Bonding wires are not required for welded steel pipe. Mechanical joints, however, require the installation of bond wires across the joint as shown on the project drawings. D. Preparation of Ductile Iron Pipe for Bonding: Install insulated bond wires as shown on the project drawings. E. Electrical Bond Wires: Electrical bond wires are to be a minimum No. 2 AWG, seven strand, copper cable with THHN insulation. Remove one inch of THHN 15640 October, 2008 Page 3 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION insulation from each end of the bond wire. Exothermic weld the bond wires to the pipeline. Provide the minimum number of bond wires as shown on drawings for steel or ductile iron pipe. F. Electrical Bond Clip: Weld two (2) ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8- inch fillet welds to the bell and spigot of adjacent concrete cylinder pipe. Manufacture clips to maintain continuity regardless of small deflections of finished joints. 2.03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation assemblies include but are not limited to the following: 1. At selected locations where new piping is mechanically connected to existing piping. 2. At selected below -grade to aboveground piping transitions. 3. At locations shown on the drawings. B. For concrete cylinder pipe, provide electrical isolation through the installation of the following materials: 1. Flange connection to Lock Joint bell adapter. 2. Flange connection to Lock Joint spigot adapter 3. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide plain -faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 4. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 15640 October, 2008 Page 4 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION C. For steel pipe, provide electrical isolation through installation of the following materials: Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain -faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal -and Insulator, Inc., or approved equal. ..r D. For ductile iron pipe, provide electrical isolation through installation of the following materials: 1. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain -faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-1 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. i 15640 October, 2008 Page 5 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III'& IV WATERLINE PROJECT ELECTRICAL ISOLATION E. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 2.04 CASING SPACERS A. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation. B. Inside diameter of casing or tunnel liner must be 4 inches greater in diameter than the outside diameter of the piping. In the case of mechanically coupled piping, the casing must be a minimum of 4 inches greater in diameter than the outside diameter of the coupling at its largest point. C. For welded steel pipes 12-inch diameter and smaller, use injection molded polyethylene insulators, Model PE as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. D. For all other pipe materials 12 inch diameter and smaller, use 8 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C8G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. E. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C 12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 2.05 CASING END SEALS A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal B. For all piping 24 inch diameter and greater, use pull -on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. C. Casing End Seals shall be as shown on the plans for the City of Fort Worth Westside III and IV Waterlines. PART 3 - EXECUTION 3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS A. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering the conductor. B. General: Attach bond wires or bond straps at required locations by thermite welding process. C. Thermite Welding Methods: Perform thermite welding of bond wires and bond straps to .piping in the following manner: 15640 October, 2008 Page 6 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION 14000, 1. Clean and dry pipe to which wires or straps are to be attached. 2. Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind surface to bright metal. 3. Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe, exposing clean, oxide -free copper for welding. 4. Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5. Place metal disk in bottom of mold. 6. Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7. Close mold cover and ignite starting powder with flint gun. 8. After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. Pull on wire or strap to assure a secure connection. If weld is not secure or the bond breaks, repeat procedure with new wire or strap. 9: If weld is secure, coat all bare metal and weld metal with ThermoCap as manufactured by ThermoWeld, or approved equal. 4400, D. Post -Installation Inspection: Post -installation inspection of all electrical continuity bonds shall be made through a visual examination of each thermite weld connection for strength and suitable coating prior to backfilling. In addition, perform one or more of the following tests: Circulate current through pipe using DC power supply. Calculate resistance through known length of pipe. Resistance must not exceed 150% of theoretical resistance for pipe and bonds. 2. Measure resistance through select bonded joints with a digital low resistance ohmmeter (DLRO). Resistance of 0.001 ohms or less is acceptable. 3. Position a CSE at a stationary location adjacent to bonded pipeline. Impress a temporary current on pipe. Record static, current -applied, and instant "off' pipe -to -soil potential readings along the pipe relative to the stationary CSE. a. Static potential measurements referenced to stationary CSE must be nearly identical along the pipe to indicate electrical continuity. b. Instant "off' potentials referenced to stationary CSE must be nearly identical along pipe to indicate electrical continuity. 15640 October, 2008 Page 7 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION C. The difference between the instant `off' and the static potential referenced to stationary CSE must be equal at each point of contact to pipe to indicate electrical continuity. 4. If any of the above procedures indicates a poor quality bond connection, reinstall the bond. 5. Record results and submit to the owner or its designated representative for approval prior to backfilling. E. Backf lling of Bonded Joints: 1. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. a. Use appropriate backfill material to completely cover the electrical bond. b. Provide protection so that future construction activities in the area will not destroy the bonded connections. 2. If construction activity damages a bonded connection, install new bond wire. 3.02 INSTALLATION OF FLANGE ISOLATION DEVICES A. Placement: Install isolation joints at the locations shown on the drawings. B. Assembly: Place gasket, sleeves, and washers as recommended by the manufacturer. Follow manufacturer's recommendations for even tightening to proper torque. C. Testing: Immediately after an insulating fitting has been installed, test electrical isolation with a Gas Electronics model 601 meter, or approved equal. Fully document test results. D. Painting: Do not use metal base paints on insulating fittings. E. Encapsulation: Encapsulate below -grade isolation joints with the Carboline Densyl tape system, or approved equal, after the isolation joint has been tested for effectiveness. 3.03 TESTING OF JOINT CONTINU.L`GY_BONDS_AND_INSIILATED JOINTS_ _ A. General: After the completion of the continuity bonding of individual joints but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. B. A DC current shall_ be impressed on the pipe on one side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be 15640 October, 2008 Page 8 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. C. The pipe -to soil potential shall be measured on each side of the insulated joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off. D. A joint is considered electrically continuous if the "on" and "off' potentials are the same on either side of the joint under test. E. This same procedure shall be used to test individual insulated joints except that the joint is considered insulated if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 3.04 INSTALLATION OF CASING SPACERS A. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. B. Avoid inadvertent metallic contact between casing and carrier pipe. Place spacers close enough to ensure that the pipe is adequately supported throughout its length, ..i particularly at the ends, to offset settling and possible electrical shorting. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the spigot into the bell. C. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6- inch lifts and compact each layer. D. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. E. Install casing spacers in accordance with the manufacturer's instructions. Correctly assemble, evenly tighten, and prevent damage during tightening of the insulators and pipe insertion. F. Insulator Spacing: 1. Maximum distance between spacers to be 10 feet for pipe sizes 6 inches and smaller, and 6 feet for pipe sizes greater than 6 inches. 2. For ductile -iron pipe, flanged pipe, or bell and spigot pipe, install spacers within one foot on each side of the bell or flange, and one in the center of the joint where 18 foot or 20 foot long joints are used. 3. If the casing or pipe is angled or bent, reduce the spacing. 15640 October, 2008 Page 9 of 10 CITY OF FORT WORTH JOINT BONDING AND WESTSIDE III & IV WATERLINE PROJECT ELECTRICAL ISOLATION 3.05 INSTALLATION OF END SEALS A. Assemble hard rubber Link -Seals around the pipe and slide into the annular space between the pipe and casing. Evenly tighten the bolts to provide a positive seal. B. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten stainless steel bands. 3.06 CASED CROSSING ISOLATION TESTS A. Immediately after the pipe has been installed in the casing, but prior to connecting the line, perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. The continuity check shall be fully documented and approved by the owner or its designated representative prior to backfilling. B. If the electrical isolation between pipe and casing is not effective, the cause shall be immediately investigated, and the situation remedied. Under no circumstances shall a shorted casing be backfilled. END OF SECTION u 15640 October, 2008 Page 10 of 10 APPENDIX D SPECIFICATION SECTION 15641 CORROSION CONTROL TEST STATIONS CITY OF FORT WORTH CORROSION CONTROL WESTSIDE III & IV WATERLINE PROJECT TEST STATIONS ..W SECTION 15641 CORROSION CONTROL TEST STATIONS PART1 GENERAL 1.01 SECTION INCLUDES A. Test station materials and installation requirements. B. Locations requiring test stations are adjacent to manholes, major pipeline crossings, cased crossings and tunnels, and below -grade electrical isolation joints. 1.02 RELATED SECTIONS A. Section 15640 - Joint Bonding and Electrical Isolation. B. Section 15642 — Specification for Magnesium Anode Cathodic Protection Systems. 1.03 REFERENCES A. ASTM D 1242 - Polyethylene Plastic Molding and Extrusion Material. `Me B. NACE RP0169-2002 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 - Thermoplastic Insulated Wires. D. UL 426A - Wire Connectors for Use with Copper Conductors. 1.04 SUBMITTALS A. Submittals shall conform to the requirements of the City of Fort Worth Westside III and IV Waterline Project in Fort Worth, Texas. B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog cuts shall include the manufacturer's name and shall provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. C. Drawings: As -built drawings of the corrosion control test stations shall be maintained by the Contractor during installation and construction. Drawings shall be revised to show exact locations of all wiring, connections, anodes and test stations. All items of equipment and material shall be properly identified. The original as -built drawings shall be submitted to the owner or its designated representative. 15641 September, 2005 Page 1 of 6 CITY OF FORT WORTH CORROSION CONTROL WESTSIDE III & IV WATERLINE PROJECT TEST STATIONS 1.06 QUALITY CONTROL A. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the drawings and specifications. The certification shall reference the applicable section of the specifications and the applicable standard details. B. The drawings for the corrosion control system are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine exact locations. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART 2 PRODUCTS 2.01 FLUSH MOUNT TEST STATIONS A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the drawings. B. The terminal box shall be a seven- (7) terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal. C. The Precast Concrete traffic box shall be an 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal. A. Install a marker sign adjacent to all flush -mounted test stations. 2.02 MAGNESIUM ANODE GROUND BED TEST STATIONS A. Test stations shall be seven- (7) terminal, flush -to -grade, type "NM-7" with cast iron lockable lid as manufactured by C.P.Test Services or approved equal. B. The test station shall be installed in a 24" x 24" x 6" concrete pad. 2.03 ABOVE -GRADE TEST STATIONS A. At test station locations where flush mounted structures cannot be installed, or where stated on drawings, an above -grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. B. The test station shall be a seven- (7) terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. C. Terminal boxes shall have a corrosion -proof plastic cover and shall be mounted on a 5- foot length of 3-inch diameter concrete filled galvanized steel conduit. 15641 September, 2005 Page 2 of 6 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT CORROSION CONTROL TEST STATIONS A. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. B. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. C. The test station shall be installed in a 24" x 24" x 6" concrete pad. 2.04 PERMANENT REFERENCE ELECTRODES A. The permanent reference electrode shall be a copper/copper sulfate Permacell, double membrane, ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. B. The electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. A permanent reference electrode shall be installed at each test station associated with the galvanic magnesium anode ground beds only. 2.05 TEST STATION LEAD WIRES A. Test station lead wires of all sizes shall have TW, THW, THHN or 14MWPE insulation. B. Type insulation shall be color coded based upon connection to underground structures: l . Water piping: white. 2. Foreign structures: red. 3. Steel casings: yellow. 4. Permanent reference cells: blue. 5. Anode header cable: black C. Test station lead wires shall be temunated on the test station terminal board utilizing crimped on solderless ring terminals. C. All terminal boards shall be wired by the installer as shown on the drawings. 2.06 THERMITE WELD EQUIPMENT A. Charges and Molds: Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. Use only the correct charges for the specific application. Welding charges and molds shall be Erico, Cadweld or Continental Industries, Thermoweld. B. Weld Coating: Coating for all welds shall be ThermoCap as manufactured by ThermoWeld or approved equal. 15641 September, 2005 Page 3 of 6 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT PART 3 EXECUTION 3.01 APPLICATIONS CORROSION CONTROL TEST STATIONS A. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: 1, Testing to determine the effectiveness of the installed cathodic protection systems and to allow for startup adjustments. 2. Testing to determine interference effects from and on adjacent or crossing foreign underground structures. 3. Testing to determine sources and magnitude of stray d-c currents and required mitigative measures. 4. Periodic monitoring to determine status of existing cathodic protection systems, stray current, and foreign line influence. B. Install test stations at each of the locations scheduled on the drawings. As a minimum, test stations are required at each of the following locations: 1. At all major underground metallic pipeline crossings. 2. At all cased crossings and tunnels (both ends). 3. At all underground isolation flanges. 4. At all galvanic magnesium anode ground bed locations. 3.02 GENERAL A. Install test stations at locations indicated on drawings. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the owner or its designated representative. B. Use continuous test station lead wires without cuts or tears in the insulation. C. Locate test stations as indicated on drawings, as close to the pipe as possible. If the pipe is installed under a road, place the test station at the curb for easy access. D. Attach test lead wires to the pipe by thermite welding. E. Attach test wires to the pipe prior to backfilling. F. Use color coded test wires as indicated on the drawings. G. Wire test station terminal board configurations as shown on the drawings. 15641 September, 2005 Page 4 of 6 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT CORROSION CONTROL TEST STATIONS H. At foreign pipeline crossing test stations, the owners of the pipeline must be notified and must give permission before the test leads are connected to their pipeline. The owner should have a representative present. 3.03 FLUSH -MOUNT TEST STATIONS A. Install flush -mount test stations as shown on the drawings. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. C. Install flush -mount test stations with permanent copper/copper sulfate reference electrodes where indicated on the drawings. 1. Install permanent reference electrode approximately 6 inches from the pipe. 2. Compact native soil by hand around the electrode. The balance of the backfill shall be select granular backfill material. 3. Saturate the backfilled permanent reference electrode with 5 gallons of water. D. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. 3.04 ABOVE -GRADE TEST STATIONS A. Install above -grade test stations where a flush mounted test station cannot be located. Use and location of above -grade test stations shall be approved by the owner or its designated representative. C. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. C. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. D. Pour a 24" x 24" x 6" concrete pad at grade around the test station conduit. E. Fill the interior of the 3" above -grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. 3.05 TEST LEAD WIRE ATTACHMENT A. Attach test leads to the pipe by thermite welding directly to the pipe on steel pipelines. See drawings. B. The pipe to which the wires are to be attached shall be clean and dry. 15641 September, 2005 Page 5 of 6 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT CORROSION CONTROL TEST STATIONS C. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind the surface to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. Use a copper sleeve crimped over the wire for all No. 12 AWG wires, F. Place the metal disk in the bottom of the mold. G. Pour the thermite weld charge into the mold. Squeeze the bottom of the cartridge to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. I. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with ThermoCap as manufactured by ThermoWeld, or approved equal. Note: Lead wires and bond wires are to be installed on the foreign pipelines by the foreign pipeline owners. The City of Fort Worth will make arrangements with the foreign pipeline owners (if any) for installation of lead wires and bond wires on the foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on foreign pipelines. 3.06 POST INSTALLATION BACKFILLING OF TEST STATION - LEAD WIRES. A. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. B. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. C. Replace any test wire found to have a high resistance connection. END OF SECTION 15641 September, 2005 Page 6 of 6 APPENDIX E SPECIFICATION SECTION 1.5642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES ..r SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM PART1 GENERAL 1.01 SECTION INCLUDES A. Requirements for cathodic protection systems on concrete cylinder, steel and ductile iron pipe using magnesium anodes. B. Work performed under this specification shall consist of providing all supervision, labor, equipment and materials as well as providing all operations necessary to install and test the required cathodic protection system components for the exterior surfaces of the City of Fort Worth Westside III and IV Waterline Project. The work shall be performed in accordance with the provisions of the specifications, applicable plans, codes and standards, and subject to other terms and conditions for the project. C. Cathodic protection components shall be as shown on the project drawings for the City of Fort Worth Westside III and IV Waterline Project. The cathodic protection system shall include but not be limited to the following: 1. Materials and installation. ,'Sol 2. Post -installation survey. 3. Final Report to include recommendations. 1.02 REFERENCES A. NEC 70 - National Electrical Code B. NACE RP-0169-2002 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 — Thermoplastic -Insulated Wires. D. UL 486A —Wire Connectors and Soldering Lugs for Use With Copper Conductors, 1.03 QUALITY CONTROL A. Installer Qualifications: Cathodic protection installer shall have a minimum of 5 years of documented experience in the type of cathodic protection work required for the project. B. Cathodic Protection Tester: Cathodic protection tester shall provide instructions for installation of anodes, field splices, and thermite welding. NACE International certified corrosion personnel shall complete all testing. C. All materials, fabrication and installations are subject to inspection and testing by the owner or its designated representative. October, 2008 15642 Page 1 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES E. The drawings for the cathodic protection system are diagrammatic and shall not be scaled for exact locations unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine exact locations. Contractor shall note other existing utilities in the area. Care shall be taken during excavation not to damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. PART 2 MATERIALS 2.01 SACRIFICIAL ANODES - MAGNESIUM A. Magnesium Anodes: Use 3" x 3" x 60", 40-pound elongated high potential prepackaged anodes. The metallurgical composition of the magnesium anodes conform to the following: Element Content % Al 0.010 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 each or 0.3 Maximum Total Magnesium Remainder B. Magnesium Anode Current Capacity: Magnesium anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. C. Anode Backfill Material: Use chemical backfill material around all galvanic anodes. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode, and prevents passivation of the anode. 1. All galvanic anodes come prepackaged in a backfill material conforming to the following composition: a) Ground hydrated gypsum: 75 percent b) Powdered bentonite: 20 percent c) Anhydrous sodium sulfate: 5 percent. 2. Have a grain size backfill such that 100 percent is capable of passing through a 20- mesh screen and 50 percent is retained by a 100-mesh screen. 3. Completely surround the anode with the backfill mixture within a cotton bag. 4. For elongated cast magnesium ingots, the required weight of backfill follows: Anode Weight (Pounds) 40 October, 2008 Backfill Weight (Pounds) X11 Total Weight (Pounds) 105 15642 Page 2 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES D. Anode Lead Wires: For the lead wire for the magnesium anodes, use a 20-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation (black). E. Lead Wire Connection to Magnesium Anode: 1. Cast magnesium anodes with a 20 gauge galvanized steel core. 2. Extend one end of the core beyond the anode for the lead wire connection. 3. Silver -solder the lead wire to the core and fully insulate the connection. 2.02 SPLICING TAPE Tape used for taping anode lead wire to anode header cable connections shall be Scotch 88 vinyl electrical tape and Scotch 130C rubber splicing tape, as manufactured by Scotch, 3M, or approved equal. Taped splices shall be covered with a coating of Scotchkote electrical coating. 2.03 CRIMPING LUGS Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy or approved equal. 2.04 ANODE HEADER CABLE Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (Black). 2.05 TEST STATIONS A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the drawings. B. The terminal box shall be a seven- (7) terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services or approved equal. C. The Precast Concrete traffic box shall be an 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal. D. If the area is not paved, the test station shall be installed in a 6" x 24" x 24" square concrete pad. E. Install a marker sign adjacent to all flush -mounted test stations. 2.06 SHUNT A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or approved equal. October, 2008 15642 Page 3 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES B. There shall one (1) shunt per group of four (4) anodes in each magnesium anode test station. 2.07 TEST LEAD WIRE A. Test station lead wires shall be #12 AWG stranded copper cable with type TW or THW insulation black in color. 2.08 PERMANENT REFERENCE ELECTRODE A. The permanent reference electrode shall be a copper/copper sulfate Permacell as manufactured by Corrpro Companies or approved equal. B. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. The permanent reference electrode shall have a minimum design life of 15 years and a stability of 5 millivolts under a 3.0 microamp load. 2.09 THERMITE WELD EQUIPMENT Materials required for thermite welding and coating of the welds are described in the following sections. A. Charges and Molds: Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. Care shall be taken during installation to be sure correct charges are used. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. B. Weld Coating: Coating for all welds shall be ThermoCap as manufactured by ThermoWeld or approved equal. PART 3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.01 INSTALLATION OF SACRIFICIAL ANODES A. The location of the cathodic protection magnesium anode groundbeds and the number of anodes per groundbed are indicated in the test station schedule on the project drawings. B. Placement: Each anode shall be installed vertically in a 10 inch diameter by 15 foot deep hole as shown on the project drawings. Centerline of the anode shall be a minimum of 10 feet from the centerline of the pipe. Anodes shall be installed within the pipeline right- of-way. C. Anodes shall be installed on 10-foot centers. D. Augured Hole: The hole diameter shall easily accommodate the anode. October, 2008 15642 Page 4of8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES E. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. Then a minimum of 5 gallons of water is to be poured in the anode hole. Backfilling of the remained of the anode hole can then be completed. F. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as indicated on the project drawings. G. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. 3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE A. Location: One permanent copper/copper sulfate reference electrode shall be installed at each anode groundbed test station. The permanent reference electrode shall be within 6" of the pipe at pipe depth. The permanent reference electrode shall be prepared and installed in strict accordance with the manufacturers recommendations B. Placement: The permanent reference electrode shall be placed in the same ditch with the waterline and carefully covered with the same soil as the pipeline backfill. C. Lead Wire: The permanent reference electrode lead wire shall be protected during backfill operations and routed to the test station along with the waterline test leads and ..i anode ground bed cables. 3.03 INSTALLATION OF WIRE AND CABLE A. Depth: All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum- separation of 6 inches from other underground structures. B. Anode Header Cable: Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable which shall be routed into a flush -to -grade test station. C. Anode Lead Wire to Header Cable Connection: Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the project drawings. D. Anode Connection -To -Pipeline: Each group of anodes shall be connected to the pipeline through a test station as shown on the project drawings. For the PCCP, C( P dielectrically coated steel pipe and the DIP options, anodes shall be installed in groups of four (4) anodes. Each group will have its own header cable routed to the test station. A 0.01 ohm shunt shall be used to connect each anode header cable to the pipeline as shown on the project drawings. October, 2008 15642 Page 5 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES E. A 3" wide, yellow, non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18" below the surface and along the length of all cathodic protection cable trenches, 3.04 TEST LEAD WIRE ATTACHMENT A. Test lead cables shall be attached to the pipe by thermite welding. B. The pipe to which the wires are to be attached shall be clean and dry. C. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the tank over an area approximately 3 inches square. The surface shall be cleaned to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. All wires No. 12 AWG size shall use a copper sleeve crimped over the wire. F. The metal disk shall be placed in the bottom of the mold. G. The cap from the weld charge container shall be removed and the contents poured into the mold. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun, The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. I. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. If the weld is secure, coat all bare metal and weld metal with ThermoCap as manufactured by ThermoWeld, or approved equal. 3.05 - FLUSH -TO -GRADE TEST STATIONS A. Flush -to -grade test stations shall be installed as shown on the drawings. Test stations shall be installed in a 6" x 24" x 24" square concrete pad. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12" above the top of the concrete pad for test purposes. October, 2008 15642 Page 6 of 8 N%..-1 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES 3.06 POST INSTALLATION BACKFILLING OF CABLES A. General: During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.07 POST INSTALLATION TESTING OF THE CATHODIC PROTECTION SYSTEMS A. General: As soon as possible after the cathodic protection equipment has been installed, the system shall be inspected, energized and adjusted (commissioned). B. Commissioning: The commissioning of the cathodic protection system shall be performed by a corrosion engineer hired by the contractor to achieve compliance with the referenced corrosion control standards set forth by NACE International and/or AWWA. C. Method: The Corrosion Engineer shall: 1. Measure native state structure -to -soil potentials along the waterline using the permanent reference electrodes at each anode groundbed test station prior to energizing the cathodic protection system. 2. Energize the cathodic protection system by connecting each magnesium anode groundbed to the pipeline leads in the test station junction box. Record each anode groundbed current using the 0.01-ohm shunt. 3. Allow 2 weeks for the pipeline to polarize. 4. Adjust, if necessary, the cathodic protection current output in each anode test station to satisfy the criteria of a minimum of 100 millivolts of polarization or an "Instant Off' potential at least as negative as -850 millivolts CSE. 5. Record all final current outputs measured at each test station. 6. Verify that all electrical isolation devices are operating properly including flange isolators, and casing spacers. 7. Verify that interference does not exist with foreign structures. Perform joint tests with owners of the foreign structure and mitigate any interference detected. Foreign line test stations have been provided to facilitate the interference testing and installation of any necessary resistance bonds. It is the corrosion engineers responsibility to coordinate the interference testing with the owners of foreign structures. El October, 2008 15642 Page 7 of 8 CITY OF FORT WORTH CATHODIC PROTECTION WESTSIDE III & IV WATERLINE PROJECT MAGNESIUM ANODES D. Verification and Responsibilities: I. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. 2. Corrosion Engineer shall provide written documentation of any deficiencies discovered during the post installation inspection. E. Equipment: All cathodic protection tsting instruments shall be in proper working order and calibrated according to factory specifications. F. Report: The results of all commissioning procedures along with documentation of anode groundbed current outputs, pipe -to -soil potentials, results of interference testing, results of insulated joint tests and as built drawings shall be compiled in a final report and furnished to the owner along with operating and maintenance instructions. END OF SECTION October, 2008 15642 Page 8 of 8 APPENDIX F SPECIFICATION SECTION 15643 POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE v SECTION 15643 POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE PART GENERAL 1.01 SECTION INCLUDES A. Polyethylene encasement that maybe part of the corrosion protection system as indicated in Summary of Work. B. Specifications for materials and installation of polyethylene encasement for pipe, valves, fittings, and other appurtenances in ductile or cast iron systems. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. No separate payment will be made for polyethylene encasement. Include cost of polyethylene encasement in unit price for pipes and fittings to be encased. B. Stipulated Price (Lump Sum). If the Contract is a Stipulated Price Contract, payment for re work in this Section is included in the total Stipulated Price. .%WWI 1.03 REFERENCES A. ASTM D 149 — Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies. B. ASTM D 882 — Standard Test Method for Tensile Properties of Thin Plastic Sheeting. C. ASTM D 1709 — Standard Test Methods for Impact Resistance of Plastic Film by the Free - Falling Dart Method. D. ASTM D 1922 — Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. E. ASTM D 4976 — Standard Specification for Polyethylene Plastics Molding and Extrusion Materials. F. ANSIIAWWA C600 — Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances. G. ANSI/AWWA C105/A21.5 -Polyethylene Encasement for Ductile -Iron Pipe Systems. October, 2008 Page 1 of 9 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE 1.04 SUBMITTALS A. Product Data: Submit product data for proposed film, and tape or plastic tie straps for approval. All film to be used in accordance with this standard specification shall be manufactured from virgin polyethylene, shall not be recycled and shall be purchased new for the project, clean, sound and without defects. B. Samples: Submit samples of polyethylene tube and/or sheet for approval. Provide one sample of tube for each pipe diameter and one sample of each sheet material to be used. Samples shall be a minimum of 40 square feet of standard production material. C. Quality Assurance Plan: Submit quality assurance plans for film manufacturing and field application. a. Film Manufacturing: The manufacturer of polyethylene film for corrosion protection encasement of ductile iron pipe shall have a verifiable quality control system to assure that film is produced from only virgin polyethylene and that it complies with all requirements of this specification. Documentation of Quality Control procedures and test results shall be submitted and shall be made available for inspection for at least one year. A current ISO certificate may be used in lieu of other quality control documentation. b. Field Application: The contractor shall develop, and submit for approval, a comprehensive Quality Assurance Plan for installation of polyethylene encasement. Address all aspects of material and pipe handling, bedding, preparation of pipe surface, film installation and anchoring, service taps and backfill. Include written procedures to be used by installers. D. Manufacturer's Certification: Submit polyethylene film manufacturer's certification of compliance with this Section. The polyethylene film manufacturer shall provide a notarized statement from an officer of the company that the film meets the inspection and all applicable material specifications of this specification. The manufacturer's statement of compliance must be verifiable. Statements from distributors or contractors shall not be accepted in lieu of a statement from the original manufacturer of the polyethylene film. E. Installer Qualifications: Polyethylene encasement shall only be installed by qualified persons who have been trained in the proper` procedures described in Part 3 of these specifications. F. Qualified Persons: Qualified persons shall be those that have had training and experience in the installation of polyethylene encasement for corrosion protection of ductile iron pipe. Such persons may be qualified by the Ductile Iron Pipe Research Association, ductile iron pipe manufacturers or engineering/inspection firms who offer training courses in the proper method(s) of installation. Proof of qualifications shall be submitted with the shop drawings and shall be provided to project inspectors upon request. October, 2008 Page 2 of 9 *.r ' CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT PART 2 PRODUCTS 2.01 MATERIALS POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE A. Polyethylene Film: Tubular or sheet form without tears, breaks or defects, conforming to the following requirements. 1. High -Density, Cross -Laminated, Polyethylene: High -density, cross -laminated polyethylene film manufactured from virgin polyethylene material conforming to the following: a. Raw Material. Raw materials to meet the requirements of ASTM D 4976: 1. Group: 2 (Linear) 2. High -density: 0.940 to 0.960 g/cm3 3. Volume Resistivity: 1015 ohm -cm minimum b. Physical Properties: Physical properties of finished film to be as follows: 1. Tensile Strength: 6,300 psi. minimum in machine and transverse direction (ASTM D 882) 2. Elongation: 100 percent minimum in machine and transverse direction (ASTM D 882) as measured using rubber lined grips. 3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149) 4. Impact Resistance: 800 grams minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 250 grams force minimum in machine and transverse direction (ASTM D 1922) c. Thickness: High -density, cross -laminated polyethylene film shall have a minimum thickness of 0.004 in. (4 mils). d. Color: Supply white polyethylene film with a minimum 2 percent hindered -amine ultraviolet inhibitor. 2. Linear Low -Density, Polyethylene: Linear low -density polyethylene film manufactured from virgin polyethylene material conforming to the following: a. Raw Material. Raw materials to meet the requirements of ASTM D 4976: October, 2008 Page 3 of 9 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT 1. Group: 2 (Linear) 2. Density: 0.910 to 0.935 g/cm3 POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE 3. Volume Resistivity: 1015 ohm -cm minimum b. Physical Properties: Physical properties of finished film to be as follows: 1. Tensile Strength: 3,600 psi. minimum in machine and transverse direction (ASTM D 882) 2. Elongation: 800 percent minimum in machine and transverse direction (ASTM D 882) as measured using rubber lined grips. 3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149) 4. Impact Resistance: 600 grams minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 2,550 grams force minimum in machine and transverse direction (ASTM D 1922) c. Thickness: Linear low -density polyethylene film shall have a minimum thickness of 0.008 in. (8 mils). d. Color: Polyethylene film shall be supplied in its natural color, colors including white, black or weather resistant black containing not less than 2 percent carbon black with a particle diameter of 50 nm or less. A minimum 2 percent of a hindered - amine ultraviolet inhibitor is required for all films other than the weather -resistant black film with carbon black. Where colors other than natural, white, or black are specified for purposes of identification, they shall comply with the raw material and physical property requirements of this specification, shall not be manufactured with pigments containing controlled substances, and shall not degrade under ultraviolet exposure during storage and while on the project site. e. Polyethylene Tube and Sheet Size: For push -on joint pipe, polyethylene tube and sheet sizes to conform to the following: October, 2008 Page 4 of 9 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT ..i FOR DUCTILE IRON PIPE Nominal Pine Diameter Minimum Polvethvlene Width — Inches Inches Flat Tube Sheet 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 3. Large Bell Circumferences: Where bell ends of the pipe are larger than the tube or sheet sizes listed above, use sufficiently large tubes or sheets to cover the joints 4. Marking: The polyethylene film shall be clearly marked every two feet with the following information: a. Manufacturer's name or trademark b. Year of manufacture c. ANSI/AWWA C105/A21.5 d. Minimum film thickness and material type (HDCLPE or LLDPE) e. Applicable range of nominal pipe diameter size(s) f. Warning — Corrosion Protection — Repair Any Damage Letters and numerals used for marking items "a" through "e" shall not be less than 1 inch in height and item "f' shall not be less than 1 1/2 inches in height. B. Polyethylene Tape: Provide 1 %-inch wide, plastic -backed, adhesive tape for fitting and anchoring the encasement. Acceptable tapes are Fulton No. 355, Polyken No. 900, Scotchwrap No. 50, or other approved tape. Fulton Tie Strips are an approved alternative to tape. For patching or repairing the polyethylene film, use only polyethylene tape. October, 2008 Page 5 of 9 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT PART 3 EXECUTION 3.01 PREPARATION POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE A. Remove lumps of clay, mud, and cinders from pipe surface prior to installation of polyethylene encasement. Prevent soil or embedment material from becoming trapped between pipe and polyethylene. B. Fabric slings and padded forks shall be used for transport of wrapped pipe. Chains or cables shall not be used. Do not damage the polyethylene encasement. C. For installations below water table or in areas subject to tidal actions tube form polyethylene encasement shall be used. Completely seal both ends of the polyethylene tube with adhesive tape at joint overlap. Circumferentially wrap with tape or plastic tie straps every two feet along the barrel. 3.02 INSTALLATION A. Tubular Type (Method A): 1. Cut polyethylene tube to a length approximately 2 feet longer than pipe section. Slip tube around pipe, centering tube to provide 1-foot overlap on each adjacent pipe section. Bunch accordion -fashion lengthwise until it clears pipe ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of 1-foot. 3. After assembling pipe joint, make overlap of polyethylene tube. Pull bunched polyethylene from preceding length of pipe, slip it over end of adjoining length of pipe, and secure in place. Then slip end ofpolyethylene from adjoining pipe section over end of first wrap until it overlaps joint at end of preceding length of pipe. Secure overlap in place. 4. For each pipe length, take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1-foot. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. October, 2008 Page 6 of 9 CITY OF FORT WORTH WESTSIDE III & IV WATERLINE PROJECT B. Tubular Type (Method B): POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE 1. Cut polyethylene tube to a length approximately 1 foot shorter than pipe section. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of 1-foot. 3. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1-foot. 4. Before making up joint, slip 4-foot length of polyethylene tube over end of preceding pipe section, bunching in accordion -fashion lengthwise. After completing joint, pull 4- ..i foot length of polyethylene over joint, overlapping polyethylene previously placed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. C. Sheet Type (Method C) — Applicable to Valves, Tees, Elbows and Other Fittings Only: 1. Cut polyethylene sheet to a length approximately 2 feet longer than pipe section. Center length to provide 1-foot overlap on each adjacent pipe section, bunching sheet until it clears pipe ends. Wrap polyethylene around pipe so that sheet circumferentially overlaps top quadrant of pipe. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 2. Lower wrapped pipe into trench and makeup pipe joint with preceding section of pipe. Make -shallow bell hole at joints to facilitate installation of polyethylene. After completing joint, make overlap and secure ends. 3. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. October, 2008 Page 7 of 9 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE D. Installation in Directional Drilled Bore: 1. Install as described in 3.02A. Tubular Type (Method A) with the exception that the polyethylene encasement overlap must face away from the pull direction to avoid the under fihn accumulation of drilling mud and other foreign matter. 2. Attach pulling head to spigot end of the leading pipe length. 3. Securely anchor the polyethylene tube to the end of the barrel of the leading pipe length by continuously taping the leading two feet of the barrel with overlapping tape wrap. Anchor the first wraps of tape directly on to the barrel of the pipe and extend the continuous taping on to the polyethylene encasement. For the remainder of the leading pipe length, overlap circumferential wraps of tape every one foot. 4. The drilling fluid and cuttings shall not enter under the polyethylene tube during the pull back or other operations. At assembled joints, the polyethylene overlap shall always have the forward pipe's polyethylene tube overlap the next following pipe's tube. The polyethylene on both sides of the joint shall be secured with circumferential wraps of tape or plastic tie straps. 5. Continue process by wrapping tape on each side of successive joints and every two feet along barrel. E. Pipe -shaped Appurtenances: Cover bends, reducers, offsets, and other pipe -shaped appurtenances with polyethylene in same manner as pipe. F. Odd -shaped Appurtenances: When it is not practical to wrap valves, tees, crosses, and other odd -shaped pieces in tube, wrap with flat sheet or split length of polyethylene tube by passing sheet around appurtenance and encasing it. Make seams by bringing edges together, folding over twice, and taping down. Tape polyethylene securely in place at valve stem and other penetrations. G.. Openings in Encasement: Create openings for branches, saddles, service taps, blowoffs, air valves, and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene, with tape. H. Hydrant Drain Relief For hydrant relief holes and similar orifices, apply 3 wraps of tape completely around the polyethylene encased pipe, then, with a utility knife, cut a hole in the tape and polyethylene that is 1-inch larger in diameter than the orifice/opening. I. Direct Service Taps: For direct service taps, apply 3 wraps of tape completely around the polyethylene encased pipe to cover the area where the tapping machine and chain will be mounted. After the tapping machine is mounted, install the corporation stop directly through October, 2008 Page 8 of 9 CITY OF FORT WORTH POLYETHYLENE ENCASEMENT WESTSIDE III & IV WATERLINE PROJECT FOR DUCTILE IRON PIPE �v the tape and polyethylene. After the direct tap is completed, the entire circumferential area shall be closely inspected and repaired as needed. J. Service Connections: Wrap service lines of copper and other dissimilar metals with polyethylene or suitable dielectric tape for a minimum clear distance of 3 feet away from the cast or ductile iron pipe. Surface preparation and method of application shall follow tape manufacturer's written instructions. K. Junctions between Wrapped and Unwrapped Pipe: Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for at least 3 feet. Secure end with circumferential turns of tape. L. Installation of Pipe through Casings: Polyethylene encasement shall be used for pipe through casings. Use a single layer of polyethylene film. Casing spacers (insulated type) and casing end seals shall be installed. Do not damage the polyethylene film where these devices are attached to the pipe, over the encasement. 