Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 48125
CITY SECRETARY CITY SECRETAW vGU D.O.E. FILE CONTRACT N0. CONTRACTOR'S BONDING CO. FORTWORTH CONSTRUCTION'S COPY CLIENT DEPARTMENT ;` PROJECT MANUAL �,�� �6 FOR � THE CONSTRUCTION OF a4s Old Decatur Road and Marine Creek Parkway and Northside 11 48 Inch Water Transmission Main, Phase 2 City Project No.02506 City Project No.02304 DOE No.6899 Betsy Price David Cooke Mayor City Manager John Robert Carman Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department And Water Department OF tF���a March 2016 leeooeeoes000000eooe•°� ® e� W Kimley ))) Horn DANA A LeCLA1RE i*® .*� �eeo•eee•ee•e••e•te eee0 /* ® ® *� i 98520 g g g 10 DAME®®STOLI ENBU®G,JR, °• / Texas Re istered En ineerin Firm F-928 DANIEL ...... NBURG,JR/ oy ooaeeemeoee00000eeeeese�se/ 1ee�+%."CENS��°6_� KHANo. 061018112 /`�:• 99271 ;c� ;tq %%it ' � FREE" E �°;•'S o �ae NICHO" ' , rFT-CIAL RECORD Mar 820182:27 PM SECRETARY FREESE AND NICHOLS, INC. TEXAS REGISTER ND WORTH,T X ENGINEERING FIR F-2144 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 004243 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 013216 Construction Progress Schedule 01 32 33 Preconstruction Video 013300 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised February 2,2016 City Project Number 02506 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 -Existing Conditions 0241 1�3----- Selee4ive Site-Demelitiett 0241 1q T 44i;. D 1/A ,a - -- -t 0241 15 Paving n t Division 03- Concrete 03 30 00 Cast-In-Place Concrete Repair- 033513 Integral Concrete Color Division 26-Electrical _1 26 05 00 cAf �L xeft efk ' 260533 Reeeways and Boxes for-Bleetr4eal Systems Division 31 -Earthwork 31 1009 site Gleaf 312316 Unclassified Excavation 312323 Bef.ew 312400 Embankments 312500 Eresien n,� Sediment Geld N 97 00 Ripfap Division 32 -Exterior Improvements 3201 17 PeFmaaefft Asphalt Paying Repair- 3201 18 T-emper-ar-y Asphalt-Paving Repair 32 11 23 Fi •;le ble Base Gewses 321129 Lime-neated Base Gems 3211-33 Cement-ReMed Base Ceufses 3212 16 Asphalt Pffving 321273 Asphalt Paving Gr-ark Sealants 32 13 13 Concrete Paving 32 13 :73 Gefter-ete Paving joint SeaWA-& 92 14 16 Br-iek I in it Paykig 32 i7 29 paveffiefA Mafkiflgs 92 i7 25 Gufb Address Painfing 3291 13 Chain Fenees and Gates 323126 W4e lu es aGates CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised February 2,2016 City Project Number 04506 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 323129 323213 r cast nl Walls 329010 Irrigation System 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs 32 93 45 Tree Protection Division 33-Utilities 330130 Sewer- a Ada«b,ele Testing 33 01 31 r1 a r k T 1 « T« (rrTST) e«eet:e« r 33-03 1zo Bypass Pumping-ef Fwistiag Sewer-Systems 3304 10 joint B Qiio and E zcctFi car T t a 334 11 Geffesien r #e '—Hons 3304 1 7 1. A«ede G thed:e Pfeteefien System 33 04 30 Temp rar, VA#er Sepyiees, 33-04 40 Gleaning n A eee« a«ee Testing of Water Mains e r t n 3304 50 Gleaning of Sewer-Mains 33 05 10 Utility Trench Excavation,Embedment,and Backfill 33-05 i2 Water Line Low 3305 13 Fmme, never and C aae niep 33 05 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 3305 16 re«erete VWer Vaults 3305 17 re«erete cellars 33 05 20 Aug Befbig 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 330523 Hand T„«r el ing 330524 rr T«stallat:e« of Caier Pipe in_Casing of T,,,, el Liner- 330526 Util:t.,ale-ker- eeat rs 33 0530 T eeat:e« of Rxisfing Utilities 33 1105 Belts,NtAs,and Gaskets 33 i 1 10 Du+'tilee Ifen Pipe 33 1 1 1 1 1h„et:le_Iffen Fittings 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water SeFy ees 1 ineh to 2 :«e>" 33 Q H T a a Wat M-oer-s 33 i2 20 Resit a«t Seated Gete Valve 3312 1 A WW A R b.b.er Seated B„tte f ly valves 33-1225 Celmeet-iente33xistingWater-Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stafiens 33 1260 Stm sera Blow effyalve Assembly 33 M Is High Density Pelyethylene(I-MPE)Pipe fer-Sanitafy Sewer CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised February 2,2016 City Project Number 02506 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 333121 Pel)wii3�4 Ghler-ide(PVC)Giesed