3.03 REPAIRS Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around pipe to cover damaged area, and secured in place. 3.04 BACKFILL Prevent damage to the polyethylene wrap when placing backfll. Assure backfill material is free from cinders, refuse, boulders, rocks, stones, or other material that could damage the polyethylene. Follow AWWA C600 for backfilling. 3.05 QUALITY ASSURANCE A. Freedom from Defects: All polyethylene film shall be clean, sound and free from defects. B. Inspection: All parts of this Section are subject to inspection by the owner or its designated representative. C. Non -Compliance: The Contractor will correct any deficiencies in materials or installation at his expense, including excavating the pipe subsequent to backfilling and re -installing the polyethylene wrap. END OF SECTION October, 2008 Page 9 of 9 Section 10.0 Addenda October 22, 2009 ADDENDUM NO. 1 TO ..r PLANS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF WESTSIDE III & IV WATERLINES CAPITAL PROJECT NO. 00456 CITY OF FORT WORTH, TEXAS BID OPENING DATE: THURSDAY, NOVEMBER 5, 2009 ADDENDUM ISSUE DATE: THURSDAY, OCTOBER 22, 2009 The following changes to the Contract Documents should be noted by all prospective bidders: CHANGES TO CONTRACT DOCUMENTS: 1. Section 2.6: A. The following changes have been made to Section 01130 Measurement and Payment: • Delete Section 1.01.13.4. • Delete Section 1.01.13.5 • Delete Section 1.01.0 • Delete the title "MEASUREMENT PROCEDURES" to Section 1.05 4r and replace with the title "MEASUREMENT AND PAYMENT PROCEDURES" • In section 1.05, for Bid Item 1 and 2, delete the words "30-inch and 60-inch" in the first sentence. B. Specifications 02613, 02619, and 15062 should be removed and replaced with the attached specifications shown below. Changes to the specifications are indicated with a vertical line in the right margin of each specification: • 02613 Technical Specification for Bar -Wrapped Cylinder Concrete Pipe and Fittings • 02619 Steel Pipe and Fittings • 15062 Ductile -Iron Pipe and Fittings 2. Section 4.2: Remove and replace the notes at the bottom of Section 4.2 Bid Proposal with the following Notes: "Acceptable Pipe Material includes: 1. Ductile Iron Pipe and Fittings with interior and exterior coatings per Spec 15062 in Section 2.6. 2. Steel Pipe and Fittings with interior and exterior coatings per Spec 02619 in Section 2.6. 3. Concrete Bar -Wrapped Pipe and Fittings with interior and exterior coatings per Spec 02613 in Section 2.6." ADDENDUM NO. 1 3. Section 7: The attached Tarrant County Permit shall be included in Section 7 of the Contract v' Documents. 4. Section 8: The attached Recorded Easements for the project shall be included in Section 8 of the Contract Documents. For the purposes of this addendum, Section 8 has been bound separately. CHANGES TO PLANS: 1. On Sheet 2 of 28, Delete General Note #36 and replace with the following note: "36. CONTRACTOR SHALL PROVIDE THRUST BLOCKING FOR ALL CHANGES IN ALIGNMENT AND CONNECTIONS TO OTHER PIPELINES AT ALL LOCATIONS EXCEPT FOR WESTSIDE III WATERLINE BETWEEN STATION 10+00 TO STATION 10+75.04. RESTRAINED JOINTS SHALL BE USED IN THIS SECTION AS SHOWN IN THE PLANS." 2. On Sheet 2 of 28, Add the following General Note #37: "37. ALL PROPOSED PIPE SHALL BE DESIGNED FOR WORKING PRESSURE OF 150 PSI." 3. On Sheet 2 of 28, Add the following General Note #38: "38. MANWAYS OR ACCESS POINTS THAT ARE NECESSARY FOR THE INSTALLATION OF THE PIPE WILL NOT BE PAID FOR SEPARATELY, BUT WILL BE INCLUDED IN THE PAYMENT FOR INSTALLATION OF THE PIPELINE." 4. On Sheet 13 of 28, in the Profile View, with regard to the callout at Station 84+96.60, Delete the 1-36" 22.50' Vert, Bend" note, and Replace with "DEF. ANGLE 22.500". 5. On Sheet 19 of 28, in the Profile View, with regard to the callout at Station 52+44.72, Delete the 1-30" 22.500 Vert. Bend" note, and Replace with "DEF. ANGLE 22.500". 6. On Sheet 23 of 28, add the following notes to Detail WTR-029: 1. CRUSHED STONE SHALL BE COARSE AGGREGATE PER ASTM C 33. 2. CRUSHED STONE SHALL BE COMPACTED TO 95% RELATIVE PROCTOR DENSITY (MIN.)." CLARIFICATIONS: 1. Contractors are allowed to view the bid documents and plans on the City of Fort Worth's Buzzsaw web -site. Any contractor wishing to bid the project, must purchase bidding documents from AECOM. 2. Note that there may be two copies of Section 2.2, 2.3, and 2.4 within the documents. ..W' Disregard the second copy. ADDENDUM NO. 1 3. Pipe specifications in Section 2.6 shall be used for DIP, BCCP, and Steel pipe. These piping specifications supersede City of Fort Worth specifications for the same material. 4. Contractor shall use Detail WTR-024 for backfill operations, unless specified otherwise in the plans. 5. Attached is the sign -in sheet for the Pre -Bid conference that occurred on October 22, 2009. NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING LOCATIONS: (1) IN THE SPACE PROVIDED BELOW (2) IN THE BID PROPOSAL FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO. 1 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON -RESPONSIVE", RESULTING IN DISQUALIFICATION. ADDENDUM NO. 1 ACKNOWLEDGEMENT: By: Title: Address: Telephone: THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. AECOM MATrHE' W L ABBE Matt Abbe715 October 22, 2009 AL ADDENDUM NO. 1 Pre -Bid Meeting Sign -In Sheet FORT WORTH WATER DEPARTN[ENT 14ftr Westside [if and [V Waterline Extension Project Pre -Bid Meeting Please sign company name, address, phone, fax and e-mail address on the spaces provided below. 1.�V%A-. �-�c�c��/ � t 4)J Worms W./+f DoDcr�Awns_ ;>AIAC ',Ojl Z- &Z93, F� � �il�f 34Z • SY/v t-Mr./ : �/�..�1�... N��+d'ir• s t+.�G�t,.G�iq.v. o•\, 2. C L t�.(G .,' CP L V` L -3 37i 7, . .6�Z /Z c? Td iA3 A:0n7 1, A i v f.: eeA c �f- 3. _T ,rt 'n L.1A/1,4r a' .r. 7. 6 ov.'f 917 - Y - 7 g17- t71- PXX oC Y 0X-A wn s� lov�'r, cos? A?t'aG'E t��_ �rrcks C�-fir►' . c61-vt Ali �•(.�� l9� l �� ,�sP,c' � ����69dr�'�Bl �,�rrG��.. �a� a�co�. �,a, 6�¢"7r /'1W �Wuz� 14 $if-3 7 — 111..1, 7. 8. a 20 12. 13. ..or 14. ADDENDUM 1 u Section 7.3 *%Wvl Tarrant County Permit AUG-26-2008 TUE 04:17 PM FACILITIES MGMT FAX N0, 8178841178 P. 01 UTILITIES COMPANY PERMIT Date: 8-12-08 Firm Name: Contact Person: Address: TCB/AECOM Soon. Wnrla 1200.Summit Ave, Suite 600 Precinct #: I 153 Permit #: iraa — Fort Worth TX 76102 Phone: 817- y. 6768 Fax: 817.698-6701 Is hereby permitted to work within the Tarrant County R.O.W. (Right-of-way) in accordance with the Tarrant County Transportation Services Departments provisions and specifications. LOCATION OF PROPOSED WORK (WITH MAPSCO #:) ..i The nronosdd construction is located at west of Fort Worth as shown on attachment A vicinity man . and it can_lsR ber. found on MAPSCO 71 F and .71 G DESCRIBE PROPOSED WORK IN DETAIL: The orovosed work is a sanitary sewer uitiehne construction for future sewage flow generated in the immediate area. The method of construction for the nronosed sanitary sewer line crossina under the Old Weatherford Road as shown in the attachment B and the sanitary sewer plan and profile sheet will be other than oven installation. SPECIAL INSTRUCTIONS: 1. Roads are to be bored and not open cut. 2. Contact Doug Keesey at (817) 229-3217, 24 hours PRIOR to working in the County fight -of -way. 3. This permit is valid for 30 days from the above written date. A new permit is required if the project is delayed or extended. 4. Please re-establish vegetation after work is com ted (i.e. hydromulch, sod, mulch I seeding, etc.). Trap ation Services Department Signature of Firm Naive Representative s�� Ill. Won Printed Name of Firm Narnq epresentative ADDENDUMI Section 2.6 Detailed Project Specifications SECTION 02613 TECHNICAL SPECIFICATION FOR BAR -WRAPPED CYLINDER CONCRETE PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, tools, equipment and incidentals necessary and install, ready for operation, all bar -wrapped cylinder concrete pipe (13-303) including fittings, rubber gaskets, appurtenances, restraints, blocking, mortar for inside joints and for outside joints of all pipe as shown on the Drawings and as specified herein. The work shall include the testing of materials, pipe and pipelines. 1.02 RELATED WORK City of Fort Worth Part D — Special Conditions City of Fort Worth Part DA —Additional Special Conditions City of Fort Worth Section E1 — Material Specifications City of Fort Worth Section E2 — Construction Specifications Cathodic protection details and requirements are provided in the plans, cathodic protection specifications, and in the Cathodic Protection Report. 1.03 SUBMITTALS A. Submit shop drawings for review according to Fort Worth standards showing all details of reinforcement, concrete and joint dimensions for all pipe and fittings. For all fittings, bevels, ,..i restrained joints, outlets, tees, bends, adapters, coatings, closures and specials, submit the manufacturer's drawings and specifications indicating complete details of these items. The above shall be submitted for approval before manufacture and shipment. The locations of all pipes shall conform to the locations indicated on the Drawings. Pipe shall not be supplied from inventory. B. Submit anticipated production and delivery schedule. C. Submit Design Data: Design specification data sheets listing all parameters used in the pipe design. D. Type of Pipe: Bar -wrapped cylinder concrete pipe — AWWA C303 E. Cylinder Data 1. ASTM Designation and Grade 2. Thickness and Nominal Diameter 3. Test Pressure F. Mortar Data 1. Mortar Proportions 2. Type of Cement 3. Minimum Compressive Strength at 28 days 4. Lining Thickness 5. Minimum Coating Thickness 6. Submit design calculations in accordance with AWWA C303 and AWWA M9 Manual. 7. Clearly indicate all calculation constraints for this specific project. Westside III/IV Waterline 02613-1 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO 1 8 Show live load calculations for CONTRACTOR's equipment and proposed construction __sequence in embankment areas 9 Submittals shall be signed and sealed by a Licensed Professional Engineer in the State of Texas G. Test Reports: Nft.." 1. Shop test results. 2. Field pressure/leakage tests. H. Submit welding certificates, welding procedures and procedure qualification records for all fabricators/welders to verify AWS qualifications as required by AWWA C303, Certificates Prior to shipment of pipe, submit certified affidavit of compliance stating that the pipe for this Contract was manufactured, inspected and tested in accordance with the AWWA standards specified herein. 1.04 DELIVERY AND STORAGE A. Packing 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired to Owners satisfaction. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be 1%ftoe placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. Pipes shall be carefully supported during shipment and storage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of timber or steel stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one (1) of the stulls is vertical during storage, shipment and installation. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on bunks with tie -down straps approximately over stuliing. Store pipe on skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Stulls shall not be removed until backfill operations are complete (including final clean up), unless it can be demonstrated to the Owner's satisfaction that removal of stulls will not adversely affect pipe installation. Contractor shall provide access or manways to allow the removal of stulls, welding of interior joints, and lining of interior joints at locations not to exceed 500 linear feet 4 Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. Marking for Identification Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designated, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. C. Point of Delivery S%0001 Westside III/IV Waterline 02613-2 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO 1 It is desired that pipe be hauled direct from the pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto Where fully -- loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access ..i points alone the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of laying. 1.04 REFERENCE STANDARDS A. American Water Works Association: 1. AWWA C303-02 — Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type 2. AWWA C651-99 — Disinfecting Water Mains. 3. AWWA M9 — Concrete Pressure Pipe. B. American Society for Testing and Materials (ASTM) 1. ASTM C33-03 — Standard Specification for Concrete Aggregates. 2. ASTM C144 — Specification for Aggregate for Masonry Mortar 3. ASTM C150 — Standard Specification for Portland Cement. 4 ASTM C497 — Standard Test Methods for Concrete Pipe 5. ASTM A635 — Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, Structural Quality C. American Association of State Highway and Transportation Officials (AASHTO) D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. E. Occupational Safety and Health Act (OSHA) 1.05 QUALITY ASSURANCE A. Qualifications 1. The materials specified herein are intended to be standard types of B-303 and fittings for use in transporting water in accordance with AWWA C303 and AWWA M9. 2. All B-303 and fittings shall be furnished by reputable manufacturers with a minimum of five years of experience in manufacturing B-303 in the diameters for this project. The pipe and fittings shall be manufactured and installed in accordance with industry standards and methods and shall comply in all respects with requirements of these specifications and with the latest edition of all referenced standards and specifications. Finished pipe shall be. the product of one manufacturer, including pipe, fittings, lining, and coatings. B. Inspection of pipe and fittings will be made by the ENGINEER upon delivery at the site. The pipe shall be subject to rejection at any time on account of failure to meet any of the specification requirements, even though the pipe may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once, unless otherwise approved by the ENGINEER. C_ Tests on concrete, mortar, reinforcement, and rubber gaskets shall be performed in accordance with Section 5.2 of the AWWA C303. The pipe manufacturer shall review all reports for conformance with AWWA C303, and provide signed certification of such along with copies of all reports to the ENGINEER through the CONTRACTOR. 14,.001 D. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall Westside III/IV Waterline 02613-3 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO 1 have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection_ The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent -testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. E. The costs of all test specified (not including tests by independent test labs) are subsidiary to the cost of the pipe and will not be paid for separately. F. The Owner may require the manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. Manufacturer shall perform all tests described in AWWA C303 for all pipe, fittings, and specials. PART 2 PRODUCTS 2.01 MATERIALS A. Unless otherwise specified, the design materials and workmanship for pipe shall conform to the requirements of AWWA C303, AWWA C304 and AWWA M9, latest editions, except as modified herein. Lining and coating thickness for pipe shall be as specified in AWWA C303. B. Design Conditions A The B-303 design shall be designed based upon loading conditions including design, operating A, and surge pressures, as well as backfill cover, surcharge and live loads. Pipe shall be designed in accordance with the AWWA C303 Standard, AWWA M9, and requirements of this specification, including using the design conditions shown below. Pipe shall be certified by the National Sanitation Foundation Standard 61 for use with potable water, These conditions shall also be used in designing fittings, specials and connections: 1. External Loading (a) Earth loads (dead loads) shall be computed based on the specified trench width for the following parameters: i. Depth from ground level to the top of the pipe as shown on the Drawings, or ii. Soil Weight = 130 pounds per cubic foot iii. Ku' = 0.150 iv. Bedding = 1200 V. Trench Depth = As indicated vi. Assume 10-feet of surplus fill material at unit weight specified, in addition 1 to design depth. (b) Where applicable live loads shall be calculated as: i. AASHTO HS-20 for one truck passing, unpaved. ii. Equipment loading based on AASHTO HS-20. 2 Internal Pressure (a) (b) (c) Westside III/IV Waterline AECOM Design working pressure (Pw) shall be 150 psi min., (175 psi test pressure) Surge Pressure (Pt) for 30" pipe = 100 psi, 36" pipe = 100 psi Total Pressure for 30" pipe = 150+100= 250 psi, 36" pipe = 150+100= 250 psi 02613-4 B-303 AND FITTINGS October 2009 ADDENDUM NO 1 3. Groundwater level shall be assumed to be at natural ground for critical conditions 4 Deflection Lag Factor = 1.5 5. Soil Reaction Modulus = E' = 1,000 (typical trench) or 3000 (Flowable fill, cement stabilized soil, or concrete encased trench section) 6. Inside pipe diameter shall be the nominal diameter specified, including the cement mortar lining. 7. The transported media shall be treated water_ 8. All pipe thickness calculations, sectional area, thrust restraints, and associated calculations to be signed and sealed by a Licensed Professional Engineer. C. Internal test plugs shall be designed to withstand all forces generated by the hydrostatic test, and shall be designed to withstand the specified test pressure from either side. Design stress for test plugs due to hydrostatic pressure shall be no greater than 62.5 percent minimum yield. The pipe on the opposite side of the hydrostatic test may or may not contain water. Elbows shall have two mitered steel cylinder segments for 0 to 22-1/2 degrees, three segments for 23 to 45 degrees, four segments for 46 to 67-1/2 degrees, and five segments for 68 to 90 degrees. D. Closing courses and short sections of pipe shall be furnished by the CONTRACTOR, as required. Where closing pieces are required, the CONTRACTOR shall make all necessary field measurements and shall be responsible for their accuracy. Closing courses and short sections of pipe shall not be less than 4 feet in length unless otherwise indicated on the Drawings or specifically approved by the ENGINEER. E. Curves and bends shall be made by deflecting the joints, by use of beveled joints, or by a combination of the two methods, unless otherwise indicated on the Drawings or permitted by the ENGINEER. The deflection angle shall not exceed the pull recommended by the pipe manufacturer. Butt -strap joints shall be used only at locations where shown on the Drawings or authorized by the ENGINEER for purposes of closure. Beveled pipe sections used in curved alignment shall each be substantially of standard length except when shorter sections are required to limit the radius of curvature, in which case all sections throughout the curve shall be of substantially equal length. The radius of curvature shall not be less than that indicated on the Drawings unless specifically approved by the ENGINEER. F. Pipe Jointing Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. For interior welded joints, complete backfilling before welding. For exterior field welded joints, provide adequate working room under and beside the pipe. All joints shall be welded. 3. Exterior Joints: Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" inches wide for pipe 36" and Westside III/IV Waterline 02613-5 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO t larger, 'and 7" wide for smaller pipe, hemmed on each side: The wrapper shall be burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 4. Interior Joints: Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a fined burlap bag or an inflated ball through the pipe with a rope. 5. All welded joints shall be in accordance with AWWA C303 and AWWA M9_ Contractor shall provide adequate ventilation for welders and inspectors. Welds shall be full circle fillets, unless otherwise noted. Welds shall be on external side of pipeline. All joints shall be welded. 6_ Provisions to reduce temperature stresses is responsibility of contractor. 7. Restrained joints shall be provided where indicated on the DRAWINGS for thrust restraint. The length of the restraint shall be per Section 2.01.W of this specification. 8. Restrained joints shall conform to the design requirements of AWWA C303 and AWWA M9. 9. All field welded joints shall be checked utilizing the liquid penetrant test technique. 10. Records of all tests shall be maintained by the pipe manufacturer and the CONTRACTOR. 11. Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 12. In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or filet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or filet and shall not be to pile up in the center of the weld. Undercutting along the side shall not be permitted. 13. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting or any other defects. 14. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 15. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 16. Use only competent, skilled and qualified workmen. Each welder employed by the contractor shall be required -to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. Westside III/IV Waterline 02613-6 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO. 1 17 After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line Any welder making defective welds shall not be allowed to continue to weld. - 18. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test shall be performed by the Contractor under the supervision and inspection of the Owner's Representative, or an independent testing laboratory, on all full welded joints. Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the contractor's expense. 19. If the contractor disagrees with the Owners interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. G. Protection of Exposed Metal 1. Protect exposed ferrous metal by a minimum of one (1 ") inch coating of cement mortar as for inside joints unless otherwise specified. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, or other such items, shall have coating reinforced with galvanized wire mesh' 2. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. Cement mortar coating shall not be applied during freezing weather. H. Fittings 1. Steel thickness of all fittings shall be designed with a maximum deflection of two percent of the internal diameter for the external loading condition specified in Paragraph 2.01.6.1 of this Section. In addition, under the internal loading conditions described in Paragraph 2.01.C.1 of this Specification, the hoop stress shall not exceed 40 percent of the minimum yield stress of the steel at the design working pressure and 50 percent of the minimum yield stress at the field test pressure as specified in this Specification. The thickness shall be as determined by AWWA M9. Include stiffener rings as required to meet deflection limitations. 2. Fabrication of the fittings and special pipe shall be as per AWWA C207, C303 and AWWA M9. 3. Interior and exterior concrete/mortar coating shall be as per AWWA C303. 4. Wye fittings shall be reinforced with crotch plates designed per AWWA M9, 5. All required flanges shall conform to AWWA C207 requirements for standard steel flanges corresponding to the pipe working pressures, including laying dimensions and drilling in accordance with ANSI B 16 1. Nuts and bolts shall conform to AWWA C207. 6. Where welded joints or harnessed joints are specified, the steel cylinders, joints, and joint welds shall be capable of restraining a longitudinal thrust generated by the internal pressure across the joint plus other applicable forces. All heavy gauge pipe or fittings shall be furnished by the same manufacturer of the B-303- I. The date of manufacture or a serial number traceable to the date of manufacture and the mark or trademark of the manufacturer shall be clearly marked by stencil with water proof paint at the bell end of the pipe barrel. Pipe shall not be shipped until the compressive strength of the concrete is a minimum of 4,500 psi, or 7 days after manufacture, and/or repair, whichever is the longer. Unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs. Pits, blisters, rough spots, minor breakage, and other imperfections may be repaired, subject to the Westside III/IV Waterline 02613-7 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO 1 approval of the ENGINEER, after demonstration by the manufacturer that strong and permanent _____repairs result_ Repairs shall be carefully inspected before final approval Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4,500 psi------- — at the end of 28 days, when tested in cylinders stored in the standard manner. Spalling from interior of pipe shall be reason for the rejection of pipe J. Cement shall be Type I or iI and shall be in accordance with ASTM C150. K. Aggregates for concrete lining and coating shall conform to ASTM C-33 L. Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-144. M. Where outlets are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. Threaded plugs shall be brass. N. Cement mortar used for pouring joints shall consist of one (1) part Portland Cement to two (2) parts clean, fine, sharp silica sand, mixed with water. No manufactured sand shall be permitted. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C150, Type I or Type II. Sand shall conform to ASTM C144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. O. Bell and spigot joint rings shall be steel, self -centering type and otherwise as specified in AWWA C303. P, The rubber gaskets shall be in accordance with AWWA C303 and shall be designed and manufactured so that the completed joint will withstand an internal water pressure in excess of the design pressure of the pipe itself without showing any leakage by the gasket or displacement of it. All bell and spigot pipe with gasketed joints shall be bonded to provide electrical continuity in accordance with the Drawings. Q. Bolts for flanges or other connections shall be 316 stainless steel. R. Insulated Connectors: Insulated connectors shall be in accordance with Cathodic Protection Specifications. S. Joint Wrappers: Shall be MacWrap, produced by Mar -Mac Manufacturing Company, or approved equal. T. Flexible Joint Couplings shall be Dresser Style 38, Smit-Blair Style 411, or approved equal. U. Pipe Ends shall include a steel joint ring and a continuous solid rubber ring gasket per AWWA M9 V. All steel parts of flanges, blind flanges, bolts and harness plates permanently exposed to soil or air shall be prepared and coated in accordance with Section 09902, "Painting and Protective A' Coatings." W. Provisions for Thrust: 1. Restrained joints shall be used for a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure), or equal to the test pressure, or working pressure plus the surge allowance, whichever is greater. Restrained joints shall consist of Snap Ring, Harness Clamp, or welded joints. In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. Distances shown on plans for thrust restraints are minimum distances based on calculations for ductile iron pipe and pipe manufacturer is expected to calculate the length and need for restraints. No additional compensation will be allowed, if restraint distance is longer than shown on plans. Westside III/IV Waterline 02613-8 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO 1 2.__Contractor is allowed to use Snap Ring restrained joint or approved equal for restrained joints 3. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AWWA M9. a. The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient of friction shall be reduced to 0.25. b. Thrust collars will only be permitted for temporary plugs. Thrust collars may not be used for any other application, unless approved in writing by the ENGINEER. PART 3 EXECUTION 3.01 GENERAL A. Care shall be taken during loading, transporting, and unloading to prevent injury to the pipes, fittings, or coatings_ Pipe or fittings shall not be dropped. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work and when laid shall conform to the lines and grades shown on the Drawings. B. All pipe and fittings shall be subjected to a careful inspection and mortar coating dis-bonding and soundness test by tapping with a hammer prior to installation. C. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner. D. Regulate and control equipment and construction operations such that the loading on the pipe does not exceed the loads for which the pipe is designed and manufactured. Pipe found to have longitudinal cracks from construction equipment or other loading shall be removed from the line ""' and replaced with sound pipe and closures as required. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions. Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. Each joint of pipe shall have markings showing the pipe class, date of manufacturing, and identification that matches shop drawing records. F. Use of dogs, clips, lugs, or equivalent devices welded to pipe for forcing into position is not permitted A, 3.02 INSTALLING BAR -WRAPPED CYLINDER CONCRETE PIPE A. Bar -wrapped cylinder concrete pipe and fittings shall be installed in accordance with requirements of AWWA M9, except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be provided by digging bells holes at each joint and by tamping select fill at the side of the pipe to the spring line Blocking up pipe or joints will not be permitted. B. Pipe shall be laid such that the invert elevations shown on the Drawings are within ± 0.05 feet. C. The pipe interior shall be maintained dry and broom clean throughout the construction period. D. Gasket, gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished by the pipe manufacturer. The lubricant shall be approved for use in potable water and shall be harmless to the rubber gasket. Pipe shall be laid with bell ends looking ahead. As soon as the spigot is centered in the bell of the previously laid pipe, it shall be forced home with approved equipment. After the gasket is compressed, verify the position of the gasket with a .► feeler gage provided by the pipe manufacturer. Westside III/IV Waterline 02613-9 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO I E. Place a cloth diaper approved by the pipe manufacturer around each exterior joint recess and fasten it in place with either wire or steel strapping stitched into its edges. Mix a cement -sand joint mortar consisting of one part Portland cement to three parts by weight of fine, sharp clean sand --- Mix exterior joint mortar with water until it has consistency of thick cream sufficient to flow easily and pour it into the joint recess beneath the cloth band To assist the flow and to assure complete filling of the entire recess completely around the pipe, rod the joint recess with a stiff wire curved to the radius of the pipe. Close the joint recess at the top with a stiffer mix of the same mortar. Discard joint mortar that has been mixed more than 20 minutes. 1. Portland Cement: ASTM C 150, Type II 2. Water: Potable water with total dissolved solids less than 1000 mg/L; ASTM D 512 chloride ions less than 100 mg/L for slurry and mortar cure; ASTM D 1293 pH greater than 6.5. Use potable water with 250 ppm limit on chlorides and sulfates. F. Pack interior joints of pipe 30-inch in diameter and larger with mortar after backfilling is completed. Use cement -sand mortar consisting of one part Portland cement to three parts by weight of well graded coarse concrete sand meeting the requirements of ASTM C 33. Mix mortar with as little water as possible until very stiff, but workable. The mortar shall be pushed into place and troweled to make a smooth joint. Discard joint mortar that has been mixed more than 20 minutes. 1. Portland Cement: ASTM C 150, Type II 2. Water: Potable water with total dissolved solids less than 1000 mg/L; ASTM D 512 chloride ions less than 100 mg/L for slurry and mortar cure; ASTM D 1293 pH greater than 6.5. Use potable water with 250 ppm limit on chlorides and sulfates. G. All pipe shall be sound and clean before laying. When laying is not in progress the open ends of the pipe shall be closed by watertight plug or other approved means. Accurate alignment shall be preserved in laying. The deflections at joints shall not exceed 80 percent of that recommended by the manufacturers. Fittings, in addition to those shown on the Drawings, shall be provided, if required, in crossing utilities which may be encountered upon opening the trench. N4ft," H. Restrained joints shall be installed to the limits indicated in accordance with applicable provision of A the above Section 2.01 W. I. Excessive field -patching of lining or coating shall not be permitted. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12-inches, In general there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 3.03 TESTING Hydrostatic and Leakage Tests 1. Furnish all necessary equipment and labor for carrying out a pressure test on the pipelines The procedures and method for carrying out pressure tests shall be approved by the ENGINEER. 2. Make any taps and furnish all necessary caps, plugs, internal test plugs, bulkheads, etc., as required in conjunction with testing portions of the pipe Furnish test pumps, gauges, meters and any other equipment required in conjunction with carrying out the tests. Hydrostatic pressure and leakage tests shall conform with AWWA M9. The amount of leakage permitted shall be in accordance with AWWA C600. 3. Lines which fail to meet the requirements of the test shall be repaired and retested as necessary until test requirements are met. Defective materials, pipes, valves and accessories shall be removed and replaced. Westside IIVIV Waterline 02613-10 B-303 AND FITTINGS AECOM October 2009 ADDENDUM NO 1 4. The CONTRACTOR will supply water for hydrostatic testing 3.04 CLEANING A. Prior to testing, thoroughly clean all of the new pipes and fittings (installed as part of this project) by flushing with water or other means to remove all dirt, stones, pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest available access. If, after this cleaning, obstructions remain, they shall be removed. B. After the pipelines are cleaned and if the ground -water level is above the pipe, or following a heavy rain, the ENGINEER will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced_ 3.05 DISINFECTION A. Purging and sterilization shall conform to Section D-52.9 of the City of Fort Worth Part D — Special Conditions. Westside IIUIV Waterline AECOM END OF SECTION 02613-11 B-303 AND FITTINGS October 2009 ADDENDUM NO 1 SECTION 02619 STEEL PIPES AND FITTINGS �, PART 1 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install polyurethane coated, cement mortar lined steel pipe, fittings, flanged outlets as necessary for welding pipe joints, and specials as specified and as required for the proper installation and function of the pipe. Cathodic Protection shall be provided as shown in the drawings and in the Cathodic Protection section of the specifications. 1.02 RELATED REQUIREMENTS FWWD Construction Specification Section E2-2 — Excavation and Backfill 1.03 QUALITY ASSURANCE A. Experience Requirements Pipe shall be the product of one manufacturer which has had not less than five (5) years successful experience manufacturing steel pipe or cylinders of the particular size indicated, or which has demonstrated an experience record that is satisfactory of the Engineer and Owner. The acceptability of this experience record will be thoroughly investigated by the Engineer, and will be sole discretion of the Engineer and Owner. Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at the Manufacturer's facility and shall be certified under the Steel Plate Fabricators Association (SPFA) or Lloyd's Register QA quality certification program or the International Organization for Standardization IS09000 for steel pipe manufacturing. B. Owner Testing and Inspection 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. A C. Factory Testing The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. 1. Cement Mortar Lining Shop applied and field applied cement mortar linings shall be applied and tested in accordance with AWWA C-205. 2. Polyurethane Coating N"No, The factory and field applied polyurethane coating shall be applied and tested in accordance with AWWA C-222. The thickness of the coating shall be tested in Westside III/IV Waterline 02619-1 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 accordance with SSPC PA2. The coating system applied to the pipe shall be tested for __ _ holidaysaccording to the procedures outlined in NACE RP0188 using a wet sponge holiday_ tester or a high voltage spark tester (operating at 100 volts per mil), for the dry film - thickness ---- thickness specified of 35 mil. 3. Adhesion Testing a. Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. b_ Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C-222, except as modified in this section. c. Adhesion testing records shall include pipe identification, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, mode of failure, and percentage of substrate failure relative of dolly surface. d. Dollies or adhesion testing shall be glued to the coating surface and allowed to cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. e. Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. f. Partial substrate and glue failure will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial adhesion will be rejected as a substrate adhesion failure. g. Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. h. Adhesion tests will be conducted on polyurethane pipe coating and lining independently (where applicable) and will be accepted or rejected independently of the other. Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. 4. Hydrostatic Pressure Testing a. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. b. Fittings shall be fabricated from plate or hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, magnetic particle test, or dye penetrant test. Hydrostatically tested welds need not be retested_ Air test shall be made by applying Westside IIIAV Waterline 02619-2 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 air to the welds under 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution 5. Mill Certification The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C-200, for all pipe, fittings, and specials. D. Manufacturer's Technician for Pipe Installation During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in 1 his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first two (2) weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 2. The pipe manufacturer shall provide services of polyurethane coating Manufacturer's Representative for a period of up to one (1) week at beginning of actual pipe laying operations to advise Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating and general construction methods and how they may affect pipe coating. The Manufacturer's Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with contract specifications at no additional cost to the Owner. 1.04 SUBMITTALS A. Submittals shall include: Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer. Submittal shall be sealed by a licensed Professional Engineer in the State of Texas. Drawings shall include a schematic location -profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan -profile sheets. Drawings shall be based on the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Drawings shall also include full details of reinforcement and dimensions for pipe and fittings. Details for the design and fabrication of all fittings and specials and provisions for thrust restraint shall be included. Where welded joints are required, submittal shall include proposed welding requirements and provisions for thermal stress control. 2. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C-200, AWWA C-205, AWWA C-207, AWWA C-208, AWWA C-210, AWWA C-222, and these specifications b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, including chemical and physical test results for each heat of steel. d. Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and technical information. Westside IIUIV Waterline 02619-3 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. 1 e A Certified test report from the polyurethane coating manufacturer indicating that the --------coatings_ _were applied in accordance with Manufacturer's requirements and in accordance with this specification --- - --_ f. Certified test reports for welder certification for factory and field welds. g. Certified test reports for cement mortar tests. h. Certified test reports for steel cylinder tests 1.05 STANDARDS Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: ANSI/ASME Welding and Brazing Qualifications ANSI/NSF Standard 61 ANSI/AWS D1.1 Structural Welding Code — Steel ANSI/AWS B2.1 Specification for Welding Procedure and Performance Qualification. ANSI B16.3 Threaded Steel Fittings ANSI 616.11 Forged Steel Fittings, Socket Weld and Threaded AWWA C-200 Steel Water Pipe 6 Inches and Larger AWWA C-205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger Shop -Applied AWWA C-206 Field Welding of Steel Water Pipe AWWA C-207 Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches thru 144 inches AWWA C-208 Dimensions for Steel Water Pipe Fittings AWWA C-210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C-216 Heat -Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C-222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA C-602 Cement -Mortar Lining of Water Pipelines - 4 In. and Larger - In Place AWWA M-11 Manual- Steel Pipe - A Guide for Design and Installation ASTM C-33 Specifications for Concrete Aggregates ASTM C-35 Specifications for Inorganic Aggregates for Use in Gypsum Plaster ASTM C-150 Specifications for Portland Cement ASTM E-165 Practice for Liquid Penetrant Inspection Method ASTM A 194/A 194M Standard Specifications for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both ASTM A-325 Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM D16 Paint, Varnish, Lacquer, and Related Products ASTM 522 Mandrel Bend Test of Attached Organic Coatings SSPC-SP-1 Steel Structures Painting Council - Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council - Near -White Blast Cleaning SSPC-PA2 Steel Structures Painting Council - Measurement of Dry Paint Thickness with Magnetic gages SSPC-PA/Guide 3 Steel Structures Painting Council - A Guide to Safety in Paint Application SSPC-PS/Guide 17 Steel Structures Painting Council - A Guide for/Guide to Selecting Urethane Painting Systems OSHA Occupational Safety and Health Act Westside 1IUIV Waterline 02619-4 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. 1 106 DELIVERY AND STORAGE A. Packing r 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired to Owners satisfaction. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the shop -applied pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipes shall be carefully supported during shipment and storage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of timber or steel stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one (1) of the stulls is vertical during storage, shipment and installation. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Stulls shall not be removed until backfill operations are complete (including final clean up), unless it can be demonstrated to the Owner's satisfaction that removal of stulls will not adversely affect pipe installation. Contractor shall provide access or manways to allow the removal of stulls, welding of interior joints, 1 and lining of interior joints at locations not to exceed 500 linear feet. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. Marking for Identification Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designated, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. C. Point of Delivery It is desired that pipe be hauled direct from the pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points alone the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of laying. PART PRODUCTS 2.01 MATERIALS A. Exterior Polyurethane Coating Polyurethane Coating shall meet the requirements of AWWA C-222. Use a Coating Standard ASTM D16 Type, V system which is a 2-package polyisocyanate, polyol-cured urethane coating. The components are mixed in 1:1 ratio at time of application. The components shall have balanced viscosities in their liquid state and shall not require agitation during use. The plant -applied coating shall be a self priming, plural component, 100 percent solids, non - extended polyurethane, suitable for burial or immersion and shall be CORROPIPE II OMNI as Westside III/IV Waterline 02619-5 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 manufactured by Madison Chemical Industries Inc , DURASHIELD 210 as manufactured by _LifeLast, Inc., or equal Futura Coatings The coating manufacturer shall have a minimum of five (5) years experience in the production of this type coating- The cured coating shall have the following properties. 1. Conversion to Solids by Volume: 97 percent plus or minus 3 percent. 2. Temperature Resistance: Minus 40 decrees F and plus 150 degrees F. 3. Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SP10. 4 Cure Time: For handling in 1 minute at 120 degrees F, and full cure within 7 days at 70 degrees F. 5, Maximum Specific Gravities- Polyisocyanate resin, 1.20. Polyol resin, 1.15. 6. Minimum Impact Resistance. 80 inch -pounds using 1-inch diameter steel ball. 7. Minimum Tensile Strength- 2000 psi. 8. Hardness: 55 plus or minus 5 Shore D at 70 degrees F. 9. Flexibility Resistance ASTM D522 using 1-inch mandrel, Allow coating to cure for 7 days. Perform testing on test coupons held for 15 minutes at temperature extremes specified above. 10. Dry Film Thickness: 35 mils B. Exterior Polyurethane Coating for Specials, Joints, Fittings, Repair, and Connections The shop -applied and field -applied coatings shall be CORROPIPE-II OMNI, and GP II (E) Touch Up, respectively, as manufactured by Madison Chemical Industries or approved equal. NM0011 The shop -applied and field -applied coating shall have the properties specified in paragraph 2.01A. Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. C, Interior Cement Mortar Linings Cement mortar linings shall be shop -applied for pipe sizes 96-inch and smaller. Shop -applied and field applied cement mortar linings shall conform to the requirements of AWWA C-205 with the following modifications. Sand used for cement mortar shall be silica sand ASTM C33. Curing of the linings shall conform to the requirements of AWWA C-205. The interior of all field fitted joints shall have surface preparation and mortar lining applied smooth with the inside surface of the shop applied mortar within the pipe. D. Appurtenance Riser Flange, Nuts, and Bolts. 1. All flanges, nuts, and bolts shall conform to AWWA C-207 Class E. 2. Line interior wetted parts with epoxy lining per AWWA C210. 1 E. Steel Steel shall meet the requirements of AWWA C-200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully kilned, and fine austenitic grain size. F. Bend Fittings � Westside III/IV Waterline 02619-6 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 All bend fittings shall be per AWWA M 11. G. Threaded Outlets 1. Where outlets or taps are threaded, furnish and install brass bushings for the outlet size indicated. 2. Threaded outlets shall have a NPT thread per ANSI B16.3 H. Outlets for Weld Leads The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be approved by the Engineer. 2.02 MIXES A. Mortar for Interior Joints Mortar shall be one part cement to two parts sand. Cement shall be ASTM C150, Type 1 or Type II. Sand shall be of sharp silica base. No manufactured sand shall be permitted. Sand shall conform to ASTM C144. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water B. Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining Mortar for patching shall be as per interior joints. C. Bonding Agent Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET- 150, parts A and B; Sikadur 32 Hi -Mod, or approved equal. D. Lining Lining shall be NSF 61 Certified. 2.03 MANUFACTURED PRODUCTS A. Pipe 1. Pipe Design a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C-200, AWWA Manual M-11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as specified below. For the purpose of pipe design, the design pressure (transient pressure plus working pressure) shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA Manual M-11; using the following parameters: Westside III/IV Waterline AECOM 1) Unit Weight of Fill (W) = 130pcf 2) Trench Depth = As indicated 3) Live Load = AASHTO HS 20, unpaved 4) Live Load = Coopers E80, at railroad crossings 5) Deflection Lag Factor - (DI) = 1 5 02619-7 Steel Pipe and Fittings October 2009 ADDENDUM NO t 6) Coefficient K = 0 15 7) Maximum Calculated Deflection - Dx = 2% 8) Modulus of Soil Reaction — (E') = 1,000 (Typical Trench Section) 9) Modulus of Soil Reaction — (E') = 3,000 (Flowable Fill, Cement Stabilized Soil or 1 Concrete Encased Trench Section) 10) Working Pressure = 150 psi 11) Surge Pressure 30" pipe = 100 psi, 36" pipe = 100 psi 12) Total Pressure 30" pipe = 250 psi, 36" pipe = 250 psi 13) Vacuum Pressure: -5 psi 14) Assume 10-feet of surplus fill material at unit weight specified, in addition to 1 design depth. b. The fittings and specials shall be designed in accordance with AWWA C-208 and AWWA Manual M-11, except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values (PDV), greater than 6,000. c. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. d Trench and access pit depths indicated shall be verified by the Contractor after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. If additional depth is required, the Contractor shall submit calculations and provide additional wall thickness as required at no cost to the Owner. e. Design stress due to surge pressure shall be no greater than 75% of the minimum yield and shall not exceed 24,700 psi. f. Do not allow diameter over thickness ratio to be greater than 180 g. All pipe thickness calculations, thrust restraints, and associated calculations to be signed and sealed by a Licensed Professional Engineer, 2. Provisions for Thrust a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class Restrained joints shall consist of welded joints per AWWA M 11. 1 c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA Manual M-11 and the following: 1) The weight of earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density = 130 pcf (maximum value to be used). 3) Coefficient of Friction = 0.20 (maximum value to be used for polyurethane coated steel pipe). Westside III/IV Waterline 02619-8 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. 1 4) The above applies to unsaturated soil conditions_ In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table, and the coefficient of friction shall be reduced to NNOW 0.15 for polyurethane coated steel pipe. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: For o less than 600 L= P A sin(A/2) f(We +Wp+Ww) For A greater than 600 L= P A 0-coscl) f(We +Wp+Ww) L= Length of pipe to be restrained P= 1.5 times the working pressure A= Cross sectional area of pipe A= Deflection angle We=Weight of earth Wp=Weight of pipe Ww=Weight of water f = Coefficient of friction 3. Inside Diameter The inside diameter of the cement mortar lining shall be equal to, or greater than, the *-Nmlvl nominal pipe diameter, unless otherwise indicated on the drawings. 4. Wall Thickness The minimum pipe wall steel thickness shall be designed, but not less than 0.25" or pipe D/200, whichever is greater for pipe and fittings, with no minus tolerance. Where indicated on the plans, pipe and fittings shall have a thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50% of the minimum yield strength of the steel for working pressure and shall not exceed 75% of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor 23,000 psi for polyurethane coated steel at the specified working pressure. 5. Seams Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6' except in specials and fittings. 6. Joint Length Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in casing shall not exceed 25'. No randoms will be permitted for straight runs of pipe. B. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe Westside III/IV Waterline 02619-9 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO t Heat shrink sleeves shall meet AWWA C-216, as manufactured by Canusa, Raychem, or approved equal C. Joint Bonds, Insulated Connections, and Flange Gaskets Joint bonds, insulated connections and flange gaskets shall be in accordance with the N%00111 Corrosion Protection plan. Where insulated connections are indicated, furnish dielectric insulation gaskets, sleeves, and plastic washers as indicated. Insulated flange kits are to be installed on all flanged outlets on the main line pipe and on both flanges of each main line valve. Rubber gasket joints are not allowed. D. Bend Fittings All bend fittings shall be per AWWA M11. E. Pipe Ends Pipe ends shall be lap welded slip joint, butt strap joint, or flanged joint. Pipe ends shall be welded and thrust blocked where indicated and as necessary to resist thrust forces. 1. Lap Welded Slip Joint a. Lap welded slip joint shall be provided in all locations of pipe larger than 60-inch and where joints are welded for thrust restraint. Ends of pipes, fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8-inch at any point around the periphery. b. In addition to the provisions for a minimum lap of 1-1/2-inch as specified in AWWA C-200, the depth of bell shall be such as to provide for a minimum distance of 1-inch between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. c. Lap welded slip joints may be welded on the inside or outside of the pipe, or both. A, 2. Butt Strap Closure Joints Fittings and closure joints shall be installed using welded butt strap joints in accordance with AWWA C-206 and applicable provisions of this specification. 3. For Fittings with Flanges Flanged joints shall be provided at connections to valves where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C-207 and AWWA C-206. Pipe flanges shall ,be of rated pressure equal to or greater that the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C-207 and in accordance with ANSI/ASME B16.1. Class 125 for areas designated with a 225 test pressure. Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C-207 and in accordance with ANSI/ASME B16.1 Class 125 for areas designated with 175 test pressure. F. Flanged Joints 1. Flanges shall confirm to AWWA C 207. Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment. Align bolt holes to straddle vertical, horizontal or north -south *now, Westside III/IV Waterline 02619-10 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 center line Do not exceed 3/64 inch per foot inclination of flange face from true alignment 2. Tighten flange bolts per AWWA C 207 so gasket is uniformly compressed and sealed. 3. Do not distort flanges. 4. Leave flange bolts with ends projecting 1/8 to 3/8 inch beyond face of nut after tightening. 1 5. Flange bolts shall be coated with anti -seize compound. 6. Use full -face gaskets for flanged joints. Provide cloth inserted rubber gaskets, 1/16 or 1/8-inch-thick, depending on the flange diameter and Class, in 1 accordance with AWWA C207. Cut gaskets at factory to proper dimensions. 7. Bolts and nuts are to be provided according to ASTM A 194/A 194M. Maintain at all times approximately same distance between two flanges at points around flanges. Tighten bolts alternately (1800 apart) until all are evenly tight. Draw bolts tight to ensure proper seating of gaskets. Provide Densco petroleum based tape or approved equal for all exposed portions of nuts, bolts and pipe. 8. Full length bolt isolating sleeves and washers shall be used with flanged connections. 9. For in -line flange joints 30 inches in diameter and greater and at butterfly valve flanges, provide Pyrox G-10 with nitrite seal, conforming to ANSI A 21.11 mechanical joint gaskets. For in -line flange joints sized between 12 inches in diameter and greater and 24 inches in diameter and smaller, provide Phenolic PSI with nitrite seal gasket conforming to ANSI A 21.11 mechanical joint gaskets. G. Factory Applied Exterior Polyurethane Coatings 1. Applicator Qualifications a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and radio control for multi -part coatings. b. Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the Engineer. c. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer's training class within the last three (3) years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Surface Preparation a. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-SP1, solvent cleaning. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. c. In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F, preheat the pipe to a temperature between 45 degrees F and 90 degrees F and 5 degrees F above the dew point. Westside III/IV Waterline 02619-11 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 d Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as specified Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. e. Grit and shot abrasive mixture and gradations shall be adequate to achieve a sharp angular surface profile of the minimum depth specified. N%Moll f. Protect prepared pipe from humidity, moisture, and rain. Keep pipe clean, dry, and free of flash rust. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting prior to primer application. g. Priming and coating of pipe shall be completed in a continuous operation the same day as surface preparation. h. Wire wheel or blast exterior surfaces in accordance with SSPC-SP10; to a near -white metal blast cleaning with 3.0 mil angular profile base steel. 3. Equipment: Two -component, 1.1 mix ratio, heated airless spray unit 4. Temperature: Minimum 5 degrees F above dew point temperature. The temperature shall not be less than 60 degrees F during application. 5. Humidity: Heating of pipe surfaces may be required to meet requirements of 2.01A if relative humidity exceeds 80 percent. 6. Resin: Do not thin or mix resins; use as received. Store resins at a temperature above 55 degrees F at all times. Application: Applicator shall be approved by the coating manufacturer and conform to coating manufacturer's recommendations. Apply directly to the pipe to achieve a total (DFT) dry film thickness of 35 mils. Multiple -pass, one coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is N%up., not exceeded. The main line pipe shall have a cutback at time of application so that there is approximately 3-inches of bare steel on either side of the location of the future weld. The cutback area shall be sandblasted in the shop to facilitate easier field surface preparation. The exterior bare steel area of the pipe shall be adequately protected during pipe handling and shipment. 8. Recoating: Recoat only when coating has cured less that maximum time specified by coating manufacturer. When coating has cured for more than recoat time, brush -blast or thoroughly sand the surface. Blow -off cleaning using clean, dry, high pressure compressed air. 9. Curing: Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. H. Factory Applied Interior Linings 1. Cement Mortar Lining a. Mortar linings shall be factory applied to all pipe, pipe bends, and fittings and shop tested in accordance with AWWA C-205. b. Clean all surfaces to be mortar lined so they are free of loose and foreign matter that could interfere with adherence. c. Cement mortar shall consist of one (1) part cement to not more than three (3) parts fine aggregate by weight. Water content shall not exceed 7.5 gal. per 94 lb of cement. %✓ Westside III/IV Waterline 02619-12 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. 1 d Reinforcement may be spiral wire, wire mesh or wire fabric with thickness, gauge. and placement in accordance with AWWA C-205. e. Apply lining of YZ-inch thickness to all surfaces with tolerance of — 1/16-inch to + 3/16- inch. Machine apply coating using centrifugal spinning or other placement method to achieve even coat of all surfaces. f. Moist cure lining for minimum of 96-hours. g. Accelerated cure methods are acceptable but must be equivalent to 96-hour moist cure time in accordance with AWWA C-205. h. The main line pipe shall have a cutback at time of application so that there is approximately 4-inches of bare steel on either side of the location of the future weld. 2. Epoxy Lining (only for wetted ferrous parts of flanges, blind flanges, bolts, and parts that cannot be cement -mortar coated): a. AWWA C210, color white, or approved equal for shop and field joint applied, except as modified in this Section. Provide materials from same manufacturer. b. Protect interior surface with approved liquid 2-part chemically cured epoxy primer specified for interior surfaces. Surface Preparation SSPC-SP10 Near White Blast Clean 2.0 to 3.0 mils surface profile. Prime Coat NSF Certified Epoxy - Buff, 4.0 to 6.0 mils DFT or approved equal. Intermediate Coat NSF Certified Epoxy - Buff, 4.0 to 6.0 mils DFT or approved equal. Finish Coat NSF Certified Epoxy - White, 4.0 to 6.0 mils DFT or approved equal c. Total allowable dry film thickness for system: d. Minimum: 12.0 mils. e. Maximum: 18.0 mils. f. Provide dry film thicknesses for approved alternate products in accordance with product's manufacturer recommendations. g. Lining system may consist of 3 or more coats of same approved alternate epoxy lining without use of separate primer. h. Test lining according to AWWA C210 Section 5. PART 3 EXECUTION 3.01 INSTALLATION A. General Westside III/IV Waterline 02619-13 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO_ t Install steel pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA Manual M-11 Pipe shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated steel pipe is lowered into the trench or access shaft it is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of the specifications govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Place and consolidate embedment and backfill prior to removing pipe stulls. Use immersion vibration or other approved method to consolidate embedment material. Maximum allowable pipe deflection is limited to 3% for polyurethane coated pipe. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. 5. Store pipe at job site with securely fastened plastic end caps to maintain pipe interior. Promptly replace end caps to avoid shrinkage or cracking of cementatious liner 6, Use of dogs, clips, lugs, or equivalent devices welded to pipe for forcing into position is not permitted. B. Pipe Handling Pipe shall be handled at all times with a minimum of two 6-inch wide non-abrasive slings, belts, or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. N%0011 The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating 2. Stulls to remain in place until pipe is backfilled. C. Line Up and Bends Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the ends of each joint of pipe of foreign matter, rust and scale prior to installation. 2. Where abrupt changes in grade and direction occur, the Contractor shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. Pipe Laying — Welded Joints 1. Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Pipe joints can be welded internally, externally, or both. Contractor shall provide adequate ventilation for welders and for Owner's representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding shall be completed before application of field applied joint coating. 2. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3. Bell and Spigot Welds: After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric %WWI Westside III/IV Waterline 02619-14 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 by shimming or tacking to obtain clearance tolerance around the periphery of the joint. The clearance between the faying surfaces of lap joints shall not exceed 1/8-inch at any point around the periphery In no case shall the clearance tolerance be permitted to accumulate. 4. Butt Strap Welds: Thoroughly clean plain ends of pipe and strap. Properly align pipe prior to start of weld. 5. Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding as 1 described in AWWA C-222. 6. Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use_ If any portion of a box or carton is damaged, reject -the entire box or carton. 7. In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8-inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 8. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 9. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 10. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 11. Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-200 & AWWA C-206 and qualified under Section IX of the ANSI/ASME Boiler and Pressure Vessel Code before being allowed to weld on the line. 12. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld 13. Double lap welds shall be positive air tested through factory drilled openings at each joint in accordance with AWWA C-206. Repair all weld defects in accordance with AWWA C- 206 and manufacturer's recommendations prior to lining interior and coating exterior of joint. 14. If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. 15. Install 3-in lead holes per AWWA C-206 Introduction. Lead holes to be installed for runs of pipe of 80-If. A Westside III/IV Waterline 02619-15 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. I 16 Proof of compliance to AWS D1 1 and ASME IX within the previous 12 month period must be submitted prior to performing welds on the project E. Inside Joint Grouting for Pipe with Plant -Applied Mortar Lining Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement �►' mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint openings is one (1) inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. F_ Field Applied Cement -Mortar Lining 1. This section is intended only for joints of pipes, such as at butt straps or other ZL transitions, where shop application of cement -mortar lining cannot be achieved. This is not intended as an alternative to shop application of cement -mortar linings. 2. Entrances Into Pipeline: a. Establish means to permit entry and exit of labor, materials and equipment necessary for progress of work, as approved by Construction Contract Administrator, b. Provide dikes and channeling for diversion of flood and drainage waters away from these openings in pipeline. Use temporary airtight covers over openings to provide proper curing conditions in completed sections of lined pipe. Where operation of equipment requires that end of pipe be left open, install temporary bulkhead inside pipe to eliminate direct draft through pipe over completed sections. c. Brace closure sections of pipeline left out to facilitate field lining above ground to conform as nearly as possible to shape of pipe in ground and then place cement -mortar lining by machine or hand trowel to same thickness as in adjoining machine -lined sections. Bulkhead sections immediately after being lined to maintain proper curing conditions for period of not less than 48 hours before sections are installed in pipeline. Install these sections of steel pipe d. Coat exterior surface of butt straps and uncoated exterior surface area of steel pipe within excavations in accordance specifications. Place cement -mortar lining inside areas of joints in accordance with specifications. 1) Mixing of Cement -mortar; Mix ingredients for cement -mortar for not less than 1-1/2 and not more than 6 minutes; use mortar promptly after mixing for lining pipe. Do not use mortar that has attained its initial set for lining. Do not re -temper mortar. Add water to mix last. 2) Placing Cement -mortar Lining: a) Complete joint work, backfill and welding before cement -mortar lining begins. After cement -mortar lining has cured hydrostatic testing of pipe can begin. b) Provide provisions necessary for Construction Contract Administrator to conduct inspections of work in safe and thorough manner during and after initial application of mortar and after necessary repairs made. Include, as minimum, space on application machine, and adequate lighting to inspect gross surface areas_ Westside III/IV Waterline 02619-16 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO.1 c) Comply with ASTM C 494 and with manufacturers recommendations when using chemical admixtures, bonding agents, accelerators, and other additives d) Remove dirt, debris, oil, grease and loose mill scale and rust from interior surfaces of pipe, and scrape or brush surface with stiff bristle brush or water blast as may be necessary, and approved by Construction Contract Administrator, to ensure clean surfaces for successful application of cement -mortar lining. Interior surfaces will be approved by Construction Contract Administrator prior to placing lining. e) Provide cement -mortar lining uniform in thickness along entire length of pipe. Apply cement -mortar lining at the same thickness and tolerances as the shop lining. See Section 2.05.0 for shop - applied cement -mortar lining minimum thickness and tolerance requirements. f) Mechanically control travel of machine and rates of discharge of mortar to produce uniform thickness of lining without segregation around perimeter and along length of pipe. g) Check finished surface by placing 12-inch straightedge parallel to axis of pipe along surface of straight section of lining. At no point will space between lined surface and straightedge be greater than the minus tolerance permitted. h) Provide smooth finished surface, within tolerances specified. Repair or replace surface irregularities including corrugations, ripples, or pits in any direction, to satisfaction of Construction Contract Administrator. Remove defective lining material, including, sand pockets, voids, oversanded areas, blisters, delaminations, or unbounded areas, cracked areas, irregular surfaces, and unsatisfactory thin spots. Remove to pipe wall and area repaired to full thickness of mortar lining. i) Repair cracks 1/16-inch wide and larger to satisfaction of Construction Contract Administrator.. j) Place cement -mortar lining by machine having following features: 1. An applicator head which can be centered within pipe and which will centrifugally project mortar against wall of pipe at high velocity producing dense, uniformly distributed mortar on wall of pipe. 2_ Equipped with mechanically driven, rotating steel trowels that immediately follow applicator, providing smooth, hard surface without spiral shoulders. Compensate for torque so that machine will sit true in pipe and trowel faces will not vary in angle with mortar face during complete 360-degree cycle. Clean trowels at frequent intervals to prevent accumulated mortar from obtaining initial set resulting in sanded or unglazed finish. Continuously operate trowels during application of cement -mortar and forward progress of lining machine. 3. Design applicator so that nothing will come in contact with troweled surface until it has attained final set, and so that forward progress of machine and mechanical placing of mortar can be controlled to assure uniform thickness of lining. Westside III/IV Waterline 02619-17 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. 1 k) Cement -mortar Lining Adhere to steel at all points, provide consistent thickness except that lining of bell end of pipe where lining is to be thicker in order to fill depression and make smooth surface 1) Immediately prior to application of cement -mortar lining, sweep *Moo, and clean off slime, dirt, loose rust, loose mill scale, and other foreign materials. Free interior surface of pipe after cleaning of accumulated water on pipe wall or at joints. m) After receiving its finish troweling, do not roughen lining by rebound material or by mortar direct from machine. n) Temporarily close outlets in pipeline with easily removable stoppers to prevent spun mortar from being thrown into such openings. After lining is applied, remove stoppers from outlets and repair lining damaged by removal of stoppers. Point outlet openings up to provide smooth flow. 3) Hand Finishing: a) Repair defective areas in machine -applied lining and unlined joints by hand patching to yield lining equal to that required for A, machine -applied troweled lining. b) Provide non -shrink grout for patching or lining joints as specified in this Section. c) Clean defective areas of loose foreign material and moisten with water just prior to application of hand -applied mortar. d) Use steel finishing trowels for hand application of cement -mortar. e) Complete hand finishing required in given pipe section not later than day following machine application of mortar lining to that *Moo, particular pipe section, whether normal working day or otherwise. Slow down or stop machine application of mortar lining to allow time for hand patching. 4) Curing of Lining: Begin curing operations immediately after completing any portion of mortar lining. Close pipe by airtight bulkheads, and maintain moist atmosphere in completed section of pipe to keep lining damp and to prevent evaporation of entrained water from mortar lining. Humidify air introduced into pipe for ventilating or curing purposes and maintain moist atmosphere inside pipe until Construction Contract Administrator accepts Work. G. Exterior Joint Protection for Polyurethane Coated Steel Pipe 1. General Installed pipe joints shall be field coated after pipe assembly in accordance with AWWA C-216 and in accordance with manufacturer's instructions, using Heat Shrink Sleeves. A Width of heat shrink sleeve shall be sufficient to overlay the polyurethane coating by a minimum of 3-inches. Overlapping of two or more heat shrink sleeves to achieve the necessary width will not be permitted. 2. Heat Shrink Sleeves i. Primer: Provide as recommended by the sleeve manufacturer. Westside III/IV Waterline 02619-18 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 j. Filler Mastics Mastic filler shall be provided for all bell and spigot and coupling type joints. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint ..r k. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85-mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50-percent recovery. Sleeve length shall provide a minimum of 3-inches overlap onto intact pipe coating on each side of the joint. Width to take into consideration shrinkage of the sleeve due to installation and joint profile. Manufacturers: Canusa, or approved equal. 3. Installation a. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. Prepare to SSPC-SP10 Near White Metal Blast Cleaning. b. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. c. Complete joint bonding of pipe joints before application of joint coating. d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds `'� shall be filled with mastic sealant. e. Store sleeves in shipping box until use is required Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. f. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. g. Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. h. Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. i. Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inches overlay onto the existing pipe coating. j. Apply heat to the sleeve using either propane fire, infrared heaters or wrap around heaters Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll �r the coating on the pipe surface. Heat from the center of the sleeve to the outer edge Westside III/IV Waterline 02619-19 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO I until properly seated, then- begin in the opposite direction. Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits. Allow the sleeve to cool before moving, handling, or backfilling.. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. H. Protective Welded Joints Coating System for Polyurethane Coated Steel Pipe 1. General a. Application of protective coating at the pipe joints will be as follows: apply a three layer joint coating system consisting of a factory supplied 35 mil polyurethane coating, a field applied 60 mil by 6-inch wide strip of Canusa HCO Wrapid Tape heat resistant tape at the location of the welding, and a field applied 110 mil (full recovery thickness) by 18-inch wide Canusa AquaWrap high shrink heat shrinkable joint sleeve. After the heat shrinkable joint sleeve is installed, the Contractor may backfill the trench, and then weld the joint. b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the three layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or Owner to visually inspect and test the joint after welding. Any damage must be repaired. If the Contractor's welding procedure damages the three joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 1 d. Inspection, Testing, and Repairs Holiday testing shall be performed using a wet sponge holiday tester at each joint after field application of heat shrinkable joint sleeve. If any holidays or cuts are detected, the sleeve shall be repaired using Conusa Repair Patch Kit (CPRK) or approved equal. The damaged area shall be covered with a minimum or 50 mm overlap around the damaged area. Protective of Buried Metal Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field - applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps or wax tape and encased in flowable fill. Test prior to installation of Plowable fill. J. Repair and Field Touchup or Polyurethane Coated Metal 1. Apply Madison GP II (E) Touchup Polyurethane Coating or equal Futura Coating for repair and field touch-up of polyurethane coating. 2. Repair Procedure - Holidays Westside III/IV Waterline 02619-20 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO 1 a Remove all traces of oil, grease, dust, dirt, etc b. Roughen area to be patched with rough grade sandpaper (40 grit) c. Apply a 35 mil coat of repair material described above. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. d. Test repairs for Holidays. 3. Repair Procedure — Field Cuts or Large Damage a. If in the opinion of the Owner, or Owner's Representative, that the polyurethane coating is excessively damaged the pipe segment will be rejected until the coating system is removed and replaced so that the system is in like new condition_ Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt, etc. d. Roughen area to be patched with rough grade sandpaper (40 grit). Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. e. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. Work repair material into scratched surface by brushing. Feather edges of repair material into prepared surface. Cover at least 1- inch of roughed area surrounding damage, or adjacent to field cut. f. Test repairs for Holidays. K. Patch of Lining (Plant or Field) 1. Repair cracks larger than 1/16-inch. Pipes with disbonded linings will be rejected. Excessive patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12-inch. In general, there shall be no more than one (1) patch in the lining of any joint of pipe, If either of these dimensions are exceeded, then it is defined as excessive patching. 0 1 L. Patching of Coatings 1. Areas less than or equal to 6 inches in diameter a. Patch honeycomb and minor defects in concrete surfaces with non shrink grout. Repair defects by cutting out unsatisfactory material and replacing with non shrink grout, securely bonded to existing concrete. Finish to make junctures between patches and existing concrete as inconspicuous as possible. After each patch has stiffened sufficiently to allow for the greatest portion of shrinkage, strike off grout flush with surrounding area. 2. Areas greater than 6 inches in diameter but less than 12 inches or 100 square inches a. Remove defective lining down to bare steel by chipping, making sure care is taken to prevent further lining damage. Ends of lining where defective lining is removed are to be left square and uniform, not feathered. b. Clean bare steel with wire brush to remove loose or other foreign matter. Westside III/IV Waterline 02619-21 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. 1 c Remove existing wire reinforcement and replace Overlap new reinforcement to existing reinforcement by '/2-inch. Secure reinforcement, against the wall of pipe at frequent intervals by tack welding to pipe. d, Prepare cement mortar mixture. Use only enough water to obtain proper placement a./ characteristics. Set up time before mixture is to be discarded is to be no longer than '/2 hour. Non shrink grout may also be used. Do not use a combination of cement mortar and non shrink grout within the same repair. e. Apply Weld -Crete, or approved equal, concrete bonding agent to bare steel and interface of existing lining. After bonding agent is applied to steel and lining new mix must be applied within 10mins.. f. Apply cement mortar to repair area 1/2-inch thick then hand trowel to achieve smooth dense finish, making sure wire is not left exposed. To ensure proper thickness while placing new mortar, check thickness with '/z-inch long wire gauge. 3. Curing Place plastic sheeting over the repair area, use tape to adhere plastic to surrounding repair area. Let cure for 4 days then remove plastic sheeting. 4. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and unless approved by the Engineer M. Quality Control of Field Applied Polyurethane Coating 1. Surface Preparation Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. Use Testex tape on at least one (1) joint/day to ensure that adequate profile is being achieved. 2. Visual Visually inspect cured coating to ensure that the coating is completely cured with no blisters, "sticky", or "gooey" areas. Also check to ensure that the coating completely covers the steel and existing coating. 3. Thickness Use a magnetic dry film thickness gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA2. 4. Adhesion Perform adhesion testing as described in AWWA C222 Article 5.5.4. 3.02 HYDROSTATIC TESTING Perform a hydrostatic test in accordance per City of Fort Worth Standards. Westside III/IV Waterline 02619-22 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. 1 END OF SECTION Westside III/IV Waterline 02619-23 Steel Pipe and Fittings AECOM October 2009 ADDENDUM NO. 1 SECTION 15062 DUCTILE -IRON PIPE AND FITTINGS PART 1 — GENERAL 1.01 WORK INCLUDED A. Furnish all labor, material, tools, equipment and incidentals required and instil buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. 1,02 RELATED REQUIREMENTS FWWD Construction Specification Section E2-2 — Excavation and Backfill 1.03 QUALITY ASSURANCE A. Experience Requirements All of the ductile iron pipe and cast-iron or ductile iron fittings shall be furnished by the manufacturers who are fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. The manufacturer should have had a minimum of 5 years of A, successful experience in the manufacture of pipe joints of similar design, working pressure, pipe diameter and wall thickness as specified. The pipe and fittings shall be designed, constructed, installed in accordance with the best practices and methods and shall comply with these Specifications as applicable. Total pipe shall be the product of one (1) manufacturer. Fittings can be provided by a different manufacturer than the pipe manufacturer. B. Owner Testing and Inspection 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory will be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, and the pipe manufacturer shall provide proper facilities for access and for inspection. The pipe manufacturer shall notify the Owner in writing, at least two (2) weeks prior to the pipe manufacture so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed. Material and pipe which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to final acceptance of the pipe. 1.04 SUBMITTALS Submittal shall be in accordance with the City of Fort Worth Requirements and shall include the following: A. Submit to the Owner's Representative in accordance with the Specifications, a list of materials to be furnished, the names of the suppliers and the date of delivery of materials to the site. B. All ductile iron pipe and cast iron or ductile iron fittings to be installed under this Contract shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. Furnish in duplicate to the Owner sworn certificates of such tests and their results. In addition, all ductile iron pipe and fittings to be installed under this Contract may be inspected at the foundry for compliance with these Specifications by an independent testing laboratory selected by the Owner. The manufacturer's cooperation shall be required in these inspections, Westside III/IV Waterline AECOM 15062-1 DUCTILE -IRON PIPE AND FITTINGS October 2009 ADDENDUM NO. 1 C The pipe manufacturer shall furnish record data of the pipe and fittings If the Contractor proposes to make changes in the pipeline alignment, the changes shall be in accordance with the design criteria as specified Changes in alignment shall be reflected in record drawings, which shall include a schematic location -profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan -profile sheets. These record data shall be based on the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Record data shall also include full details of lining, coating, joint dimensions and details of the thrust restraint provisions. Fabrications of pipe and fittings shall not proceed until such drawings have been received by the Engineer. D. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: 1. An affidavit stating that the pipe furnished complies with AWWA C-151, AWWA C-104, AWWA C-110, AWWA C153, AWWA C-111, and these specifications. 2. Copies of results of factory hydrostatic tests shall be provided to the Engineer, if requested. 3. Mill certificates, including chemical and physical test results for each heat of metal, if requested during pipe manufacturing services. 1.05 STANDARDS A. American Water Works Association (AWWA) Standards: AWWA C-104/ANSI A21.4 Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. AWWA C-105/A21.5 American National Standard for Polyethylene Encasement AWWA C-110/ANSI A21.10 Ductile -Iron and Gray -Iron Fittings, 3 in. through 48 in., for Water and Other Liquids. AWWA C-111/ANSI A21.11 Rubber -Gasket Joints for Ductile -Iron and Gray -Iron Pressure Pipe Fittings. AWWA C-115/ANSI A21.15 Flanged Ductile -Iron Pipe with Threaded Flanges. AWWA C-150/ANSI A21.50 Thickness Design of Ductile -Iron Pipe. AWWA C-151/ANSI A21.51 Ductile -Iron Pipe, Centrifugally Cast in Metal Molds, or Sand -Lined Molds, for Water or Other Liquids. AWWA C-153/ANSI A21.53 Ductile -Iron Compact Fittings, 3-in through 64-in, for Water and Other Liquids, AWWA C-104/ANSI B16.1 Cast -Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. AWWA/ANSI C600 Installation of Ductile Iron Water Mains and Their Appurtenances AWWA M-14 Ductile Iron Pipe and Fittings OSHA Occupational Safety and Health Act B. American Society for Testing and Materials (ASTM) ASTM/A307 Carbon Steel Bolts and Studs, 60,000 psi Tensile. ASTM/C283 Test Method for Resistance of Porcelain Enameled Utensils to Boiling Acid. ASTM D4976 Polyethylene Material ASTM/D1248 Polyethylene Plastics Molding and Extrusion Materials. C. American National Standards Institute, Inc. (ANSI) Standards: Westside III/IV Waterline AECOM 15062-2 DUCTILE -IRON PIPE AND FITTINGS October 2009 ADDENDUM NO, 1 ANSI/NSF 61 Drinking Water System Components — Health Effects 1.06 DELIVERY AND STORAGE A. Handling and storage of pipe and fittings shall comply with AWWA C-600, AWWA M41, and Manufacturers specifications PART PRODUCTS 2.01 MATERIALS B. Ductile Iron Pipe: 1. Ductile iron pipe shall be in accordance with AWWA C-110, AWWA C-111, AWWA C- 115, AWWA C-150 and AWWA C-151. All pipe shall meet the requirements of NSF 61. Standard joint length shall be 18' to 20'. 2. Ductile iron piping and fittings shall be double thickness cement mortar lined and bituminous seal coated in accordance with AWWA C104. Provide manufacturer's standard bituminous coating inside and polyethylene encased in accordance with AWWA C-105. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows: a. "DI" or "DUCTILE" shall be castor metal stamped on each pipe b. Weight, pressure class, and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark e. Iron used in the manufacture of pipe for these specifications shall have: 1) Minimum tensile strength — 60,000 psi 2) Minimum yield strength — 42,000 psi 3) Minimum elongation— 10% C. Fittings: Exposed pipe shall be flanged unless noted otherwise. Exposed fittings for use with flanged joints on ductile pipe shall be cast iron or ductile iron fittings conforming to ANSI B16.1 or AWWA C-110. Flanges shall be faced and drilled in accordance with ANSI B 16.1, Class 125. All fittings shall be pressure rated at 250 psig. Buried fittings shall be Ductile Iron Compact Fittings (AWWA C153/A21.53) rated at 250 PSI and shall be restrained mechanical joints. D. Flanges: All pipe shall be flanged unless noted otherwise. Flanges for ductile or cast iron pipe shall be ductile or cast iron flanges screwed on threaded ends of the pipe. Flanges shall conform to ANSI B16.1, Class 125. Screwed -on flanges shall be attached to the pipe in the shop; attachment, aligning and facing shall conform to AWWA C115. E. Flanged joints shall be provided at connections to valves where indicated. Pipe flanges shall be of rated pressure equal to or greater that the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. Westside III/IV Waterline 15062-3 DUCTILE -IRON PIPE AND FITTINGS AECOM October 2009 ADDENDUM NO 1 F Joints for pipe and fittings Joints shall be in accordance with AWWA C-110, ANSI/AWWA C- 111/A21 11, AWWA C-153/A21.53, and AWWA C-151 Standard joints for ductile iron pipe shall be push -on G. Mechanical Joints: Mechanical joints shall only be used on buried pipe or where specifically noted on the drawings for exposed pipe. Mechanical joints for use with ductile iron pipe shall conform to AWWA C-111 and shall be restrained. Carefully assemble mechanical joints in accordance with the manufacturer's recommendations. Lubricate joint surfaces with heavy vegetable soap solution immediately prior to installing gasket on spigot end. If seal is defective, disassemble the joint, thoroughly clean it, and reassemble the joint. Do not overtighten bolts to compensate for poor installation practice. Work closely with the CONTRACTOR to verify if welded joints are needed as a part of their sequence of construction. H. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -carbon steel in accordance with ANSI/AWWA C-111/A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be of Xylane as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. I. Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints. Restrained joints shall be capable of sustaining the design pressure as specified herein. Joints shall be restrained by EBAA Mega -lug or Engineer Approved equal, or by pipe manufacturer's proprietary restrained joint. 2.02 DESIGN REQUIREMENTS A. As a minimum standard, the following pressure classes shall apply: Diameter Pipe (inch) 3" through 12" 14" — 20" 24" 30" — 64" Min. Pressure Class (PSI) 350 psi 250 psi 200 psi 150 psi B. Engineer shall verify that pressure class specified meets the minimum design requirements contained within these provisions. When requested, pipe design calculations shall be submitted to the City of Fort Worth. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C-150/A21.50 for a minimum 150 psi (or project requirements, whichever is greater) rated working pressure plus a 100 psi surge allowance; a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a depth of cover ranging from 6 feet to 25 feet. Type 4 laying conditions are as defined in ANSI/AWWA C-150/A21.50. Pipe must meet live load AASHTO H-20 truck for unpaved conditions. Assume 10-feet of surplus fill material at unit weight specified, in addition to design depth, as shown on the plans. C. The thickness design of ductile iron pipe shall be in accordance with AWWA C150 D. The horizontal deflection of cement -mortar -lined ductile iron pipe resulting from external load conditions shall not exceed three percent of the pipe diameter E. All pipe calculations, thrust restraints, and associated calculations to be signed and sealed by a Licensed Professional Engineer. Westside III/IV Waterline AECOM 15062-4 DUCTILE -IRON PIPE AND FITTINGS October 2009 ADDENDUM NO.1 203 MANUFACTURERS A. American Cast Iron Pipe Co. ,NAW, B. U.S. Pipe C. Tyler Pipe D. United States Pipe and Foundry E. Or approved equal. 2.04 COATINGS FOR PIPE AND FITTINGS A. All ductile iron pipe shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA C- 104/A21.04, or latest revision. C. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces, but shall be shop -coated with rust inhibitive primer. Primer shall have a minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. D. All buried ductile iron pipe shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AWWA C- 105/A21.5. Polyethylene film must be marked as follows: 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSI/AWWA C105/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning -Corrosion Protection -Repair Any Damage E. All raw materials shall be manufactured of virgin polyethylene material in conformance with ASTM D4976 F. Minimum widths as follows: Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width - Flat Tube 3 in. 14 in. 4 in. 14 in. 6 in. 16 in. 8 in. 20 in. 10 in. 24 in. 12 in. 27 in. 14 in. 30 in. 16 in. 34 in. Westside III/IV Waterline 15062-5 AECOM Min. Width -Sheet 28 in. 28 in. 32 in. 40 in. 48 in. 54 in. 60 in. 68 in. DUCTILE -IRON PIPE AND FITTINGS October 2009 ADDENDUM NO 1 18 in. 37 in. I 74 in. 20 in. 41 in. 82 in. 24 in. 54 in. ; 108 in. 30 in. 67 in. 134 in. 36 in. 81 in. 162 in. 42 in. 81 in. 162 in. 48 in. I 95 in. 190 in. 54 in. 108 in. 216 in. 60 in. 108 in. 216 in. 64 in. I 121 in. I 242 in. PART 3 EXECUTION 3,01 INSTALLATION A. Handling Pipe and Fittings 1. Care shall be taken in loading, transporting, and unloading to prevent injury to the pipe or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying, and no piece shall be installed which is found to be defective. Any damage to the pipe coatings shall be repaired as recommended by the manufacturer. 2. All pipe and fittings shall be subjected to a careful inspection and hammer test just prior to being installed, 3. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner at no expense to the Owner. All pipe and fittings shall be thoroughly cleaned before installing, shall be kept clean until they are used in the work, and when installed, shall conform to the lines and grades required. B. Laying Exterior Pipe and Fittings 1. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA Standard Specification C-60a except as otherwise provided herein. For buried piping a firm, even bearing throughout the length of the pipe shall be constructed by tamping selected material at the sides of the pipe up to the springline. 2. All pipe shall be sound and clean before installing. When installing is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in installing. Fittings, in addition to those shown on the plans, shall be provided, if required, to avoid interference with existing piping, conduit, etc. Provide restrained mechanical coupling where required for closures and fitup. 3. When pipe cutting is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be used with a Tyton bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. 4. Joint restraint shall be provided on all piping. Buried piping shall be polyethylene encased in accordance with AWWA C-105. 5. Unless otherwise shown or approved by the ENGINEER, all outside pipe lines shall have a 5 foot minimum cover. C. Jointing Ductile Iron Pipe Westside III/IV Waterline AECOM 15062-6 DUCTILE -IRON PIPE AND FITTINGS October 2009 N"r/ ADDENDUM NO 1 1 Mechanical joints at valves, fittings, and where designated shall be in accordance with the "Notes on Method of Installation" under ANSI Specification A 21.11 and the instructions of the manufacturer (use on buried pipe and only where indicated on the drawings on exposed pipe) To assemble the joints in the field, thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no condition shall extension wrenches or pipe over handle or ordinary ratchet wrench be used to secure greater leverage. 2. Flanged joints shall be made using ring gaskets of rubber with cloth insertion, Gaskets 12-inch in diameter and smaller shall be 1/16-inch thick; larger than 12-inch 3/32-inch thick. Flanged joints shall be made with bolts, bolt studs with a nut on each end, or studs with nuts where the flange is tapped. All bolts shall be stainless steel (type 316). Bolt studs and studs shall be of the same quality as machine bolts. a. Bolts in flanged joints or mechanical joints shall be tightened alternatelyand evenly. After installation two heavy bitumastic coatings of Kopper Bitumastic No. 50 shall be applied to bolts and nuts. 3. Push -on joints: The jointing on this type of joint shall be as recommended by the manufacturer. The procedure of jointing shall be generally as follows: a. Thoroughly clean and dry the spigot and bell before starting the assembly of the joint. Wipe the gasket clean with a cloth. b. Place the gasket into the gasket seat in the bell. C. Apply a thin film of lubricant to the surface of the gasket that will come incontact with the entering pipe spigot. If necessary, also apply lubricant to the spigot. d. Make the joint by exerting sufficient force on the entering pipe so that itsplain end will ,%N,, move past the gasket to the seat of the bell. e. If restrained joints are used, orient pipe to permit ease of assembly. Place locking device after installation of spigot into bell. 4. Use sleeve -type coupling where required for closures and fitup and where indicated on the drawings. Fully restrain all sleeve couplings as indicated on the drawings. Prior to installation of sleeve -type couplings, the pipe ends shall be cleaned thoroughly for a distance of 8- inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6-inches from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. The other pipe end shall be inserted into the middle ring and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. After the bolts have been inserted and all nuts have been made up fingertight, diametrically opposite nuts shall be progressively and uniformly tightened all around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. The correct torque as indicated by a torque wrench shall not exceed 75 ft-lb. for 5/8-inch bolts and 90 ft-lb for 3/4-inch bolts. 5. All valves, fittings and other appurtenances needed upon the pipe lines shall be set and jointed as indicated on the Drawings or as required. 6. After assembly and inspection and before backfiil, all exterior surfaces of buried sleeve coupling and bolts and nuts shall be heavily and thoroughly coated with an approved heavy -bodied (high solids content) bituminous mastic Westside III/IV Waterline 15062-7 DUCTILE -IRON PIPE AND FITTINGS AECOM October 2009 ADDENDUM NO. 1 302 FIELD QUALITY CONTROL/TESTING A. Hydrostatic and Leakage Tests 1. Furnish all necessary equipment and labor for carrying out a pressure test on the pipelines. The procedures and method for carrying out the pressure tests shall be approved by the Owners Representative. 2. Make any taps and furnish all necessary caps, plugs, internal test plugs, bulkheads, etc„ as required in conjunction with testing portions of the pipe. Furnish test pumps, gauges, meters and any other equipment required in conjunction with carrying out the tests. Hydrostatic pressure and leakage tests shall conform to AWWA M41. 3. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the design operating pressure at the lowest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage which will be permitted shall be in accordance with AWWA C-600. 4. Lines which fail to meet the requirements of the test shall be repaired and retested as necessary until test requirements are met. Defective materials, pipes, valves and accessories shall be removed and replaced. 5, Contractor shall verify that manufacturer recommended pressure ratings of adjacent existing and proposed pipes are not exceeded during testing when testing is performed without a bulkhead or other isolation method in place. 6. The City of Fort Worth may, as its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standard herein will be ground for rejecting the entire order. 7. The Contractor shall, upon request by the City, furnish manufacturer's certified test reports that indicate that each run of pipe furnished has met specification, that all inspections have been made, and that all tests have performed in accordance with ANSI/AWWA C-151/A21.51. 8. The Contractor shall, upon request by City, furnish manufacturer's certified test reports stating that all fittings meet the requirements of applicable Standards and Specifications. Test reports must be provided to the Engineer before construction commences. Westside III/IV Waterline AECOM END OF SECTION 15062-8 DUCTILE -IRON PIPE AND FITTINGS October 2009 ADDENDUM NO 1 �- FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WESTSIDE III & WESTSIDE IV WATERLINES CAPITAL PROJECT NO: 00456 Section 8.1 Project Easements Parcel No. 1 ,"we Memorandum of Agreement Westside Ill and IV Water and Sewer Vernon Investment Corp. Vernon Investment Corp., referred to in this Memorandum as "Grantor", agrees to grant to the City of Fort Worth, "Grantee", a Temporary Construction Easement across Grantors land. GRANTEE agrees to return the construction area to as good as or better condition than that prior to construction. Grantee agrees to pay Grantor the total sum of $6,500.00 as consideration for the conveyance of said Temporary Construction Easements across parcel 1. Dated: , 2009 GRANTOR(S): By: By: City of Fort worth By: Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 1A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 L%3=IT'°A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20,0' temporary construction easement being out of a remainder of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation, Inc. as recorded In Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod found In the north right-of-way line of Old Weatherford Road (County Road 1022, a variable width right-of-way) said 1/2 inch iron rod being the southeast comer of said 598.460 acre tract of land, said 1/2 inch Iron rod also being the southwest comer of a 20.779 acre tract of land (by deed) being further described as Tract IV, deeded to FW Vista West Ii, L.P. as recorded In County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 47 minutes 13 seconds West, with the north right-of-way line of said Old Weatherford Road and the south line of said 598.460 acre tract of land, a 114400, distance of 20.00 feet to a point for comer, THENCE North 00 degrees 14 minutes 41 seconds West, a distance of 500.47 feet to a point for corner in the most northerly south line of a 33,599 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in Tarrant County Clerk's File No. D206274011 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 44 minutes 50 seconds East, with the most northerly south line of said 33.599 acne tract of land, a distance of 20.00 feet to a 1/2 inch iron rod with cap stamped 'Fulton Surveying Inc." found for the most easterly southeast comer of said 33.699 acre tract of land, said 112 inch Iron rod with cap stamped 'Fulton Surveying Inc." also being in the west line of said Tract IV, said 1/2 inch iron rod with cap stamped 'Fulton Surveying Inc," also being in the east line of said 698-460 acre tract of land; THENCE South 00 degrees 14 minutes 41 seconds East, with the west line of said Tract IV and With the east line of said 598,460 acre tract of land, a distance of 500.48 feet to the POINT OF BEGINNING, and containing 10,010 square feet or 0.230 acres of land, more or less. Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # I 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utflizing a TXDoT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 W. Trueft Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 1< I I a EXHIBIT JJB 1' � fl - . •�3.s6e ACRFS�sr oEm)' " 40• R.o.w OOSICJ1T1011 - I CRY of FORT wDRIN �CGI ET A SME 1060 -we"u" r f C.O.F. fie. 0MV4011 ........f I P.RJ CT. 0.R.T.C.T. m • ....• • LOT f, PLOM 1 ' f NORTROWST AAM TfirAM£NT N 89'44'50'E PLANT ADDITION � 13069 20.00' o.rw as. C. nWr A, SLIDE P.R•T.C.T. I I t�4:.SrAMPED : f tl 'FVITON SURVEYING Rim, i fa VICINITY MAP a N.T.S. 20.0' TEMPORARY CONSTRUCTION EASEMENT 10,010 SQ. FT. OR 0.230 AC. a 1:_A 100 50 0 100 SCALE IN FEET NOTE ALL BEARINGS ARE OASEO ON DIE MAS COORDINATE � ; ~ � � srsT>a1, N�o-e�, Noon+ co1mA� ZONL unIZING A ALL WRINGS AND OWANCES ARE SURFS 1N6 PROJECT ` 1. REMAINDER OF 598.460 ACRES (BY DEED) (• : ' VERNON INVESTMENT CORPORATION, INC. (...: VOLUME 6342, PAGE 749 �,.... D.R.T.0 T. �: I FND 1/2'IR OLD WEATHERFORD ROAD (C.R. 1022) � S OW47'13`W (A VARIABLE WIDTH RIGHT—OF—WAY) 20.001 o 'VVoPT amity of Fort Worth =_ 1000 SHwxn(ORTON STREET FORT WORIK TE M 75102 E101IBIr SNow1Nc A TEMPORARY CONSTRUCTION EASEMENT our of A IMIMMER OF 396.460 KBEs (BY o®) stivaTm w 1WE N. HOLBROOK SURVEY, ABSTRACT No. 547 MMM Tn VERNON INVESTMENT CORPORATION, INC. RECORDED IN VOLUME 6342, PAGE 749 OF THE DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Weatelde tll & IV and Proposed Sanitary Sewer Line to SCALE: l' = 100' 6erva the. Weetelde Water Treatment Plant P CEL No.: I IL-E T 111SMON A 10.010 SOU FEET 0R 0.230 CI§a, y1/N,/► {3 BY TIW 0fl!MJ:Aeassmonb.0wG AUOt! 24 =8 �i OF 1 �r Prolact No.: P264-531700 tt GoRRON00NA & Amami, IN 5707 BREM000 STAIR ROAD, SUITE 50 MITI` f�112 017-496-1424 NOR ° FAX 617-496-1766 - Westside IiI & iV and Proposed Sanitary Sewer Line to serve ..i the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No.1B 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 598.460 acre tract of land (by deed) deeded to Vernon investment Corporation. Inc. as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 112 inch iron rod found in the north right-of-way line of Old Weatherford Road (County Road 1022, a variable width right-of-way) said 1/2 inch iron rod being the southeast comer of said 598.460 acre tract of land; THENCE North 00 degrees 14 minutes 41 seconds West, with the east line of said 598.460 acre tract of land, a distance of 500.48 feet to a 112 Inch Iron rod with cap stamped "Fulton Surveying Inc° found for the most easterly southeast corner of a 34.560 acre tract of land (by deed) deeded to The City of Fort Worth as recorded In Tarrant County CIerk's File No. D206274011 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 15 minutes 19 seconds West, passing at a distance of 650.47 feet a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES, INC* found for the northeast corner of said 34.560 acre tract of land, said 618 inch Iron rod with cap stamped "GORRONDONA & ..� ASSOCIATES, INC" being the most northedy southeast comer of a 567.553 acre tract of land (by deed) deeded to BOA Sorts Limited Partnership (undivided 15.02562%), SPG-Harvard III, LLLP (undivided 9.67166%), CFG-Broadway & Rooks, LLLP (undivided 13.64586%). SPG-Stratford 1, LLLP (undivided 4.83583%), CFG Whiteman I, LLLP (undivided 2.76333%), CFG-Zahads, LLLP (undivided 1.38168%), HEB Investments (undivided 6.90833%), SMT investors Limited Partnership (undivided 30.051240/o), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. D204343515 of said Deed Records of Tarrant County, Texas, in all, a distance of 2255.87 feet to a 112 Inch bon rod with cap stamped "Fulton Surveying Inc" found for the POINT OF BEGINNING of the herein described 20.0' temporary construction easement, said 112 inch iron rod with cap stamped 'Fulton Surveying Inc" being an exterior ell comer in the east line of sold 557.553 acre tract of land, said 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" being in the west line of a 20.288 acre tract of land (by deed) being further described as Tract IX, deeded to FW Vista West 11, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 43 minutes 42 seconds West, with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to.a point for comer; THENCE North 00 degrees 16 minutes 34 seconds West, a distance of 659.91 feet to a point for comer in the east line of said 567.553 acre tract of land; Page 1 of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045831 Parcel No. 18 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE North 89 degrees 44 minutes 21 seconds East; with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to a 112 inch Iron rod with cap stamped "Fulton Surveying Inc° found for and exterior all corner in the east line of said 567.553 acme tract of land, said 1/2 inch Iron rod with cap stamped 'Fulton Surveying Inc' being in the west line of said Tract IX; THENCE South 00 degrees 16 minutes 34 seconds East, with the west line of said Tract IX and with the east One of sold 598.460 acre tract of land, a distance of 659.91 feet to the POINT OF BEGINNING, and containing 13,198 square feet or 0.303 acres of land, more or less. NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001564132 for this project. All bearings and distances are surface. Date: September 3, 2008 Registered Professional Land Surveyor No. 5146 Page 2 of 2 EXHIBIT 13B'1 1 �o N 89'44'21`E ' Au AW400010 on .--------- -- FNO 1/2"T YY/CAP StAAPW FULTON 41WM Ao. SURVEYING INC.' I 20.0- TEMPORARY?uL 3d' - 2 CONSTRUCTION EASEMENT 1 13,198 SQ. FT. OR 0.303 AC. al VICINITY MAP 1 REMAINDER OF 599,460 ACRES .?;j N.T,S. I (BY DEEDD)ry� "I VERNON INVESTMENT 3 ?� IJJ WIN ACRES (BY MO) IX CORPORATION INC. ` `'d Fw'ASrA�WEST i4 L.P. REIWNOER Of A 517= ACRE TRACT OF LAND (6Y OEtV) ': C.GF. No. 4206035754 00A SOME UMFW PARTNFRSHIP (UNDMDm 15.0258LS) I VOLUME 6342, PAGE 749 svo-:unvARo ur, u>P (momOm 9.67166g) I D.R,T.0 T, 110 :1 � D.R.LCY. CFO-11ROADNAY a BOORS, ULP (ONDMDED 0.6459OX) I 0 .; 0 WO-8RtAWOBD L ULP (UN9MOE0 4.0751112 Q1�` 0 o CPO-WWWAAN R. U3P/.(,.U..R,.D.AMOED 2.76333X) �P N cFfr7AHAR15. UItP i...W`.19Ea 1.]914a:r) I ,r r7 rCI Z N!9 WESTUMM (UNDMOEO SJUS3W 1 (]{ SW ftnT= UWIFD PARTNERSHIP HIP (UNOMOEO 30.06l24%) I �O CA= 8USINE9S INSURANCE, LTD. (UNOMDm 102w,2T<) ANNETTA INVE�TM �D(T+UN,Oas�n�n MUM) G� P. 0IFNI. B. STAMPED 1/211 W/DAP STAMPED 'fULTON SURVEYING INC.' S 89'4342-W 20.00, RDAWER OF A 378.85 ACRES (6Y DEEU) TRACT UA CWVfG. CRi37l FOUND S/89R W/j vOLUNIT /1029 E PAGLE 1� STAMPED "CORRORO RS CT. ee ASSOMIM. INg 20.77R ACRES 6Y GMW rPi CITY OF FORT WOM FVT MVA�ww [I. LP. C C F. No. D208274011� A. o C.C.F. No. OW60357U LDT f, BLOCK T f D,R.UCT. -^�'� l � � D.R.T.C.T KDRTII NSST )YATBA TR$4TMBKT 5� PbAHT ADDITION 200 100 Q 200 CAHIKBT A, sLms f2060 40, XO.W. DEDICA110N AIt.T.C.T. *104]ET A. SINE 12060- LJ RR.T.C.T.CUNO 1/2111 W/GP - --' SrWED 'FUI.SON SLR1VEYIN0 INC.' SCALE IN FEET RENA111DM OF a9a,00 ACRES (9Y DEED) f P.10. O.C. VERNON Q&TR IFNT ON. ING. N010 ALL BEARIN6S ARE 611=1 ON THE TEXAS COOROC�IASE VOLUME e842, PAGE 748 613m, NM-M NOW cuffm ZONE, UD(L e A D.RT.C.T MO 1/21R TOM SURFACE FAC10R OF 1.00012 FOR THt4 PROJECT. _ _ - x ALL • GEAF010 AND WIWI ARE SURFACE OLD 1ATHERFORD ROA0,.4%k 1022) A VARIABLE W0711( MOW-OFA o City o F Fort Worth 1000 THRIMOR10R SINElJi FORT WORRY, MO 76102 EXHRRr SH011M A 20.0' TEMPORARY CONSTRUCTION EASEMENT mm OF A RaIA om of 59ueo ACRES (BT am) ��;r•G,ST� ,Sr xuTEO M Tw N. HOLBROOK SURVEY, ABSTRACT No, 647•� DEEDED TO VERNON INVESTMENT CORPORATION INC. �� Tt��JE i''�1ltL3oN RECORDED IN VOLUME 6342, PAGE 749 ,ate 5y45 IN DEED RECORDS OF TARRANT COUNTY, TEXAS ! `:vc t�T?•' _ PROJECT: Wastalde IN & IV and Proposed Sanitary Sewer Line to SCALE: 1' 200' 1` ),i: ESS• •' serve the Weetelde Water Treatment Plant PARCEL No.: 1B EASEMENT ACL11J)SITICN A EA j,�,198 SQUARE FFFT OR 0.303 C)jES TRU t tl. 0 03 1 DRAWN BY: �j _� ��ypy�p[E I OF I°� F 3t�� eaeemenl�.Ol40 pQO�MIAL (A(0 SUWE pR I Gomomw & 163O Imm I p�8707 BRENCWf000 5TA Ft at , S M So�FORT WORT 870112 f 017-460-1424 FAX 017-495-1766 = Westside III & IV and Proposed Sanitary Sewer Line to serve ,✓ the Westside Water Treatment. Plant Water Project No.: P264-531200 601540045631 Parcel # 1A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § COUNTY OF TARRANT § DATE. August 28, 2008 KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT GRANTOR: Vernon Investment Corporation, Inc. GRANTOR'S MAILING ADDRESS: % Deecorp Properties Ltd. 388 W. 8'h Avenue, Suite 201 Vancouver Canada V5Y 3X2 00000-0000 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 598,460 acre tract of land (by deed) deeded to Vernon Investment Corporation, Inc. as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20,0' temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Pagel of 3 easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as. shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease TOHAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, -or any part thereof. When the context requires, singular nouns and pronouns include the plural. GRANTOR: Vernon Investment Corporation, Inc. GRANTEE: City of Fort Worth a Delaware corporation By: U � y (� � C Fernando Costa Assistant City Manager r (Name of person authorized to sign), Title (mil `��.t. i 1 fit• . Deanna Cody, Senior Land AgeW City of fort Worth Transportation and Public Works Department Right of Way and Easements 8851 Camp Bowie Blvd West 3rd Floor Fort Worth, Texas 76116-6085 APPROVED AS TO FO M AND L GALITY 77t�� e 4U&/-1v Assistant City Attorney Page 2 of 3 %Role ACKNOWLEDGEMENT STATE OF CAt' () § COUNTY OF ECiP IC § BEFORE ME, the undersigned authority, a Notary Public in and for the State of (Q on this day personally appeared S-MN L F Y b t✓ EE , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Mfl/d,91W AZ. and that he/she executed the same as the act of said A46r7f16, E2 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2 day of , 20da. Notary Public in and for the State of (6161'Cido ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. i GIVEN UNDER MY HAND AND SEAL OF OFFICE this �day of 20t). '-' IMAf;;t. S S NCHE7_ �,,: rA ; OF 7 rXAS No ry Public in and for the Stat of Texas Page 3 of 3 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 1A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXIIIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation, Inc as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 112 inch iron rod found in the north right-of-way line of Old Weatherford Road (County Road 1022, a variable width right-of-way) said 1/2 inch iron rod being the southeast corner of said 598.460 acre tract of land, said 1/2 inch iron rod also being the southwest corner of a 20.779 acre tract of land (by deed) being further described as Tract IV, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 47 minutes 13 seconds West, with the north right-of-way line of said Old Weatherford Road and the south line of said 598.460 acre tract of land, a ..r distance of 20.00 feet to a point for corner; THENCE North 00 degrees 14 minutes 41 seconds West, a distance of 500.47 feet to a point for corner in the most northerly south line of a 33 599 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in Tarrant County Clerk's File No. D206274011 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 44 minutes 50 seconds East, with the most northerly south line of said 33.599 acre tract of land, a distance of 20.00 feet to a 112 inch iron rod with cap stamped 'Fulton Surveying Inc." found for the most easterly southeast corner of said 33.599 acre tract of land, said 1/2 inch iron rod with cap stamped 'Fulton Surveying Inc." also being in the west line of said Tract IV, said 112 inch iron rod with cap stamped 'Fulton Surveying Inc." also being in the east line of said 598.460 acre tract of land; THENCE South 00 degrees 14 minutes 41 seconds East, with the west line of said Tract IV and with the east line of said 598,460 acre tract of land, a distance of 500.48 feet to the POINT OF BEGINNING, and containing 10,010 square feet or 0.230 acres of land, more or less. Pagel of 2 Nftw/ Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 1A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDoT Surface Factor of I M01554132 for this project. All bearings and distances are surface. Date: August 28, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 ..7 we e PROjecr tnunon o a ►un cnscao as na- 17' EXHIBIT "B,� -- s�, $ t 33.599 ACRES (BY DEED) 40' R.O.W. DEDICATION CRY OF FORT WORTH I CABINET A, SLIDE 12060 an nunIa"M lit Jb "" e VICINITY MAP N.T.S. N C.C.F, No. D206274011 I PR.T,C.T. D.R.T.C.T. . ' ' LOT r, BLOCX 1 NORTxIFEST WATER TREATMENT I ; N 89'44'50"E PLANT ADDITION I CABI,VET A, SLIDE 12060 , 20.00 P R.T. C.T. 0 1 /2'IR W/CAP STAMPED I ' 'FULTON SURVEYING INC_' _ 20.0' TEMPORARY CONSTRUCTION EASEMENT I � = 10,010 SQ. FT. OR 0.230 AC. I Ito e 0-9 o ui 100 50 0 100 I Cjv� \vo SCALE IN FEET 0 o z m s4 5 � l� N NOTE: ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE I I SYSTEM, NAO-83, NORTH CENTRAL ZONE, UITLIZING A TXDOT SURFACE FACTOR OF 1.0001554123 FOR THIS PROJECT. ALL BEARINGS AND DISTANCES ARE SURFACE. REMAINDER OF 598.460 ACRES (BY DEED) VERNON INVESTMENT CORPORATION, INC. I VOLUME 6342, PAGE 749 D.R.T.C.T.FNO ' 1 P 02.IR B. OLD WEATHERFORD ROAD (C.R. 1022) `— S 89.47'13W (A VARIABLE WIDTH RIGHT—OF—WAY) 20.00' FoRTWOUH City ®f Fort I.A.1orth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A REMAINDER OF 598.460 ACRES (BY DEED) SITUATED IN THE OF N. HOLBROOK SURVEY, ABSTRACT No. 647 �i�•°�;°`'`,".� DEEDED m Qj, VERNON INVESTMENT CORPORATION, INC. RECORDED IN VOLUME 6342, PAGE 749 W. TR+.;_-i ';'?;1,5rON), OF THE DEED RECORDS OF TARRANT COUNTY, TEXAS ' 9 PROJECT: Westside III & Iv.and Proposed Sanitary Sewer Line to [SCALE: 1" = 100' serve the Westside Water Treatment Plant PARCEL No.: 1A EASEMENT ACQUISITION AREA 10.010 SQUARE FEET OR 0,230 ACRES W. TRU JOB NO. 0709-3015 DRAWN BY: TTW CA00 FILE 3158A sasemsntn.OWG REGISTaEO PROFESSIONAL LAND SURVEYOR DATE: AUGUST 28, 2008 i PAGE 1 OF 1 I Water Projeat No.: P264-531200 601W045631 NO. 5146 GORRONDONA & ASSOCIATES, INC. 6707 8RENTW0OD STAIR ROAD, SU TE 50 FORT WORTH, TX. 76112 817-496-1424 FAX 617-496-1768 By W. 1.l1 �tJ1 •iF �.r/1• DEANNA CODY SENIOR LAND AGENT FTW TRANSPORTATION/PUBLIC WRK DPT •••'•.1j• 8851 CAMP BOWIE BLVD W 3RD FLR FTW TX 761166085 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. 07/1 /2009 10:28 AM D209 0629 E rZPGS $36.00 D209190529 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: WD m & 0; AGENT DATE DOLE 9 (J Westside III & IV and Proposed Sanitary Sewer Line to ser the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 1 B 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 3, 2008 GRANTOR: Vernon Investment Corporation, Inc. GRANTOR'S MAILING ADDRESS: % Deecorp Properties Ltd. ..W' 388 W. 81' Avenue, Suite 201 Vancouver Canada V5Y 3X2 00000-0000 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS. 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a-598.460 acre tact of land acres (by deed) deeded to Vernon Investment Corporation, Inc. as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and "B" Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Pagel of 4 easement situated in Tarrant County, Texas, in accordance with the legal description hereto **MOO, attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: Vernon Investment Corporation, Inc. GRANTEE: City of Fort Worth a Delaware corporation By. (Name of person authorized to sign), Title rJeanna Cody, Senior Land Agent city of Fort worth Transportation and Public Works Department Right of Way and Easernents 3851 Crtlnp Bowie Blvd west 3rd Floor Fort Worth, Texas 76116-6085 Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY 7&v4w + �WeA* Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF CL-'1("f0J U COUNTY OF G 161C BEFORE ME, the undersigned authority, Notary Public in and for the State of �� , on this day personally appeared 1 Flr) (L- %�eC , known to me to be the same person whose name is subscribe toe foregoing instrument, and acknowledged to me that the same was the act of PIRIM t and that he/she executed the same as the act of said /3 4V?,1601 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this G•. day of Notary Public in //�� and for the State of Lip�eo ru�u ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this I zday of i N 20a- -. ;.�h.RI S SANCFiE -jz N` T RY ;11,0, iv al"vr*'-a•'-ww_'+a.-.,�,. y�.�y,�.. yam,_., A Notify Public in and for the State of T as Page 4 of 4 Westside III & IV and Proposed Sanitary Sewer Line to serve ...r the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 113 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A„ Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation, Inc as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found in the north right-of-way line of Old Weatherford Road (County Road 1022, a variable width right-of-way) said 1/2 inch iron rod being the southeast corner of said 598.460 acre tract of land; THENCE North 00 degrees 14 minutes 41 seconds West, with the east line of said 598.460 acre tract of land, a distance of 500.48 feet to a 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" found for the most easterly southeast corner of a 34.560 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in Tarrant County Clerk's File No. D206274011 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 15 minutes 19 seconds West, passing at a distance of 850.47 feet a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES, INC" found for the northeast corner ..r of said 34.560 acre tract of land, said 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES, INC' being the most northerly southeast corner of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.02562%), SPG-Harvard III, LLLP (undivided 9 67166%), CFG-Broadway & Rooks, LLLP (undivided 13.64586%), SPG-Stratford I, LLLP (undivided 4.83583%), CFG-Whiteman I, LLLP (undivided 2.76333%), CFG-Zaharis, LLLP (undivided 1.38168%), HEB Investments (undivided 6.90833%), SMT Investors Limited Partnership (undivided 30,05124%), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. D204343515 of said Deed Records of Tarrant County, Texas, in all, a distance of 2255.87 feet to a 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" found for the POINT OF BEGINNING of the herein described 20.0' temporary construction easement, said 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" being an exterior ell corner in the east line of said 567.553 acre tract of land, said 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" being in the west line of a 20.288 acre tract of land (by deed) being further described as Tract IX, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 43 minutes 42 seconds West, with the east line of said 56T553 acre tract of land, a distance of 20.00 feet to.a point for corner, THENCE North 00 degrees 16 minutes 34 seconds West, a distance of 659.91 feet to a point for corner in the east line of said 567.553 acre tract of land; Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264.531200 601540045631 Parcel No. 16 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE North B9 degrees 44 minutes 21 seconds East, with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to a 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" found for and exterior ell corner in the east line of said 567.553 acre tract of land, said 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" being in the west line of said Tract IX; THENCE South 00 degrees 16 minutes 34 seconds East, with the west line of said Tract IX and with the east line of said 598.460 acre tract of land, a distance of 659.91 feet to the POINT OF BEGINNING, and containing 13,198 square feet or 0.303 acres of land, more or less NOTE: Alf bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 3, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 LOCATION o L EXHIBIT "B 11 :A" 71 1 G"c , N a9'44'21 "E mn ruaean m w. 20.00' Ct0 Y4EUNE11iD9G N0. �._1`.— •- - --- - - — — — FND I /2•IR W/CAP _ v r STAMPED FULTON eaww r SURVEYING INC t. I t. ' 20.0' TEMPORARY ►.�� 1N. CONSTRUCTION EASEMENT �. I1 13,198 SQ. FT. OR 0.303 AC. f a, 1 ci r. 0 ail- en I REMAINDER OF 598.460 ACRES I: I to VICINITY MAP N T.S. (BY DEED) # I VERNON INVESTMENT 3i'(w 2D-2es ACRES (BY DEED) CORPORATION, INC, 1W 1- I't FW ASTA WEST I+, LF, REMAMER OF A 507.553 ACRE TRACT OF LMO (BY DEED) f VOLUME 6342, PAGE 749 an r 00 C cr Na. D206035754 = 130A SORTE LWITEO PARTNERSHW (UNQ1V.0E0 15,025S2T., In I 1 10 D R T,C T _ SPG-HARVARD 19, LLLP (VNDV!OEO 9.6716SX) I D.R,T.C.T. I_, o CFG-BRQADWAY h ROCKS, LLLP (LNOMOED 13.94386Z) 01 = PFTA.LLP(oi33I S�6 ZCG-WHDM 1LLLPYb 763%) Ito CFG-Z&HAR IS, LLLP (UNOMDED 1.38tSSX)HES sic umrrEO PART sTUENm IFAHIPE sic W(UKO OED 30.05124%) CAMBRIDGE 9USINESS WSURANCE, LTD. (UNOMOEO 15.02562% p '� ANNETTA RIVES MEMM. LPNa(UNDIVIDED 0.69083Z) I �O�(LpQ �• 0 R.T.C. T. ( '� • p�5 1,. 1 P.O.B. LFND 1/2-IR W/CAP STAMPED *FULTON SURVEYING INC." S 89'43'42" W 20.00' --_ ---- ----- m RE"NOER OF A = 378.85 ACRES (9Y DEED) ,O TRACT VA CHAPEL CREEK - 6'IR W CAP N LIU17ED PARTNERSHIP FOUND 5 / / VOLUME 11029. PACE 1159 - STAMPEO "GORROROONA 0 R.T.C.r k AS5OCIATES, INC.' 34.560 ACRES (8Y (TFD) — 20,779 ACRES BY DEED) - - CITY OF FORT WORTH TRACT IV C.C•F, No. 0206274011 ^'r `1 b FW v16TA wEsr u, L.P. LOT 1, BLOCK 1 D.R,T.C.T. I O CC.F Na. T.CT 5794 -NoRTBwEsT FAVBR TREATMENT --- m `j7_ z D.R r.c r PLANT ADDITION 200 100 0 200 CABINET A. SLIDE 12060 4G' R.O.W. QEDICATION P.R,T.C.T. CABINET A, SLIDE 12060 - P.R.T,C.T, - _ - j OUNO 1/2'IR W/CAP - — - - — - - STAMPED 'FULTON SCALE IN FEET SURVEYING INC.' REMAINDER OF 596.460 ACRES (BY DEED) w VERNON INVESTMENT CORPORATION, INC. • c P. D • C. NOTE ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE VOLUME 3342, PAGE 749 SYSTEM, NAO-83, NORTH CENTRAL ZONE, UTILIZING A D.R.T.C,T. FND 1/2"IR TXDOT SURFACE FACTOR OF 1.00012 FOR THIS PROJECT. - - - - ALL BEARINGS AND DISTANCES ARE SURFACE. OLD- WEATHERFORD ROAD (C.R. 1022) (A VARIABLE WIDTH RIGHT -OF- AY) 1000 T14ROCKMORTON STREET FORT WORTH, TEXAS 76102_ EXHIWT SHOWING a�- 20.0' TEMPORARY CONSTRUCTION EASEMENT, OUT OF A REMAINDER OF 598-460 ACRES (BY DEED) Jj` ', _ i l� SITUATED IN THE •� ^'yS' N, HOLBROOK SURVEY, ABSTRACT No. 647 i,/ `�' a•,v°� DEEDED TO tY °<:•._.h:, .< • ; -<.. ` •-C� t . iC�'"� VERNON INVESTMENT CORPORATION, INC. iv RECORDED IN VOLUME 6342, PAGE 749 syt DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Westslde W & IV and Proposed Sanitary Sewer Line to LSCALE: 1" = 200' serve the Westside Water Treatment Plant (PARCEL NO.: 1B EASEMENT ACQUISITION AREA 13.198 SQUARE FEET OR 0,303 ACRES TRU IL5 JOB NO. 0709-3015 DRAWN BY: TTW I CADO FILE: 3158A sasvnants.DWG REGISTERED PROFESSIONAL LAND SURVEYOR = DATE: SEPTEMBER L 2008 PACE t OF l IWater Proiect No.: P264-531200.601540045631 _ NO. 5146 GORRONDONA d AiSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX, 76112 `017-496-1424 FAX 517-496-1768 lftmw� b. •r: DEANNA CODY SENIOR LAND AGENT • ,�•; FTW TRANSPORTATION/PUBLIC WRK DPT 8851 CAMP BOWIE BLVD W 3RD FLR FTW TX 761166085 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. n: 07AW200910:28 AM f' E 8 PGS $40.00 i By: �t�l�(f11 If II it II I I I III I I II I !II I II I II II III ! i l III . II D209190530 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: WD ..� M & C:. DATE AGENT . - . - DOE # Parcel No, 3 & 4 Memorandum of Agreement Westside 1D and 1V Water and Sewer BOA Sorte LP BOA Sorte, LP, referred to in this Memorandum as "Grantor', agrees to grant to the City of Fort Worth, "Grantee", a Temporary Construction Easement across Grantors land. GRANTEE agrees to return the construction area to as good as or better condition than that prior to construction. Grantee agrees to pay Grantor the sum of $3,650.00 as consideration for the conveyance of said Temporary Construction Easement across parcels 3 and 4. Dated: , 2009 GRANTOR: BOA SORTE LIMITED PARTNERSHIP, an Arizona limited partnership By: Boa Sorte, LLC, an Arizona limited liability company, its General Partner By: Wilford R. Cardon, Manager GRANTEE: City of Fort Worth By: MACani Zoa bode.LFWN%Wammfoid Rd(VRMM)%FWWalcrTmalmaalPlanNamomndum($42-09poc Westside III & IV and Proposed Sanitary Sewer Line to serve ..i the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 3A y-13 11840 Old Weatherford Road H &rook Survey, Abstract No. 647 t— N }STPAF_ Oe—fEXAS § r' KNOW ALL MEN BY THESE PRESENTS _J rIC06WTYbF-TAItRANT § _ti KL � QC3 CC Cr% cc:CITY OF FORQI;TH TEMPORARY CON$$ CjjION EASEMENT DATE: Jtt4q _ �) �5 , — GRANTOR: BOA Sorte Limited Partnership, SPG-Harvard III, LLLP, CFG-Broadway & Rooks, LLLP, SPG-Stratford 1, LLLP, CFG-Whiteman I, LLLP, CFG-Zaharis, LLLP, CFG- Brown I, LLP, SMT Investors Limited Partnership, GYF Investments,LLLP, Rio Claro, Inc., Annetta Investments, LP ..v GRANTOR'S MAILING ADDRESS: 1819 East Southern Avenue, Suite B10 Mesa, Arizona 85204 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction -easement being out of a remainder of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.025629/6), SPG-Harvard III, LLLP (undivided 9.671660/o), CFG-Broadway & Rooks, LLLP (undivided 13.64586%), SPG-Stratford I, LLLP (undivided 4.83583%), CFG-Whiteman I, LLLP (undivided 2.76333%), CFG-Zaharis, LLLP (undivided 1.381680/o), HEB Investments (undivided 6.908330/o), SMT Investors Limited Partnership (undivided 30.051241/6), Cambridge Business Insurance, Ltd. (undivided 15.025620/o), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. Page 1 D204343515 of said Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement %moll being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of construction of a water transmission line. Upon completion of Improvements and Its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. The rights granted within this temporary construction easement shall cease on the earlier of the of completion of the two lines and their acceptance by Grantee's City Council, or three years from the date of execution of this easement. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. N%001 GRANTOR: BOA SORTIE LIMITED PARTNERSHIP, an Arizona limited partnership By: Boa Sort , LLC, n Arizona limited liability omp y, is eneral Partner By: Wilford R. anger STATE OF ARIZONA § COUNTY OF § This Instrument was acknowledged before me on the f day of v JtAu 2009, by Wilford R. Cardon, as Manager of Boa Sorte, LLC, an Arizona limited liability company, on behalf of said company in its capacity as General Partner o�BoaS e Limited Partnership, an Arizona limited partnership. KRISiINE DUKE wry N* - Arizona (SEAL) � 5Ro1i evis Notary f`ublic, Sta a of Arizona Page 2 I GRANTOR: SPG-HARVARD 111, LLLP, an Arizona limited liability limited partnership By: SPG Partners, LLLP, an Arizona limited liability limited partnership, its general partner By: Strategic Partners Group, L.L.C., an Arizona limited Aa ility com any, its general partner By: Wilford R. Caraoi i, mdi iayt3r STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the day of 2009, by Wilford R. Cardon, Manager of Strategic Partners Group, L.L.C., an Arizona limited liability company, on behalf of said company in its capacity as general partner of SPG Partners, LLLP, an Arizona limited liability limited partnership, general partner of SPG-Harvard ill, LLLP, an Arizona limited liability limited partnership. KRONE DUKE / - Arizona ZotayFubllc, Sate of' r zona (SEAL) BON 05/IS/2011 Page 3 GRANTOR: CFG-BROADWAY & ROOKS, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited iiabliity company is Ge al Partner By: Wilford R. CaraTt,-MeReter And By: Nathan and Marie earner Go West Too PartnershPP rt ership, its member By: Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF LtAA§ This instrument was acknowledged before me on the L.�day of , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company In its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Broadway & Rooky, LLLP, an Arizona limited liability limited partnership. KRImNE DUKE Notary Public, State of ona (SEAL) E 0ft wi/ uxi1 Page 4 STATE OF ARIZONA § COUNTY OF WA § This instrument was acknowledged before me on the if day of ,C1u�► ti , an2009, by Nathan Learner, Partner of Nathan and Marie Learner Go ehip st Too Part ers, Arizona partnership, as member of Capital Formation Group, L.L,C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Broadw�y & Rooks, LLLP, an on limited liability limited partnership. -. ary Pu lic, State of Arizona (SEAL) — KEVIN 6RENT WHITENACK Notary Public - Arizona Marlcopa County My commission Expires November 26, 2009 FC18 . . I Page 5 GRANTOR: SPG-STRATFORD I, LLLP, an Arizona limited liability limited partnership By: SPG Partners, LLLP, an Arizona limited liability limited partnership, its general partner By: Strategic Partners Group, L.L.C., an Arizona limited liability company, its general partner By: z1o, ___�� Wilford R. CarZlt�r .-Marn+9er STATE OF ARIZONA § COUNTY OF �� § This instniment was acknowledged before me on the �� day of 1 . 2009, by Wilford R. Cardon, Manager of Strategic Partners Group, L.L.C., an Arizona limited liability company, on behalf of said company In its capacity as general partner of SPG Partners, LLLP, an Arizona limited liability limited partnership, general partner of SPG-Stratford I, LLLP, an Arizona limited liability limited partnership. KRtSrINE DUKE � u 0"n Notary u�ilic, tate of Arizona &Oft MSV2011 (SEAL) Page 6 `�'' GRANTOR: CFG-WHITEMAN I, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability compan ,its neral Partner By: Wilford R. ager And By: Nathan and Marie amer Go West Too Partners rizona p rt ership, its member By: N17atanD Nat an "Learner, Partner ..op, STATE OF ARIZONA § COUNTY OF This Instrument was acknowledged before me on the l day of \J&,eA,0 , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Whiteman i, LLLP, an Ajizona limited liability limited partnership. KRIrnNE DUKE i� "Ic Arfzor�a / � �lSMu Notary Pubic, State of Arizona (SEAL) Page 7 STATE OF ARIZONA § COUNTY OF § This Instrument was acknowledged before me on the 1` 1- day of t 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Part ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Grou , LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Whitem n I, LL P, an Arizona limltbiiity limited partnership. N aryPublic, State of Arizona KEVIN BRENT WHITENACK Notary Publl CouArizona Maricopa _ (SEAL My Commission 20Pa9 Page 8 Y i GRANTOR: CFG-ZAHARIS, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability comps y, Its G erai Partner By: „ Wi ord R. G'fir+der3,.AAaager And By: Nathan and Marie rner Go West Too Partners' pn p rt ership, its member )� By: Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF § This Instrument was acknowledged before me on the day ` of 04 , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Zahads, LLLP, an Arizona limited liability limited partnership. KRISTINE DUKE NOWY Public - ktwm ftw Notary ublic, State of Arizona B�gAr�� e0es05,(1 i�2011 (SEAL) Page 9 STATE OF ARIZONA § OMW § COUNTY OFa it OK § This instrument was acknowledged before me on the day of LN k , 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Paknershlp, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Zaha LLLP, an Arizona limited liability limited partnership. N tary Pubic, tote of Arizona IN BRENT WHITENACK (SEAT.F07Marlcopaotary Public - Arizona County My Commission Expires November 26, 2009 Page 10 GRANTOR: CFG-BROWN I, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability company, its General Partner By: 4��410--'4 Wilford R. Cardon, ana er And By: Nathan and Marie Learner Go West Too Partnership, an Arizona p rship, its member By: Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the day of J-0 4�-- , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Brown I, LLLP, an Arizona limited liability limited partnership. KRISTINE DUKE / kaona Notary Public, State of Arizona Boa 05/15/2011 (SEAL) Page 11 STATE OF ARI ONA § § COUNTY OF § This instrument was acknowledged before me on the day of 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Pa ershlp, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Bro I, LLLP, an Arizona limited liability limited partnership. . "Public, of Arizona (S KEVIN BRENT W1iITENACK Notary Public . Arizona Maricopa County My Commission Expires November 26, 2009 N%W'01 Page 12 GRANTOR: SMT INVESTORS LIMITED PARTNERSHIP, an Arizona limited partnership By: MRW Management Company, an Arizona corporation, its General Partner By: Michael Cowley, Vice President STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the -tom day of kN t , 2009, by Michael T. Cowley, Vice President of MRW Management Company, an Arizona corporation, on behalf of said corporation In Its capacity as General Partner of SMT Investors Limited Partnership, an Arizona limited partnership. No ry Pubic, State of Arizona KEVIN 13RENT WHI7ENACK - (S+ Notary Public - Arizona .`� \ Maricopa County _ LMy Commission Expires �+ a November 26, 2009 Page 13 GRANTOR: � GYF INVESTMENTS, LLLP, an Arizona limited liability limited partnership By: MRW Management Company, an Arizona corporation, its General Partner By: 1 I Michael . Cowley, Vite President STATE OF ARIZONA § COUNTY OF §§ This Instrument was acknowledged before me on the Lam-- day of urtt . . 2009, by Michael T. Cowley, Vice President of MRW Management Company, an Ari na corporation, on behalf of said corporation In its capacity YNa eral Partner of GYF Investments, LLLP, an Arizona limited liability limited partnership. i Public, State of Arizona KEVIN BRENT WHITENACK (S Notary Public - Arizona Marlcopa County ` `My Commission Expires November 26, 2009 N*MW' Page 14 GRANTOR: RIO CLARO, INC., an Arizona corporation By: Wilford R. ent STATE OF ARIZONA § § COUNTY OF § This instrument was acknowledged before me on the L2kday of --N , 2009, by Wilford R. Cardon, President of Rio Claro, Inc., an Arizona corporation, on behalf of said corporation. KRtSTIHE DUKE - Notary ubiic, Sta a of Arizona r (SEAL) 80% as/isaoit Page 15 GRANTOR: ANNETTA INVESTMENTS, LP, a Texas limited partnership By: Lemonade Springs, LLC, an Arizona limited liability company, its general partner By: Wilford R. Cai'tton; Mapao STATE OF ARIZONA § COUNTY OF § This Instrument was acknowledged before me on the Z2t�day of 2009, by Wilford R. Cardon, Manager of Lemonade Springs, LLC, an Arizona limited liability company, on behalf of said company in Its capacity as general partner of Annetta Investments, LP, a Texas limited partnership. KRtSTINE DUX Ni MW CW04 � p5115i2�i1 (SEAL) - Exp Notary ublic, State of Arizona Page 16 `'� GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersi ned authority, a Notary Public in and for the State of Texas, on this day personally appeared a , known to me to be the same Person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of .r%�erTi and that he/she executed the same as the act of said !'; a for the purposes and consideration therein expressled and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this LSAy of Jco•e, , 2009. .IF 171E APlE _ rny47':Y Notary Public in and for the ate of Texas •�9 APPROVED AS TO FO M AND LEGA4ITY l�A" Assistant City Attorney MX&IbM" Soft, LAOM Wa#&*ftd Rd (Va n)M Wdw TrWmwd PWT*w Corafedbn Fran t (6•12.04doa Page 17 r Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 3A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N Holbrook Survey, Abstract No, 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.02562%), SPG- Harvard III, LLLP (undivided 9.67166%), CFG-Broadway & Rooks, LLLP (undivided 13.64586%), SPG- Stratford I, LLLP (undivided 4.83583%), CFG-Whiteman 1, LLLP (undivided 2.76333%), CFG-Zabaris, LLLP (undivided 1.38168%), HEB Investments (undivided 6.90833%), SMT Investors Limited Partnership (undivided 30.05124%), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. D204343515 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped "Fulton Surveying, Inc." found for an exterior ell comer in the east line of said 567.553 acre tract of land, said 112 inch iron rod with cap stamped "Fulton Surveying, Inc." being in the west line of a 20.288 acre tract of land (by deed), being further described as Tract IX as deeded to FW Vista West H, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, THENCE South 00 degrees 15 minutes 19 seconds East, with the east line of said 567.553 acre tract of land, passing at a distance of 801.18 feet a point for the southwest comer of said Tract D{, said point being the northwest comer of a 378.85 acre tract of land (by deed), being further described as Tract 11A deeded to Chapel Creek Limited Partnership as recorded in Volume 11029, Page 1159 of said Deed Records of Tarrant County, Texas, passing at a distance of 1,191.59 feet a point for the southwest comer of said Tract IIA, said point being the northwest corner of a 20.779 acre tract of land (by deed), being further described as Tract IV deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, in all, a distance of 1405.40 feet to a 5/8 inch iron with cap stamped "GORRONDONA & ASSOCIATES, INC." found for the most northerly southeast corner of said 567.553 acre tract of land, said 5/8 inch iron with cap stamped "GORRONDONA & ASSOCIATES, INC." being the northeast corner of a 34.560 acre tract of land (by deed) deeded to The City of Fort Worth as recorded in County Clerk's File No. D206274011 of the Deed Records of Tarrant County, Texas; THENCE South 89 degrees 44 minutes 41 seconds West, with a south line of said 567.553 acre tract of land and with the north line of said 34.560 acre tract of land, a distance of 20.00 feet to a point for comer. Page 1 of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 3A 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE Forth 00 degrees 15 minutes 19 seconds West, a distance of 1405.39 Feet to a point in the east line of said 567.553 acre tract of land; THENCE North 89 degrees 43 minutes 42 seconds East, with the east line of said 567.553 acre tract of land, a distance of 20.00 feet to the POINT OF BEGINNING, and containing 28,108 square feet or 0.645 acres of land, more or less. NOTE; All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1,0001554132 for this project. All bearings and distances are surface. Date: August 29, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 %WWI EXHIBIT f7B T' VWIM •ut n mo ° IE"IMA OF 59d.46C ACNE (By DEED) VOMON 9A+'.31YENr G ORATION. LYC %*WWE 6347. PAU 749 an •eAn4x.en m L-2 P.O.B. :NO I/2'w W/GP /r,.STAMPED FULTON L 1'' SURVEYING INC' �C horn ze z6E .CIEs (e• DEED) TFW p N 11,' •w V5rA WE5Tq L.F rOD` g I. .r C.Cr N4..a20dQ=m VICINITY MAP �p'6 0 0.910' .-. PASSING AT e07 to' LINE L4BCE SW CORNEA: OF ;RAC, W `LI! 1 017,SiANCE P� . (I.I�%N CORNER OF 1RAV IAA 1 L-2NE1 N Im .E: RE"Nin. OF A 567.553 ACRE TRACT. OF LAND .(BY DEED) z 14. R[WMItER or A BOA SORTIE UNITED PARTNERSEOP (UNDIVIDED.15.02582.k) 20.0' RIPEUNE EASEMENI j2 I, 37! E3 ADZES (Mt' Duo) SPG IKWARD I0, U1.P (UNOMDED 9.67166x) CROSSTEX NORTH TOW CATHERINC, L.P tR/LT IL DtOM CRMK CFti—BRDADWAY At ROCKS. .LLIP ( UNOMDED 1) 3.B45B8R C.C.F No, 0207091387 II•?' UYI180 PARThEWIP D.R.T,C.T. VMUKE I102➢, PACE IM SPG-STRATMR0 I, LLLP (UNDMDED 4.8358 Z) (I 'I CFG=WHRFNJW I, UtP (UNDMOm 2.76333X) TRIrT 4 CFC-19WVS, LLLP (UNDMDED 1,3B16BS) 30,0• PIPCUNE AND ACCESS EASEMENT -- =--- in NO WVE31iJEM5 (UNDIVIDED 6.90021M) VERNON INVESTMENTS CORPORATION, INC T- SUT MNESTORS UNITED PARTNERSHIP (UNOMDED 30.05120) C.C.F. No. 0204343515 CAMBRIOC£ BUSINESS INSURANCE: LTD. (UNOMOEO 15.04.562X) D.R i.C.Tcn _ ANNEITA INVESTMENTS, LP (UNDIVIDED 0.6908M) PASSING AT 1,181.59' C.C.F. No. 0204343515 20.0' TEMPORARY SIN CORNER OF TRACT IIA O.R.T.C.T. CONSTRUCTION EASEMENT / NW CORNER OF TRACT N 28,108 SO. FT. OR 0.645 AC. — liT 20.772 W-;tb OT OFI01 1RACT IV FW "VA VEST •. LP 20;0' PIPELINE EASEMENT /2 II:. C.CF No. 02060-15754 G7OSSTFX NORTH TEXAS GATHERING, L P 0JLT.C.T C.C-F No. 0207091387 — lg) O'R.T.C.T. J �• 'lUHO 6/e 1R W/CAP 200 100 0 2Q0.....,.-LOT T, alocx r :i STAMPED-CORRGMXM NORTYWEST JIATZA Tjt&TNINT • • ... At ASSOCIATE, INC,' PUNT ADDITION cABINd'T A. Sam r2aso SCALE IN FEET P.R.T.C.T.,,34S6O ACRES (BY DIM) ...... ,, Itt If CITY OF FORT, WORTH 40' R 0.1Y. DTEOIGTiDN NOTE ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE C.C.F. No. .C.T 401 t CABINET A. SURE 12060 SYSTEY, NAD-83. NORDI CENRW. 7AN UTILIZING A O:N.T.C.T I I P R,TC.T. TXDDF SURFACE FACTOR OF 1.00012 F1 THIS PROJECT.11 I I I ALL BEMlMGS AND DISTANCES ARE SURFACE o WI City of Fort Worth 1000 THROCKMORMN STREET rORT WORM. TEXAS 75102 EXHIBIT SEIOMBNG A TEMPORARY CONSTRUCTION_ EASEMENT OUT OF A RElINNDER OF:S90:<80 ACRES (6Y DEED) SITUATED N Tit N. HOLBROOK SURVEY, ABSTRACT No. 647 OEM To BOA SORTE . LIMITED PARTNERSHIP, ET AL C.C.F. No, 0204343515 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Westside III & IV and Proposed Sonitory Sewer Line to SCALE: 1" = 200' serve the Wests(de Water Treolment Plant PARCEL No.: 3A EASEMENT AOp1Ji51TION AREA 28.108 5011A�E FFEJ 'f: 0.645 ACRES JOB .40. 0709--MIS T1Yjr.tv ' E`a� �3dA s97� p.DM(c DATE AUGUST 29, 2008 r, F 1 Pro�l� Na c 64-�12A0 60i540045631 GORRONDOWI t ASSCBITES, 1 6707 B0 STAIR ROAQ,. 5UITE SO FORT WORTH. TX. 76112 4-2 W. TRU RIMISTERED PRO LAND SURVEYOR NO. 5146 817-496-1424 FAX 817-496-1768 ,%r Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264.631200 60IS40045631 Parcel # 3B 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 567,553 acre tract of land (by deed) deeded to BOA Soft Limited Partnership (undivided 15.025620/o), SPG- Harvard III, LLLP (undivided 9.67166%), CFO -Broadway & Rooks, LUX (undivided 13.645860/6), SPG- Stratford I, LLLP (undivided 4.83583°%), CFG-Whiteman I, LLLP (undivided 2.76333°%), CFO-Zaharis, LLLP (undivided 1.381680/o), HEB Investments (undivided 6.908331/6), SMT Investors Limited Partnership (undivided 30.05124°%), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded is County Clerk's File No. D204343515 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped "Fulton Surveying, Inc" found for an exterior ell corner in the east line of said 567.553 am tract of land. said 1/2 Inch iron rod with cap etamped "Fulton Surveying, Inc." being in the west line of a 20.288 acre tract of land (by deed), being further described as Tract DC, deeded to FW Vista West IT, L.P. as recorded in County Clerk's File No. D206035754 of said Decd Records of Tarrant County, Texas; THENCE South 89 degrees 44 minutes 21 seconds West, with the east line of said 567.553 acre tract of ,"..r land, a distance of 20.00 feet to a point for corner, THENCE North 00 degrees 15 minutes 46 seconds West, a distance of 1085.99 feet to a point for corner in the south line of a 10.009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership, SPO-HBNard IIT, LLLP, CFG-Broadway & Rooks, LLLP, SPG-Stratford 1, LLLP, CFO -Whiteman I, LLLP, CFG-Zaharis, LLLP, CFCs -Brown I, LLLP, SMT Investors Limited Partnership, Annetta Investments, LP, as recorded in County Cleric's File No. D206280509 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 28 minutes 48 seconds East, with the south lime of said 10.009 acre tract of land, a distance of 20.00 feet to a point for the southeast comer of said 10.009 acre tract of land, said paint being in the east lino of said 56T553 acre tract of land, said point also being in the west lino of a 14.119 acre tract of land (by deed), being further described as Tract III, as deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, from which a I inch iron rod found for the northeast comer of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 seconds West, a distance of 506.88 feet; Page 1 of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No,: P284-831200 601540045631 Parcel # 38 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE South 00 degrees 15 minutes 46 seconde East, with the east line of said 567.553 acre tract of Iead and with the west tine of said Tract III, passing at a distance of 975,74 feet a point for the southwest comer of said Tract 111, said point being the northwest corner of said Tract IX, in all, a distance of 1086.09 feet to the POINT OF BEGINNING, and containing 21,721 square feet or 0.499 acres of land, more of less, NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1,0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 ,f� W. Truett WI son Registered Professional Land Surveyor No. 5146 Page 4 U1 f. EXHIBIT ))B ,) M11 V IRON ROD 10.009 ACRE TRACT OF LAW (BY DEED) I � oaw ,w BOA SORTS LIMITED PARNERsSHIPP, ET AL c.cF. Ne. D2082e050e o.R.rc.r. I L-2 I z 14.19 MiES`BY GEED) TRAcr VICINITY MAP FW VISTA WEST A. LP. nu C CF. No. D206035734 20.0' TEMPORARY ,� " o D.R tc r. UNE TABLE I CONSTRUCTION EASEMENT I a 21,"721 SQ. Fr. OR 0.499 AC. I REW NDER OF A 357.853 ACRE TRWCr Of LAND (BY DEED) BOA SONTE LIMPED PNWERVW (UNDMDED 15.025W) SPPHUR M A U.LP PpNOW 9.871" cfc-BROAoM A Raw, ULP PAM= to 55Ry m- —MMFORIDa ULLp (U�NOMOED s7 ) pt r IE: p(�iNDIMEEDa1.351au) 95��¢G z Sur 1NVESTOR3 COATED PARTNEEI W NNOMOID°0�0 as1s4><) p. i �' o C W MWM M MOS 1P#URANCE• LTD., (LWDAME D 13.02552X) o ANNETTA iNVE�Ne{P5; tr (0N011nDI D 0.59093X) No 02043%5 0.AU-T., 20.6' PIPELINE EASEMENT it awls k7C NDRIN TEXAS CA , LP. I :: C.C.F. No. 0207091397 OJLT.C.T. ( "- 30.0' PIPELINE AND TACCF59 FASEMENT l" PASSING AT 975.74' 1/ VERNON INVESTMENTS CORPORATION, INC. ((((i SW CORNER OF TRACT III c.c. No, 02D434351 e ( NW CORNER OF TRACT DC O.R.T.C.T. I ►r 20.215a � (BY DEED) 200 100 0 200 _ _ i<%mP.O.B. PC c & 0 0 '05S4D.RT.C.T. SCALE IN FEET RELWNOER OF 5Ra.460 ACRES (eY DEED) VERNON rNVEsnaEM CORPOINIIOH, lHC. FND 1/2"IR W/TAP NOTE: ALL BGMGS ARE BASED ON THE TESDI,S COORDINATE WWME 6342, PAGE 741 STAMPED TINT SYSlDE• NA0-8S NORIN WMAI. 20F►�� t111 ID A D.RSC.T. SURVLYMO INC.' �8E SAND 0OWAN KX SWACL Foarwoumn City of Fort Wort! I= THROcM MuM STREET FORE WORTH, TE1a9 7002 VNIVIT SHOWIND A TEMPORARY CONSTRUCTION EASEMENT Or OUT OF A REMA M OF 5e7.5M3 ACRES (BY OEM S"TTD IN THE N. HOLBROOK SURVEY ABSTRACT No. 647�' . a'•s' 80A .SORTS. LIMITED PARNERSHIP ET AL W. T UE'1T• WI -SON RECORDED IN C.C.F. No. D204343� 15 x'` DEED RECORDS OF TARRANT COUNTY`` TEXAS Sq9 5 ?15.. PROJECT: Wailsid■ III & IV and Proposed Salutary Sawar Lima ,to SCALE: 1" 200' serve the Waetelds War Treatment Plant PARCEL No.: 38 EASEMENT TI 7 M S�}1JARE OR 0„499 ACRES ' ,wB No o7DB-aotpp 'LE 1��yy. men ROOSTER PROFEMONA. LAND SURCM OATfIR��'lOQ6 oi �p 1� • 254-53130D b0161CO4Se51 da s1 5 GO AnoCmmm. 1 ma7 �up bTAIR so itr WORTH, TX. 7a112 a17 �ea-I424 . FAx-517-4Be-nee By CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPT 8851 CAMP BOWIE BLVD WEST 3RD FL Submitier: CITY OF FART PH/RIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 07/01/2009 02:26 PM Instrument #: D209174868 E 24 PGS $104.00 D209174868 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: CA rt Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Iftow Water Project No.; P264-531200 601540045631 'arct 4A =1184"Id,Weatherford Road . H"roOR Jurviey, Abstract No. 647 $TATf OF EXAO § �'- ~ KNOW ALL MEN BY THESE PRESENTS OI J r*ARRANT § d :}I F— N c7 m CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: J kh..Q.. J 0&) / GRANTOR: BOA Sorte Limited Partnership, SPG-Harvard III, LLLP, CFG-Broadway & Rooks, LLLP, SPG-Stratford I, LLLP, CFG-Whiteman I, LLLP, CFG-Zahads, LLLP, CFG- Brown I, LLP, SMT Investors Limited Partnership, GYF Investments,LLLP, Rio Claro, Inc., Annetta Investments, LP `'o, GRANTOR'S MAILING ADDRESS: 1819 East Southern Avenue, Suite B10 Mesa, Arizona 86204 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a remainder of a 567,553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (undivided 15.02562%), SPG-Harvard III, LLLP (undivided 9.67166%), CFG-Broadway 8t Rooks, LLLP (undivided 13.64586%), SPG-Stratford I, LLLP (undivided 4.83583%), CFG-Whiteman I, LLLP (undivided 2.76333%), CFG-Zaharis, LLLP (undivided 1.38168%), HEB Investments (undivided 6.908330/o), SMT Investors Limited Partnership (undivided 30.05124%), Cambridge Business Insurance, Ltd. (undivided 15.02562%), Annetta Investments, LP (undivided 0.69083%) as recorded in County Clerk's File No. Page 1 D204343515 of said Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated In Tarrant County, Texas, In accordance with the legal description hereto attached as Exhibit "A", and Ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It Is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of construction of a water transmission line. Upon completion of improvements and Its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. The rights granted within this temporary construction easement shall cease on the earlier of the of completion of the two lines and their acceptance by Grantee's City Council, or three years from the date of execution of this easement. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. 1%010' GRANTOR: BOA SORTE LIMITED PARTNERSHIP, an Arizona limited partnership By: Boa Sorte, LLC, an Arizona limited liabz7= ,its GBy: T .��. Wilford R. CalTdon, 01ef"ager STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the day of , 2009, by Wilford R. Cardon, as Manager of Boa Sorte, LLC, an Arizona limited liability company, on behalf of said company in its capacity as General Partner of Boa orte Limited Partnership, an Arizona limited partnershb UIRISTINE DUKE Notary W* - Arizona Boa Ptrtat faniyy 05/15mil Notary Public, State of Arizona (SEAL) Page 2 GRANTOR: SPG-HARVARD III, LLLP, an Arizona limited liability limited partnership By: SPG Partners, LLLP, an Arizona limited liability limited partnership, its general partner By: Strategic Partners Group, L.L.C., an Arizona limited liability company, its general partner By: I W40R.-bac�o�nMager STATE OF ARIZONA § COUNTY OF ,L § This instrument was acknowledged before me on the ��day of - , 2009, by Wilford R. Cardon, Manager of Strategic Partners Group, L.L.C., an Arizona limited liability company, on behalf of said company in its capacity as general partner of SPG Partners, LLLP, an Arizona limited liability limited partnership, general partner of SPG- rvard III, LLLP, an Arizona limited liability limited partnership. \ KRISTINE DUKE Notary R Mk - Arizona �r PM Camty Notary Public, S ate of Arizona Expires 05/15/2411 (SEAL) Page 3 GRANTOR: CFG-BROADWAY & ROOKS, LLLP, an Arizona N%Nwl limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability compa�ts Ge rail Partner V By: Wilford R. Ca And By: Nathan and Marie Learner Go West Too Partnerlp,,aAArizona pafllnership, its member By: � �� IZQ� Nathan Leamer, Partner STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the day of N),A-L— , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Broadway & Rooks, LLLP, an Arizona limited liability limited partnership. 10tISTiNE DUKE Notary Wk - Arizona � 0XVtf Notary Pubiic, tate of Arizon a (SEAL) is EVOtS 05115/2011 Page 4 ..00 STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the I day of 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Part ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Broadway & Rooks, LLLP, an Arizona limited liability limited partnership. Jcl _ N ary Public, State of Arizona KEVIN BRENT WHITENACK (S Notary Public - Arizona Maricopa County My commission Expires November 26. 2009 Page 5 GRANTOR: SPG-STRATFORD 1, LLLP, an Arizona limited liability limited partnership By: SPG Partners, LLLP, an Arizona limited liability limited partnership, its general partner By: Strategic Partners Group, L.L.C., an Arizona limited liability company, its general partner By: Wilford R. Ca"dvrridFafiager STATE OF ARIZONA § COUNTY OF This instrument was acknowledged before me on the l a" ay of J"uL— , 2009, by Wilford R. Cardon, Manager of Strategic Partners Group, L.L.C., an Arizona limited liability company, on behalf of said company in its capacity as general partner of SPG Partners, LLLP, an Arizona limited liability limited partnership, general partner of SPG-Stratford 1, LLLP, an Arizona limited liability limited partnership. KRIMHE DUKE NotW Publk -,l twm Pind Casty Expire, 05/15/2011 (SEAL) Notary'Public, State of Arizona Page 6 GRANTOR: CFG-WHITEMAN I, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability compa , its G eral Partner By: Wilford R. Ca-r'dt 11, M311aker And By: Nathan and Marie Learner Go West Too Partnersh Arizona ership, its member By: �-- — Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the �2ay of2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Whiteman I, LL P, an Arizona limited liability limited partnership. KRISTINE DUKE - Notary Pu lic, State of Arizona (SEAL) EVkU OS/1s/2011 Page 7 STATE OF ARI ONA § § COUNTY 01 § This instrument was acknowledged before me on the , Eday of �r 1r . , 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Part ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Gro LLLP, an Arizona limited liability limited partnership, as general partner of CFG-White an I, LLLP, an Arizona d liability limited partnership. 1 No ary PubPState Arizona ZVIN BRENT WHITENACK Notary Public - Arizona (SE Marieopa County My Commission Expires November 26, 2009 N%0/ Page 8 GRANTOR: CFG-ZAHARIS, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability compa , its G e artner By: - Wilford R. Cardon, And By: Nathan and Marie Learner Go West Too Partners7�- izona p rtnrship, its member By:`.� Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF § This Instrument was acknowledged before me on the � day of , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Zaharis, LLLP, an Arizona limited liability limited partnership. KRISTINE DUKE Notary Pubdk - AM" vW CCU* des 05/15mll (SEAL) Notary ublic, State of Arizona Page 9 STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the day of t , 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Pa ership, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Zaharis, LLLP, an Arizona limited liability limited partnership. KEVIN BRENT yyF11TENACK N tary PUbI C, State of Arizona Notary Public - Arizona (SEA. Maricopa County `My Commission Expires November 26, 2009 Page 10 GRANTOR: CFG-BROWN I, LLLP, an Arizona limited liability limited partnership By: Capital Formation Group, LLLP, an Arizona limited liability limited partnership, its general partner By: Capital Formation Group, L.L.C., an Arizona limited liability company, its general partner By: Harvard Capital Limited Partnership, an Arizona limited partnership, its member By: Stanford Capital, LLC, an Arizona limited liability company, its General Partner By: 414— `6w` Wilford R. Card3Tt;'I!v amVer And By: Nathan and Marie Learner Go West Too Partnership, an Arizona pa ership, Its member By. ?—�� - Nathan Learner, Partner STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the 1.2 day of , 2009, by Wilford R. Cardon, Manager of Stanford Capital, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Harvard Capital Limited Partnership, an Arizona limited partnership, member of Capital Formation Group, L.L.C., an Arizona limited liability company, general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, general partner of CFG-Brown I, LLLP, an Arizona limited liability limited partnership. KRISTINE DUKE Notary "ic - Arizona Pinal CcxartY �4�� ! 05/15/2011 ry P2� 1 , '' �-- Notau lic, State of Arizona (SEAL) Page 11 STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the AL day of Y , , 2009, by Nathan Learner, Partner of Nathan and Marie Learner Go West Too Part rship, an Arizona partnership, as member of Capital Formation Group, L.L.C., an Arizona limited liability company, as general partner of Capital Formation Group, LLLP, an Arizona limited liability limited partnership, as general partner of CFG-Brown I, LLLP, an Arizona limited liability limited partnership. 7 4taPubific', State of Arizona KOnN SRENT WHITENACK Notary Public - Arizona (SEAL Maricopa County My COMMIsslon Expires November 26, 2009 Page 12 GRANTOR: SMT INVESTORS LIMITED PARTNERSHIP, an Arizona limited partnership By: MRW Management Company, an Arizona corporation, its General Partner By: A 4kaV4 MichaaYT. Cowley, )ice President STATE OF ARIZONA § COUNTY OF § This instrument was acknowledged before me on the � day of ..J Y , , 2009, by Michael T. Cowley, Vice President of MRW Management Company, an Ariz 'Ina corporation, on behalf of said corporation In Its capacity as General artner of SMT Investors Limited Partnership, an Arizona limited partnership. WEVIN 6RENT WHITENACK Not �ubliC, State of Arizona Notary Public - Arizona Marleopa County (SEAMy Commission Expires November 26, 2009 Page 13 GRANTOR: GYF INVESTMENTS, LLLP, an Arizona limited liability limited partnership By: MRW Management Company, an Arizona corporation, its General Partner By: W�l 1� Michael . Cowley, Vke President STATE OF ARIZONA § § COUNTY OF k § This Instrument was acknowledged before me on the day of , 2009, by Michael T. Cowley, Vice President of MRW Management Company, an Ariz na corporation, on behalf of said corporation in its capacity as Ge erai Partner of GYF Investments, LLLP, an Arizona limited liability limited partnership. KEVIN BRENT WHITENACK Notary Public, State of Arizona Notary Public - Arizona Marlcopa County 1S My commission Expires November 29. 2009 Page 14 GRANTOR: RIO CLARO, INC., an Arizona corporation By:/4A—(g../ Wilford R. Carrion, Hmsident STATE OF ARIZONA § COUNTY OF This instrument was acknowledged before me on the /Jday of itzA.44— , 2009, by Wilford R. Cardon, President of Rio Claro, Inc., an Arizona corporation, on behalf of said corporation. KRISTINE DUKE Nobs Public - Ar wm ftw ca ty EV&M 05/15R011 (SEAL) Notary Public, State of Arizona Page 15 Ka-IT-111111• ANNETTA INVESTMENTS, LP, a Texas limited 1-ftwel partnership By: Lemonade Springs, LLC, an Arizona limited liability company. Its general partner By: Wilford R. uai dus i, 1hameger STATE OF ARIZONA § COUNTY OF f� (JUltt�e�po § This instrument was acknowledged before me on the l day of d , 2009, by Wilford R. Cardon, Manager of Lemonade Springs, LLC, an Arizona limited liability company, on behalf of said company in its capacity as general partner of Annetta Investments, LP, a Texas limited partnership. KRIS TINE DUKE nr+mm / (SEAL) Expires OS11512011 Notary ublic, State of A zona OWN Page 16 GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expre ed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � day of �cu�e .2009. EV !Ic ,NE — Notary Public in and for the State of Texas APPROVED AS TO FORM AND LEGALITY r Assistant City Attorney Page 17 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel Al 4 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 10.009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (Undivided 15.02562%), SPG-Harvard III; LLLP (Undivided 9.67166°Yo), CFO -Broadway dt Rooks, LLLP (Undivided 13.64586%), SPG-Stratford I, LLLP (Undivided 4.835830/o), CM -Whiteman I, LLLP (Undivided 2.76333%). CFG-Zaheris, LLLP (Undivided 1.38168%), HEB Investments (Undivided 6.90833%). SMT Investors Limited Partnership (Undivided 30,051240/*), Cambridge Business insurance, LTD. (Undivided 15.02562%), Annetta Investments, LP (Undivided 0.69083%), as recorded in County Clerk's File No. D206280509 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows. 13EGENMG at a point for the southeast comer of said 10.009 acre tract of land, said point being in the cast line of a 567.553 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership (Undivided 15.02562%), SPGI-Harvard M, LLLP (Undivided 9.671660/o), CFO Broadway & Rooks, MY (Undivided 13.64586%), SPG-Stratford I, LLLP (U Undivided 4.83583%), CM -Whiteman I, LLLP (Undivided 2.76333%), CFO-Zaharis, LLLP (Undivided 1.3816801*), HBB Investments (Undivided 6.90833%), SMT Investors Limited Partnership (Undivided 30.05124%), Cambridge Business insurance, LTD. (Undivided 15.02562%), Annetta Investments, LP (Undivided 0.690830/a) as recorded in County Clerk's File No. D204343515 of said Deed Records of Tarrant County, Texas, said point also being in the west line of a 14.119 acre tract of land (by deed) being further described as 'Tract III, deeded to FW Vista West II, L.P. as recorded i, County Clerk's FileNo. D206035754 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "Fulton Surveying Inc" found for an exterior all corner in the east line of said 567,553 acre tract of land bears South 00 degrees 15 minutes 46 seconds East, a distance of 1086.09 feat; THENCE South 89 degrees 28 minutes 48 seconds West, with the south line of said 10.009 acre tract of land, a distance of 20.00 feet to a point for comer, THENCE North 00 degrees 15 minutes 46 seconds West, a distance of 282.60 feet to a point for comer in the south line of a 25.0' Permanent Basement granted to The City of Fort Worth as recorded in Volume 16450, Page 64 of said Deed Records of Tarrant County, Texas, said point being the beginning of a non -tangent curve to the right having a radius of 2987.50 feet, a central angle of 00 degrees 23 minutes 39 seconds and whose chord bears South 76 degrees 55 minutes 49 seconds East, a distance of 20.55 feet; Page 1 of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-631200 601540045631 Parcel # 4 11840 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE with said non -tangent curve to the right and with the south line of said 25.0' Permanent Easement, an are length of 20.55 feet to a point for comer in the east line of said 10.009 acre tract of land, said point being in the west lice of a 1,579 acre tract of land (by deed), being further described as Tract XIII, deeded to said FW Vista West IL L.P., said point also being the southwest corner of said 25.0' Peanarmt Easement, from which a 1 inch iron rod found for the northeast corner of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 seconds West, a distance of 229,11 feet, said 1 inch iron rod also being the northwest corner of a 2.984 acre tract of land (by deed) Cbi Anther described as Tract I, deeded to said FW Vista West IT, L.P.; THENCE 00 degrees l5 minutes 46 seconds East, with the east line of said 10.009 acre tract of land ith the west line of said Tract XM, passing at a distance of 4791 feet a point for the west corner of said Tract X111, said point being the northwest comer of said Tract III, in all, a oe of 277.77 feet to the POINT OF BEGINNING, and containing 5,604 square feet or 0.129 acres of land, more or less. NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001564132 for this project. All bearings and distances are surface. Date; August 29, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page EXHIBIT „B FF LINE TABLE tAT - -a VICINITY MAP CURVE TABLE 1 00. GI CROW0 200 100 0 200 SCALE IN FEET NOTFj ALL BEANG6 AN BASED ON THE Tom COOROINATB 6'(m, NA0-a3, NORTH ceip . zow- UT = 0 A TXDOT SURFACE FACTOR OF 1.00012 FOR THIS PRDJMT. ALL BEARINGS AND DISTANCES ARE SURFACE i FNO 1' IRON ROD, _ ^ — _ _ _ 2&W PIPELINE EASEMENT /1 ]O.i�PIPEUNE AND ACCESS EASEMENT -i CROSSTEX NORTH TEXAS GATHERING. L.P. VEnNON 04VESTMENTS CORPORATION, INC. u'a EASEMENT I� �C.C.F D 020 091351 C.Cf. No: 0204343S1a e1rY or FORT WORM DA T.C.L A V=Mt 18450. PAGE 64 '- 2.984 ACRES (8Y DEED) DJU.C.T. ►� TRACT I - - - C-1 ac. YiSNo. D�°W' 6i — ` �` I �Y-T-.CT5.W PERUNENT EASEMENT Ia00s, ACRE TRACT OF LAND.:(9Y 0>�)_-' '~ � �WI VIJECOY �{F]7 i WWH PA 2Z0 BOA SORTS UMRID PARTNERSIiIP (UHpMOED t6.o26d73i) DRTGrLUP (UNOMOED 9.67te6M CFC-•BROWWAY k R0099, UO (UNMDED 13.114a O) SPa-SWrOim I, ULP c!� (��+Cr �`�J YNOMOM 4,635" CF;-WH,TEAIA() 1, LL1P '0MNIOED 2.Ta3J% I � cF�c-vwAras. tom+. N01wom 1.aeleasyHEe en+EslwlEkrB I ,. Y ly a�a qb�• �t p� t4ornDEa 6i06 s)AT DAUTORS UMM PAMER" tV F►OLB` ':aT. ��14 1 I NMM®B 5. I304 na7C2-0.01 NMEffA EW iB,AS fP Om ifi RUNNEAgSpR�CO OS0.URVEY TEMPO. i I64a tRUC110N EASEMETiT S0. FT. OR 0.128_AC. _ •) 8-- - _ - P.O,B. 20.0' PIPEUNH EAsEAIENT iT L-1 RW ,1" of A as im Atl1E Mwt of Lm (ar aim) CROSSTEX NORTH rE)W GATHERING. L.P.----+.rr4{�--�•�---- as am Lp n P/ITn+UMP pk+awro is.0'taWt) C.C.P. No, 0207091387 i 14.119 ACRES (BY DEED) wo-Kywao aL ULP VAVMQW 0.4715w O.R.T.C.T. I W TRACT io OTTM180AMY'a WM. U&P DoMmo O 13,545959) TRACT 3 FW NSFA WEST U. LP. 3►C-41RAT1w L UIl(uILOINOPD 4AJ]ew 30.0' PIPELINE AND'ACCESS EASEMENT- C.C.F. No. 0206035754 LYe-I WMW 1. ULF (1J1OMED 2.74=19) VE.i1NOH INVESTMENTS CORPOMMON. INC. � O DiLT.C.T. 0 NVALWAMUu 5 Daemon AI]eUM C.C.F. ito, 0204343516 I T- m sw Nmt4 m LMnW PARi now 0WIO[0 0.012410 o R-T:c.T. Q CAHam"t ISAM a MUR r. m 1a.alSnX) Naam OA'E6it um, W om 0A$0&VQ U1 a.O.F. Na. Wag13lla (,;L,! . FNO 1/2'1R W%CAP STAMPED i I i1R.T+UN 8URV6Y1m0 IND.` o Wo City of Fort Worth IQQ %RDCiD,10RiMH MEET FORT' WORM. TE7019 711102 E MIT SHOW O A e TEMPORARY CONSTRUCTION EASEMENT OUT OF A 10.009 ACAS TRACT OF LAND (BY DEED) O `•� ` L SM ATED W TH[ ��', N. HOLBROOK SURVEY, 'ABSTRACT No. 647+;A �4� 1 BOA SORTS LIMITED PARNERSHIP ET AL "'°'°'K ^y'�• r°�'��. �( W. TRU RECORDED IN C.C.F. 0. '206280fi09 DEED RECORDS OF TARRAtNT COUNTY. TEXAS PROJECTI Wastaids III & IV and Proposed S004ty Bawer Una to SCALE: 1` = 200' lo9t) d;t4} verve the Westalds Watat Treatment Plant a PARCEL No-, 4 , ENT A U15tTI0N A EA 1 OR O.t 29 K jA� TRISp 0706--29, 200e P _J)�jj/TBA S]&9K 1a4a0is671 0. S14a Nk UWD SURVEYOR 00� k A550CIATEl, 6707 6RENIWOW FORD, ' TX 76112 617-4Ya-142< FAX et7-4Ya-nee Li By: "l CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS '.�,;•,•• DEPT 8851 CAMP BOWIE BLVD WEST 3RD FL Submitter: CITY OF F64T MANRIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 07/01/2009 02:26 PM Instrument #: D209174867 E 21 PGS D209174867 $92.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: CA Memorandum of Agreement Parcel 5 FW Vista West H, LP FW Vista West II, LP, referred to in this Memorandum as "Grantor", agrees to grant to the City of Fort Worth, Texas, "Grantee", 6475 acres of.which 5.77 acres will be for Permanent Waterline Easement and 0.705 will be for Temporary Construction Easements across Grantor's properties located in Tarrant County, Texas, said property being described more particularly in Exhibits "A and B " attached hereto and by reference made a part hereof. Grantee shall pay to Grantor the sum of $ 104,110.00 as consideration for the conveyance of the Permanent and Temporary Construction Easements representing the fair market value of said property conveyed. Grantee agrees to return the construction area to condition as good as or better than that prior to construction. Dated this 1 ':l day of —. Z009 GRANTOR: Corf'rn4l GRANTEE: City of Fort Worth TARRANT COUNTY COURTHOUSE 100 W. WEATHERFORD FORT WORTH, TX 76196 (817) 884-1196 Customer: STEWART TITLE NORTH TEXAS INC Page 1 of 1 Receipt #: 1246879 Date: 68/281200911:08 AM Department: OPR Work Station: CCTC043701 Instrument # Description Pages Quantity Amount D209231749 E 8 1 $44.00 D209231750 E 9 1 $48.00 D269231751 E 8 1 $44.00 D209231762 E 9 1 $48.00 D209231753 E 8 1 $44.00 D209231754 E 8 1 $44.00 Total: $272.00 Pavments: CHECK 102291 $272.00 Total Payments: $272.00 THANK YOU SUZANNE HENDERSON COUNTY CLERK 040962/STNT/215/DRX 0' _ e NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER- PERMANENT WATER LINE EASEMENT DATE: 2009 - 7-7 c GRANTOR: FW Vista West I1, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5"' Street Suite A Fort Worth, Texas 76107 a GRANTEE: The -City of FortWorth GRANTEE'S MAILING :ADDRESS: c/o Real Property Management 1000 Throckmorton Street Fort Worth, Texas 7-6102 Tarrant County, Texas CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipund sufficiency of which is hereby acknowledged. That we, FW Vista West 11, L.P., herein called '"Grantors," for and in consideration of One and No/100 Dollar ($1,00) and other valuable consideration paid by the City', of Fort Worth, a municipal corporation of Tarrant County, Texas, herein called "City":or "Grantee;' receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subject to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit "A" and depicted in Exhibit "B. " attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain' and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the .easement. This conveyance is made snbjectto the following conditions. I. This easement shall be used by the City.only for the purpose of laying, construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Properly. 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement Property.: -However, it is expressly provided that Grantors,their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to make street, road and utility crossings across the easement upon reasonable notice to City. The notice shall be in writing directed to the Director of -the Fort'Worth Water Departinent, 1000 Throclanorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after being -deposited in the U.S.; Mail, certified or registered, postage prepaid or, if delivered by fax or.some other manner, when actually -received. Grantor may locate pipelines either -between the top of the City's pipelines and the.surface of the ground or under the City's pipelines; provided, however, any utility-lineanust have atninimum of-18'' vertical clearance .to the City's lines. Further, Grantors, their -successors and assigns shall retain and have the full use and enjoyment -of the Property and said easement except for the rights herein granted to City and except for any use which would unreasonably interfere with the rights herein granted to City. *Moo, 3. This Easement is not an exclusive easement to the City. Grantor many use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement'Property as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere with the Grantee's use of the Easement Property. Grantor also may grant other utility.providers the right to crossi the Easement Property only if the crossing is at an angle between 45' and 90'. 4. The -Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair thepipelines. Grantors shall not"be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. 5.. The rights.retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6.. Grantee shall have no right to pennit its agents, servants, employees ar contractors to personally occupy :permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other thaTk as aforesaid. Grantee's rights are limited to the Easement Property and do not PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipeline or any repair of the pipeline, including the restoration of any., roads, or siniilar surface improvements and vegetation and hills located upon the Easement Property which may be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee.is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics' and materialman's liens. If any such lien is filed. Grantee shall cause the lien to be released or bonded around in accordance with the Texas Property Code on or before 30 _days after it receives notice ofthe-filing. 9. Grantee shall construct the water-pipeliines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and all appurtenancesthereto located within the Easement Property in a good and safe condition., in a good state of.repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements .as necessary in connection therewith. 10. This easement is conveyed under threat or imnvnence of condemnation. 11. When the context requires, singular nouns and -pronouns include the plural. .Executed to be effective as of the date first written above. GRANTOR: Grantor, FW Vista West IL L.P. By. FW VW E Corporation. It's general partner Lee Nicol, President PERMANENT WATER LINE EASEMENT Pave 3 GRANTEE: The City of Fort Worth By: Fernando Costa Assistant City Manager APPROVED FOR FORM AND LEGALITY Theodore P.:Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF T.D i 0-0 COUNTY OF TaAft-C cam" l § BEFORE ME, the undersigned authority, a Notary Public in and for the State of T-�-04 , on this day personally appeared L'0--E i Cc; St Of , authorized representative of FW VW 11 Corporation, a Texas Corporation, the general partner of FW Vista West 11, L.P,, a Texas Limited Partnership, known to me to be the person whose naive is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF 9FFICE this day of 2009. u Qz A .ec a—, , -.a 71)A Notary Public in and for State of 'UkD'o ii10 UA A. TE^`�i ^ J my Wrtirissinn Uphs My Commission Expires; PERMANENT WATER LINE EASEMENT Page 4 ACKNOWLEDGEMENT 3 STATE -OF TEXAS COUNTY OF TARRANT fi BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of,Fort Worth, known to me to be the person whose, name is subscribed to this instrument, and wbo acknowledged to me that the same was the act of the City ofFort Worth and that he executed -it for the purposes and consideration expressed therein and in the capacity stated therein: GIVEN UNDER MY HAND AND SEAL OF OFFICE this l day of 4- , 2009. ltar7yPublie in and for State of�jc_ My Commission Expires: �� iS, ID, Ze EVONIAQANIELS MY COMMISSION WIRES W..i PERMANENT WATER LINE EASEMENT Page 5 IWMPW Westside III & IV and Proposed .Sanitary Sewer Line to serve the Westside Water Treatment Plaint Water Project No.: P264-531200 601640045631 Parcel # 5-A Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EMBIT "A , Being a 40.0' permanent water line essement.situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 40.0' permanent water line easement'being out of a 20.779 acre tract of ]and (by deed), being further described as Tract IV, deeded to FW Vista West II, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tatsant County, Texas, said 40.0' permanent waterline easement being more particularly described by metes and bounds as fellows: BEGAwtMG at a 112 inch iron rod with cap stamped "Fulton Surveying, Inc" found in the west line of said Tract TV, said 1/2 _inch iron rod with cap starnped "Fulton Surveying, Inc," being the southeast comer of a 34.5W acre tract of land (by deed) deeded to the City of Fort Worth.as recorded in County Clerk's Fill No. D206274011 of -the, Deed'Records of Tarrant County, Texas, front which a 112 inch ironrodfound for the southwest comer of said Tract I% bears -South 00 degrees 14 minutes 41 seconds East, a distance of 500.48 feet, said 112 inch iron rod being inthe north right -of -way line. of -Old -Weatherford Road (CR 1022, a variable width. right-of-way); i. THENCE North 00 degrees 15 rninutes'19 seaonds'th =4 with the west fine of said Ttact.IV and with the east line of -said 34.560 acre tract df land, passing at a distance of 850.47 feet a 318 inch iron �w rod with cap stamped "GORRONDONA & ASSOCIATES, INC." found for the northeast comer of said 34.560 acre tract .of land, in all, a distance of 1064:28 :feet to a point for the northwest comer of said Tract ICE, said point being in the east line of a 567.553 acre tact of land (by deed) deeded to BOA Sorte Limited Fartnersbip, et -al as recorded in County Clerk's Fite No. D204343515 of said Deed Records of Tarrant County., Texas; THENCE North 89 degrees 44 minutes 26 seconds East, with the umb line of said Tract IV, a distance of 40.00 feet to apoint for corner; THENCE South 00 degrees 15 minutes 19 seconds East, a distance of 1064.29 feet to a point for comer; THENCE South 89 degrees 44 minutes 50 seconds Wcst, a distance of 40.00 feet to the POINT OF BEGINNING, and containing 42,690 square feet or 0.980 acres of land, ro or less. Page i of 2 Westside III & IV and Proposed Sanitary Sewer line to serve the Westside Water Treatment Plant Water Project No,: P264-531200 601640045631 Parcel # 5-A Old Weatherford Read N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based an the Texas Coordinate System, NAD-83, North Central Zone, utili ng a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 W. Truett , 1 son Registered Professional Land Surveyor No. 6146 Page 2 of 2 EXHIBIT- "B" Oct �Q 1n. 200 10D 0 200 �• � �� � REAWNDEft OF A 378.85 ACRES SCALE IN FEET TRAM OA CHAPEL CREEK UMtrED PARTNERSHIP VOLI.WE 11029, FAO- 1159 VICINITY MAP REYANDSR OF A'557.553 ACRES L-1 DsR.T.C.T. N.75. (BY DEED) HQA SCRTE L1NRED PARNERSHIP, Er AL .... -- C.6F No. 0204343515 :. D.R.T.C.T, :_try UNE TABLE PASSING AT 850.47' �{1 � LUIEOLsr/jMCf A 5/HlR W/CAP STAMPM 'GORRONDONA 15 L 1 I N�Z$'E 94CI 111 k ASSOCIATES. . FOUND L-2 S tL944 W {�.QG FOR 1HE NE CORNER OF SAD 34.560 ACREE. N N, HOLBR OOK SURVEY Y J`a�s ABSTRACT AIQ. 647 NORT$TlSSr 1PATE11 TREATmVN7........................... 1'• 1 b Pra�Mr.tnDtrrorr 0. 20.779 ACRE TRACT OF LAND (SYI DEED) cJ1BFnr�r �r SLTLS 1EOB0 mti '; N 7RACT IV FW \ASTA WEST il, L.P. a " C.C.F. No. 020S035754 c OA.T.C..T.. ...............34550 ACRES (TAT DEED) ........ Z CRY OF FORT WORTH CP-F. No 020S27401 t " D:RTCT. 40.0' PERMANENT 'r 'HATER LINE EASEMENT 42,690 SO, Ff. OR 0.980 AC; RESWNNOER OF A s95.450 ACRES (91' DEED) 9M, ALL REARM SAM ON In L-2 YEW t�BATE STSSEM, AAA•-63, VERNON 6 13 PAGE iiON t NORTH COMUL ZONE, UTILIZING A. ,VOLUME O:RT.G.T. P. O.B. - TADDT.SURF M FACTOR of 3.OD012 FWD 1/2111 W/CAP STAMPED MR 141t5 PRO=. ALL SFaRI M AND `FULTON SURVEVHc INC.' N 1f2'IR DWANCES ARE SURFACE. FND OLiI WEaTtt-FFf-RD ROAD (C.R. 1022) (A VAWZLE MOTH MHT-OF-WAY) city :0 f FO 1Worth _ %(Ma 7iW"GRTON MPM FORT YtGW- TMM 76102 Ex1iW SHC MANG A PERMANENT WATER EASEMENT � CUT OF A 2D 779 ACRE 7RACT OF LAND.(BY MED) SIR,fJ M IN THE N. HO.LBROOK SURVEY, ABSTRACT No. 647 DEEDED TD., : FW VISTA WEST II, L.P., TRACT :IV . T U�iT VItILSON RECORDED IN C.C.F. No. D206035754 DEED RECORDS OF TARRANT COUNTY, TEXAS `q,Q �6146' , PROJECT' %stalde RI do 1V and'Proposed Sanitary Sewer Une tv }SCALE: 1" = 200' serve the WasWide Water Treatment Plant ]PARCEL No.: 5—A r S710M A EA 42 690 SDUARF FF,�T OR 0.980 { (-,RIS W. • R �tRAWN 8Y. ITV( FADD Fl1 G 1S8A "'amente DWG p PRDFF�I ;LAND StIRYEIDR . WEPMA29=1112wmm' PAGE 1 OF 1 Water Pro No., P 64-531200 M 51" GORRONDONA.k ASSOM913I. 67MU suit RQ4D,'SUi 5D FORT �T ii2 517-05-1424 FM 6T7-496•-176e "Mew,; THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submitter: STEWART TITLE NORTH TEXAS INC ! SUZANNE HENDERSON i TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD ! FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. i;. Filed For Registration: 081281200911:08 AM Instrument M D209231749 E 9 PGS $44.00 111lill lif l 111111111111111111111 till 111Ill D209231749 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 10910962/STNT/215/DRX NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. PERMANENT WATER LINE EASEMENT m 3 -� e DATE: , 2009 c%Tr r GRANTOR: FW Vista West 11, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5`' Street Suite A +' Fort Worth, Texas 76107 GRANTEE: The City of Fort Worth GRANTEE'S MAILING ADDRESS: c%.Real -Property Management 1000 Throckinorton Street .� Tort Worth, Texas 76102 Tarrant County, Texas CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipt and sufficiency of which his hereby:acknowledged. That we, FW Vista West 11, L.P., herein calied "Grantors," for and in consideration of One and Noll00 Dollar. ($1.00) and other valuable consideration paid by the City', of Fort Worth, a municipal corporation of Tarrant County, Texas, herein called '`City"or "Grantee," receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subject to all of the conditions and provisions hereof,"and to have and to hold the Easement Property specifically described in Exhibit "A" and depicted in Exhibit ' B,".attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: 1. This easement shall be used by the City only for the purpose of laying, construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for -the transportation of liquids in, through and across the Easement Property. 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement:Property. However, it is expressly provided that Grantors, their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to make street, road and utilityzrossings across the easement upon reasonable notice to City. The notice shall be in writing directed to the Director of -the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after being deposited in the U.SJ Mail, certified or registered, postage prepaid or, if delivered by fax or some other manner,. when actually received. Grantor may locate pipelines either between the top of the City's pipelines and the surface of the ground or under the City's pipelines; provided, however, any utility. line must have a minimum of;18" vertical clearance to the Cityy s lines. Further, Grantors, their successors and assigns shall retain and have the full use and! enjoyment of the Propertyand said easement except for the rights herein granted to City and except for any use which would unreasonably interfere with the rights herein granted %wool to City. 3. This Easement is not an exclusive easement to the City. Grantor may use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Property, as it may elect so long as such use and easements, Tights, benefits or privileges do not unreasonably interfere with the Grantee's use of the Easement Property. Grantor also may grant other utility providers the right to crossrthe Easement Property only if the crossing is at an angle between 45' and 90°. 4. The Easement Property shall not be fenced at any time by -Grantee except as may be -necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the i construction and repair of the pipe line. 5. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. i 6. Grantee shall have no right to permit its agents, servants, employees or contractors to personally occupy pennanently any part of the Easement. Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do note PERMANENT WATER LINE EASEMENT IPage 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipeline er any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property which may be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee -is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the :Easement Property free and clear of all inechanics' and materialman'°s liens. if any such lien is filed. Grantee shall cause the lien to be released or bonded around in accordance with the Texas Property Code on or before 30 days after it receives -notice of t11e filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its -sole cost and expense. Grantee agrees to maintain, :at its sole cost and .expense, the water pipelines and all appurtenances thereto located within the Easement Property in a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements; as N,,,01 necessary in connection therewith. 10. This easement is conveyed under threat or imminence of condemnation. 1 l . When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of -the date first written above. `GRANTOR: Grantor: FW Vista West 11, L.P. By: FW VW II Corporatio , It's Reneral partner C By: Lee Nicol, President ,"1 PERMANENT WATER LINE EASEMENT Page 3 GRANTEE: The City of Fort Worth By- i�G' L Fernando Costa Assistant City Manager APTROVED FOR FORM.AND LEG1 L:TTY 1 Theodore P. Gorski, Jr. Assistant City. Attorney ACKNOWLEDGEMENT STATE OF _F2,K-M COUNTY OF T&iij _,%4 BEFORE ME, the undersigned authority, a Notary Public,in and for the State of on this day personally appeared LP? � i (�O� , P5L' L of , authorized representative of FW VW H Corporation, a Texas°Corporation, the general partner of FW Vista West 11, L.P., a Texas Limited Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND OF OF E this MAI 'Xd of 2009. I r . Gt yr�`9iif v'iv.i PRISGILLA A. TEJAQ Notary Public in and. for State of X. 1`2 g:Notary Public. State of Texas My Commisslon:Expires My Commission Expires: PERMANENT WATER L[NE EASEMENT Page 4 ACKNOWLEDGEMENT STATE -OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, :a Notary Public in and for the State; of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to ine to be the -person whose mine is subscribed to this instrument, and wbo acknowledged to me that the same was the act of the City of Fart Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this,- day of U CJ l- 12009. No Public in and for State of-t-P1S My Couunission Expires: =A ``'fG FVONIADAMELS ` WCOMMISSIONEXPIRES du1,10, 2D13 PERMANENT NVATER LINE EASEMENT Page 5 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No: P264-531200 601640045631 Parcel-* -5,9 Old Weatherford Road N. fiolbrook Survey, Abstract No. 647 $MMU "An Being a 40.0' permanent water line easement situated in the N. Holbmak Survey, Abstract No. 647, Tarrant Courtly, Texas, said 40:0' pannanent water line easement being out of a 20.289 acre tract of land (by deed), being Anther described as Tract DC, deeded to FW Vista West H, L.P. and being out of a 14.119 acre tract of land (by deed), being further described as Tract III, deeded to FW Vista blest 11, L.P. as recorded in County Cierk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 40.0' permanent -rater line easement being more particularly described by metes and bounds as follows: )&EMKING at point -for the southwest comer of said Tract M said point being in -the east line of a 567,553 amr. tract ofland'(by deed} deeded to BOA Sorte UrnitedPmtriw3hip, ct:al as recorded -in County CIerk's File No. D204343515 of the Deed Records of Tarrant County,'Tems; THENCE North 00 degrees 15 minutes 19 seconds West, with the west line of said Tract IX and with the east line of said 567.553 acre tract of land, a distance of SO1.1 S Teet,to a 11.2 inch iron rod with cap stamped "Fulton Surveying, .Inc " found for an exterior ell comer in the east line of said 567.553 acre tract of land, said 1 f2 inch iron rod with cap stamped -Fulton Surveying, „r Inc:" being in the east line of a 59RA60 acre tract of land (by -deed) deeded to Vernon, ln-estment Corporation as recorded in Volume 6342, Page 749 of said Deed Records of Tarrant County, Texas; THENCE 'North 00 degrees 16 Woutes 34 smmds West, with the west line of said Tract IX and with the east line of said 598.460 acre tract. of land, a distance of 659.91 feet to a 112 inch iron rod with cap stamped "Fulton Surveying, Inc_" faimd for an exterior: ell comer in the east line of said 5.67-533 acre tract of land; TI NCE North 00 degrees 15 minutes 46 seconds Nest, with the west line of said Tract IX and via the cast lice of said 598.460 aware tract of land, passing at -a distance of 110.34 feet a point for the northwest comer of said Tract M said -point being the southwest comes of said Tract M, passing at a distance of 1D86.08 feet a point for the southeast comer of a 10,009 acre tract of land (by deed) deeded toBOA Sorte Limited Partnership, et al, as recorded in Tarrant County Clerk's FilcNo.-I3206280509 of said Deed Records of Tarrant County, Texas, in all, a distance of 1315.92 feet to a point for the northwest comer of said Tract III, said point being the southwest corner of a 1-579 acre tract of land (by deed), being further described as Tract XM, deeded to FW Vista Vilest U, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Rewords of Tarrant County, Texas, said point also being in the east line of said '10.009 acre tract of land from which a 1 inch iron rod found for the -northeast corner of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 seconds West, a distance of 277.04-1eet; T13ENCE South 72 degrees 39 minutes 20 seconds Bast, with the north line of said Tract III and with the south line of said Tract XIII, a distance of 41.97 feet to a point for corner; Page i of 2 TI MNCE .South 00 degrees 13 minutes 46 seconds East, a distance of 1303.23.feet to a point for corner; TE NCE South 00 degrees 16 minutes 34 seconds East, a distance of 659.91 feet to a point for comer; THENCE South 00 degrees 15 minutes 19 seconds East, a distance of 801.L9 feet to a point for corner in the south Line of said Tract M TEMNCE South 89 degrees 44 minutes 51 seconds West, with the south line of said Tract M. a distance of 40,0.0 feet the FOM OF 13EGMING, and containing 110,927 square feet or :2.544 acres of lend, more or less. NOTE: All bearings are based on the Texas Coordinate System, NAD- % North Central Zone, ub'lizing a TxDOT Surface Factor of 1.0001554132 for this project, All bearings and distances are surface. Date: August 28, 2008 W. Truett Wilson ` Registered Professional Land Surveyor No. 5'146 Page 2 of 2 Nftwoll VICINITY MAP N.T.S. EXHIBIT 11B 31 MATCH LINE ' Il I RE6WNDER OF A 567.553 ACRES I I = W RT DEED) 1iDA (BY m 11 r i PARNERSMIP, ET AL C.C.F. No. a�p =4343015 O.R.T.C.T. PASSING AT 1IO.ai' MIN CORM71 OF TRALT IX SW CGRHER OF TRACT III FNI) 1/2'91 W/CAP SIMIPED " ULTON SURVEYING W—' REMAINDER of A 399 460 ACES (BY DEED) _i i =_ VSiWON Bt MMENT CORAMA11ON VOLUME 6342. PAGE 749 O.R: C.T. o m i FN0 .1j2'IR LY/cAP SIANPw 'FULTON SURVEYING iNG:' 200 100 0 200 1- pt IRSIO DER OF A 567553 ACRES v tar DEED) SCALE IN FEET 8% SORTS UMM PARNMI.11P, Er fit. 1; C:F. No. D204343515 Y NI fE ALL SFitARk;9 Alto 9l= ON THE Q.RT.CT. 7E7u5 COrxiDINATE SYSTEkr NAO-83. I f NOW CEIi1Poil 2,0NE, tTT8J�1N0 n TMW SURFACE FAMOR'OF V00012 fn� �y I DISTANCES ARE ACE. EAAIIyCS ~!{D P. OJ s B] .� 1 200 WELKE EASEMENT d2 11 CROSSTEX NORTH 7ExAS GATHERaIG, LP, li I O.C.F. No. D207091387 DR'I.CT. (l TRACT 4 30.0' PIPELINE AND ACCESS EASEMENT VERNON INVESTl1EM CORPORATION. INC. ` C.C.F. No. D204343515 1 'OlT7.C.T. 14.119 ACRES (BY, DEED) TRACT 111 FW VISTA WEST 11, LP. C:C.f_ No. D206035754 bKT.C.7, PASSING AT 1197-59' SOUTH UNE OF TRACT W ^NDWH LINE OF TRACT IX 70.288 ACRES (BY DEER) TRACT Ix FW VISTA WEST 11, LP. QW. No. D206035754 D.R.T.C.T J 40:0' PERMANENT WATER UNE EASEMENT 11.0.227 S4. FT. OR 2.544 AC ro ti 5 5914510w 40.00' REWATNDFR OF A 3r ACRES (9Y DEE6) TRACCHAPEL CREEK UMTTED PARNEnMP VOLUME 11029, PAM 1159 D.R.T.C7. Fbiff City of Fort —'~ Worth 1000 THROCKNOM'014 SMEET FORr WVHitI, IMS 76102 -.174ABA SNOWING A PERMANENT WA7ERUNE EASEMENT rG(�F T� Our [IF u.1te ac �ID m1 of uHo (er DAD} THE r�?•57�.;y N. HOLBROOK SURVEY, ABSTRACT No. 647DEMSD TO FW VISTA WEST 11, L.P. TRACTS III Bc M .SUE WILSON RECONOM IN C.C.F. lea. D206035754 DEED RECORDS OF TARRAM COUNTY, TEXAS 51 AS' 'Jst "9'p PRO,ECT: 1Ne6Eelde III 61 IV end'Propo9ed SwItory Sower Line to SCALE: j = 20V t serve the Waatrilde War Plant 1PARC�EL No.: '5-8 _ A LW- ION AR ;{�, 1 w89,7 LJAK FE:FT OR 2-944 ACRES bl1l, eK: U CAM RM 3158A aoeernrtp fAOE 2 OF 2 RE=M PR ALLAW SURVBM �No 1 Wdw Pmleel No_ P254,-53 2DO HO15tDOd581! k 348 .,Oil. 6707'8RE'M1y, M SCAIP ROA7, Wrrc 50 FORT WORM M n1112�617-98-1424 qx 617-496-1783 IIr mo t o® o m % tn�e,o n .x an VICINITY MAP N.T.S. EXH.R B Tm 77B 9) 200 100 0 3C0 SCALE HV FEEL NOTE: ALL 6EARWGS AT& assM ON THE 7EW CO0MM47E SYSTEM, NAO-63, NORM CENTRAL "ZONE. LMLIZINC A. TXDOT SUti<AC£ FACTOR OF 1.60012 p FOR 7RS PROJECT. ALL EIMNGS NOD FNO I OIGN Roo DISUNGS ARE SURFACE, - r. t Zoo PIPELINE EASEMENT 01 -' ^ `� �2=.0 PERMNlENT'FJISEMENT CROSS7EX NORTH TEJiAS GATHERING. LP. CTTY.OF FORT 14ORTIf '=F flu.0207091357 GE VOLUME tG4% PAG* ,�� 2.994 A; (BY GEED) n.R.TAT. FW VISTA Y1ESi It. LP, CCF. Na D20GC75754 �-25.0' PERMAtTFM FAS"eNEHT CITY OF FORT WORTH VC^�UME 16I37, PACE 220 30.W PIPELINE AND ACCESS EASE IENT �I VmGN INVESTMENTS CORPDRAMON, INC. LET 1 1,q79 C.C.F. No. D204343SIH I I :•!: ~ T 701i`�R O.RTC,T. Fis..� i6YQ -� 20.0' PIPELINE EASEMENT $2. Na p� j�t) ULD129 ACRE 7RACT OF.LAND QY DEED)CRQSS7EIC NORM TEXAS :ATNERINC, LP. I: BOA SOR1E LIMITED PARTNERSHIP., EF AL C.C.F. No. D207091397 C.C.F. Ho. 0205280509 O.R.T.0 T. D.RTC.T. Lr PASSING AT I M6.09' SE CORNER OF 10.009-' 4p 0 PEiu4A3dENT ACRE'IRACT'CF LAND y, WATER UNE 'EASEMENT � 1 110,827 'S0. FT. OR 2:544 AC 1RAC7 '! 30.W PIPELINE -AHD ACCESS FASENENT I VERNON INVESTMENTS CORPORI17lON. INC. =F. 343516 � I i �� � 14119 ACRES (BY DEED) A l ZRACT III REMAINDER Or A 6B AM ACRES iV II F' :y r FW VISFA NEST It.. 'LP. (BY 0!m) ", � g C.C.F. No. D2060�5754 BOA. SORTIE LMITED PARTNERSFHW. ET AL C.C.E. to 0204l43515 g T jI i rN, in D.R.i:C.T. �I LINE TABLE DRTGT 1 UK I 8 fi I L-1 S OISTANrf 1 E 41.97' ,I1 N MAY& TINE PqPWORT City oF Fort Worth 100D 7HROCRIEF 10N STREET FORT WOM, I= 70102 FCI09BT1''SHO9eN0 A RERMANENT WATERLINE EASEMENT'r'` OUT OF A 14.1ill It 20488 ACRE 7RAC'TS OF LAND (OY DEED) O; SmLklw IN THE N. HOLBROOK SURVEY, ABSTRACT No. 64.7 :�: ��nt � �•tc OEEDED'TD - FW VISTA WEST 11, LP. TRACTS III & IX `F"`�•�- RECORDED IN C.C.F. LP. D206035754 .plot Mf,h:titY4xa DEED RECORDS OF TARRANT COIjY, TEXAS c«;, 1� PROJECT, Weatolde-111 do IV anA Proposed Sanitary Sewer Una to ISCALE: V = 200' t=;{?. S �' smw the Westalde Water Treatment Plcnt .� '•r I i P AR� No.: 5—B - E IFTR ATx79J1 01J EA t10 8t10 8?7 ,SQUARE OR 2 5A4 ACRES '• ' r' '�' �BY. TPI! I ( D Ff1�36A aos9Mpte.OWG P yOR - I!J OF 2 a r Pro'oct No.: S4 531200 m`S1 GloWND04 It ASSiDGtAms. 9TC. h7O7 BRMW000 STAIR ROAD„ 50 FORT �77C yd112 17 '-1424 fAX $17-406-1756 rr- � r�VR �1 THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submitter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD, Flied For Registration: 08/28/200911:08 AM Instrument #: D209231750 E 10 PGS ' $48.00 i Ely: I IIIUII IIII IIIII IIIII {IIII IIIII IIIII IIIII IIIII Illlf IIII IIII D209231750 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF.THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE 1S INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 10810962/STNT/215/DRX NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOVIING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS; YOUR SOCIAL SECURITY NUMBER OR YOUR T3RTVFR'q i.ICFNSF NTTMRF.R_ PERMANENT WATER LINE EASEMENT DATE: ii! 1 , 2009 GRANTOR: FW Vista West 11, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5" Street Suite A Fort Worth, Texas 76107 GRANTEE: The City of Fort Worth GRANTEE'S MAILING ADDRESS: c/o Real Property Management ` vqt '1000 Throckmorton-Street .. Fort Worth, Texas 76102 Tarrant County, Texas CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. That we, FW Vista West 11, L.P., herein called '`Grantors;' for and in consideration of One and Noll00 Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County. Texas, herein called "City"or "Grantee," receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non --exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subject to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit "A" and depicted in Exhibit "B." attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: 1. This easement shall be used by the City only for the purpose of laying; construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property. 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement Property. However, it is expressly provided that Grantors, ;their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to make street, road and utility crossings across the easement upon reasonable- notice to City. The notice shall be in writing directed to the Director of .the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas 76102. 'The required written notice shall be deemed delivered and become effective three days after being deposited in the U.S. Mail, certified or registered, postage prepaid or, if delivered by fax or some other manner; when actually -received. Grantor may locate pipelines either'between the top of the City"s pipelines and the surface of the ground or under the City's pipelines; provided, however, any utility line must have a minimum of 18" vertical clearance to the City's lines. Further, Grantors, their successors and assigns shall retain and have the full .use and; enjoyment of the Property and said easement except for the -rights herein granted to :City and except for any use which wocild unreasonably Interfere with the rights herein p1prded -to City. 3. This Easement is not an exclusive easement to the City. Grantor may use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Properly as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere with the Grantee's use of -the Easement Property. Grantor also may grant other utility providers the right to cross; the Easement Property only if the crossing is at an angle between 45' and 90°. 4. The Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. 5. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. Grantee shall have no right to permit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do not; PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipeline or any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property wlvch inay be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics' and materialman's liens. If any such lien is filed. Grantee shall cause the lien to be released or bonded around in .accordance with the Texas Property Code -on or before 30 days after it receives notice of -the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and -all appurtenances thereto located within the Easement Property in a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements as necessary in connection therewith. 10. This easement is conveyed under threat or unminence of condemnation. 1 1 . When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of the date first written above. GRANTOR: 'Grantor: FW Vista West 11, L.P. By: FW VW II Corporation, It's general partner By: Lee Nicol, President PERMANENT WATER LINE EASEMENT Page 3 GRANTEE: The City of Fort Worth By. _;;,A J ' Fernando -Costa Assistant City. Manager. APPROVED FOR FORM AND LEGALITY Theodore P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF t Lk— t.0 § COUNTY OF kWULCcS § BEFORE ME, the undersigned authority, a Notary Public in and for the State of tJ2 4t /l , on this day personally appeared i, �2 1 CZ Of , authorized representative of FW VW II Corporation, a Texas Corporation, the general partner of FW Vista West 11, L.P., a Texas Limited Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein'. GIVEN DER MY HAND AND SB OF OFF E this 1?-;011 day of 2049. �I D LPRISClLl.A A.TEJADANotary Public in and for State of nyCc�'-__Notary Public. state otTexasmy Commission Expires `'+ 01/28/2012 My Commission Expires: PERMANENT WATER LINE EASEMENT t Page 4 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State, of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that the same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed -therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ day of (Ig112009, Z otary Public in and for State of --e9P,,6 My Cornm.ission Expires: �uT , 2-c3 B EVONIA DANIELS I S MY COMMISSION EXPIRES PERMANENT WATER LINE EASEMENT Page 5 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.; P264.531200 601540045631 Parcel # 5-C Old Weatherford Road N. Holbrook Survey, Abstract No. 647 F,XHMIT "A" Being a 25.0' permanent water line easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 25.0' permanent water line easement being out of a 1.579 acre tract of land (by deed), being further described as Tract XM, deeded to FW Vista West II, L.P. as recorded in County Clerk's Fite No. D206035754 of the Deed Records .of Tarrant County, Texas, said .25.0' permanent water line easement being more particularly described by metes and bounds as follows: BEGMUNG-at.a.point for the southeast corner of said Tract = said point being the northeast comer of a 14.119 acre tract of land (by dead) deeded to FW Vista West IL L.P. as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said point also being in the west line of a 378.85 acre tract of land, b*g.further desaribcd as Tract IIA, deeded to ChapelZre& Limited -Partnership as recorded in Volume 11029, Page 1159 of said Deed Records of Tarrant County, Texas; from which a 1/2 men urn roa mums wr the northwest comer of a 26.513 acre tract of 'land (by deed) deed to White Settlement Independent School District as recorded .in County Clerk's File No. D206230768 of said Deed Rewords of Tarrant Cotmty,'Texss, said 1/2 inch iron rod also being in the east line of a 5.661 acre tract of land, being further described as Tract X, deeded to FW Vista West 11, U. as recorded in-Coun y Clerk's ..i. File No. D2060357.54 of the Deed Records ofTatra:at'Couuty, Texas; TMNCE North 72 degrees 39.minutes 20 seconds West, with the south line of said Tract XIII anal -with the north line of said Tract III, a distance of 573.70 feet to a point for the southwest corner of said Tract XIIl, said pointbewg the northwest corner of.said Tract III, said pointalsobeing in the east line of a:10,009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership, at :al as recorded in Cousrty Clerk's File No. D206280509 of said Deed Records ofTarrant County, Texas; THENCE North 00 degrees 15 minutes 46 seconds West, with the west line of said. Tract M and ivith the east line of said 10.00-9 acre tract of land, a distance of 26.23 feet to a point for comer, from which a I inch iron rod found for the northeast corner of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 "seconds West, a distance of 250.81 feet; THENCE South 72 degrees 39 minutes 20 seconds East, a distance of 573.48 feet to a point for comer in the east line of said Tract XIII, said point being in the west line of said Tract IIA; THENCE South 00 degrees 43 minutes -00 seconds Fast, with the east line of said Tract XOI and with the west line of said Tract UA, a distance of 2630 feet to the PO MT OFBEGUSNING, and containing 14,340 square feet or 0329 acres of land, more or less. Page 1 of 2 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utillzing a TxDoT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 W. Trueft Wilson Registered Professional Land Surveyor No, 5146 Page 2 of 2 VIC r(Y MAP NITS. EXHIBIT »B 5" 6 200 100 0 200 SCALE IN FEET E TABLE l NOYE: ALL BEARINGS ARE BASED ON THE UWE S D�'ANCE 1 TEXAS COORDINATE SYSTEM, NAD-111 ��2 k D IZING A TXDOi SURFACEFOR THIS _ACENTRAL CTOR OF 1iADD12 L-3.1572 � 'gy E 'b DISTANCES ARE SURFACE.. ANO L-i 5 OD �D'E FNO f IRON ROD 2D.0' PIPELINE EfSEMEN) �1 r r`5.0' PER64WEHT FJSEM£NT -� — CROSS= NORTH TEXAS GATHERING, L.P. f21Y OF FORT WORM ! C.C.F. No. 0207091387 AND PIPELINE ROW VOLUME I6450, PAGE84 2.284 ACRES (BY DEED) D•RT.C.T. 3 ROADHOLLIS R. SULLWAN, Wr O.RT,CTt :mm TRACT 1 t, FIN VISTA, O.R.iCIT,� NEST II, LP. C.C.F. �02.T., 59 v _ C.C,F, No. 0206035764 1 1 — _ t x D.FLrC.T. 28.0- PERMANENT EASEMENT ( I REMAINDER OF 375M ACRES -` i- _ CITY OF FORT wom f'^ TRACT IIA ~TRACT 3 ' VOLUKE 18137. PAGE 229 I CHAPEL CREEK LIMITED PARTNMSHIP 30.W PIPELINE AND ACCESS EASEMENT� D:ATC?. VOLUME t10i9.'PAGE 1159 VERNON ITgYFa"T1IEliiS CORP0RA710N I ;,.;�y� �. 1 �gOr $r8�� O.R.T.C;T. C.C.F. No D204343516 �--5.661 ACRES 48Y DEED) D R,T.cTNo . t- 2 .` :�::-_ ,,, C� sT TRACT! X 200 PIPELINE ZNSEMENT , tif0 iL LP CROS.SM NORT14 TEXAS GATHERING. LP. f, N :- �+y,R7�76 ry� �F. NOR .FW VISTA � D35754 C.C.F. Nm D.R.T.C.L70Bt367 `I $2p� ti `AcR ft 10.009 ACRE TRACT OF LAND (BY DEED) 11 i '17sr ram' n_ BOA TORTE LIMITED PA=ERSHIP. ET AL I) L_4 CC Np rRq •� No. 02062805a9 ` 02o H. LP Cr A7 D.R.T:CT. I f �"1 D.trCr 0i5?ss - 11 1 TRACT 3 I� P. O.B, �FND 1/.r .. 30.0' PIPELINE AND ACCESS EASEMENT 25.0' PERMANENT IRON D VERNON INVESMENTS CORPORA110N. INC. I � WATER UNE. EASEMENT C.C.F. No. 020434351 fi I j 4,340 SO. FL OR 0:329 AC. O.R.T.C.1. , ( ROWNDER OF A 567.353 ACRES II ff t D) 1a :119 DEED) BOA SORT- LIWFEED AR7NERSHIP. ET AL I TRACT IDCRES C.C.F. No. D2043US15 II FW VISTA WEST It, LP. D.RT.C.T. C.C.F. No. D206035754 f i, D.RT:C.T• I I II EqF,WbW City of ,wort low THRDCxkMRTDN STREET I 26.513 ACRES-(BYDEED) 1 1 WHT1E SETTLEMENT INDEpawNi SCHOOL DISTRICT C.CF. No. 020523076E D.R.T.C.'T. w<)rth FORT 4iOMK TDIAS 761M EXHIBIT SHOWING A PERMANENT WATER EASEMENT OUT OF A 1.57.8 ACHE TRACT OF LANO (BY DEED) 51IWIFA IN THE N, HOLBROOK SURVEY, ABSTRACT No, 547 DEEDED TD FWRECORDEnrA C C'F. N-. 6206035754 lI DEED RECORDS OF TARRANT COUNTY, TEXAS PRO=; Westelds III & IV %m W Proposed Sanitary Sewer Line to (SCALE: j" = 200' serve the Wastslde Water Treatment Plant IPARCEL No. 5—C IFNTA�tSETTON A EA 1434_0 SODARE_ D.329 ACRES PGAOJ�IQIST I' Ytco'r 9Y,; TTW CAfb FlLF j15BA eeaamnnts.DWG 16. '2008 101 ` P�(1ce P.264-53t206 GORRONOONA & ASSOCKQES. 8tiF�(IYIO�rSTAIIT R hUge 50 FOEii Xf.7112 LAND SURVEYOR 817--496-1424 FAX b17-4915170E THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submitter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 1'00 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. ,%Nor Filed For Registration: 081281200911:08 AM I Instrument M 0209231761 E . 9 PGS $44.00 ' By: I IIIIIII III IIIII IIIII Illll IIIII IIIII IIII! IIIII IIIII IIII IIII 0209231751 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 1081096�/STNT/215/DRX NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD I IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. V PERMANENT WATER LINE EASEMENT DATE. Q,2009 GRANTOR: FW Vista West 11, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5" Street Suite A Tort Worth, Texas 76107 C:) GRANTEE: The City of Fort Worth GRANTEE'S MAILING ADDRESS: c/o Real Prqper-tyManag ement ,1000 Throckmorton Street Fort Worth, Texas 76102 Tarrant County , Texas CONSIDERATION: One Dollar ($I.00) and other good and valuable consideratio4, the receipt and sufficiency of which is hereby acknowledged. ' That we, FW Vista West 11, L.P., herein called"Grantors," for and in consideration of One and No/I 00 Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, herein called "City"lor -Grantee,". receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subject to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit ':*A" and -depicted in Exbibit -B." attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and construct two underground water pipelines and Appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: 1. This easement shall be used by the City only for the purpose of laying, construction, inspection, maintenance, repair, replacement, operation and removal of hVO underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property. 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement Property. However, it is expressly provided that Grantors, their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to snake street, road and utility crossings across the easement upon reasonable notice to City. The notice shall be in writing directed to the Director of the Fort Worth Water Department, 1000 Tluockmorton Street, Fort Worth, Texas 76102. The required written notice shall t e deemed delivered and beconie.effective three days after being deposited in the U.S.: Mail, certified or registered, postage prepaid or, 'if delivered by fax or some other manner; when actually received. Grantor may locate pipelines either between the top of -the City's pipelines and the surface of the ground or under the Cit)r's pipelines; provided, however, any utility line must have a n l.hhnum of 18" vertical clearance to the City's lines. Further, Grantors, their successors and assigns shall retain and have the full use and enjoyment of the Property and said easement except for the rights herein granted to City and except for any use which would unreasonably interfere with thexights herein granted to City. u 3. This Easement is not an exclusive easement to the City. Grantor may use the Easement Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere With the Grantee's use of the Easement Property. Grantor also may grant other utility providers the right to cross: the Easement Property only if the crossing is at an angle between 45' and 40°. 4. The Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. 5. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. • Grantee shall have no right to permit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do notl PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense within 90 days after the installation of the pipelineior any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property which may be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee is obligated to restore the.surface of the Easement Property to the same or similar condition as existed before the construction of the ii pipeline. 8.. Grantee shall keep the Easement Property free and clear of all mechanics' and materialrrian's liens. If any such lien is filed. Grantee shall cause the lien to be released or bonded around -in accordance with the Texas Property Code on or before 30 days after it receives notice of the filing. 9, Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and all appurtenances thereto located within the Easement Propertyiin a good and safe condition, -in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements as necessary in connection therewith. 10. This easement is conveyed under threat or imminence of condeninatio' M 11. When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of the date fist written. above. GRANTOR: Grantor: FW Vista West ll, LY, By. FW VW lI Corporation, It's general partner Lee Nicol, President *4wool' PERMANENT WATER LINE EASEMENT Page 3 ONO2 GRANTEE: The City of Fort Worth Fernando Costa Assistant City Manager APPROVED FOR FORM AND LEGALITY 7&� Theodore P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF To GC.I) - § COUNTY OF `11 GLt BEFORE ME, the undersigned authority, a Notary Public 44i�� and fpr the State f� on this day personally appeared Le•P_ Of , authorized representative of FW VW II Corporation, a Texas Corporation, the general partner of FW Vista West 11, L.P., a Texas Limited Partnership, known to me to be the person whose name is i subscribed to this instrument, and who acknowledged to ine that he/she executed it:.for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND .AND SEAL OF OFFICE this �Z441)day of 2009. ?RISGILLA A. TE4ADA Notary Public in and for R ; e of l_Dv.Q /i P � °s a Nata�y Public, State of T@Xaa My Commission Expires �n My Commission Expires: "f0Tri0`' 0112812012 PERMANENT WATERLINE EASEMENT , Page 4 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT 1 BEFORE ME, fie undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that the swine was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. i GIVEN UNDER MY HAND AND SEAL OF OFFICE -this day of Q'4- 12009. otary Public in and for State of Te^Kc�S My Commission Expires: emu. lY to". z v r � _ °1 EVONW DANfEL5 y Fry.w= MY commISstOMIXPIRES n?l; dUlyt 10, 2013 t �� PERMANENT WATERLINE EASEMENT Pale 5 Westside III & IV and proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.; P264-531200 601640045631 Parcel No.5-D Old Weatherford Road N. Holbrook Survey, Abstract No. 647 XXIMIT ccA!a Being a 25.0' permanent water line easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County., Texas, said 25.0' permanent water line easement'being out of a 5.661 acre tract of land (by deed), being further described as Tract X and being out of a 3.467 acre .tract of land (by deed), being further described as Tract XL and also being out of a 8.739 acretract of land (by deed), being further described as Tract XII, all tracts mentioned above being deeded to FW Vista West U, L.P. as recorded in Counry Clerk's File No. D206035754 of the Deed Records of Tarrant. County, Texas, said 25.0' permanent waterline easemeat being more particularly described by metes and bounds as follows, BEGINNING at a 112 inch iron rod found.in the east line of said Traci X, said 112 inch iron rod being the southwest corner of said Tract XI, said 1/2 inch iron rod also being the northwest corner of a 26513 acre tract of land (by deed) deeded to White Settlement Indepeadeat School District as recorded in County Cleric's File No. D206230768 ofsaid Deed Records of Tarrant County, Texas; THENCE North 72 d@grees.39 minutes 20 seconds West, a distance of52.59 feetto a point in the west line of said Tract X, said point being in the east line of 378:85 acre tract of land, being &Tther described as Tract HA deeded to Chapel Creek Limited Partnership as recorded in Volume 11029, Page 1159 of.saidDeed.Records of Tarrant County, Texas; TUENCE North 00 degrees 43 minutes 00 seconds West, with the west line of said Tract X aad with the east line of said Tract E[k a distance of 26.30 feet to a point for corner, THENCE South 72 degrees 39 minutes 20 seconds East, a distance of2236.92 feet to a point in the east line of said Tract XII, said point being in the west line of a tract of land deeded to Oncer Electric Delivery Company as recorded in Volume 8736, Page"1757 of said Deed Records of Tarrant County, Texas; THENCE South 22 degrees 24 minutes 53 seconds Bast, with the east line of said Tract XII and with the west Gne of said Oncor Electric Delivery Company tract of land, a distance of 32.52 feet to a point for corner, TIMCE North 72 degrees 39 minutes 20 seconds West, passing at a distance.of 117..29 feet a point for the southeast comer of said Tract XI and for the northeast comer of said Tract VI, passing at a distance of 491.62 feet a point for the northwest comer of said Tract VI and for the northeast comer of a 214,151 acre tract of land, being further described as Tract V11 deeded to FW Vista West % L.P. as recorded in County Cleric'$ File No. D206035754 of the Deed Records of Tarrant County, Texas, passing at a distance of 591.99 feet a 112 inch iron rod found for the northwest comer of said Tract VU and for the northeast comer of said 26.513 acre tract of land, in all, -a distance of 2196.97 feet to the POINT OF BEGi%t1+IING, and containing 56,081 square feet or 1.287 acres of land, more or less. Page 1 of 2 ,"WWI Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264.531200 601540045631 Parcel No. &.D Old Weatherford Road N. Holbrook Survey, Abstract No. 64T NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor df 1.0001554132 for this project. All bearings and distances are surface. Date; September 3, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Paget of 2 2.904 ACRES (13Y DEED) I 1 Fw VISTA WEST u, LP, F C.C.F. No. 0205WS754 D.F-T.C.T. 23.0' PERMANENT EASEMENT 1 CRY OF FORT WORT14 i "VOLl1t1E (6 37: PAGE 229 D.R.T.C,T. Acl?E�� 1 1� � yNo� s7�r �EOd L-1 14,119 ACRES (6Y DEED) TRACT I FW VISTA WEST 11, LP- C.C.F. No. D206039754 D•R.T•C.Y. —�-3 HRoo ANPiKRow OLiLIS R: SULLIV N ENr- EXHIBIT B a2 G_C.F. No. 0205267559 D.R,T.C,I. a.590 ACRES (BY DEED) REMAINDER Off:IICT ,igB.aS ACRES TRACT FlN. VIS a a; _LP....... i , l0r 1 J?r 1 _ dfOPAiTdlN HALAA�l11NG CHAPEL CREEK LIMITED PARTIIFRSHIP C.C.F. No, 0200035754` / - liES8RV0!!d 'VDLUI.IE 11029. PAGE 1159 D.R.T.C.T. `� 1 WpyAr. A, SUDS loose 2 'j O.R.T.C.T• ACRES W DEED) TRACT X /�a�' 200 100 0 200 FIN VISTA WEST I1, LP. cr 2.175 ACRES (BY DEED) C,C.F. No. D206036764, 3.467 ACRES (BY No) ! R 2oC / MICHAM L CARTER, TRUSTEE �., D.R7.C.T. YRAOT RI iti4" j C,C.F No. 0205304534 FW VISA WEST D. LP. ,, a D.R.T. C.Y•. "-t�--- 4•..�` C.O.F. Nn. D2060367s4 /I r SCALE IN FEET "�• — D.R.T_G.T. �Q ' ERMANENT CASE7IENT � 1 i totem om o pgJun�oa m avpA a I, _ „ VICINIi�'T�iAP. `�;. -- - . YS.O P VOLUME 016137,FORT PA�TCE220 FHD 0 D � i "� °C,kR DE AE C 0.2 2:ig.2 9. '.,,�fir. ►1s `a< ► W 26:513 ACRES (BY DEED) 2195 C "`�.� _'�.1 ~ �� J WHITE SETTLEMENT INDEPENDENT SCHOOL DISTRICT C.C.F. No 0206230753 LINE 9NE TAR EARDNi 07iTANCE NOTE --ALL BEAR, M ARE BASID ON 7HE I N jj���� 54.59' � CODT161MAX SVS1ijid, HAD-53, L- N 06`47 52- ZONE U11u1,NG A 25.0' PERMANENT TKDor SUWFACE AAC(U(1 DF 1.00Dl2 WATER LINE EASEMENT I-- S nza 32. FOR IM P.ROUECT aEARINSS' AND 267 Al. DISTANGES,mv SURFACE. ri�Vo City of tort Worth 1000 THROCKWHION 57REEi FORT WGIM. lEYAS 70102 EXHIBIT SHOWIRG A 25.0' PERMANENT WATER EASEMENT OF A 5.061. 3.467, 5Ta.73 RAMS OF LAND (BY DEED)-17 CRJ (,FOUT B N. HOLBROOK SURVEY, ABSTRACT No. 647FW VISTA WEST II L.P, llt'T�1AI RECORDED'IN G.C.F. Na. 8206035754 0EED RECORDS OF TARFANT COUNTY. TEXAS IG NEGISiMED PROFESSJONAL LAND SURVEYOR 0' 0D1940045ef31 N 3146 I WOM, ti11. 70112 L-1-490-1424 FAX 917-4901 170p w LOP RUCK y XAMN AtOUM M aALINCING 1 RES8R7BIR � Nz.ljg CAvivir A. SLTDd y0991 ; l� 'I- (01, P.RT.C.T. LLl Na co OFF _ _ +��� Jgr VRl tp� fAr Q•�'•T,p rpAG� Z2 d EXHIBIT "B " Nola: 1. PASSING AT 117-2W W UNE Or TRW ND SE CORNER OF TRACT X1 NE CORNER' OF TRACT VI'-' .._...................... VARUBLE MOTH PERWNENT EAGEMIENT--� i, I �L( 2. PA55WG AT 461.62' NW CORNER OF TRACT VI CRY or FORT WORTH -11 i p 1 VMLIME 16137, PAGE 223 I I NE COMER OF VMLK VU O.R.T.C.r. I I I 3. PASSWO a591.99' 1 -- PERMANENT 301 WATERUNE DAWN, j -' 1 CRY OF FORT WORTH I NW CORNER OF TRACT VII NE CORNER OF 26.613 ACRE TRACT OP LAND 1' 1 VOLUME 16200, PACE 368 I 11 D.R.T.p.T. i ,V 1 I IRON 0014 L 278g 25.0' PERMANENT NOr ? 97' `- 3 WATER LINE EASEMENT sgF o 56.081 SQ. FY. hom• ►�' OR 1,287 AC. 214.141 ACRES (6Y DEED) 3.407 ACMES (Err DEED) TRACT VR AM , X1 FW VISTA' 1v65r IS L P. FW VISTA WEST 11. LP. C.C.F. No. 0206035744 C.QF No. D206035754' O,R.T.C.T. D.RX.C.7 1 13.096 ACRES (BYDEED) r ' 26.513 ACRES (BY BUD) 1 1 FN wSTA�Iy�{ill It. L.P. WHYTE SEMXMENT 1 C.C.F. No. 0206035754 1 INDEPENOEN7 SCHOOL DISTRICT O.R.T.C.T. C.C,F'No, 0206230780 _-� Y 90.0' WIDE PIMINE EASEh1ENT O.R.T.C.7: TARRANr RECIow L wATER OISERICT A C.C.F: No: 02051527ps: jr CFO n .a'pniurom ■a - P� i vrcwlTY �,• ��, � � � N.T. � ,, 1 I 16 5 PEor FORT W�euENr j ! �K` TABLE F OF FORT WORTH r 1 TF VDW11E 19137. PAGE 225I .T`D�R7C.T. 1 j' f 3 .921� 1 y rd ry�y3� �.rm r a9 6 s'r'I/ ��bj y �+ BLOCK IS CMAFJFA VNEerx RAM 7 + witIM8 16g-,BOB. PAGE 84 rpOlAi a U 1� r ".r a; T. np1 L t7 1 n•i"y�\\ 67.154 ACRES -(BY DEW) j A ��,"m 1 FW MSTTA WSST60, L.P. ` { ,p) C.C.F. No. 020SO35754 -•� D.R.T.0 7. tyr of Fort Worth i(IDD 1HROCXNDRTON STREET FORT WORTH. TEXAS 7602�I� y. 25.0' PERMANENT WATER EASEMENT �� ��?,';,;;r f: 'I�;I MM OF A 5.861, 3,487, & 0.139 ACRE TRACTS OF imn RY OEEO) Gi►'{ �: ; .� 1 ( SRLVtiiEb IN THE � = . �'• � N. HOLBROOK SURVEY, ABSTRACT No. - 647 UlJ Tt�tt.i r 1 �v4', . �,o, FIN VISTA WEST 11 LP. i i" ,, ... ;.•:,'C� RECORDED IN G.G.F. 1,40. d20E30367&4 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT; W09191de III k IV and Proposed Sanitary Sewer We to E I serve the Westerde Water Ttautrnant PlantF�L E 5t MEUT ACQUISITION AR .A 56,081 S UARE' FEET 0 ' 1.287 t5 '�(`'pB NQ 08-3D1S DRAWN HUe CADD F1lFi 315°_(�(^ eoeetarn nM S ER 3. 2008 PAGE 2 OF 2 Water Pmtpni No-, P2A4-R!' 1 �) 4 GORRONDDNA do ASSOCIATES, IN . 8707 8 OD STAIR ROAD, SUITE 50 W0 1112 .... 1. I. nnui I i u W. TRUEIT Wit REMf>D PROR 817-490-1424 LAND SURVEYOR FAX e17-.499-1708 3 By: THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submitter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD, Filed For Registration: 08/28/2009 11:08 AM Instrument #: D209231752 E 10 PGS $48.00 11111111 IIII 1111111111111111101111111111111111 IIII IIII 101 D20923i752 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 10810962/STNT/215/DRX ', NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU .ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. PERMANENT WATER LUTE ]EASEMENT DATE: / (C , 2009 GRANTOR: FW Vista West H, L.P. • \ J lam• (J.l "� ,. GRANTOR'S MAILING ADDRESS: 2929 West 5"' Street C _ A'`" � � ' Suite A , Fort Worth, Texas 76.10.7 RA , GRANTEE: The City of Fort Worth GRANTEE'S MAILING ADDRESS: c!o Real Property Management .1000 Throakmorton'Street ..� ;Fort Worth, Texas 76102 Tarrant County, Texas CONSIDERATION: :One Dollar•($1;00) and other good and valuable consideration', the receipt and sufficiency of which is hereby acknowledged. That we, FW Vista West II, L.P_, herein called "Grantors," for and in consideration of One and Noll 00 Dollar: ($1.00) and other valuable consideration paid by the City of .Fort Worth,.a municipal corporation of Tarrant County, Texas. herein called "CitJi- or "Grantee," receipt of which -is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the use and passage in., aver, across, below and along the ,following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property,- subject to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit "A" and depicted in Exhibit "B," attached and -incorporated herein i It is intended by these presents to convey an easement to the City to maintain; and construct two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: N%./ 1. This easement shall be used by the City only for the purpose of laying; construction, inspection, maintenance, repair, replacement, operation and removal of two underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property, 2. No permanent buildings, structures or other improvements shall be placed on or over the Easement Property. However, it is expressly provided that Grantors, their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to make street, road and utility crossings across the easement upon reasonable notice to City. The notice shall be -in writing directed to -the Director of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after being deposited in the U.S. Mail, certified or registered, postage prepaid or, if delivered by fax or soiree other manner,; when actually received. Grantor may locate pipelines either between the top of the City's pipelines and the surface of the ground or under the City's pipelines; provided, however, any utility.line must have a ixiinimurn of 18" vertical clearance to the City's lines. Further, Grantors, their successors and assigns shall retain and have the full use and enjoyment of the Property and said easement except for the rights herein granted to City and except for any use which would -unreasonably interfere with the rights herein granted to City. N%00101 3. - This Easement is not an exclusive easement to the City. Grantor may use the Easement :Property and my grant such other easements, rights, benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, rights, benefits or privileges do not unreasonably interfere with the Grantee's use of the Easement Property. Grantor also may grant other utility providers the right to cross the Easement Property only if the crossing is at an angle between 45' and 90°. 4. The Easement Property shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during the construction and repair of the pipe line. 5. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. Grantee shall have no right to permit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as aforesaid. Grantee's rights are limited to the Easement Property and do not PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's soie cost and expense within 90 days after the installation of the pipeline or any repair of the pipeline, including the restoration of any, roads, or similar surface improvements and vegetation and hills located upon the Easement Property which may be removed, relocated, altered, damaged or destroyed as a result of the Grantee's use of the easement granted hereunder. Grantee is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics" and materialman's liens. If any such lien is tiled_ Grantee shall cause the lien to be released or bonded around in accordance with the Texas :Property Code on or before 30 days after.it receives notice of the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and all appurtenances thereto located within the Easement Property in a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without limitation, making all repairs, restorations, or replacements, as -"so, necessary in connection therewith. 10. This easement is conveyed under threat or imminence of condemnation. 11. When the context requires, singular nouns and pronouns include the plural_ Executed to be effective as of the date first written above. GRANTOR: Grantor: F'W Vista West I1, L.P. By: FW VW II Corporation, It' General partner By: r Lee Nicol, President PERMANENT WATER LINE EASEMENT Page 3 GRANTEE: The City of Fort Worth By: Fernando Costa Assistant City Manager APPROVED FOR FORM AND LEGALITY Theodore P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF 'To V el § COUNTY OF 1 a) LaAA§ BEFORE ME, the undersigned authority, a Notary Public in and for the State f --P-C 0j , on this day personally appeared , 2 Gt�r /► �, of , authorized representative of FW VW 11 Corporation, a Texas Corporation, the general partner of FW Vista West II, L.P,, a Texas United Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN DER MY HAND AND RA-L OF OFFICE this ?.kNa f t . 2009. ��kao,'3 Notary Public in and for Stah of 1� � aR1SCILLA A_TEJADA -� • ; ' :,;: t, atary Pnbilc. State of TBXaa , y -h,, My Commission Expires: z"�ZCtIZ My commission Expires C " ` D112812012 �'..• PERMANENT WATER UNE EASEMENT Page 4 .move ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARR.ANT. ti BEFORE ME, the undersigned authority, a. Notary Public in and for the State, of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort North, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to ine-that the same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ` _,day of 2009. - J J otary Public -in and for State of `t~ekn,S My Comnussion Expires: 16, za 3 PERMANENT WATER LINE EASEMENT EVONIA DANIELS =�Y MY COMMISSION EXPIRES duly 10, M3, j i Page j Westside III & IV and Proposed Sanitary Sewer Line to servo the Westside Water Treatment Plant Water Project No.: P264.531200 60154004563.1 Parcel No. 5-6 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A=1 ;tieing a 25.0' permanent water line easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas., said 25.0' -permanent water line easement being out of a 0.973 acre tract of land (by deed), being finther described as Tract XIV, -deeded to FW Vista West II, LF., as recorded in County Clerk's File No. 206035754 of the Deed .Records of Tarrant County, Texas, said 25.0' permanent water line easement being more particularly described by metes and bounds as follows: COMI MCING at a 518 indh iron rod found for the northwest comer of said Traet MV, said 518 inch iron rod being in the line of a tract of land deeded to Oncor Electric Detivmy Company as recorded in Volume 87361 Page 1787 of said Deed Records of Tarrant County, Texas, said 518 inch iron rind. also being an angle point in the southedy line of Lot 1, Block 1 ofBagle Mountain Balancing Reservoir, an addition to The City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 10461 of the Plat Records ofTarrdnt Comay, Texas, from which a 518 inch iron rod found for the northeast comer uE said Oncor ELcctric Delivery Company tract of land bears North 22 degrees 24 minutes 53 seconds West, a distance of 97.57 feet, said 318 inch iron rod being an angle.point:in the 'south.line of said Lot 1, Block 1; THENCE South 22 degrees 24 minutes 30 seconds East with the west line.of said Tract XV:and with the east line of said Oncor Electric Delivery Company tract of land, -a -distance of 116AS feet to the POINT OF BEGDUUNG of the herein '"NO described 25.0' permanent water line cascmtnti THENCE South 72 degrees 38 minutes 51 seconds East, a distance of 304.82 feet to a point in the east line of said Tract XIV, said point being in the west right-of-way line of Westpoint Boulevard (a 120.0' right -of -wag); THENCE South 17 degrees.21 minutes 34 seconds West, withthe east line ofsaid Tract UV and the west right -of -line of said Westpoint Boulevard, a distance of 25.00 fed to a point for the southeast comer of said TractMV, said point being in the north line of an 87.154 acre tract of land, being further described as Tract VZ as deeded to FW Vista West 11, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas; THENCE North 72 degrees 38 minutes 51 seconds West, with the south line of said Tract XIV and with the north line of said Tract VIH, a distance of284.02 feet to a point for the southwest comer of said Tract XN, said point being time northwest corner ofsaid Tract VIlI, said point also being in the east line of said Oncor Electric Delivery Company Met of land; THENCE North 22 degrees 24 minutes 30 seconds West, with the west line of said Tract XIV and with the east line of said Oncor Electric Delivery Company tract of land, a distance of 32.52 feet to the POINT OF REGINNJfPiG, and containing 7,360 square feet or 0.169 acres of land, more or less. Page 1 of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-O' Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE; A I bearings are based on the Texas Coordinate System, NAD-63, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this pmjecL All hearings and distances are surface. Date: September'S, 2008 W. TruettWilson Registered Professional Land Surveyor No. 5146 Paget of 2 EXHIBIT a War f Wf/J5V.'r&X ,ell L UZ5 lu"ff A(O "'VjrffCr1?V G"114T 4.swx, font FDA �b AND I no 5/8'm Rw UAMf __ 1 Z1.467 ACRES (BY DEED) 0,073 ACRES (Eir OEM) TRACT KI MST` 11RACT XIV FW VWA WEST 11, LF. 111119 ! FW VISTA MST` 11, LP. MT�2060357M C.C.F No. 02015035754. C'T. offl, D.R.T.C.T. i 1 01 jf22�1 -- ch q7 214.151 ACRES40Y OEM) 0. ci TRACT MOCK II'S MEU VMXr PANCS FW vIsrA WEST P, L.P. P115159. fA vvcDmrz ias-po#, PACE 34 C.C.F. "a. 020805754 P-01B. DJU.C.T. Al 02" WAS 2'."JHrrA ay N W WMENT W) ACRES INDEPENDENT SCIJOGL DISTRICT 8230768 111 PIPELINE PEASEMMi C.C.F. No. 020 TARNWRCECIDNAL. WMER MMICT DJU.C.T. j C.Cf.ofR!Tfff1.527I55 25.0' PERMANENT WATER LINE EASEMENT 44 13.006 ACRES TV DEED) d 7,300.80. FT. ON 0.169 AC. LA4 214,101 ACRES (BY.DEED) Fw'vIsTA WKST. Ij. LP. 07.754 ACRES (BY DEED) TRACT VA C'Cif. Hu. D206035754 IaL - . % I 1'1�' 0& % ima V711 FW 14STA WEST it, LP, DA.T.C.T. FW VISTA WEST 11, LP. 200 .100 0 200 C.C.F. No. D205035754. D200035754 0,C SCALE IN M7 &.0 qyw0o a City of Fort Worth low -mmmmom" mmu Faff Vmfml, Tom OF N �71 - MK 71 - EKHMff SHWHIII A ow if .25.0' PERMANENT WAM EASEMENT oe�m.01111" OF A 0.073 ACM TFACT Or ILAN17 (Ur DON) iiiImmm N 7w N. HOLBROOK SURVEY,ABSTRACT No; 647 aTo rW VISTA WEST 11 L.P. 11 DEEDS CRRCDOERDDS N OFCTARS NNt 600 0N3Y5, 7T5EXAS FJIMXI;T, W"taldi III & JVpnd Piopooed Sanitary Scwar-Lau Ec serve the Wasisids Water THI(mOMani PARCH No-, 5-G &&5WJfirA )SITION AT"7,360 0.169 qCRES M8 " um-4 1 oft lam Does .. dazw VICINIV AP DAM SE7101MER 3. 200B pAoe I OF I WW& Pw�eut Hm! P264-531200 SO1540045031 .T 200-4,m GURMMOA & ASSOCIATES, INC. 103707 BREHMM D RGAD, S141C 53 F017 WWK 7X. 75112 R. '. .. . IM11 SURVEYOR 017-496-1424 FAX 817-496-170U By: THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submitter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 081281200911:08 AM Instrument M D209231763 E 9 PGS $44.00 D209231753 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MC 10810962/STNT215/drx NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. PERMANENT WA ER LINE EASEMENT Q DATE: .2009 . GRANTOR: FW Vista West 11, L.P. - "'• l %�" GRANTOR'S MAILING ADDRESS: 2929 West.5" Street Suite A Fort Worth, Texas 76107 rC1 GRANTEE: The City of Fort Worth n GRANTEE'S MAILING ADDRESS: .c/oReal Property Management 1000 Throckmorton Street �' Fort Worth, Texas 76102 Tarrant County, Texas CONSIDERATION: One Dollar:($1.00)-and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. That we, FW Vista West II, L.P., herein called "Grantors," for and in consideration of One and Noll00 Dollar ($1.00)-and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas. herein called "City" or -Grantee,- receipt of which is hereby acknowledged, do grant, sell and convey to the City, its successors and assigns, a non-exclusive easement for the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, herein called the "Easement Property," subiect-to all of the conditions and provisions hereof, and to have and to hold the Easement Property specifically described in Exhibit "A" and depicted in Exhibit `'B.;" attached and incorporated herein It is intended by these presents to convey an easement to the City to maintain and constrict two underground water pipelines and appurtenances with the rights of ingress and egress in the necessary use of the easement. This conveyance is made subject to the following conditions: I. This easement shall be used by the City only for the -purpose of laying, construction, inspection, maintenance, repair, replacement, operation and removal of hVo underground water pipelines, along with associated appurtenances, for the transportation of liquids in, through and across the Easement Property. 2. No permanent buildings, structures or other unprovements shall be placed on or over the Easement Property. However, it is expressly provided that Grantors,�their successors and assigns, shall have the right to use the Easement Property for the purposes of cultivating and growing crops, pasturing livestock thereon, and to make street, road and utility crossings across the easement upon .reasonable notice to City. The notice shall be in writing directed to the Director of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas 76102. The required written notice shall be deemed delivered and become effective three days after -being deposited in the-U.S.; Mail, certified or registered, postage prepaid or, if delivered by or some other manner, when actually received. Grantor may locate pipelines either between the top of the City's pipelines and the surface of the ground or under the City's pipelines; :provided, •however, any utility line must have a minimum of 18''vertical clearance to the Citf s lines. .Further, Grantors, their successors and assigns shall retain .and have the full use and enjoyment of the Property and said easement except for the rights herein -granted to; City and except for -any use which would unreasonably interfere with the rights herein granted �, to City. 3. This Easement is not an exclusive easement to the City. Grantor may use the Easement. Property and my grant such other easements, rights, -benefits or privileges with respect to the Easement Property as it may elect so long as such use and easements, rights, benefits or.privileges do -not unreasonably interfere with the Grantee's use of the Easement -Property. Grantor also may grant other utility providers the right to cross the Easement Property only if the crossing is at an angle between 45' and 90°. 4. The Easement Property -shall not be fenced at any time by Grantee except as may be necessary for temporary construction to lay and repair the pipelines. Grantors shall not be prevented in any manner from crossing the easement except during thee construction and repair of the pipe line. 5. The rights retained hereby by Grantors shall run with the land and shall inure to the benefit of the successors and assigns of each Grantor. 6. Grantee shall have no right to permit its agents, servants, employees or contractors to personally occupy permanently any part of the Easement Property and shall have no right to fence or enclose the Easement Property, or to use it for any purpose other than as .aforesaid. Grantee's rights are limited to the Easement Property and do not: PERMANENT WATER LINE EASEMENT Page 2 extend onto adjacent lands. 7. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and:expense within 90 days after the installation of the pipeline or any repair of the pipeline, includhig the restoration of any, roads, or similar surface improvements and vegetation and Bills located upon the Easement Property which may be removed, relocated, altered, damaged or destroyed as a result of the Grantee`s use of the easement granted hereunder. Grantee is obligated to restore the surface of the Easement Property to the same or similar condition as existed before the construction of the pipeline. 8. Grantee shall keep the Easement Property free and clear of all mechanics' and materiahnan's liens. If any such lien is -filed, Grantee shall cause the lien to be'. released or bonded around in accordance with the Texas Property Code on or before 30 days after it receives notice of the filing. 9. Grantee shall construct the water pipelines and all appurtenances thereto at its sole cost and expense. Grantee agrees to maintain, at its sole cost and expense, the water pipelines and all appurtenances thereto located within the Easement Propert an a good and safe condition, in a good state of repair, and in accordance with all applicable laws, including, without .limitation, snaking all -repairs, restorations, or replacements as necessary in connection therevgth. 10. This easement is conveyers under threat or imminence of condemnation. 11. When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of the date first written above. GRANTOR: Grantor: FW Vista West11, L.P By. FW VW II Corporatio , It's genera\ partner 1 By. Lee Nicol, President PERMANENT WATER LINE EASEMENT Page 3 GRANTEE: The City of Fort Worth By.—��.........cC :•� Fernando Costa Assistant City Manager APPROVED FOR FORM AND LEGALITY 71j-�- - /,, 'I'heodore.P. Gorski, Jr. Assistant City Attorney ACKNOWLEDGEMENT STATE OF��5C�t� § COUNTY OF _CCU Lfi _ BEFORE ME, the undersigned authority, a Notary Public in and -for the State of l qa.<GLO , on this day personally appeared ,��. jll c� l V`v of , authorized representative of FW VW u Corporation, a Texas:Corporation, the general partner of FW Vista West II, L.P.., a Texas, Limited ParMership, known to me to be -the -.person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it ifor the purposes and consideration expressed therein and in the capacity stated therein. n GIVEN UVDER MY HAND AND SEAL, OF OF : CE .this � day t i .tA �tL , 2009. 1 f Notary Public in and for SJA f 1�iCr1l1) PRISGILLA A. TEJADA z�Notaty Public, State. at Texas My Commission Expires: My Commission Expires 01/2812012 PERMANENT WATER LTNE EASEMENT Page 4 ACKNOWLEDGEMENT STATE OF TEXAS 5 COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary:Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant :City Manager of the City of.Fort Words, known to me to be the person whose naive is subscribed to this: instrument, and who acknowledged to me that the same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 1 otary Public in and for State of e a-; My Conunission Expires: J U.6 EVONIA DANIELS MY COMMISSION �,.�.�; EXPIRES",48,rt'' JulytG,20i3 PERMANENT WATER LINE EASEMENT Page 5 Permanent Water Line Easement to serve The Northwest Side Water Breatment'Plant Water Project No.: Parcel # 8i Old Weatherford Load N. Holbrook Survey, Abstract No. 647 E`XMIT "An Being a 40.0' permanent water line easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 40.0' permanent water line easement being out of a 20,779 acre tract of land (by deed), being further described as Tract IV, deeded to FW'Vista West II, L.P., as recorded in -County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 40.0' permanent water line easement being more particularly described by metes and bounds as follows: BEGINNING at a 112 inch iron rod with cup stamped "Fulton Surveying, inc." found in the west line of said Tract N, said 1/2 inch iron rod with cap stamped "Fulton Surveying, Inc." icing the southeast corner of a 34 560 acne tract of land (by deed) deeded to the City of Fort Worth'as recorded in County Clerk's File No. D20627401 I of the Deed Records of Tarrant,County, Texas, from which a 518 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES, INC_" round for the northeast corner of said 34.560 acre tract of land, bears North 00 degrees 15 minutes] 9 seconds -West, a distance of 950.47 feet, THENCE North 89 degrees 44 minutes 50 seconds East, adistance of 40,00 feet to apoint for corner, THENCE South 00 degrees 14 minutes 41 seconds East, a distance of 500.49 feet to a point for corner in the south line of said Ritact IV, said point being in the north right-of-way line ;of Old Weatherford Road (County Road 1022), a variable width xight-of-way; THENCE South 89 degrees 45 minutes 06 seconds West, a distance of 40.00 feet to a 1/2 inch iron rod found for the southwest comer of said Tract IV, said 112 inch iron rod being the southeast corner of a 598.460 acre -.tract of land (by deed) deeded to Vernon Investment Corporation as recorded in Volume 6342, Page 749 of the Deed Records of Tarrant County, Texas, THENCE North 00 degrees 14 minutes 41 seconds West, with the west line of said Tract IV and i dh the east line of said 598,460 acre tract of land, a distance of 500,48 feet to the POINT OF BEGINNING, and containing 20,019 square feet or 0.460 acres of land, more or less. Page 1 of 2 +r 7 Permanent Water Line Easement to serve i the Northwest Side Water Treatment Plant Water Project No.: Parcel # 51 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 N%./ NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.00M554132 for this project. All bearings and distances are surface. i Date: April 13, 2009 W.Trued Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 PFAW iacaw ®, ww!v YW 0 EXHIBIT 91B 19 mnatam m n ca Z-F LiL ao °"'" •�°� �e VICINITY MAP � FND 5/8'111 W/CAP STAMPED 'GORRONDONA k ASSOCIATES. INC.' FOUND) FOR THE NE CORNER OF MO 34,500 ACRE j Lor 't, awx 't its1 xORrlllrPl�l TA7EN:Y0N8ATA(BNr �y CABmr-A, sum f2aBrt j a P.'R.T.C.T_ L�r 34:360 ACRES (8Y DEED) CtIY OF FORT WOW C.C.F. .No. D206274011 I O.R.T.C.T. +_ -- - J. t 1 P. O.B. FNO 1/2IR W/CAP STAMPED 'FULTON'SURVETING OTC:" I. o { in r 3 REMAINDER OF A 590.45D ACRES (BY DEED) VERNON INVESTMENT CORPORATION VOLUME W42, PAGE 749 DILIC.T. 1 1 • 1 WE 1 �r LINE TABLE _ 1 EUI N�4 I N. EiQLF°Izoa� Gti�!Yi AHSVkAi 1 L-1 20.779 ACRE TRACT OF LAND (BY DEED) TRACT IV F W VISTA WEST II, L.P. C,C,F. No. D206035754 O.R.T.C.T. 4OW PERMANENT WATER LINE EASEMENT 20,042 $0. FT. OR .0,460 AC. Q MOTE AU. BEARINGS ARE 9AS€D ON THE O TMS COORDINATE SYSTEM, NAD-83, NORTH CENTRAL ZONE, UTIUMKG A 4) TXDQT SURFACE FACTOR OF 1.OD012 FOR THIS PROJECT. ALL BEARINGS AHD DISTANCES ARE SURFACE, WEATHERFORD ROAD (C,R. 1022) V L-2 (A VARIABLE YMRi RONT-OF-WA) City'oF Fort Worth t0D0 THRnaaamoN STRk7:T' PORT WORTH, TEXAS 75102 EXHIBTr SILaMNG A PERMANENT WATER LINE EASEMENT OUT OF A 20.778 ACRE TRACT OF [AND (BY DEED) STnLa b IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 3:cEE�L}; TO FW VIM 'WEST i; L.P,:�. T44ACt IV RE:CO DE0451 :CiC::.::w 1L4�.1�"�CPS dEED td D'5�:,a 't . T Cuu PROJECT, Northwest Water reatment Plant a a tEna Easement TSCALE: 200` `PARCEL. No.: .51 E ( ACQUISITION A E 20 t.F OR 0,460 ACRES DRAWN CAklD lE 1ST G DAT!< AP 13, PAGE 1 r Pro eata: �fiu �Q * 3GORRONDONA B ASSOCIATES, li 6707 BRE STAJR „ 'S11ILE TiL 78112 . , I I 1 .1 . ., 11 . u,, i.I. . . RMWERED PROF"cSIORN. LAND S NO. 5146 317-426-1424 FAXiai7-498-1788 URVEYOR By: THE CITY OF FORT WORTH REAL PROPERTY 1000 THROCKMORTON ST FT WORTH TX 76102 Submiiter: STEWART TITLE NORTH TEXAS INC SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196.0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 08/28/2009 11:08 AM Instrument #: D209231754 E 9 PGS $44.00 Iillll! II(I III(IIIII! IIIII IIIII Ilfll IIIII IIIII II(II Ills Irll D209231754 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: MG Westside III & IV and Proposed Sanitary Sewer Line to serve ,%uw, the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel # 5-B Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: August 28, 2008 GRANTOR: FW VISTA WEST II, L.P. GRANTOR'S MAILING ADDRESS: .`,,, 2929 West 5`h Street, Suite A Fort Worth, Texas 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 14.119 acre tract of land (by deed), being further described as Tract IlI, deeded to FW Vista West 11, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and 'B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as ..00r shown on Exhibit "B". Pagel of 3 It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. GRANTOR: FW Vista West II, L.P. GRANTEE: City of Fort Worth A Texas limited partnership By; (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 2 of 3 ACKNOWLEDGEMENT STATE OF COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,20 STATE OF TEXAS COUNTY OF TARRANT Notary Public in and for the State of Texas ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20_. Notary Public in and for the State of Texas Page 3 of 3 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant ...P01 Water Project No.: P264-531200 601540045631 Parcel # 5-13 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 14.119 acre tract of land (by deed), being further described as Tract III, deeded to FW Vista West Il, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest comer of said 'Tract III, said point being the southwest corner of a 1.579 acre tract of land (by deed) deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said point also being in the east line of a 10.009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership, et al as recorded in County Clerk's File No. D206280509 of said Deed Records of Tarrant County, Texas, from which a 1 inch iron rod found for the northeast comer of said 10.009 acre tract of land bears North 00 degrees 15 minutes 46 seconds West, a distance of 277.04 feet; THENCE South 72 degrees 39 minutes 20 seconds East, with the north line of said Tract III and with the south line of said Tract XIII, a distance of 41.97 feet to the POINT OF BEGINNING; v THENCE South 72 degrees 39 minutes 20 seconds East, with the north line of said Tract III and with the south line of said Tract XIlI, a distance of 531.73 feet to a point for the northeast comer of said Tract III, said point being the southeast corner of said Tract XM, said point also being in an east line of a 378.85 acre tract of land (by deed), being further described as Tract HA, deeded to Chapel Creek Limited Partnership as recorded in Volume 11029, Page 1159 of said Deed Records of Tarrant County, Texas, from which a 1 /2 inch iron found for the northwest comer of a 26.513 acre tract of land (by deed) deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206230768 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the east line of a 5.661 acre tract of land (by deed), being further described as Tract X, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas bears South 72 degrees 39 minutes 20 seconds East, a distance of 84.13 feet; THENCE South 00 degrees 43 minutes 00 seconds East, with the east line of said Tract III and with a west line of said Tract IIA, a distance of 21.04 feet to a point for comer; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 531.91 feet to a point for corner; THENCE North 00 degrees 15 minutes 46 seconds West, a distance of 20.98 feet to the POINT OF BEGINNING, and containing 10,636 square feet or 0.244 acres of land, more or less. Pagel of 2 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDoT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: August 28, 2008 C . Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 oT c FND 1" IRON ROD —EXHIBIT "B " 20.0' PIPELINE EASEMENT 11 _ — 25A' PERMANE_NT EASEMENT �� CROSSTEX NORTH TEXAS GATHERING, L.P CITY OF FORT WORTH 3 C.C.F. No. D207091387 VOLUME 16450, PAGE 64 D.R.T.C.T. D.R.T.C.T. �Io 2.984 ACRESTRA(BY DEED) CT FW VISTA WEST II, LP. C.C.F. No. D206035754 D.R.T_C.T_ ~ ZI 25.0' PERMANENT EASEMENT TRACT 330.0' PIPELINE AND ACCESS EASEMENT _ _� r� 1 CITY OF FORT WORTH _ VOLUME 16137, PAGE 229 VERNON INVESTMENTS CORPORATION, INC. ��D.R.T.C.T. C.C.F. D.R.T.C.T. 343516 P. �. (� . , I L~T ` �� r� C, x /9A,RES p %� _ car C F % W. o\ BOA D9 ACRE TRACT OF SORTE LIMITED PARTNERSHIP, SHIIP,, ET BY DEED) �• • 0. B. `� ��z;`?9.2U' f O'R �C T 0.3 S , L; C.C.F. No_ D206280509 y 5A b- 30' ROAD AND PIPELINE ROW HOLLIS R. SULLIVAN, INC. Q� G C.C.F•D 02C5267559 I I I_� REMAINDER OF CT 3A8.85 ACRES CHAPEL CREEK LIMITED PARTNERSHIP VOLUME 11029, PAGE 1159 O.R.T.C.T. �� 5.661 ACRES (BY DEED) TRACT X FW VISTA WEST II, LP. C.C.F. No. 0206035754 D.R.T.C.T. D.R.T.C.T. II 392o.w` ....1..1._ ` ` 20.0' PIPELINE EASEMENT N ' \ S31.9 .'w :..,r_.. C�2 •FjyO 348j ACRfs CROSSTEX NORTH TEXAS GATHERING, L.P. II / C.C.F. No.O.R.T.CT7091387 I I 20.0' TEMPORARY �� oD" C. �tio (wf�7fD1 TRACr \, II �' CONSTRUCTION EASEMENT �(�3 oR��r035jS4 m TRACT 3 10.636 SO. FT. OR 0.244 AC. 30.0' PIPELINE AND ACCESS EASEMENT I I 14.119 ACRES (BY DEED) VERNON INVESTMENTS CORPORATION, INC. I I TRACT III 26,513 ACRES (BY DEED) C.C.F. No. 0204343516 WHITE SETTLEMENT D.R.T_C.T. II FW VISTA WEST II, L.P. I INDEPENDENT SCHOOL DISTRICT REMAINDER OF A 567.553 ACRES C.C.F. No. D206035754 C.C.F. No. D206230768 (BY GEED) II I D.R.T.C.T. 1 ' D.R.T.C.T. BOA SORTE LIMITED PARTNERSHIP, ET AL I i 1 C.C.F. No, 0204343515 O.R_T.C.T. I I NOTE: ALL BEARINGS ARE BASED ON THE 200 100 0 200 I I TEXAS COORDINATE SYSTEM, MAD-83, NORTH CENTRAL ZONE. UTILIZING A II TXDOT SURFACE FACTOR OF 1.00012 FOR THIS PROJECT. ALL BEARINGS AND SCALE IN FEET 11 DISTANCES ARE SURFACE. O 'SORT Ci tv o l Fort Wo rtti PRQIECT PRIDIE wCEco 1000 7HROCKMORTON STREET FORT WORTH, TEXAS 76102 UWAMON RID 71 Gc Rio c P, f�. OLD WEA7,IMFORo RR. OLD WFATHEAEORo AD. CRWN Re. s I.H. ao o. c»� �I I VICINITY MAP Pam N 79 "��� 1.�531.73, EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT OUT OF A 14.119 ACRE TRACT OF LANE) (BY DEED) SITUATED IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO FW VISTA WEST II, L.P., TRACT III RECORDED IN C.C.F. No. 206280509 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Westside III & IV and Proposed Sanitary Sewer Line to SCALE: 1 = 200' serve the Westside Water Treatment Plant PARCEL No: 5—B EASEMENT ACQUISITION ARF..A 10.636 S UARF FFFT OR D.244 ACRES JOB NO. 0709-3015 I ORAWµ f Y . qnn FILE, 315M aosements,OWG DATE AUGUST 28 2008 PAGE OF 1 Water Protect No.: P264-531200 601540045631 GORRONDONA do ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD, SUITE 5 FORT WORTH, TX. 76112 LINE TABLE LINE BEARING DISTANCE ' L-1 S 723910"E A1.97' L-2 S 72'39'20-E 84.�3' L-3 S 00'43'00'E 2 ,01 4' L-4 N 0095746'W 20.9V SURVEYOR- Westside III & 1V and Proposed Sanitary Sewer Line to serve Now the Westside Water Treatment Plant Water Project No.: P264-631200 601540045631 Parcel No. 5-E Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 3, 2008 GRANTOR: FW VISTA WEST II, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 50' Street, Suite A Fort Worth, Texas 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 13.096 acre tract of land (by deed), being further described as Tract VL and being out of a 214.151 acre tract of land (by deed), being further described as Tract V1I, and also being out of a 8.739 acre tract of land (by deed), being further described as Tract XH, all tracts mentioned above being deeded to FW Vista West 11, L.P., as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and `B". Pagel of 4 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the `.lol easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B°. It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line, Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. N."pol Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: FW Vista West II, L.P. GRANTEE: City of Fort Worth a Texas limited partnership By: (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF § COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of .20 Notary Public in and for the State of ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,20 Notary Public in and for the State of Texas Page 4 of 4 Westside III & IV and Proposed Sanitary Sewer Line to serve .090, the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-E Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHU31T "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 13.096 acre tract of land (by deed), being further described as Tract VI, and being out of a 214.151 acre tract of land (by deed), being further described as Tract VII, and also being out of a 8.739 acre tract of land (by deed), being further described as Tract X11, all tracts mentioned above being deeded to FW Vista West 11, L.P., as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod found for the most northerly northwest corner of said Tract VII, said 1/2 inch iron rod being the northeast corner of a 26.513 acre tract of land (by deed) deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206230768 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the south line of a 3.467 acre tract of land (by deed), being further described as Tract X1, deeded to FW Vista West II, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 72 degrees 39 minutes 20 seconds East with the north line of said Tract VII and with the south line of said Tract XI, passing at a distance of 100.37 feet, a point for the northeast comer of said Tract VII, said point being the northwest corner of said Tract VI, passing at a distance of 464.70, a point for the northeast comer of said Tract V1, said point being in the west line of said Tract XII, in all, a distance of 581.99 feet to a point in the east line of said Tract XII, said point being in the west line of a tract of land deeded to Oncor Electric Delivery Company as recorded in Volume 8736, Page 1787 of said Deed Records of Tarrant County, Texas; THENCE South 22 degrees 24 minutes 53 seconds East, with the east line of said Tract XII and with the west line of said Oncor Electric Delivery Company tract of land, a distance of 26.02 feet to a point for comer; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 596.63 feet to a point in the most northerly west line of said Tract VII, said point being in the east line of said 26.513 acre tract of land, said point being the beginning of a non -tangent curve to the right having a radius of 700.00 feet, a central angle of 01 degrees 38 minutes 43 seconds and whose chord bears North 11 degrees 37 minutes 13 seconds East, a distance of 20.10 feet, from which a 1/2 inch iron rod found for comer in the most northerly west he of said Tract VII bears a chord bearing of South 04 degrees 19 minutes 13 seconds West, a distance of 197.81 feet; THENCE with said non -tangent curve to the right with the most northerly west line of said Tract VII and with the east line of said 26.513 acre tract of land, an arc length of 20.10 feet to the POINT OF BEGINNING, and containing 11,787 square feet or 0.271 acres of land, more or ..01 less. Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-E Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1,0001554132 for this project. All bearings and distances are surface. Date: September 3, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 LaT '. BLOCK SACLS MOUNTAIN BALANCING EXHIBIT RBSEArOM CABINET A. SLIBB 10961 P.B.T.C.T. �% 3.457 ACRES (BY DEED) 2.175 ACRES (BY DEED) P ,% TRACT XI MICHAEL L. CARTER. TRUSTEE �,�+� FW VISTA WEST II. LP. CC F No D206035754 C.C.F. No. D205304534 e.*) 7!B !7 HOLSR0OK SURVEY ABSTRACY 140. 647 N. D.R.T_C.T. 25.0' PERMANENT EASEMENT 2 a — nERMANENT 30' WATERLINE EASEMENT D.R.T.C.T. \ CRY OF FORT WORTH v CITY OF FORT WORTH TX\ VOLUME 16137, PAGE 229 A N` VOLUME 16200. PAGE 368 C c Cr, / 0 D.R.T.C.T. �` O.R.T.C.T. F, c £L tP �7 6p C M 1/VY `� �ip�� —25 CIiYEOFAFORi WNT ORTH C•T 6 VOLUME 16137. PAGE 225 D.R.T.C.T. NOS P.O.B. / ���`� ` `` ` �` 0.873 ACRES (BY DEED) FND 1/2'J;• S' _ T XFV S�2• y�+.,� _ ! FW VISTA WEST 11, LP. IRON ROD `� `' •••-3920„ NO C.C.F. No. D206035754 .. a. C-Z u, ' N y2 9=`99` ` _ = _ D.R.T.C.7. IRON ROD 26.513 ACRES (BY DEED) t WHITE SETTLEMENT INDEPENDENT SCHOOL DISTRICT C.C.F. No. D206230763 I 20.0, TEMPORARY D.R.T.C.T. CONSTRUCTION EASEMENT�,� p 214.151 ACRES (BY DEED) 11.787 SO. FT. OR 0.271 AC. o9 \�,t, �rp� TRACT W 1 13.096 ACRES (BY DEED) ws 87.154 ACRES (BY DEED) FW VISTA WEST 11. L.P. t C.C.F. No. 0206035754 1 D.R.T.C.T. 1 TRACT VI 1 FW VISTA WEST 11, LP. C.C.F. No. 0206035754 `qP? o6 -A�N� r r a\a• �"\ a o ✓ o� TRACT VIII FW VISTA WEST II, L.P. C.C.F. No. 0206035754 1 D.R.T.C.T. '�A a 1. 947 nn D.R.T.C.T. { L 90.0' WIDE PIPELINE EASEMENT _����!!! 1 TARRANT REGIONAL WATER OISfRICT 3 � 1 C.C.F. No. D205152765 j�\ { l D.R.T.C.T :I WWo�r City PFMJM /n 19 200 100 0 200 SCALE IN FEET LINE TABLE LINE I BEARING I DISTANCE L-1 S 2272WSWE 26.02' CURVE TABLE 4 All 2.700 NOTES: 1. PASSING AT 100.37' NE CORNER OF TRACT VII NW CORNER OF TRACT VI 2. PASSING AT 464.70' NE CORNER OF TRACT VI W LINE OF TRACT XII NOTE: ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM, NAD-83. NORTH CENTRAL ZONE. UTILIZING A TXDOT SURFACE FACTOR OF 1.00012 FOR THIS PROJECT. ALL BEARINGS AND DISTANCES ARE SURFACE. of Fort Worth Uk-= 1000 THROCKMORTON STREET FORT WORTH. TEXAS 76102 OW c' EXHIBIT SHOWING A •,ya✓ ^ y.. �_ ' 20.0' TEMPORARY CONSTRUCTION EASEMENT i- wnam� m OUT OF A 13 096 214 151 & B 739 ACRE TRACTS OF LAND (BY DEED) �� •'' r "v" -T `.i -r UL 30 u� VICINITY MAP N.T.S. nn eurduff m W. •SITUATED IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 T,+i •'; DEEDED TO FW VISTA WEST II L.P. IN. TRI.I ETT �,1rIi.5�;ii+! ?: RECORDED IN C.C.F. No. D206035754 .+•ftt••1L +R•, DEED RECORDS OF TARRANT COUNTY„ TEXAS 51"� �9O�Spa ''C'. 6 � PROJECT: Westside III & IV and Proposed Sanitary Sewer Line to SCALE: 1" = 200' J�f'••. CS ..< . 3sf serve the Westside Water Treatment Plant PARCEL No.: 5—E ` EASEMF_NT AC011ISITION AREA 11,787 SQUARE FEET OR 0.7.71 ACRES , TRU Ik O JOB NO. 0709-3011 1 DRAWN BY: TTW I CARD FILE: 315M eaeementn.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 3. 2008 1 PAGE 1 OF 1 I Water Protect No.: P264-531?� �jD1540045631 NO. 5146 GORRONDONA & ASSOCIATES, INC. 6707 BRENTWOOD STAIR -ROAD, SURE SO��FO RTH 11X. 76112 817-496-1424 FAX 917-496-1765 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant ,..i Water Project No.: P264-531200 601540045631 Parcel No. 5-F Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 17, 2008 GRANTOR: FW VISTA WEST II, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 51h Street, Suite A `MW Fort Worth, Texas 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 5,661 acre tract of land (by deed), being further described as Tract X, deeded to FW Vista West II, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Page 1 of 4 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission fine. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: FW Vista West II, L.P. GRANTEE: City of Fort Worth a Texas limited partnership By: (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of .20 Notary Public in and for the State of ACKNOWLEDGEMENT STATE OF TEXAS § Nftwel COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2Q Notary Public in and for the State of Texas Page 4 of 4 Westside III & IV and Proposed Sanitary Sewer Line to serve `o' the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-F Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 5.661 acre tract of land (by deed), being further described as Tract X, deeded to FW Vista West II, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest comer of a 14.119 acre tract of land (by deed), being further described as Tract III, deeded to said FW Vista West H, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said point being the southwest conger of a 1.579 acre tract of land (by deed), being further described as Tract XIII, deeded to said FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said point also being in the east line of a 10.009 acre tract of land (by deed) deeded to BOA Sorte Limited Partnership, et al as recorded in County Clerk's File No. D206280509 of the Deed Records of Tarrant County, Texas, from which a 1 inch iron rod found for the northwest comer of a 2.984 acre tract of land (by .r deed), being further described as Tract I deeded to said FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas bears North 00 degrees 15 minutes 46 seconds West, a distance of 277.04 feet, said 1 inch iron rod being the northeast corner of said 10.009 acre tract of land; THENCE South 72 degrees 39 minutes 20 seconds East, with the north line of said Tract III and with the south line of said Tract M, passing at a distance of 573.70 feet, a point for the northeast comer of said Tract 111, said point being the southeast corner of said Tract XM, said point also being in a west line of 378.85 acre tract of land (by deed), being further described as Tract IIA deeded to Chapel Creek Limited Partnership as recorded in Volume 11029, Page 1 t59 of said Deed Records of Tarrant County, Texas, in all, a distance of 605.24 feet to the POINT OF BEGINNING of the herein described 20.0' temporary construction easement, said point being in the west line of said Tract X, said point also being in an east line of said Tract UA; THENCE South 72 degrees 39 minutes 20 seconds East, a distance of 52.59 feet to a 1/2 inch iron rod found for the southwest comer of a 3.467 acre tract of land (by deed), being further described as Tract XI, deeded to said FW Vista West II, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being the northwest comer of a 26.513 acre tract of land (by deed) deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206230768 of said Deed Records of Tarrant County, Texas, said 112 inch iron rod also being in the east line of said Tract X; Page 1 of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-F Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE South 00 degrees 43 minutes 00 seconds East, with the east line of said Tract X and the west line of said 26.513 acre tract of land, a distance of 21.04 feet to a point for comer; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 52.59 feet to a point in the west line of said Tract X, said point being in an east line of said Tract IIA; THENCE North 00 degrees 43 minutes 00 seconds West, with the west line of said Tract X and with an east line of said Tract IIA, a distance of 21.04 feet to the POINT OF BEGINNING, and containing 1,052 square feet or 0.024 acres of land, more or less. NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 17, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 S*M001 Page 2 of 2 FND 1' IRON ROD ------------------ IFRWW6 ----------- 25.0' PERMANENT EASEMENT CITY OF FORT WORTH VOLUME 16450, PACE 64 D.R.T.C.T. EXHIBIT "B " 20.0' PIPELINE EASEMENT #1 — — CROSSTEX NORTH TEXAS GATHERING, L.P. C.C.F. No. D207091387 2.984 ACRES (BY DEED) D.R.T,C.T. TRACT l FW VISTA WEST II. LP. C.C.F. No. D206035754 ------_ —_' '� zj D.R.T.C.T. �`\ 25.0' PERMANENT EASEMENT TRACT 3 ----___�_`_�—'— 30.0' PIPELINE AND ACCESS EASEMENT — i _'r�__� CITY OF FORT WORTH �� 16137. PAGE 229 VERNON INVESTMENTS CORPORATION• INC. C.C.F. OT 34351 B 'z j 1 _ _VOLUME D R.T.C.i. r�Cr9 P. �. C.�s D.R.T Co. _S % `1 k ACRES\ 10.U09 ACRE TRACT OF LAND (BY DEED) I `\9'2p„ ` CCF PW VJ�B1 Df&p` BOA SORTIE LIMITED PARTNERSHIP, ET AL C.C.F. No, p206280509 \ SO$`4 p•R. C�6 F5 0.N.T.C.T. ; F II 20.0' PIPELINE EASEMENT #2 li P•O'B' CROSSTEX NORTH TEXAS GATHERING, L.P. C.C.F. No. 0207091387 PASSING AT 573.70' D.R.T.C.T I I NE CORNER OF TRACT IH - IN REMAINDER OF AA 567.553 ACRES I LINE OF TRACT RA L-4 DEED) I i 14.119 ACRES (BY DEED) BOA SOR TS LIMITED PARTNERSHIP, ET A� i I I TRACT III L-3 - 1 B 1 B C.C.F. No. D204343515 I I FW VISTA WEST 11, L.P. D.R.T.C.T. 200 100 0 200 I I i� I C.C.F. No. 0206035754 D.R.T.C.T._ HOLBROOK SURVEY N ABSTRACT N0. 647 SCALE IN FEET ` LINE TABLE I BEARING DISTANCE NOTE; ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE S 7239'20'E 52 59'SYSTEM, NAD-63. NORTH CENTRAL ZONE. UTILIZING A i LUNE S 00'43'GO'E 21.04' TXDOT SURFACE FACTOR OF 1,00012 FOR THIS PROJECT. N 72.39?D;W 52.59' ALL BEARINGS AND DISTANCES ARE SURFACE. , �� MAPMO n1a 71 o® a Mn 1,c nan M DAWN 101. g VICINITY MAP N.T.S. EXHIBIT SHOWING A 20.0' TEMPORARY CONSTRUCTION EASEMENT OUT OF A 5.661 ACRE TRACT OF LAND (BY DEED) SITUATED IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO FW VISTA WEST II, L.P. RECORDED IN C.C.F. NO. D206035754 DEED RECORDS OF TARRANT COUNTY. TEXAS PROJECT: Westslde III do IV and Proposed Sanitary Sewer Una to I SCALE: 1" = 200' serve the WestsTde Water Treatment Plant PARCEL No.- 5—F EASEMENT ACQUISITION AREA 1 052 SQUARE FEET OR 0.024 ACRES JOB NO. 0709-3015 I DRA N BY: TTW I CADD FILE 3158A •aaamants.aWa DATE SEPTEMBER 17, 200j1 PAGE ) OF 1 1WcAer Project No__ P264-531200 601540045531 GORRONDONA &: ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD. SUITE 50 FORT WORTH, TX. 76112 1 �--1— 30' ROAD AND PIPELINE ROW I ' I HOLLIS R. SULLIVAN, INC. I 1 ( C.C.F. No. 0205267559 1 1 D.R.T.C.T. j-- REMAINDER OF A 378.85 ACRES I TRACT IU1 1 CHAPEL CREEK UMITED PARTNERSHIP 1 1 1 VOLUME 11029. PACE 1159 I( 1 D.R.T.C.T. 1�-- 5.661 ACRES (BY DEED) 1 1 1 TRACT X 1 1 I 1 1l 1 `1 1 1 1 I 1 I E 1 1 FW VISTA WEST 11, LP. C.C.F. No. D206035754 _ D.R.T.C.T. FND 'IV 1RON I/?- C.CFVisrq� \ o R o2a A35C pCT' k1 \ 20.0' TEMPORARY CONSTRUCTION EASEMENT 1.052 SO. FT. OR 0.024 AC. 26.513 ACRES (BY DEED) WHITE SETTLEMENT INDEPENDENT SCHOOL DISTRICT C.C.F. No. 0206230768 D.R.T.C.T. NO" W- 0 City or Fort Worth 1000 THROCKMORTON STREET FORT WORTH. TEXAS 76102, . TRUEIT LSON REGISTERED PROFESSIONAL LAND SURVEYOR - NO. 5146 817-496-1424 FAX 817-496-1765 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-H Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 17, 2008 GRANTOR: FW VISTA WEST II, L.P. GRANTOR'S MAILING ADDRESS: 2929 West 5"' Street, Suite A Fort Worth, Texas 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction casement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 87.154 acre tract of land (by deed), being further described as Tract V111, deeded to FW Vista West 11, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and `B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Pagel of 4 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit pelt. It is further agreed and understood that Grantee will be permitted to use the easement to construct a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: FW Vista West if, L.P. GRANTEE: City of Fort Worth a Texas limited partnership By: (Name of person authorized to sign), Title Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF § COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20___.. Notary Public in and for the State of ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2C . Notary Public in and for the State of Texas Page 4 of 4 Westside III & IV and Proposed Sanitary Sewer Line to serve .001 the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-H Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 87.154 acre tract of land (by deed), being further described as Tract VIH, deeded to FW Vista West 11, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 518 inch iron rod found for the northwest corner of a 0.873 tract of land (by deed), being further described as Tract XIV deeded to FW Vista West H, L.P. as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said 5/8 inch iron rod being in the east line of a tract of land deeded to Oncor Electric Delivery Company as recorded in Volume 8736, Page 1787 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod also being an angle point in the southerly line of Lot 1, Block l of Eagle Mountain Balancing Reservoir, an addition to The City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 10961 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod found for the northeast corner of said Oncor Electric Delivery v Company tract of land bears North 22 degrees 24 minutes 53 seconds West, a distance of 97.57 feet, said 5/8 inch iron rod being an angle point in the south line of said Lot 1, Block 1; THENCE South 22 degrees 24 minutes 30 seconds East with the west line of said Tract XIV and with the east line of said Oncor Electric Delivery Company tract of land, a distance of 148.97 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the northwest corner of said Tract VM, said point also being the southwest corner of said Tract XIV for; THENCE South 72 degrees 38 minutes 51 seconds East, with the north line of said Tract VIR and with the south line of said Tract XIV, a distance of 284.02 feet to a point for the southeast comer of said Tract XIV, said point being an exterior ell corner in the west right-of-way line of Westpoint Boulevard (a 120.0' right-of-way); THENCE South 72 degrees 38 minutes 26 seconds East, with the north line of Tract VIE and with the south right-of-way line of said Westpoint Boulevard, a distance of 86.28 feet to a point for corner; THENCE South 17 degrees 21 minutes 34 seconds West, a distance of 20.00 feet to a point for corner; THENCE North 72 degrees 38 minutes 26 seconds West, a distance of 353.68 feet to a point in the west line of said Tract VIII, said point also being in the east line of said Oncor Electric Delivery Company tract of land; THENCE North 22 degrees 24 minutes 30 seconds West, with the west line of said Tract VIII and with the east line of said Oncor Electric Delivery Company tract of land, a distance of 25.98 feet to the POINT OF BEGINNING, and containing 7,235 square feet or 0.166 acres of land, more NNow, or less. Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-H Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 17, 2008 W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 EXHIBIT99B 99 I NOTE: ALL BEARINGS ARE BASED ON THE TEXAS 0000OINATE SY S e�2060311wl8Y \ \ Slr _ 2`s�T I' t7i,;z>iQY 3.467 ACRES (BY DEED) TRACT X1 FW VISTA WEST 11, I.-P. C.C.F. No. D206035754 D.R.T.C.T. 1 214.151 ACRES (BY DEED) J[— - O- C- TRACT VII FW VISTA WEST 11, L.P. C.C.F. No. 0206035754 Ok-F.C.T. P.O.B. LOT f, BLOCS f i j + NORTH CENTRAL ZONE, ZING A IN 3 EAGLE MOUNTABALANCIN.00 G j TXDOT SURFACE FACTOR OF 1012 FOR THIS PROJECT. ALL BEARINGS AND CABhVj?V A$SUDE f096f I DISTANCES ARE SURFACE I LU _ FND 5/8-IRON ROD i ¢ UNE TABLE —0.873 ACRES (BY DEED) j j X ' { UNE BEARING DISTANCE ' TRACT XIV 1 U 1 L-1 N 2 '24�53-W 97.57' FW VISTA WEST II. LP. r 0 L-2 ! C.C.F. No. 0206035754 j J L-3 S 7zz' Jq'26-E 86.28' `\ D.J.T.C,T. I J iAs 1 L-4 S 11' 1 7 LL_ N 7a'74!1n`W 98' .S BLOCS 16 CHAPEL /RITES RANCH PHA SE \ _ • �2 38" - 'T VOLUME 388-208, PAGE 94 284Wft 1POlAir Aft 26.513 ACRES (BY DEED) \ �\ WHITE SETTLEMENT 1 INDEPENDENT SCHOOL DISTRICT { 1 90.0' WIDE PIPEUNE EASEMENT C.C.F. No. D206230768 { TARWWT REGIONAL WATER DISTRICT D.R.T.C.T. — — \ 1\` C.C.F. #D205152765 I D.R.T.C.T. IP LA`�� 214.151 ACRES (BY DEED) TRACT VII FW VISTA WEST II, LP. C.C.F. No. D205035754 D.R.T.C.T. '000� verge FAM 71 am a rurllwum 1m. QID WEADmvam rm , E. LK 30 VICINITY MAP N.T.S- 1 1 1 I y '°7 G rr" 13.025 ACRES (BY DEED) TRACT w FW VISTA WEST 11, L.P. C.C.F. No. D206035754"�- TEMPORARY CONSTRUCTION EASEMENT .235 SQ. FT. OR 0.166 AC. N D.R.T.C.T. \ N G c1 n�\ 87.154 ATRACT VII Jj; BY DEED) 200 100 0 200 F oFW VISTA WEST II, LP. j C.C.F. No. D206035754 D.R.T.C.T. SCALE IN FEET FORTWOUH City of Fort Worth FORT WORTH. TEXAS EXHIBIT` SHOWING A 20.0' TEMPORARY CONSTRUCTION EASEMENT OUT OF A 67.154 ACRE TRACTS OF LAND (BY DEED) SAUATED IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO FW VISTA WEST II, L.P. RECORDED IN C.C.F. No. D206035754 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: Westside III do IV and Proposed Sanitary Sewer Une to SCALE: 1" = 200' serve the Westslde Water Treatment Plant PARCEL No.: 5—H EASEMENT ACQUISITION AREA 7 235 SQUARE FEET OR 0.166 A RES JOB No. 07DO-301 DRAW BY: TTW `CADD FILE: 315M easemente.DWG DATE: SEPTEMSER 17. 2008 M PAGE 1 OF 1 I Water Protect No., P264-531200 601540045631 GORRONDONA & ASSOCIATES, INC. 5707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH. TX_ 76112 1000 THROCKMORTON STREET 76102 "^ wL1 •I .GIMERED PROFESSIONAL LAND SURVEYOR - ). 5146 817-496-1424 FAX 817-496-1768 A Memorandum of Agreement Parcel 6 Chapel Creek Limited Partnership Chapel Creek Limited Partnership, referred to in this Memorandum as "Grantor", agrees to grant to the City of Fort Worth, Texas, "Grantee, 0.391 acres of which .0377 acres will be for Permanent Waterline Easement and 0.014 will be for Temporary Construction Easements across Grantor's properties located In Tarrant County, Texas, said property being described more particularly in Exhibits "A and B " attached hereto and by reference made a part hereof. Grantee shall pay to Grantor the sum of $10,000.00 as consideration for the conveyance of the Permanent and Temporary Construction Easements representing the fair market value of said property conveyed. Grantee agrees to return the construction area to condition as good as or better than that prior to construction. Dated this 5 day of 2009 ,tACL /4. clz��41 GRANTEE; City of Fort Worth Received Time MaY• 6. 12:29PM ..i GF# 10810365 STNT! `:x/215 Electronically Recorded official Public Records Tarrant County Texas 2009 Sep 29 03:37 PM D209259101 Fee: $ 48.00 Submither LANDATA 9 Pages NOTICE OF C vrtrty v it t r x .iuuuI'S: r YOU An A NATt RAL PERSON, YOU MAY RBMQVE1qRnS%VMft1' TY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRE MENT.BFYORE IT IS FILED FOR RECORD IN THE PU-BL1C RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIER' S LICENSE NUMBER. PERMUNENT WATER L XASOVENT DATE: September 3, 2008 GRANTOR; QR.ANTOR'S MAILING ADDRESS: GRANTER. GRANTEE'S MAIL rj .ADDRESS: Chapel Creek Limited Partnership 2611 Cedar Spfts Road SuitO'20Q Dallas, Texas 7,5201-1311 The City of Foot Worth 'c/o Real Property Maus ement 1000 ThmzI mor an Street Fort Wordb, Texas 76102 Tam= County, Texas COI* SMERATION: One Dollar (S1.04) and other good and valuable consideration, the receipt and suffi.cieucy ofwhich is hereby aclmowledged. That we, Chapel Creek Limited Partnership, herein ealiecthmely called "Cnantors', for and in consideration of0w and No/I00 Dollar ($,I.00) and other valuable e msi.deratioa paid by fhe City of Fort Worth, a mai:cipal cvrpaaratioa of TarTaat County, Teaas, herein called "City" or "Grantee,".receiipt ofwhiehis hereby arknowledned, do grant, sell and convey to the City, its successors and assigns, the use and passage in and along the Moving parcol or tract of land situated in Tarrant County, Texas, herein called the "BasementPraperty," subject to all of the conditions and provisions hereof, and to have and to hold the prwaizes desad-b ed in Eihibit `k and depicted iu Exhibit "B," attached and incorporated herein, together with all andsinpl ar rights and appurtenances thereto in aayrorise belonging to the City, its successors and assigns, forever, by ttUrougb or under Cnantars, but not otherwise_ U MAMW WATER LM FAMMSN-r j f A Fags i ara 2W It is intended by these presenia to convey an easement to the City to maintaiu and construct two andergronnd watrxpige hues and appurtenances with the rigbts of ingress and egress In the necessarywe of•the easement. This aonveyame.is made subject to the following conditions, . l . This easement &luau! he used by City only for the purpose of laying, con=uction, inspection, maintenance, repair, replacement operatim and removal of two underground water pipe N ues, along with associated appurtenances, for the transportation of litiuids in, •through and across the Easement Property. 2. • No permanent bWl&nges, strictures or other improvements shall be placed on or over the EaseaneatProperly. Mwever, it is expmslyprovided that Granttom, their successors and assigns, shall have the right to use the Property for the ptuposes of cultivating and grovying crops, pasta xi g livestoektherecm, and to awake stret road and utility ctossi ngp across the easement upon reasonable notice to City_ The notice shallbe in writing di eeted to ft Director of the Fort Worth Watw Depaitamt,1000 Throclnnoston Street; Fort Worth, Texas ZfiIO2. The required written notice shall be deemed delivered eked and become uactive three days a#ter being deposited in the U S. Mai, cwffied orregistered, postage prepaid or, if deitvered'by fax or soma-other.mauner, -when, actually received. Grantors may%cate pipelines either between, the top of the City$ pip -- lines and the surface of the ground or under the'Citf a •pipe Lines; provided, however, any utility line must have a ..,..,kS"vertical clearance to the Qt3as lines. Furd=, Grantors, their successors and assigns shall retain end have the full use and enjoyment of the Property and said easement except for the fights& her n granted to City and mc-eptfor any use Which would umas omably interfere with the rights herein granited. to City. 3. Tbis Easement is not an exclusive easement to City and Grantors retain all rights to use the Easement Property in any way that does not interfere in ar;y material way and is not inconsistent with the rights Wanted. hereunder. Grantors may grant other nMy providets the right to cross the BAsenmeut Area only if tau; crossing is at -an angle between 45° aid 9o°. 4. T'he Easement Property shall not be fenced at any time by Graff =ept as maybe necessary for temporary construction la lay and repair the pipeline. Grantors shall not be prevented in any marmer fr= crossing the easement except during the construction and repair of thepipe line. • 5. The tights retained hereby by Grantors shall run wi€h the land and shall imue to the benefit of the successors and assigns of each Grantor. PRRMM MWJ%T6PLLWEWEMEW PQge2or5 6. Grantee shall have no Tight to p=it its agents, servants, employees or contractors to personally occupy pern=endy any part of the Easement Properly and shall have no Tight to fence or enciose the Easement Property, or to use'h for any purpose other #ban as aforesaid. grantee's rights are Waited to the Easement Properly and do not wend onto adjaaeat lands. 7. Grandee shall be obligated in -restore tho sorfaca of the Easement Property at Grantee's sole cost and expense Rdtbm. 90 days after the installation of the pipe line or any repair of the pipe, line, including the restoration of any, roads, .or similar suufrace imprmft, a nts and vegetation and bids located upon the Easement Property which may be removed, relocated, altered; damaged or destroyed as a result of the Grantee'--s use of the easement,graated hereunder. Orantee is obl%gated to restore the surface of the Easement Property to $ie same or smnlar conditicm as existed before the constr=tion of the 8. This easement is ctmveyed'a drz throat or imminence of comdemnation. Eximuted to be effective as of the date first writteii above. emwA2 m.-As-rER.mmsASman Pap Inc$ i ACiKNQWLEDGEN ENT STATE OFP�C� § COUICY OF -- BEFORE ME, the underggned authority, a Notary Public in and for the f . am this; day personally appeared �Lte6'Ard-lid �q"S f t''l.�i` t e/ rf -i— , authorized representative of Chapel Creels Limited Partnership, a Texas limited partnership, l=wn to me to be the person whose name is subscribed to this msU=ent, and who acknowledged to g,e that he/she executed it for the purposes'and consideration expressed therein and is the capacity stated therein. �� L{SA b{CRSO� afi • Notary Publca in and for the State of ' �s ou b satz 2 My Cora=a sionExpires: v AFTER RECORDTNd RETURN T0: Mr . 'Timmy Smith Transystems 500 W. 7th St Suite 13.00 Fort Worth, Texas 761-02-4700 PEEb1ANfNC4lA'17t UHE9ASTdHNT Nge 5 GO ACKNOY&EDGEMERT SMATE OF tIO)JIMN-OF S EiEPbAS 1(i4, 96e Wdeftigalad AWM W tEtf foRMG adf- :9.11 -thi-I day jpkqNop?4.•qpeW,,d knoym.-Ao. m Iq �q tft@ ft'V UNEfffff6M.11� Aft, AWI> Sfe& ZF i5'Fy- R PEFO-51E ..:a Am - I lubillo' SIn gyrd. I r fhb Staia !l* 5D44', on fblpFdi ovm, topMe beft, ciiiffibiP j;-sqbsqiW *rl m.mtit use' faregolrig:irts#rut enf;, at d ac{ctlblNlet�ge�i 'to zee ?tii {fie ?Vaw.-V. as-. M. i rif 10W of �i AhO ikAi SRO BE zA ,s5nD4nn,6r I A"TTexas �Efms fir EVONLkDANM MYCOMMSSNWIRES iulyz,2013 fla- _4011 % l ostside •lil & IV and Prop6ged.5ariitsry Sawer Line fo serve. the•Wesfsida'WaterTreatment.Piani _ �:. ' :, :`:. : ;i iVlfaierRrojecE.No.:.P�64-531-lDpii0vmQ04563'E -:;': i';'' <s ii;''_`i:F'>= `•.t -• ..i ••� : .. : i :; . •, r: ;: .' i; � �:, �, F.: t • ': ;: . » d Weatherford Road •N.:HdWrt�ok'Surve ,:Abstrat:t•IVii, 647.L•`:�::`': ` - ' . ' ' �'' :L• _�:�.t•,; � _ • i i't•li'i••' -1: 3 �':i : t • :.�'.. iF. LF.:C ': i y 31� .F�,,y, : .7 �Y • 1 - •i''•mg ".t • �! �. �S, •i. • i' ..L:] i•' _ _ t: _ ,.t `ry .. •{ a• ',;..•. :t:'ia: ie�= ': '.ti-3' t1 J .•t _.:1. ::ie:•• .:�E^ 'r• .. ,. _ :.L;, : - • i , Ix.. It,:s i'r•AAGPI i.ik71 :a.:., ; i .: F,IE. ' '� y: ' .;4 :..i ..:'y:F:�i•. _ '.i- ::.y; .:i •`j:i ii' ••i... i.. ::;,; ':r : ' i'.ri :.i. ',•. i•I :' .;j .i: :r: ':(' 's,i - -i . C .,� • _..'. i.:., _ °:! '° a 1 '.; �i' i i 'i i•.. °S •li •'F'i •i'i. a• ,r,- :s' :i.i� —t, _' =.t^•; i ::i •F._ ' Beim a40.p'.pF-manenYwaterTiae esseuient sifaate3ai�.theN.:FTolFyrook`Sazvey;:Aiistract ATa 647;�Gi tic:' : {. tY, t• :! Bart�Vorth, Tarraat=County, Tai6as, saiii 403D'ermaneaEwater ime'essemertt':being aut•ofa remaurder of:a:' : `378:SS.acrq'fract.6f land {by ded) ybpiug furihher'idesenbed as'xraot LfQ,:deetied to Chalrel :Creek Lasoiiec�;= F _ -T6tGemk 89 YeCorda an iVdurneJL029, Page :&59 Fdf -the Deed Reooriis of Tarrant -Goimiy; Texas, 'f �.•40.0�,�aerFinanerit�vaterlirie3easeionen�yb�:tnore'�sifiictilarly dears'bed:bymeEessad`.6otmiis3as�ollaws: �"'y -: t�: •';: 'ii:S• :tar • •F.-;.: r :,•t�;, a•i.t, .. .. _ .. ::=.=i: .7 . .. _ :•' :••fr: JF."i==SLit'• •ii' i t 3Sit. - _ , ... •'i' , : t : Li.: _ S:t: .iL� ::3' :'i,=i':�! i i:• CONIli NCII�TG•at a 112 inch Amlrod`xn#iicag stamped'"�iiltoni 5u:veyis?g, Inc:' bimUor ari axteaar ell::�t-ii _ : a"•? :_: F :.cDmeria'the eastline a1 367�33:aase .lrac afland:thhy deed) deedeito BOA:SortieT•�iited Parineashlp; i`i'L iY, `: ` •as retarded la.Gqud-y:`Cleck''s i1e 1wTd D20439351� al' aid `F3eed Recorc3c afT�rran ' cant xencas,.said 112: t`• F. ' ::y: ;�'�'"•"inohiron.'ind;wlth:calis�ped`.•�uAvriSurveymg;In�'."•besng'Sin•tliewest.lineDfa:2a�88acze•tractiofland�:r`_ E_ ::c:L i(bydee�,:heingfuriherdescr<�kied:as` cdl,ilec' fTtr ;, • e deci tb FW 4asta est'II,:I : as recoida 3n Ccivaty • =.F.:i. ,, :. }} _•CIe�IM.eFile'Ido,i?2116D3�734.af'suit'F�eetliE cords'aftan'a&iCr,l�q,T=a ZHB14Dfi'S6uthODdevrccsl5• f _ • :. i . _ . iiIIates L seconds East; si itl> thn eaet•line;af said 56.7.553 acre tralet of Iaad:ace thevest line a-said.Tiid.1'': �.':: _ -,•]'J�;ad'sfst�nceo='$�1:18�eet:to'tliex'PINT+QF:BEC�I�ii'�TGai#he'herdic.rlesc�ibecl�iD;D':Aermaneslt'a'atec:i_ .:� ��;:'-. • •.x,'t •i,•j=,;�liae•easenumt,saidpr3iiitiiemgtitenarthpiesrcocneCoisa'sdTr'uet�:A,•said:point'also:beirig-iailiewest`liaeo . �,F.�".n:•�'' said sactIX; • ., r_'• ;•.• =i L: :tt. .L •1 .... 't:{JS•' - _ 7E^'7• •'Y"d' Ci'••G:39:•y Nfte •r•. .. ' t:t.t'' :i:- «S•: ::•C. tt:• •i. ,. f:.L :f^• .F•t• ..z t• , : i� :.ii '•:' L '•i •,� g =' ' F' •c.j - _ it t: �i - THE1�il3E North &9 degcee8'q'4 minutes SI seconds'Essk, th;Etirsoiitli•lint of saidTract71C a cIistaitc'e'af - :� •rye_ . . •� t. " : i3:::' 1'. •.,i ;s E:=' i 7 d • : t� ,. : t:'s': ..'r 3••: . » :.].:i •iiE•F i.t• Ms. r i:e•• = riQ:nD�eetito.apoiiiitTorcQmer-'i •_ ._ •:"_'•c• ••T, _ '..Cv:::ii.., - L'F• .. :f. by '•:-' :F.•.. :',._,, �' •'i?'••{' T3 i::' :i..« .t,.`�J;:1•'. :;;':� :jam: ,i ;y:iiiii�' �1 :1".::: " _,_ ? _i _ .! _ . i•: . t • • ii. F..=•i u•a... ;: ii . ' c ';_ ':;;;: �1'SEPTC:E�..'�uouihDD�egreas;�S•raimiice«19secunds;�ast,+:a • 3d:sEaa�ce�o��90.41ifeet•toa�FoiriC�arearnern": �'• -:,. • 'c••,.:". ". _-tl�intirtti`lineio�'a2 �7 } +,a�:tiaci� .laaii •lfae ''� -- '�: ::::!- ;, oi:(•7 a .. ,� `(bY a}; ;being �iuther• �ie's'cribed':as' Tract 1V ' " - ; seeaedifo �T�3FI' al asp.•estII7:S. : as:zecoci}ed an.CbtinCy=!ClerT�s7?ile No� D2Q603 754 ofsa ' : =. j : _' L !' t • :DCed 1� CCD S -.. .. .:. _ ••: n sr••i_:. u •, • :Y : z3 ofTatiant County,.Taxs''•.: :i.. ` • q; •i •:il ',iti.'i;:- 'i"r FF.t' 'ir.:i:ir;' .i: %i':F: F�:.• ;'i' .: 3•i ..7S..i�rs. ,.:ti.s 'S1.=L•�. .s•• :i:'i.. ..tiSd 't. •s. :! y . is •;' «_ ••i, ..,, i••; .: {i :i.�. t ':i �''l...y'tL•' • i •yy. "•t a • = "ii. ,_,: ` THENC.T :Saud I39 .degrees 44 min es:264ecdnas'67est, wifhlthd nordiii a Qi sai!6 t W l dlstarvde::' of 40.00 $et to to ipdiut'tbk:fife •northwest eornr.�:af said Tra�.Wj saidpoi"eing Sic tkie.westi:- szacE,IItl;snidpoiut itlso'tic ng.mtlie eiist:Lino of siid:3b7:553.acre-tract of land ; _ :. •_,.: ; • . ; , .:. t.:.. ` i dr 8'iDa 3vith &'AS €t r;: ; . ; : • om whieh a:51. huori:iad :cap stamped �`GpO>?ROI�IDO1Ei ' 'ASSOC '. • : • . i ; ' : �_ = i?11nt1 fortlie riDi t}ieastroauer of a.pi360 care rCdBt:alil (b :i3eeclj• deededito the City o£Pok r i:Wor4lissiecoidediiuCnimtyLilek'§:File I�7j.LM0627401f,dfsaidDeedecordsofTatiant �auth QD degrees 1§, minutes 19-seeonds East ta•disfaDce of 213.81'.fxi; ::' • ' Y_ • .... • ;it " f ni•• Li.::F: .,.il:.: � : r, ;Fy • 3 • : S:. •t _ ' Lr _ ' • f .:,_ :, .• _,i •' ''•• 3''.: .. •: •,i''•..':':.:F- •r.i :: ::• ...5: •i'.,`: '••.. ••�. .. �:' ,'_•LL• :,ii. ;:,.•.., ."yam;:.•t.f'L: '•. Lr.,i'yi• U. -, x`tm+iCE :. Narth OD degrees 1'$'naiziates `.14 seconii� 9Vest; i>v3t$ theaResk Iir� tyf smiI Tract IIla aiid with the ` t::= ; i:: "� `'. - ti r;i • ea9t'iine •nf 'said 567.553•.aare tract of land; a •distaoci 'df 39D44- *et -to the POln OF @_; _ _, .: ;:::� ,, ' ''� �BEG1iNNt1�TC>S:end eontaltdng=].i,b16 s •guars %et i�t D_3i4.aorFws bflaud� more•or less,::.,. _ :'•; ; -: _ ; ; .k •: •'i, ,_, •i_ .; .'� 'i •t;{•t '%.•: ,i r: •i i° s;i..:; is .: _. �.. a. .. '.n:: ::: t F; '2_ �i.e=.ter. :(��«.:..' _ :is^•.' ••i. i^ i i. _ �i •�'• ,•:,,"• - ,n. .:.4 'r ::{ : '07 • .: t •t •i ~ •t .ii: �` :i• G' F,. '�.• ..,. t i' :-tr.ii: ':t•.7� .• :i• "1'"-i ci.t:",,eE'' ' •''L•" i3�ei: ii •T:'i•. 'i. Y� ••! ,..' •,• :1• _:L" '•i3_rl' ._: '".•.. - • 't' ':, :'•'i •'• - ':i'3,E:. 1. .. il: ',i. i .t%P - t ' : i'i _ '' i:i �: . z :. •i-` 'nu : :rt�»`�•a•' _ :•i : .: s;� . , '.L , r - y _t �' ' .r• • �s • `♦ «'t t y•t'y:�.r=Fi•si. `. ... •,fi• •r•, •i s';i: •' :,�'1. 'sz:.:'• •z• , A'N• _ y' .. 47• '. t `•''i' •.i:V 'i�• £'• y7,',w' _ :i i {.. •• • :,,r �y. •« ' •iy. , ,. ,1ry �.F •" `t«. :r; •y 'tax :ii ''« : •t'' , 'IY..i. •_ ' 7 estside WEli«• " ' . •..,.. -,_ ,' ' •r.- ,• -•,•• •.. ;....'.::; .:., ••a:.+L?x:•{•: •• :;,'�:,; : �, W and -Pi; posed Sanitary Sewert me9 serve I-: .�':; =a {! La'1•••` .,;; q « the' Westside WaterTriatment?lan a . ` " : i ': : s ; t: VllaterProject'lVai:�2S�i531�OD 6�184D045Ei31 'dCCei'iil0.-st�► c - `i r` :;�•.` ^:"a'?'i.:.;•..s '? i i 14»?.« '.y' w ' ' _ d •: i• ..i _ • a- i^i,,_ +«• : ,•i , r i. .�, i {y: . i't• t ' =t7idWeatherford Road , ..i !�. « i ;; « •i:.; : =L:i�,; y..y,. Y M) �1, ,' «'; lei, tioibrook'9urve�;. Air _,:: !i 1•�. sT'/:s .y •e!•.i:. a. ««' •c?:.,csN _« sc i_ _: ^7. •=•t«• :.j3•Liy«.;L: ''!':y ^i '•y. •' _,-iai:ta'1!:-...}: •LA ^_ is at'r` y t ' •e .. °•'£• `? , s ..;. 3•i '' sti t. 11Li z'i i ` •:.i _ «i ? ' : i •t T ':.z i�� . r: •d•: L _ . ej �'.. 'i• •..• «"'•''•y:.{�;i. y'•:'ys t?-. i -..i •i y.. •:;' ;•'.. , - ;_: a••• ��'''Fta.:_y. •.trt •s.i :i r; -i.?ram= °j iN07B - All'bearila4k are fiased'ari the Taxes &ordlmii System,?IIAa-8�; Ataiih_Oentral:Zone,,*i s i _ �•• ,uTiiiiing 'a TxDO�T£Styf�beiFact�r•af,1;�0001854,1SZ. For �hl'S.ptd�eGt:� A1] bearlrigs �nr� " ' •• - tl~ •=«'„n!dlStanCe5,i3rd sc�rPs0e.1 • '•t=•n: : i" :; ,i; :' , •=.r •.Er•i°= aS'�sciti:'Lts�•f- i, •�,.i; _Z, .t ,i: Of - i.. , , r : t •- «L •Lmi.: y..a,(• ,•. !y .{t .. YI i . i [: •• L. ; ,. a,t «ir 3 :_ •L _. A. ,1! • '� �,««..';itaii.Ii 1'tz.W.- « .r _n, '7•. i?-slt'::s:a;s:1=;i7 t3' 'S:•i: ,i::.'• Yra: .. _ ; 1 • d tstt• •i. y. s, a. iN, ••T.:•i,« i ..L s "iS '••es-'• `I11. for 0L'•�1 ..yt:1«r•.y,t't.' 'MAi,'7 ty' gs.ry, :.t . - • t: "t . a«�i•"i ' . ir=:: •�vim� •' _ : it::?Sa «,ij:, . .� «.�:�•: « '•y' • i}; • ^ j s `:=' « is i.= _ •i.a .i •"s,,:�d•s, y :s.�,y i,,;« y, ; » .r s a^Z�, �' .. ; «.s a:•k.•!a' « '•r :1S,^" .fie .i•." i. "t, y i . C : t FFSt i 3'}: •i•{.. 7'yy{.« j , • .. ` •y �.' 1•' n{t.t' '.3 •.:ti= « «ea {.y G• '�z•`•:Fi « 1 r. .iqq.c - aknn .'s •t. ..•%1«t^'te' ";^: i^i?liF:=l:als;a«°3:.S.�a.:..i-«i: i:'?' ?;"._ si•.. •_' �, ';., . '`1.,i.iii'"'.:ra�'f; !! s SA..J.a•", •i ,t .a' :'!s: ••'• :I ,sls. t « _ • _ ' ' a •3 L.1 •.r".:1 a I.�.. S.ta«''a`y a 7.w.. . Lu • 7 - ' •• i i'^+"? : _ :ii i�:: . !; "y'{, {'f"' ''..i F =, •,'. ': , 'tSi t . a _. iilM :^i:i:'L.;••, ,, 2 �:N� :L f t•i,'-:.. : L{•; �y; l:S ;' i. 'i t• c?� ' '3.'!t?d.. i': ",y �'G - "_:�{�i ..si•t{ « ":: . • 1« ''ti.. i s .'.Ry: yLr, _ , w •1 -£r: ? •h:r -}' v�'t a .: sa . s.i-..l.;r. "'_ '. «.s. .'L•t: ':?7•-:: jy:: .i'�'• ':.� i. :s .i�tt.,t «; • L,,: `,t• ' `?. .;..: •die :'.ilLL�:6d'_';;.;:•.7-i:'':,: '7S?. :a.,. .s r tt i•'rs+i.yL. a.i. «.L•'. »!7'::: .. ' _ . .:.«,.. S.«• _ y,.r.t • t'iti "i - "- « L'=ti S' . 2_,• is«t ill. : , �;,,..- t:- 1' • "� 1': ' +' i• ='i•:ia+«!,' : : �•) .; :. ' •s •; `«i i d:! •Z ' :4 ..i•:.••: •. i...«;ty}t•.. .y,. . 'iiy �• . 'e i'..d'.i '� � t. ,r .'�, �,...:. .Ix?i.£I�t:t„�c'�'.. _ •''fi .7. r,i is. aL..y_•. 5 f.... t : a•.: .. !,-:b.r.'•''e:�.£•1 •: iiaz3 :5•:? _ _'=•i.:'R:l:£ . t. R •• : : i' ^•i •• !a. •1 . •. :i r •?i ': ' i«i'„ ,s,,',;r •Is .. - .:.;Sg .;,y.;,.£...,; y.;i7::«!" rf'' .,LL`:: { .,::7i:k:i•..•-^.i if ..L::'.. ..f'i •• .L• • . iT • : { . i•• :.?'.1i.': • .Tr..t• a:y,. : , y;.; . ;' ,,e = =i {•:: i3i as;i: 3;: ..t t 's' i "'s•. s:• s« t .: :;;•: «:: Qftti '+=!:2'n•Y r�rr'�.... a a.- "•;'Sfy ra•i+ �s s!s• .''•' t« • 3y - . f x-t•, z .. , !: ^ s§i •i a' ' t:1 ". r5•I r •_ • s : 5:•. t: _ ws.:• ,.•• �3y :. ai: yi • sr.i .;. _ �-:, .'y.' .r. •?.' .!. ?., r S; s::;: '6'' :.£' •L:L a.. 7 :a Lrs•r.•i :•'_?.i; '.3.g •: i..y, •:s a •i n • :''i=.. i. 'xi�'� . �f?,, «..y .. t; «: , ,y i1•.s•.n.. r. 1r.:: s•s":.. « . ,s . aai ri:}; • r`.; i : • 'i • '4•. =i :=L1 S?:?5i3i?• ' r'• r i • t=t«. �`•s«•=� ""t ^'Li. �' •i SLi ':: z '.a': ,• t•:u tssiasn;:•;i:a r. .y{,ia.�r r ''i•r. .s•;'..1' ^s'. .•,�:ii:li.•«'-''- =i = : r^ 1 . • -.'"'t •. • tR y :: . ss • ..ila. « i.L: •... ;'..: ' -•1: -is : y . • t ..L r«.- • •3 '!_ .«.tom!' a='^:• L:. i d•' mi i. i'i i "s s=1 a {.eii• y,.;{i,w' ;: :i;a5^ir:' - { • 'r•-:;:.,;LL?y. •'sz.i aid F 3 i i l.x•.E{i � ar: i •; . :•.ys .f y '. : t:.y_L � ��.. 33' 1 «t !i : -. . • ..?. si£i== :_� 11i tit•,. i .., r=s... a' •iii' :,1,.{C...y:�; _4 :•i"s�',s:: ' .! . �. •'r £ w :.1 t •.4::•.:.l ::'•' •;.: «.. ., i.ii,E:t �• t:i•�i: � y •• s, «..f., s fi « • _ :. a::•: .! •t_. _ i £ i'•:;;3':i i .Fe.dY.^ .;t �'.=iS '�i:ii f•• eP;:- � Pt... n a •L. ii i a' • .. di.r: •i'i�i'M: • 1.� • '. . • t {': i vy::.,i": : q • r:q iliii . t; t.r. .y�,,.«y:y: ,..- ._ :•i:yi.: L t. _ •i�.'•' ,' "'•'i'L _ ' •=i•.::a �:?E..i�iN' a is 3 •i•: •• t•«� • aL• d Y:. .•• :`l• :rn i •'' i • . i. n 4 • 15.• « .y;.i,. a7t:'�«is i . aa; t..:. t .s ice'' ... t i. s {'t'• .u:-o t: { ten.. 'ti a • •i• • _ '{ :r zsi.. .a:• :$a;;•y •• i• x: a..: '?' ' i'=•r. y. • y.ai...'::+'r .•la.fa ts: 't •' cysd «,i :::tTi ii: «, i - q`�`;.:..n; s t• ,y. n ;..e.. .il+? � sY :. :•i' ^i' lir• :':is Gsl.q"' ii8. ?i=r:t. i.•.aL• 1'{:';..., =�.,. i:�• L•;{i:gwlY:••:+ r:7. a•:,i_ :.,�:' 'iit .i.• •q r s%ii: y3::,i.E+u ;L rL.. S ' i �: { L • is 5... „i.:.L.•x ri �r ;•:: :'1 i•. •.`?• •.:a. � 3:: • F.@ • S' s •s.: y ..9 t �' S:`lt:"i £:L , • i•ia . L' d ri ;..; ,.,; is :'3 a,lt;?:� : '• :se".' • i, '� r'3 : • ; i; i : e 1 nr" i=�i jyl,'~ . '3•' .. `.��: : .t `s.,' i"_''= y,•aI':.a'•i'-:Ls•_:'t-;:.::£:>�ria:•: s1i..r^ .y• irye; '11:•u:'i,yi�;a:'SFyt Y;.i•=L1;i:i.S=:_rr..«1iayj..:�f:is:z•,.-.:t= =•.,i=•F.v''•:t:ij'•'i.t '{.-Lii:ly^x-:�.::+i.y.•.,:1ti•.�•r ,,'axt.'i:i'a,I;.�...•st: ,•, LR•rsC. 'Siari rs« "?t•riI «s,:.: «:s_a••,:_.:. i '•s i:t.tt'1 +i!aa'L_ • �it:^a.k"t ia:";:iYL':••' { =•t'i?. ;: r!zlii«:l:Lz;_;.t.ri.:i1•.!••.... r aSIi�S'{:a;1�tti�'a.1ai:•:. -;iS'5t ,i'Z i �: t''.=s'•S: L •i«'. jr'C :3. •, .«'is f_ r .-s iusimm.:ly. yr:T': am. I. _«..n- .-. '•'`4« a _a•{•.::. •y,` r:.i .LrG : ' a'• ::r • sir' 'r't i.i1 . s•- • +.: a 'i: ' rsf.''a.e ni.i. { i• 3L• a:i ! ' .t r :;:i;�•: . .',.s.-.s•:=Y:.3• ":.r` .aa.a.i, n'i - ;i a:..,.'t•:t .I+l:.it• :.i ': ;_ :?•;••'_-:;':«'.r .. ,.:a t . _�..:: .. 1 :. s1H_--I £ Ilia «d: Uw «;a:a: a;i. .j{i•.�:{« 3 «1 et ii.Sti:' t•' �! •.:i'L•• «_ :x.L %•:U... yr: i:'• i •'l•.i: •. • , ; •g'rzyi; 3 - =ii:. ::L...'i;:':taxis •d •.i .i•i . :s«r:•e :::: '" • f: a it :?«•; iiii' _ '.L ? L''::::�a,v'i:¢ i { • ;'"3s'::-=. t :1a i:r!, ::' . s.i - s• ?is• ,1„ _ ::2 ;- L 'la•t', : « ti ;:^' ..,•. i..l.'il.. • - ,. ? '•, : t. ,.i '�.:p �' : fi.L.i •.I Lir. • .'t. , ja' Sly. •;7 :S , i.'f:.••''_=iilzr":' ,e. • . a �'•y_' •..p.:'i ' �� .3 . .sr= a ••i , ,.:i { ..'f... •_ii-1 uu_i `" ''p' . i.; : • ;•r. 1•+I•.. � «i'• :• ? if:'i . .aa •' r {. s• p i'.,;; . .^ i i_:.� . ^s.:.. L.: ' i • f « dy. ,i,L,: 1:: '•:fa:Sl • 7' i.: S i ' 1•i:..:":.. 'i �.a.r.iS{.•'J:.• 1.t: •1. '' _ ••"!r, i °' '•_ -:1.. t;.ai:":r : :,r«.. �t�"r::s �' •a.:e:.:l:'« :8: •V .r% .. ir•:i a;st?:Wzi. «is' .•.Lt' ii=:y.•- ' "i; r t'.'.�,'...i.{�x:•« • wr'e?. :s' _ s .'r«i't •i•' «-.?.�•^;.3.•i.". _ . s ',=� ::•r£. • i, � «.. J:. «;>' r; i at.i • _ c:: a^ii;i, , � ..; i.i.ay ; .i �.,: .. .. i , {t ,: "m.:i=:iii u: i :i: ?�•: 's: i":i•i::_••,:•»:irfi: tii='°rl °l=:.i. l•. '_• •. : i' _ 't .. :�yjL • ?'t : a.i{i � 'i,,r7St� .: did-a{a'«= ; . s':z;t = .:i.•.t i::« c: f;'a . iS: :.r:; '•i:a;..rii ,: '�,; . _ �. i' .i.._ it.=' 'i' •i. - - ;,ii,y •ir. r:«• , ;= is :iL`: i:i! i •s4••s: .e•�-:L3'«+••n%w':�3i.•.�:i�rr,:y°=.i�:^i;: ir= y.:,:.,«.t.: :I" .. ''Lj� .F•• 1_'i8i} .I'ri is• 1.a. .,. «j...nlip`:I' . i.:. . 3 • : i„ , i:... 3t«.. , : ''? ..{• Li •=r i • : s«r:.:{�::: r~ • t t°A+_ _ :rc sqi r' z..?..•.L . _ c :'.�.; ? . r' 'F: i • i'-s«u ::. psi° •'iw: ' s! ?S .•si;,•.,i =, .3' •.:: i• siri;.: • « .: L'sit:.;•i_ .:d?.i . r_ y ^•: i •:: ' . q.�•«:?q zt .: _.ri i •i«• i• _ . i szT., . « ...� :. 3?zi •' t "•:�r., 1 ' r=, L: • •'' . a.t «• i r. y •._.. •. ty a .. ... sL.L. s.•' :ti s:: "t rr.ay; i•t•.. . r=^•• • •:r :'' :.s, sil: . y .'.• I --'j, "!:• L _ °'� ai:, a.L•t •t •• �:•.. .f ••r=.ice Y."ii:� _ !:.:.: .II is .S. •!• '• ^ ,a, Lay:g . _ « . .. L�...L'. li i. « •f,• i«: Y;a .• :M •'i :=. .-.�': t :y. a '•s?_r.». «i.. �: r; «• .9 .i. _ �'tisi•. '=t1 .. t ..•N_ :. ., «; :ti' };....7?PLi L.,'}^3:t ;. . t .±. .a ''-' s•-a•'i' • [. ,! a'r:'s's t: . i'.r•y.. y,:.': li,i Cdi • ,� y, �!• . «!' �'yI Ci ! «ni..; ty4;Y'�:'• ~ °.� •«'•. ': -?t••: i:y_. .:.; . 3.. . ft.. :Lit. s.3 a r ed s•a . .:.: •:t t t ;t 5 •; :r _ tt: ,,S: r .n :i.i7 i. .s ':'r '••s _i..- • -cs« ::i.y-Sep :.. ,;y«y •r:s.• {, All. :1. ;g g.y • . ;'ii '• : ,i i ;, i•i..t• ,." f:. i u:«_ : i ^0 s ,tl. • s . .,e' .d,: { _ . t ! ; :a Y . r£ _ L"i .^• "'r.. • L�':r.1 t si sr.;i• y.� , 4t1 ., 3,3:a ` _ r•a.r•.: i , y: ? . is . •, • f •:7'y.;:?rti. tw=^ii ,isa.: ' •a.i.t.: • t•, 3 t • i ':C' .:Ls8; y ..a.' ,r. • i .,.. ' ' _ ,yy.— ,ate, '! �.M?.:ilii ' a:= •r:. ,.•.i. ' Y.,• ... �..:al£1 _ .: 1y:J ,:Y': �«•^ _ c • : s' .n t y }.y i s . _{ a.g .i'irri ••_ . i t •L: s£ •.i• ° a ✓:•: n : •• i'1 ; t. ' r.a . «.:. s. • is .L. •ri'«•i d 'i'.:a ps, lii.li •.. .�9! L: y ii .,• •!Ki 'F: ''•i _ t i._ a,• h: °'i,.• '''r: j-iL•.L. 'f. .p aL_ :i =;':l - :.q....... 3:•. ::�:;• a.i •yra: 'd'.'t t.{.' T::3 �. 't:i'••'•3::: 4: „ttw :s Ir:. .•r • is , . r ty •.l yxe n 3:: • •!' • , ii {:: '.. a.•z•'•ia:'« 5. _ . L•< :•,r` • :y • ; ye. « .. • .i•Lii''i•ii ir.«t i•£ yi .ai�1�•r.•:•.• ..' i ii ' .. "3', , ,y.� .. ti .:. �' , «t' y.• .y y •`.:: 'i at' S•.... r ••.L ii :i;i'Sy y.:._ :1::._is'E •s'S•�6:.i :�t' x. at'i.ii::• .a.." 1:. 'i ' •p •! : i « :. _ .« "•3,: 3 �-. r.t:,,:,y,iia.. � :s ' ' ')3�: RlbBra� 2D© • 1=y: =� y1. • �•'-'w'•': •"� •yt,• • i .•7/. 8'Y,.,. _• ..y'.M.iiy:•Li :; :x''''==.1 '.S«'•7•l..iiL . L: •.t4; �",tR1.F.tiY• 'U •-'t?La. •L 'r. '=i'i a• 1'l':' "?.S:. `•s a:. a•�?::s:'s. apt!:: « "7;Y• 1?fi _ .i r.' ?� •i j: "I.L Pi : i `S ''! i ';.: ¢'r�''I T ;r'.`l.� �i «.;. I r j�. » , L• _• .1 3: ". • ty:syr •«+y ...«• , i•ss.l..,�9.y?i,r+x7D,.,ya''••;''' •. �irrl• ::t! ..n.•, ';'s r: ='..,yw •:i: •..:..¢.. •' - l,:i. ,. "ria.-•; '.4 r4.ri r••:n '• •s: .?rt':. it tti'tl� ".L_-i«i- i nj ;,i, .y �.r', ; s •.. _ l,:,i.i?; i = :.P :'tl ;.s i, .l:.i ::I..i ra.y. .� yf .. lea "IRS ..'r• _ : i, .: ;ys . ;'i • , i r•'• • •'!,y :T ti:xxaa2:1T•.ayia_ry. •. u wx• .t -r rs...'.? «•, «;ut•.a.isa..'.. s �" •7�._.y,t„^,: rn•.•�'tittr.:.1" 'i:.,:3;}?i: « •" r:;• �•./+7 //�� �ilir .; .: •'{' •'• '• sii`t�'•,•x."'•"°f= sii '•`ty.•: .::L . ,': ` = Tfuett w Fs r _ ; : , is • ._ _ i r... ,:; � '=i; -ir '' ; A _ :'�''.- .:s.. :.. .. -.. Lta?�ti17yt•rA.:if ' . « i "(, r �,;q y." �ys ;• '�•'£ _: f.." s R gislered Profe�sslonat:Land.SLrve r.: ;'i _ , • E , t ,,,: ; '�' �l.;. _ is y ,yU, .. ' ? i ; ::a i «yr+. a '�v' !- I,u. r ` :fib....'« �Ajjn ••�� }}!�fi�ts i. _ _a«. ':^:•-�''r? •sir'• 'r •c_:«: '��' Crl?F�:;:r1 _ s. ,si "l.ri: IY�it •i7� TV' r'=' r .;s • b f: ;tc.. :"' .• '• '« 1•••t i a .y •• - o_ �.5..:•+.o " :`?.i' , •i i ;!t's•.t.fr'.;�^si:.ZS.�t::1t. :!l•:;«..,,•i ,ey... ?y» ,.•_Ic,_•s./� ..�"�.:..« ? '„•�.' '�` r1.i. «r - :.s..:. .r :... z •«� . «.._«s •.L•:•. ttL.' "."•7.�,.+"' w"+' .:: 3.. .i :. " i• �•3. - + '1x, •�{ •!. ' - _':+" =5=wi.«a.IL .i .t 'i,Is'SI:•' .i ••1:::::'j^ i•.'3'•: ~- ••+'r ' .. •'j: ' • ! . - . i.;'a • : f « •; •. i:-�«r..: iy . ,;« �' y ...:«.r _� s, a - •s•:,.. .. •a t•... .i L„: L. '�'"•' £ : . 7.1!at _ i _ ; ; �:? ;;. Page2'.df 2 ' ~,_ ' •• �s:s - « ..'. i:•' { .i .. +•° I';y. ,. a`• •S: L ' _ "• r.:;r.«, •'i = _«•"' . . ' r 'i' i - ; ILA: C ''�..'1 A +: • .s t i [ i ; ::i. ,,r.7',«i ' . _ :L' •''�:.i i1 ••' . 1%� 3 VICINCIY f. t•- ,.,, i J.Q. a �y ���.• tie it ' CIA" PIFAxINi: AN • «P- __• •p Od4 ;RIMNADER OF 567953 •ACRES! :.:': • :EOA SORTE,UMREO •PJ RSNERSNI Na.1320OWIS is __: ,.�__..•., :i=• 1. �'i.:,. �:t ice•' r. • E COY'OF.'FQXr w =F- •Ern. D7A62 • _ s t.: : tr :. _• D.RS.CT t UNt:.'T`AaLE u�';lei . FE ° • •' : ,: i , r „ _ _ p its ... .. ^�. .•�•'. ,.- ... 'I •. . NBIEI ALL.BwNC6 -Am awded ON Ike • A Y5i00 ' ' AD0.'' im COORman Sm 4AW�0" _ I - F' %NOKIH C1211RA1 ZDNE XITRIZING A YAmOR•SOkM..FAL`1'OR•OF'1APPl2 •+...M�"•:.t- yil�%i�i1,4rIki?NFL , 'FON 1HIS FR ENT. ALL SWINGS AND •a1a1'ervces AAt?surtFnCE ".. SCALE IN EIJAING6R OF!A . .i t'i: •:r:: �' "� • ,�:' ; _ -•i4: - .4REO ACRE9'{EIy OEM)" ,: :56bj'ACRES (BY .DE`{Tl} RW�3ZNlmr GORPQPAI"ON' it •�' - : ^_, ,� • iaanT X.- AM .8M PACE748 t' i, i 'r�MsrA-mT=,=L1."'�-1.i :I.- tr�R1c G s i :• •C.C,F.'No. =20603575 wimp.i • I E• i ,I • 4•» -=4 i .'�'. ,• •n . f••`} �' �.: t:4.• aOtR.T:C.T. _ . • •11', �:I. ,;; 44 ,t £•��jj 'lln �tr :i� .,, 5.: •I. •1 :Sr(SIPEO''E71LfaN ;1�,1. i i, °i St1FN"YINGtINC, 'i' . i =ff -.;i. .s :�c 1:.^ :: !• : s�ti-�.. - 'f. �: I ACCE55'EASEAiEtiT' = 1I �',:' 'e..: • ::, _, ; •!20.280 ACRES (fiY u�Fsj =i=i I ; ' 4• :. ?� . "u ' S'CORPORATIDk.:tNG'.: ' I b „ : _ •:.• F+ Fw Wr wE� t1. a F".' if::' ' .i . 02093R3415 .t,.l '' : G.R7: tlm:a2060?575.;: :'• y,•: GCiT• . '.::_•�; _ :r,: q r '�rf: .4.,,i i;ifn..'t `• Ri'iE=-WHEEkiNR.'L'P.: , t ;:4•;t' i `i;:i :' e'•: ".: =r"iir -' T We. 21227M a1(.T•ca,; �, I ` 40:0', ANENT :.t.. t _` `• _ :; •WATER-iUNE4Ck f:AsEMEM'===• a,i�' ' +;� _;,: ei F M, f7 ; r s5 B 'Sf).. F1 OR a.359 AC� = •_ =l . =_ .lU.," ;r•_ •t. ••4 ^����ii!:':. r :e, °�u; ,tFr.4=: i°T'»i.': ..i.:2iC �.i4:' •E :!,� I: .� o 1 � . ��:I F::.I' g 6`i:4:4,:: :td :lie; _ TRAL-r BA=.CHAPEL•:CREEK, F `:::_ •a ,: -:5,u :LIMITED PARTNERSHIP p1{• l6A� ,.: -i+'.. ,�: -�'� o .:VOLUME ji DZ9,; PAGE :;�:15g•' : �• ` . . `' °•t!:y. INACT IV :Sa;: ':: '1��;~ - •ry ;a�ai4:Alad:sE>Y'QEED)• '•t•• :�': 't 1 �IY(.:Y r t = =FY1 e,$ak •p1�{ijli �L41.-e�,: ::'i:'.» t, E .,�E • i7 fie+ ..i' i.i'r i• t. - 42-• F' ,rF •'ti-• ':i•7dII :C.GiF . N0. 020fi035Zr'_•"•: OC41 ` - • T% 1- • • _ . I•l N =t-Y = . ti =' "i•i'.. `: = Ji'• [::.. : •t • e r:. d0at1; r. SIAMPEn °SORRONCOH='' i •='e _ _ 'F' _ • i. �' � fk hSSOCWI=sa. INC.. ;r ': i:•4.:,. ,;.i•;." f F''' - .: ; 4 _.... IOOG 1NlmcktdoE:Eot1 91tiPET FoRr BaFE[Et,'[ENAS 781oT _ i, .. EXHIBM SBOWp(G A ... ••.: r -�. ;t , _; • ' • . •40.0'MANENT :4PERWATER EAStEMEW:. _ is •i'••' OUf DF A •RE71A1F108t OP A.3fB,B8 ACRk3 (eY D®)•' ;i., i-�(,M^ �r,.�• r',:. "� "� " i j `N. • NbL�R0014 'SURVEY; ABSRAGT 14 0 .4?' ji4i 1 •'t•��. tHAPEL CREEK LATER 'PARTNERSHIP;- TRACT IIA ' r =•t,.:.,i�; a.M..� ,. _ ; . • DED K VOLUME l 1029. PACE,1159 :D® ECORDS• OF' TARRAM'COUNTY:' TEXAS�a4 � :' • G, I ' PROJECT: Westelde M & IV and Posed sOn2ln Sewe line to'..- • _ servo -the Weetelde WdEer Troutman 71ant . ty' t iSCALE: 1" 7DD ,• " �} �Il MON Ai2EA 5•B B' S • ARE•'FEET OR ,359 'ly' : • ~ ^ bry S WFt IFY• TNA DR S1$ trIDW ` �REGIMMM.PROPMOWL40 •SURVEYOR t1A� PAOH 1 aF 1` ter P ao1 1 200 s0�� 042831• A0. t/ LO W ��, 1NC, GM BRD W00a SM ROM, SURE SO. -FORT MB, M 78112 ati -•1424 FAX 4iT-496.4766 ' GF4 1081096.5 STNT-/urx/215 - A ' Electronically FReoorded Tarrant county Texas Offlclal Public Records 20M Sep 29 03:37 PM i?209259102 NOTICE OF ITS: IF YOT * YOU MAY S OR A-L?fV8 $ EV6ffOW1%TG RW, INFORMATION FRQV==T?,Uk8NT BUOREIT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY- NUMBER OR YOUR DRIVER'S LICENSE N-M BER. PERMANENT WATER LM EASEMENT DATE: Augtst 28, 2008 GRANTOR: Chapel Creek Limited Partnership GRANTOWS•MAU-W&ADDRPSS: 2611 Cedar Springs Road' Suite 200 Dallas, -Texas 7520.1-1311 GRANTEE: The City of FortWorih GRANTEE'S MAMING ADDRESS: dd Real Property Nlanagement . 1000 Throcltrnorton•Street Fort Worth, Texas 76102 Tarrant County, Texas CONSIDERATION: OmDollar ($1.00) and other good and valuable consideration, the receipt and suffiGiency'of•which is hereby aclnowledged.. That we; Chapel CreekVmitedPart=s"hip, herein collectively called "Gtanto:rs", N• for and in consides> ation of One anti Na/100 Dollar ($1.00) amd oilier valuable , consideration paid by'dae City of FortWorth, a municipal corporation of Tarrant County. ' Texas, herein called "City'% or "Grantee;" ieceipt of which is hereby acknowledged, do " grant, sell and"ccmvey to the, City, its successdrs and assigns, the use avid -passage in and along the following parcel or tract of land situated in Tarrant County, •Texas,'herein-called the 'Tm mmitProperty," snbaectto all of the conditions and provisions hereof, and to have and to hold the premism descra'bedja Exhlibit "A" and depicted in Exht'bit "B;' attached and incorporated herein, together with an and singular rights and appurtenances thereto in any wisebelonging to the City, its successors and assigns, forever;.by through or under.Grautors, but not otherwise., ' ,'-PERbtANEtTWA7ERl�NEE11S&A�M - PagefoFS - It is intended. by "e; presents to•eonvey an easement to the City to inaintain and construct one vndergrovnd water pipe lines and appurtenances with the rights of ingress , and egress in the necessary, Ilse bf the easement. This conveyance is made subject to the following conditions: 1. This easement shall be used by City onlyforthe purpose of laying, construction, inspection, maintenance, repair, replacement, 'operation and removal of.one undeagrouud water pipe Line, along with associated appurtenances, for the transportation of lijt ids in, through and across the Easement Property. 2. No pernnanent buildings, structures or other improvements shall be placed on or over the Easement Property, However, it is expressly provided that`Cmntors, their successors and assigns, shall have the right to use the Property fbr.the proposes of . cultivating and growing crops, pasturing livestock thereon, and to make street, road and utility crossings across the easement upon reasonable notice Lb City. qhe notice shall be in writing directed to the Director of the Fort Worth Water Departtnunt,1000 . Throcimorton Street, Fort Worth; Texas 76102. The fequired written notice shall be depmed delivered and beebme effective. three days after being•deposited in the U.S. Mail, - certified or registered, po4age prepaid or, if deliveredby fax or some•other manner, when actuallyreceived. Orantors may locate pipelines either between the tap of -the City's pipe line -and the surface of tbwground or under the City's pipe line; provided, however, any utility line must have a Al I." -A...Y of 18"vertioal clearance to the Citty's line. Further, Grantors, their successors and assigns shall •retain an4 have the full use and eiisoyment of the Property and said easement ekceptfor the rights herein granted to City and except far any use which -would unreasonably interfere with the rights herein'o anted to City. 3. 'Thi$ Easement is not an exclusive easement to City and Grantors retain all rights to use the EasemeaProperty' in any way that does not interfere in any material way and is not inconsistent with the Tights granted hereunder. Grantors may grant other utility grdviders the right to cross the Easement Area only if the crossing is at an angle between 45' and 90°. 4. I$e Easement Properly shall not be fenced at any time by Ga'antee except as maybe. necessary for temporary construction to lay and repair the pipe line. Grantors shalluipt be prevented in any mariner from crossing the easement except diming the constriction and repair of the pipe line. S. The rights retained hereby by Grantors shall ran with the rand and shall inure to the benefit of the successors aud'assigns of each Grantor. .-.PMMAWMWAIMLIM9ZM 4ENr. Pagc2'oF5 6. Grantee'shall have no right tp permit its agents, servants, employees or. contractors to personally eedupy permanently any part of the Basement Property and. -shalt have no•rigbt to fence or enclose the Basement Property, or to use it for -any purpose other than as aforesaid. Grantee's rights are limited to the Basement Property and -do not -extend onto adjacent lands. 7: Grantee shall be obligated to restore the surface of the BasementProperty at Gr"e's sole cost and expense within'90 days after the installation of the pipe line or any repair of the pipe line, including the restoration of any, roads, or similar surface. . improvements and vepetation and hills located upon the Basement Pruperty winch maybe removed; =eoocated, altered damaged or destroyed as'a result of the Grantee's use of the easement granted hereunder. Grantee is'obligated to restore the surface of the Easement Property to dn'same or similar condition 2s. existed'before the coiistruetion of the pipeline._ . 8. This easement is conveyed under threat or imminence of condemnation. Executed to be affective as of the date first written above. FeRMAiVPM'WA'FERLINEEP�SfM&M: Pa�]oF5 . ' - G1tA�1TUR• . ' • • • , Chapelcreek "tedpartriemahip, ex Limited P rship By. (Name of uthor d representative) ' (TiPets. GRAri'IT . -The City of Fort Worth - By. ' Fernando Costa Assistant City Nlanager l APPROVED FOR F RM A�1�\i/DLEGALTTY Theodore P, -Gorski, Jr. Assistant City Attomey PERt+i�iii9•�!'tVATERTdNEEASFJdENT P�ge9oF5 ram/ '~ STATE OP . Tt� COUNTY OF IXA-P6 g BEFORE ME, the-waderfigned authority, a Notary Public iu end for the State of on 's day personally appearad Ct L. Ord. I Y&i 4,V414o ; authorizedrepresent five of Chapel Creek Limited Part awship, a Texas limited pmtiership, known to me to be the person : whose-Danfr is subscribed to this snst ument, and Who aclmowledged tome, that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein, Kati C Not �''biic in.and for the Stia of :%••E-V'.A`'' My CominissionEvires( (..t AFTER RECORDIVG RETURS TO, Mr. Jimmy Smith Transystems 500 W. 7thSt. Suite 110.0 Fort Worth', Texas 76102-4700 PERMAFtWWATMLIMEASFh1EMI Page5of5 •ACKN WLEDGEMENT. STATE OF § ()ou4FY OF EEFOI-E ME,the undersigned author4yr.a Notary Public In. and for the State Af on this day personally appeearerl known to me to be the -sarne person whose name Is subsgribed to,the;tovegoing.instrument, auc adknowladged to mE that the same was the act-cf, and that he/she axecuteid the same as. the- aLt of safd,' loJ ''the purposes and .canside0on Itierein expressed and-- ir:the capacity therein -.stated. GIVEN UNDEE3MY HANq.;4IM SEALDF•OFFICE•this play,& 2D Motmy. ,?stblic fn and forIv 5ta*,, f7Eexas ADMi'DWLED;G)✓i111ENT SHAM. :GOJJNTY,D•E k�13ANT § •BEFOVE ME, the A,derajgned authquty,:a Notary Psblie:In.and.Tor. Ihs Stai:s;-bt Texas, ott this day perspr�al(yapp earedemando GDsta, �4ssfstarlt .Git�!:iv�aoSar o4 the Gity�iti=� Wurikl, imown to me.lo be 3heaama.persou whose name is subscr,'ibed ;tame ferpgoing instrurn�etit; and zgkncwler ged to • fnp that the �aa.Ms ,w,as The act of •the Der of Fon !forth and that belsbs executed the san s'ttae aot of Elie City of Fort VUbrth fQl ttae parposes andionslderatton tbemin •3axpressedAnd; mbq capacttyfherebstAted. GIVEN UNDER MY HAND AND SEAL-,i�FF OFFICE this -244- 1 dad at Z;taA P.e • c,ln and #brute State e'f'Pe=- ° EIONIADANIMS W COMMISSION EWIREe M -Paige.3 �uf S Westside III & IV and.Propbsed Sanitary Sewer Line taserve the Westslde Water Treatment Plant •Water Project too.: P254.531200 601540045631 Parcel # 6-13 Old Weatberford Road N. Holbrook Surv6y, Abstract No. 647 . ' Being a 25.0' permanent water line easeinmt situated in the N. plolbrook Survey, Abstract Na. 647, Tan -ant County, Texas, said 25.0' permanent water line easemeni being out of a remainder of a 379.85 acre tract of had (by deed), being further d4mbed as Tract Ilk deeded to Chapel Creek Limited Pai neift, as recorded is Volume 11029, page 1159 of the Deed Records of Tarrant County, Texas, said 25.0' pemmanettt water line easement baingn=q particularly described by metes and bounds as follows: . COMMMCiNG at a point for the norlhwcst comer of a 14.119 acre tract of land (by deed), being further descn'bed. as Tract III, deeded to FW Vista West A L.P. recorded in Carmty Clees File No. D206035754 of said Deed Records of Tarrant County, Texas, saidpaint being the soufest coiner of a 1-579 acre tract of land (bydeed), beingfurther described as Traet3CII1, deeded to FW Vista WestA L.P. recorded in County Clarles File No. D206035754 of said Deed Records of Tarrant County, Texas, saidpoint being in the east line of a 10.009 acre tract of land {by deed) deeded to BOA Sortr.Limited Pa4uship, et al re,00rde,d inCounty . Clt&s File No. D206280509• of said Deed Records of Tarrant County, Texas, from which a 1 inch ironrod found for the northeast comer of said 10.009 acre tract of land, bears Nartk 00 degrees 15 minutes 46 seconds West, a distance of277.04 feet; THNCE South 72 degrees 39 minutes 20 seconds East, with the northline of said Tract Tit and with the south line of said Tract =., a distance of 573.70 feet to the POTENT OF BRODMG, said point bgingthe southeast comer of said Tract 7tIIi; said point also being in the wgst Fme of said.Tract lIA; THENCE North 00 degrees 43 n iiuntes 00 seconds West, with the west line of said Tract Mk and the east ' I* of saidTract liIIt, a distance of26.30 feet to apoiutfor corner, THENCE South 72 degrees 39 nmitmtes 20 seconds Bast, a distance of 31.55'feet to wyciut for comer m the east line of said Tract 11A, said point also being in the, west lime of a• 5.661 acre tract of laud. , (by deed), being further descried as Tract X, deeded to said FW.. Vista'West 11, L.P. recorded in County QdY s:Ft7.e No. D206035754 of said Deed Records of Tarrant County, Texas; T'HLNCE South 00 degrees 43 mm 1mnmtes 00 seconds Bast, with the east line of Wa Trae: IIA and the west line. of said Tract 3C, a' distance of 26.30 feet to,.a point for co mer,, from which a 1/2 inch iron rod found fat• the.no6west canner of a 26513 acm tract of land (by deed) deeded -to White Settlemsrut ,Tnd yendent School District recorded; in County Clerk's Fite No. D206230768 of said Deed Records -of Tarrant Cow*, Texas bears.South 72 degrees •39 minutes 20 .seconds East, a distance of S2.59 feet, said 1/2dnrhiron rod being the southwest corner of a 3.467 ide ' tract of Jsnd (by deed, lleing further described as Tract X1, deeded to said.>±W.Vista' West II, L.P. recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant Coratty, Texas, said 1/2 3nchiron rad also being in the east line of said.Tract 7,; TBMCX North 72 degrees 39 winutes 20 seconds Wee t, a distance of 31.55 feet to the POIFT OF BEGII�IM% and cantaining M square feet or 0.018 acres of 1'and, mere or less. Pagel of 2 NOTE; All bearings are based on the Texas Coordinate System,'NAD-83, North Central Zone, uliiizing a T-xD0T Surface Factor of 1,0001554132 for this project. Al hearings and distances are surface. Date: Augilst 28, 2008 ; OF r mel.aM..a,vetta, = , W. Truett lls n , +Al. TrttlEi"t; :�Af_SO Registered Professlonal land Surveyor b0.•N,• No. 6146 , { Page2 of 2 U PXHIBIII „" r:NO Vomit Ran Pr (f RES i9Y DEED) 30• R¢AD ANb PIPElD1E ROW — "- -^2964 AC 2�A ERMA DENT EASEM Ur — —I TRAITf 1 HOLC� R SUWVAN, IRC. CITY OF FORT WORTH # FIT VISTA WEST IL LP. CAE, /b2052G7959 VOLUME 16450, FACE 64 �� CC.E Na024SW3794 `- DR.T•C.T. b R TCI Y b.R.T.0 T — i 26 0� PERMANENT EASEMENT j��.. REMAINDER OF A 378.85 ACRES IIY OF 137. ACEWOR2 j_ _ — �' �-• -� � � ( vOWME 16137. PACE � TRACT ILA 1 — I WAPV L CROWMEEK UMIITED PA iRTNERSWIP ���1 �� TRACE 3 1 +-1„� �• r 5lg 5 61k = 30.0' PIPELINE AND ACCESS EASEMENT ` 'ICA`Eg� I D.R.T•C.T. VERNOR INVESTMENTS CORPORARON INC nn PIP ra4Or ON' D C.C.F. No. D204343516 ` P. Q, G; C:O,rc- %.ftA W 1bh �� -b.661 ACREs< U3Y »E>:n) 1 l. D RT,C.T, I S 1. Q�?O pT[ r? _ 7AACT X 20.D' PIPELINE EASEMENT 12. } - 7.rd4• Qr ?SF FIN VISTA WEST IL LP. �• �rj I CROSSIEX NORTH TEXAS GATHERING, LP. 7olr 1 ��.1` ` �� C C.F. No. D206075754 p` C C F. D R T0W67 ( 5�3.7p. _ �i+_ = :A.T C.T. 6,590 AC,i�( DEED) ( } FW VISTA WEST D, LP. 10.009 ACRE TRACE OF LAW DEED) � 25.0' PERMANENT � .� -X4 BOA SORTE UNITED PA sNm UT AL ( � • WATER LINE EASEMENT � � _� � MD C C F. Na. DC.T. 754 C.C.F No. D20520009 � 782 SQ. FT: OR 0.018 AC. 4—a Amy %7,?Xt ftr Dwo 1 �r.CT r^F Atosr REMAINDER OF A 567.553•ACRES I 1r � )gi W'DEED] 119 ACRES [BY DETD) J D" SORTEZ'UMR•ED PARMERSW. ET AL TRACT ilt L-S fl;IO 1f2'IRON RDD CL.G.F. No. 0204343515 ( FIN VISTA WEST- P. LP. ` f 26513 ACRES MY BEEP) 0•R.T.C.T. GAY. No. W06033764 L- 4 j ! WHITE SERL arcrcr. �G+OEPExOEl4r scHDsl n C.M. ft. ID20023MIG TINE e�wlt �� CE Nft ALL 66ARNG5 ARE 6ASW aN'INC O.R.T.C.T. j.200 100 0 200 (� i T2XAS GODROtNar Nt-n 1 ' '• } NTILOoT > E FACTOE,R A ODl2 L • j FOR THI5 PROdEOf. Att BEAR AND SCALE IN FEETPRPJwr DISTANCES ARE SURFACE, 1 oRTW�� City o Worth Fort �. 1 r. 1wa TNnacIDdORroN STREET FDfSf-WORAf, 7F7DAs 76102 �• . M04 IXHI611 $HOWINC A. - PERMANENT WATER •EASEN)ENT OLrr OF A REMAADER OF A 378M ACRES 1RACT OF LAND (6Y DEED) •. ..{{ n SITUMI) A4 THE � ..% &l� • N. HOLBROOK SURVEY, TDABSTRACT No. 64-7 aw�na CWAF'EL CREEK LIMITED PARTNERSHIP, TRACT IU1•••«•�• •�•••••.' RECORDED IN VOLUME 11029 PACE 1159 4V.111.1 C "i 1 1Al1L50N S DEED RECORDS OF TARRANT L5OUNTYq TEXAS 1 a '""`�"'"�f" 1 PRI)JECTr Westslde BI 4 IV and Proposed 3anitary Sewer Une to SCALE: " = 200- -�� Si 1 j--� �*�2 setva tbo Wesis(da Water lreaiment Plant PARCEL: NO,r B-B j �O y Jb§SN 7 At UISMON AREA 5 6D4 SgUARE.FEET OR 0.129 A 12ES • L§ b THO9-StuSr U.ft6. VI A�xiN} ITtr_ THIN �I CWLABO FpM c3J5GA n�oa.mEnluAWC 6�k5Y� � �q IS0.RE0 PRO •• TANG SURVEYOR ' VICINI7� MAP DAGFO=ARO)lDOMA AcQc ASS0a1�TFs.'IN� PA 6707 �RErRWaOD SrfAIA ii EOAD,�3 ITE 6RO FORT WuRYH ]X �J112 d17-48s .1424 FAX 617-4 9 6 -1 76 0 _ Westside III & IV and Proposed SanitaryS.ewerUne to serve ,the Westside WaterTreatment Platit Water .Project-N o.: ;R264-531,200,601-540045631 Parcel fi-B Old Weatherford 'Roect N. HolbroakSurvey, Abstract-No..647 STATE OF'TE XAS -COUNTY OF TARRANT ]DATE: August:2% 20a8 § KNOW ALL MEN BY THESE PRESENTS R CITY H TE_MPOR•AR• Ci�NSTRU.C7:•10[�I �ASEMENT GRANTOR: CHAPEL CREEK LIMITE11 PARTNERSHIP GRANTOR'S MAI1.ING,•AD'DRES.S: 2611 Cedar:SpringsRnad.-Guita900, ,. DallasTexas'Z5201 �:311 GRANTEE= .CITY OF FPRT WORTH 'GRANTEE'S WAILNG ADDRESS: 1000 ':THROCKMORTON .ST. FORaT 3f oRTH, -rmi RANT GOUNTY= TX:7. 61M. UONSIRERATION: Ten :Dollars ($10.0Q)-and ether ;go.od .and valuable consideration, the receipt and sufficiency.of which:is herebyadknowledged.: PROPBRTX: Bei4g-a 20.0' temporary rconsttuetion easement situated in. the N.Molbrook Survey, ,Abstract No. 647, -Tarrant Co=y. Texas, said 20 CI' temporary construction easement being- out. of a remainder of a 3%85 acre. tract of land; (by deed), bein,& furtber-described -as Tradt ILA, deeded to Chapel -Creek Limited ,Partnership, as recorded in Volume. .17'079, Page 11-59 of the Deed -Records df Tarrant County, Texas, said 20.0' temporary construction easement being more partieularly.described in Extribits "Aand"E". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey t{nto Grantee, its successors and.asstgns, the use -and passage:in,•over, -and across, below and along the easement •situated ln, Tarrarrt Pounty., Texas, in accordance with the isgal description herato attached as Exhibit'`A , and ingress and :egress .over Grantof`s property to'the .easement as shown on Exhibit 191. 'Pagel -of 3 BEd: d. ;cfm wu A ail El Jt -W- -SW'b" MdAw wl aa se *15,quealo, � •xwupmla, 'PlAslgp.; Rue 4. -Upw A IsWqlpp� puv utua q Ot�b &bfffift" stlao. ja -m w pub sZossas�ns S,78,e�lvge P.LW.. i.7 04we owq Dialklea24 gtqawapndd� ptm sttL jj# qaMcM, -'L&IMf '4.�b -.ftl4! &Y p6* W qljd eqt _fi S;PLM auto Jetupwqoowml d4f ,;AammvvlmDr.EUEmT �M�ffi 9F� -P 4P6 9E. i'—O#E Eli1 , 1 PLVA6 M—l"" Vgr toe 1:irr W.9 the pp �]L �pt Y� I" —ihTi that W-1-5fR Opp '.P U -.10'r 'Mirep4li;K Zing'' G&M WkEOW iiMO�A* §EkA;i5F.FlOt*f& b5a USA DICURBOtA l I I. stave 0i lellas bi 4;V-' -;�S NOlal y o- i sWn EXPITOS Comm's Juno 26,2012 1) *jTW!iQF j0k�qAp..r M'.FM5 el) -am. Sri 91g;*-g 4--t oiat v9iftl M. pigposes. a. D. -SM,*P'F+ 7GE g-�, day or r4 iaijy P't b E cd n Ai d -,b 6 tthd -'s t a te 5- T. Tka EVONIADANIELS PI WCOMMISSION EXPIRES Nw.r/ Westside 111-& IV and'Prnposed Sariitary Sewer Line to serve the Westside Water TreatmentRiant Water Project No.: P264-534200 601541DW631 Parcel=# 6-B Did Weatherford Road 'N. Holbrook Surv-py,;Abstract No. 647- Being a 20 Q' temporary monstruction easement situated in the N. 33olbrookSurvay, AbstractNq. 647, Tarrant Comity, Texas, said 2U. O' 4TWarary construction easement being out -oft remainder of 078.95• acre tract of land (by deed), being further described as Tract MA, deeded to Chapd Greek:LimitedPartnership as. recorded in Volume' 11.029, Page 1159 of the Deed Retards. ,qf 'Tarrant 'County, Texas, .said 2.0x' .temporary construction easement being more parficdiaily:desedbed by -metes and bounds as follows: COAMMM. Gat a p6intfor the-noetLwest comermf a,*A.119 acre tract of land:(by deed), heing.fzuther deseribed.as7ndIA, deeded to iWMsia West .JI, L.P, recorded in county Clerl ls.File No. D206035754 of said Deed Records. gfTm=t County, Texas, said point being the southwest.comer of a 1-579 acre tract of land (by deed), beingfarthendeseribed•as Tract.=l deeded to F'4V Vista West R,'L.3?_ recorded in County, ClerlesFile•No: D206035754, of saidi7 eed Records dfTar=. t Cmmty, Teas, Sim poinf being is the cast liae ofa 10.009 wre.tuact aTland (bydeed).deeded-toBOA.Sorte Limited.Aartnersl#p,.et,alrecorded in. Country Clerk}s.File No. D206280509 :ef-,saidneedRwords of Tenant Counts; Texas, from whicha I -inch iroarod found for the northeast eomermf said 10,009 acr mart oTlaud, bears -North U0 degrees 15 minutes•46 seconds West, a distance o f;Z77.04-feet; MM4CE Soufh'72 degrees 39 minutes 20 seconds'East, with the north line of said Tract IN and with the south line;of sdfdTract )III, a histance of:573.70-feet'to apeintforAhe northeast eorner of said Tract III, saidpointbeing the -southeast. -corner of.said-Tract 3D 1,'saidpointalso being ia•the 14MEW west line of said Tract III. forthePOMT bFT;E.t•�$W; THENCE South 72 degrees 39 minutes 20 seconds Fasf, a Ted to a point for mrneria the -east line of spid Tract lIA,-seidpnint bdingsn the west'.line oft 5.661 a=-tract-of'isnd N, deed), being fla then described •asTract X,.- deed ed to•FW Vista W.;e�;t 1I L.P.. recoraed iu Cou ty Clerk'sF.11eNn. D20G43 1 4�ci£saidl)eea.RecoxBs ofT�aumt-Cauuty.,"TcxasFrom which a M- mchtiron rod found %r themaxthwest comer of a 26313 anre tract.of land '(by deed) -deeded to White Settlement Independent Bchi?61 District recorded in .County, Clgrs File No. D206230M of saiJi.Deed Recm--ds.of Tarrant.County,, Texas, said 712 incl-iron rod being the sonthwest.cQrner •of a 3.467 acre -tract. of land (JW deed), being 'finiher-descn'bed as Tract MM, deedeil to.kW Vista Wdst U, LT —recorded in -County Cle&s'FAe No. D206035.73.4 of said Deed Records of T=ant County, Texas, said M inch. iron rod also beinginthe ead2ae. of said TractX,'bears South 72 degrees 39 minutes 7,0 seconds East, a distance of 52,59 feet; THENCE South 00 dogreas 43 minutes 00. second4 East, with the cast line of said,Tract lid -and the we$t line of said Tract X,•a•distance•of.21:04:feet to a point few -comer, THENCE North 72 &g ees 39 minutes 20 seconds West, a distance -of 3-155 feet to a•point for cornerin the west line.of said Tract -MA, saidpoiniberngin the east line of said Tract-IlL;. 1-• • vrU.&- North 00 degrees 43 rain es 00 seconds'West, with the west line of ••said Traet=X and the east line of-said'Tiact ULla.&stance of 21.04'feet.to the POINT OF-B'EGMMNG,.and contafilbnn 631 square feet or 0.01.4_acres of land, more -.or less Pagel af'>? it 1 NOTE: All bearings -are based on the Texas Coorclinate System, KAD-83, North Centrdi Zone,, uziliAng a TxQ(D7 Surface Factor:df 1_000.1554.132 for this project: Al( bearings and distances are surface, Date::August RR, 2008. W: __'TruettWilson Registered Professional Land Surveyor No. 5146 Rage,2 df 2 . . .... . .. ........ ... EXHIBIT 5"B 11 FND A" IRON ROD — - — — — — — — — JQ' Rff AND.Praim Raw 25. FW VISTA T I JIOL Ii. SULLN r OX.F, Nb, 02bBO35154 INC. WEST 1I.,L0. C4,if- 10205267559 W U 164 D. GE 64 b.fi.T. %!OLbUff�YEGF. FORT Wq REMAINDER OF A 378.85 ACRES 37, FAOE 229 TRACT IfA ICKAPEL CREEK EK dMITLD PARTNERSHIP 71ACT3 vbLum11019, 2AcE 1189 \1 PIPELINE AD ACCESS VERNONIVbfEW 0 aR�. ,1Jc0Flp yNP D3Aoi1 02r. -S.idi ACNEt (bY DEED)NOT bB%6 TRACT X 2b.0' pip E EASEMENTz > rw.A w U, L.P.CROS N TEXAS„GATHER NULP, ri.t2DSMS754 P� c.r. NO. TMcrji h EEO) S7 hy VIM mr (I. L.P. id.-Od AcAETRAty bF, ' ' -1 MC.F. =SbN754 tre f AL 14,119 ACRES (BY DEED) BOA 50r.E 3 PA nNER 411Z E 7,RAbT 111 G.C.F. No. DZUB260569* P.O-Ajmm. . Fj� D.R.T.Cf. .Q (BI FW VJSTA*WEST 11, LP. JFZ�X'i Qft­r;' CAP. No. 13205035764 D &$r -­ v L-5 .* - 11 IREMAINDER OF A 507.553 ACRES (By D BOA SORTE UM11ED.%mNlP, Er AL 70.13' TEMPORARY L b4F. No. b211434i5t5 CON$TRUCTION EASEMENT ls�i..so.. Kr- OR o.clu At. itil 'D� �.165 LINE TABLE Ab's ITt BASED uff THIE E NOTEJ A4�15SW 8=11;6.1 I DTIV 11 8 1A R *NG 200 100 0 .200 mS CDOWN SYSTEM, Phu 83 L-2 RFkE_A0f0A- bl' C., L-3 S rl lk W41� PROJECT. ALL, bbkWGS AN L-4 I N FOR ARE SURPAblE. D L-5 I N aW43"6 2 04? SCALE IN FEET -th R-r "Ity Of Fc3rt Woi 1911Q'WOCKMORTON STREEr FORT WORK 7MS 78102 Mm 71 too Q WUTWIGM FO. tan imaud,oao CIW'W Ad "I., JO VICIN YAP p4wr g( cmllm 4 TEMPORARY bONSTRMICTION WEMENT r OLJ`F OF REMAINDER bF A 356-09 �PE§ tMd OF IJNb (BY DEED) SdUATO THE N.- FIQLBROOK ABSTRACT BSTRAGT Nb. 647 i;xl DEEDEB �EL 'k-NERVIP, TRACT 11A -CHA ki FEK LUTET F'j REC RDED IN VOL ME 110296X�GE 1159 1 bEED RECQRD$ OF TARR TVAS PROJEOT; Wdstslclb III & IV and Prdp6ied suriltd.- na.tb ISCALE:. 1".=.200' S; savd the Wastside wato T�edttnent Plant tQARGEL •No,: 6-9 EASEMENT AP -A 15-604 SQUARF, -FEET OR 0.329 AURES 3? T JYISMON AREA JOB NO-0709-3 I I DRAW BY: YIN i GOD _FM3i58A uvqsmanL2.OW13 a JAID SURVEYOR W Aft Pi R; Pm., Pm—b3l2db suIS4045631 5146 Pas "" 7% . T IfAk APIK 00, fURr WOWL 7,8112 01.7-495-1424. FA4 017-496-1708 E 2% p 01-07 FDOW. . '0?1=00 INC- w -Alit Parcel No. 7TCE Memorandum of Agreement Westside 111 and /V Water and Sewer White Settlement ISD White Settlement ISO, referred to in this Memorandum as "Grantor", agrees to grant to the City of Fort Worth, "Grantee", a Temporary Construction Easemcrit across Grantom land. (TRAN'1 EE agrees to return the construction area to as good as or better condition than that prior Lu construcLiun. Grantee agrees to pay Grantor the sum of $2,100.00 as consideration for the conveyance of said Temporary Construction Easement. Dated: q 7 , 2009 GRANTOR(S)' By. A.4" , -Ix L7Q Wd Whr� leff��eweh� l5� By - City of Fort worth By. 2/2*d 6b009££LI8:01 :wojd 17z:0T 6002-20-8dd Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 7 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS TEMPORARY CO STR�CTION EASEMENT DATE: September 17, 2008 GRANTOR: WHITE SETTLEMENT INDEPENDENT SCHOOL DISTRICT GRANTOR'S MAILING ADDRESS: 401 South Cherry Lane ...� White Settlement, Texas 76108 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 26,513 acre tract of land (by deed) deeded to White Settlement independent School District, as recorded in County Clerk's File No. D206230768 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit apn. Pagel of 4 It is further agreed and understood that Grantee will be permitted to use the easement to construct N%M011 a water transmission line. Upon completion of the line and its acceptance by Grantee's City Council, all rights granted within the easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. N✓ Page 2 of 4 When the context requires, singular nouns and pronouns include the plural. GRANTOR: White Settlement ISD GRANTEE: City of Fort Worth By, --� Uavid B;f+er9 Fernando Costa dsS;S+-vJ Sv(ei-'nhnAen+ Assistant City Manager (Name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Page 3 of 4 ACKNOWLEDGEMENT STATE OF JEkR S _ § COUNTY OF _ A § BEFORE ME, the undersigned authority, a Notary Public in and for the State of -7-9-m5.., on this day personally appeared_--2).4Vi d Velfe. R.S , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of.---DA✓(D Pif Prs and that he/she executed the same as the act of said UJ h; f e Sa t f-k nlm 1 IS O for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ,� day of 20a 9 . Notar#ublic in and for the State of�5 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 17-4 day of r !,{rAP — , 20�. :`:: HEME rIE LANEiL 'N July 15 2011 _ Notary Public in and for the State of Texas Page 4 of 4 ..r Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No, 7 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction easement situated in the N. Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said 20.0' temporary construction easement being out of a 26.513 acre tract of land (by deed) deeded to White Settlement independent School District, as recorded in County Clerk's File No. D206230768 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod found for the northwest corner of said 26.513 acre tract of land, said 1/2 inch iron rod being the southwest corner of a 3.467 acre tract of land (by deed), being further described as Tract XI, deeded to FW Vista West 11, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the east line of a 5.661 acre tract of land (by deed), being further described as Tract X, deeded to FW Vista West 11, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas; THENCE South 72 degrees 39 minutes 20 seconds East, with the north line of said 26.5 L3 acre tract of land and with the south line of said Tract XT, a distance of 1614.98 feet to a 1/2 inch iron rod `jowl found for the northeast comer of said 26.513 acre tract of land, said 1/2 inch iron rod being the most northerly northwest corner of a 214,151 acre tract of land (by deed), being further described as Tract VIL deeded to FW Vista West U, L.P. as recorded in County Clerk's File No. D206035754 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod being the beginning of a non -tangent curve to the left having a radius of 700..00 feet, a central angle of 01 degrees 38 minutes 43 seconds and whose chord bears South 11 degrees 37 minutes 13 seconds West, a distance of 20.10 feet; THENCE with the east line of said 26.513 acre tract of land, with a west line of said Tract V11 and with said non -tangent curve to the left, an arc length of 20.10 feet to a point for corner; THENCE North 72 degrees 39 minutes 20 seconds West, a distance of 1610.46 feet co a point for corner in the west line of said 26.513 acre tract of land, said point being in the east line of said Tract X; THENCE North 00 degrees 43 minutes 00 seconds West, with the west line of said 26.513 acre tract of land and with the east line of said Tract X, a distance of 21.04 feet to the POINT OF BEGINNING, and containing 32,253 square feet or 0.140 acres of land, more or less. Pagel of 2 Westside III & IV and Proposed Sanitary Sewer Line to serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 7 Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTE All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone, utilizing a TxDOT Surface Factor of 1.0001554132 for this project. All bearings and distances are surface. Date: September 17, 2008 ; ii W. Truett Wilson Registered Professional Land Surveyor No. 5146 Page 2 of 2 t REMAINDER OF A 378.85 ACRES �% R I TRACT tlAEXll IBI T "BHAPEL CREEK UNITED PARTNERSHIP VOLUMEZTC.T. 1158 O.R U"S)g RCR� 5.661 ACRES (BY DEED) ��� S 6)}� 41 ° D) A ST 11, LP. 6.590 ACRES(BY11v DEED) C'C "ST4 W" Fw VISTA 1r NovBy' NOCURVE TABLE VISTA WEST U. �P `R 0C C F. �06035754 ��S020i tP`I-1RC.C.F. No, D2960357: CCR1 0N 1D WA-hS5�I `D.R.T.C.T. t `'/-;D 1%2 2.175 ACRES (BY DEED) MICHAEL L CARTER, TRUSTEE UrJE TALE NROO/� aCRFs_ 1 / C.C.F. No. D205304534 (� LINE BEARING I DISTMICE �I P.Q.B. wSTaRgCT ka)' OFf \ /\ D.R.T.C.T. i 1 N Tm43'DII�w 21.04' J �:•,:`'„� C,c No, IvFSt t Oj 1 '` -y ` __•� ° 6 It. CP �, 25,0' PERMANENT EASEMENT DR0 L-1 mow, R.T, CRY OF FORT WORTH I .�; •+.� C. T, 43g2 Sa ' � - ' \ VOLUME 18137, PAGE 229 -_ D.R.T.C,T. LOT 1. BLOCK t 14.119 ACRES (BY DEED) 1 ti'11 T EAGLE WOUNTArN BALANCING U TRACT 01 1 �'� "-.fir �� `�`\ FCfCTR JIESI3RYOIR FW VISTA WEST II, LP. C,CF tC'D CABINET A. SLIDE 10881 C.C.F. No. 0208035754 I 1 1 _ \ 1Yo, DUVF P.R.T.C.T, D.R.T.C.T. r 72 T, 20 C \ 1 1 `�. � �`�9'2Q+ \°•R. C 03 t t�6 F'A,yY 39 14.9 TC Alm 1 28.61J ACRES ((BY DEED) • ; ,'`� 1 1 200 100 0 200 WHFFE SETnJ M1ENrFN i 1 I INDEPENDENT SCHOOL DISTRICT �' - 1 C.C.F. No. D200230788 �•'� D.R.T.C.T. "•��1..�� �. 1 SCALE IN FEET 20.0' TEMPORARY ... 1 i 1 CONSTRUCTION EASEMENT 1 1 I NOTE: ALL BEARINGS ARE BASED ON THE 32253 S0. Fr. OR 0.740 AG. i TEXAS COORDINATE SYSTEM, NAD-B3, NCAT}I SURFACE ZONE, UTILIZING A 214.151 ACRES (BY PEED) 1 1 TXDOT SURFACE FACTOR OF 1,00012 TRACT VII 1_ 1 1 FOR THIS PROJECT. ALL BEARINGS AND FW VISTA WEST 11, LP, I DLSTANCES ARE SURFACE C.C.F. No. U206O35754 wo City a f Fart Worth rth uw�o 1000 T1IROCKMORTON STREET FORT WORTH, TEXAS 78102 Gm G' EXHIBIT SHOWING A - 20.0' TEMPORARY CONSTRUCTION EASEMENT ■unmanm an OUT OF A 26.513 ACRE TRACT OF LAND (BY DEED) je wunmrsom o. _ SITUATED IN THE N. HOLBROOK SURVEY, ABSTRACT No. 647 DEEDED TO a,"m t-- — WHITE SETTLEMENT INDEPENDENT SCHOOL DISTRICT RECORDED IN C.C.F. No. D206230758 DEED RECORDS OF TARRANT COUNTY, TEXAS ,1 PROJECT. Westside III & IV and Propoeed Sanitary Sewer Una to ISCALE-- 1" = 200' serve the Wastside Water Treatment Plant ='�" y LK v� 2 I PARCEL No.: 7 " / ' EASFM%NT ACQUISITION AREA 32.253 SQUARE FEET OR 0.740 ACRES 1M. 7RU WILSON JOB tt��dd 708-3015 DRAWN BY: TIW CADO FILE 3158A coeernonte. wG REGISfFRED AROFESSIQNAL LAND SURVEY13R - VICINITY MAP DATE SOnEMBER 17. 2008 PAGE 1 OF 1 I Water Project No.: P264-531200 6jj� 045 ti NO. 514E GORRONDONA & ASSOCtATFS, IN 6707 BRENTW OD STAIR OAD. SUITE 5D FORT (4d(iTj{ i)C 'j8112 817-496-1424 FAX 517-496-1768 G October 30, 2009 ADDENDUM NO.2 TO � PLANS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF WESTSIDE III & IV WATERLINES CAPITAL PROJECT NO.00456 CITY OF FORT WORTH, TEXAS BID OPENING DATE: THURSDAY, NOVEMBER 5, 2009 ADDENDUM ISSUE DATE: THURSDAY, OCTOBER 30, 2009 The following changes to the Contract Documents should be noted by all prospective bidders: CHANGES TO CONTRACT DOCUMENTS: 1. Section 2.6: A. Specification 02613 Technical Specification for Bar -Wrapped Cylinder Concrete Pipe and Fittings: Welds are allowed on exterior, interior, or both. Delete Section 2.015.5. and replace with the following Section 2.015.5.: "5. All welded joints shall be in accordance with AWWA C303 and AWWA M9. *V.. Contractor shall provide adequate ventilation for welders and inspectors. Welds shall be full circle fillets, unless otherwise noted. Welds shall be on external, internal, of both sides of pipeline. All joints shall be welded." B. Specification 15062 Ductile -Iron Pipe and Fittings: Thrusts shall be resisted by restrained joints or thrust blocking, or both, as indicated in the plans. Delete Section 2.01.1. and replace with the following Section 2.01.1. 'T Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints, thrust blocking, or both, as indicated in the plans. Restrained joints and blocking shall be capable of sustaining the design pressure as specified herein. Joints shall be restrained by EBAA Mega -lug or Engineer Approved equal, or by pipe manufacturer's proprietary restrained joint." C. Specification 15062 Ductile -Iron Pipe and Fittings: Test pressures for DIP shall be in accordance with AWWA M14. Add the following item to Section 2.02. "F. Test Pressures for the pipe shall be in accordance with AWWA M14." ADDENDUM NO. 2 D. Specification 15107 Gate Valves: Miter Gearing will not be specified on Gate Valves. Delete Section 2.02.G. and replace with the following Section 2.02.G.: "G. Valves used for blow -offs or air release valves shall be non -rising stem in a fusion epoxy body." E. Specification 15121 Air Valves: The material for the float is being revised. Brass is being deleted. Delete Section 2.02.13.2. and replace with the following Section 2.02.B.2.: "2. Float: Stainless Steel (ASTM A240), or HDPE." NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING LOCATIONS: (1) IN THE SPACE PROVIDED BELOW (2) IN THE BID PROPOSAL FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO.2 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON -RESPONSIVE", RESULTING IN DISQUALIFICATION. ADDENDUM NO. 2 ACKNOWLEDGEMENT: By: Title: Address: Telephone: THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. AECOM Matt Abbe October 30, 2009 ADDENDUM NO. 2 November 3, 2009 ADDENDUM NO. 3 TO °� PLANS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF WESTSIDE III & IV WATERLINES CAPITAL PROJECT NO.00456 CITY OF FORT WORTH, TEXAS BID OPENING DATE: THURSDAY, NOVEMBER 5, 2009 ADDENDUM ISSUE DATE: TUESDAY, NOVEMBER 3, 2009 The following changes to the Contract Documents should be noted by all prospective bidders: CHANGES TO CONTRACT DOCUMENTS: 1. Section 2.6: A. Specification 02613 Technical Specification for Bar -Wrapped Cylinder Concrete Pipe and Fittings: The Deflection Lag Factor shall be reduced. Delete Section 2,01.13.4. and replace with the following Section 2.01.13A.: "4. Deflection Lag Factor = 1.2." B. Specification 02619 Steel Pipe and Fittings: The Deflection Lag Factor shall be reduced. Delete Section 2.03.A.1.a.5) and replace with the following Section 2.03.A.1.a.5): "5) Deflection Lag Factor — (DI) = 1.2." ADDENDUM NO. 3 NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING LOCATIONS: (1) IN THE SPACE PROVIDED BELOW (2) IN THE BID PROPOSAL FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO.3 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON -RESPONSIVE", RESULTING IN DISQUALIFICATION. ADDENDUM NO. 3 ACKNOWLEDGEMENT: By: Title: Address: Telephone: THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. Matt Abbe November 3, 2009 ADDENDUM NO. 3