pfefije Gffivity SftBitafy Sewer-Pipe 393122 Sanitafy Sewer-94 hinhig 33 3i 23 gafAtafy Sewer-Pipe Balafgement 333170 Gembinafien Air-Valve fef Saf&afy Sewer-Fer-ee Mains 333910 Cast in Plaee Cenere M leles- 33 39'0 PfeaasCenefete Manheles 333930 Fiber-glass Manheles 933960 pe)py L C.iT201 Sankafy St ttwe 33 41 11 High Deasity Pebe�,Iene(IIDPE)Pipe fe 9— 33 41 12 ReiB&r-eed Pebxethleae(SRPE)Pipe 334600 Subdr-aimge 33 4601 r1 tted Stems 33 4602 T-fene 33 4910 east in Plaee MaMeles and Ametien Be*eg 334920 Gufb and Dr-ep inlets 33 4940 Stefm Drainage Headwalls a-ad Wingwalls, Division 34-Transportation 34 41 10 T-FaffiO SigfWS 344110.01 A #elm ent-A CeHtfeller-C--abinec 34 41 11 Temper-afy T-faMe Signals 34 41 13 Refaeving TTeffie Signals 34 41 15 Ree�gialar-Rapid Flashing Beaeea 34 41 16 Deaestfnia a Hybrid Signal 34 4120 Readway 111ufn4iafienkssemb1ie9 34 4120.01 Afte..:..1 TED D...,dwfl T, , 344120.02 34-4 20-83 Residenfial TED Dead..ay T,,fainaifes 34 4130 AlumiEmfft Signs 34 71 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://projecipoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 -Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) CITY OF FORT WORTH Old Decatur Road and Marine Creek Part Way STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside H 48 Inch Water Transmission,Ph4se 2 Revised February 2,2016 City Project Number 01506 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26-Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 -Earthwork 31 1000 Site Clearing 3123 16 T T 1 fi d>✓.,,..,yatie 312323 Beffew 312400 Bmbaftkments 31 25 00 Erosion and Sediment Control 313600 Gabiens 313700 Rip-ap Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 H 33 Gement TfeeAed Base Courses 32 1137 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 17 25 Curb Address Painting 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 9 Seeding, and Sedding 3293 43 T-ms and ct,.ubs Division 33 -Utilities 33 01 30 Sewer and Manhole Testing 33 0131 Closed Circuit Television(CCTV)Inspection 3304 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 3304 12 Magnesium Anode Cathodic Protection System CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised February 2,2016 City Project Number 02506 000000-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 13 Frame, Cover and Grade Rings 33 05 16 Concrete Water Vaults 3305 17 Concrete Collars 330520 Auger Bering 33 05 N rr, mel Liner-_Platt. 330522 Steel Casing Pipe 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 1105 Bolts,Nuts,and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 i i ig Generefe Pr-essHfe Pipe,Bar-l&"ped; Steel Cylinder-Type 33 11 14 Bufied Steel Pipe and Fittings 33 1210 Water Services 1-inch to 2-inch 33 1211 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-off Valve Assembly 33-3-1 12 Gufea in Plae°Pipe it PP) 3331 15 High Density Pely-fl" 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 333121 Polyvinyl Chloride(PVC)Closed Pr-efile Gif"ity Saftitar-y Sewer-Pipe 333122 Samna..Sewer-Slip Lining 333123 lergelex 333150 Sanitary Sew."SeMnxi.e.e COB A.eflS____d Serviee Line 33 3i 70 Gembifw4ien Air Valve feT- Sani",Sewer-Fefee Mains 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 333930 Fiber-64ass Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pip&Culverts 33 46 00 c..t.a,iaia,..o CITY OF FORT WORTH OId Decatur Road and Marine Creek Parlomy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Ph4se 2 Revised February 2,2016 City Project Number 0$506 000000-7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 4602 Tr-eaah Drains 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 3441 10 T-F tx:e e;......b T 3441 A enaoer--G=bmwt 34 4-X0.02 z=heat f 34 41 11 Temper-afy Tf&ffie Signals 3441 13 Removing Traffic Signals 3441 15 Deep.,,,.., lar-D.,..:.a 1rkshing Beaee 34 41 16 Pedestfim Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 4120.02 Freeway LED Readway Luminaires 344120.03 Residential LED Readway Lufnhmkes 34 41 30 Aluminum Signs 34 71 13 TT-affe Geatfel Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GG 4.06 Haz-welts Eiwir-enmental Gendit en at Sits GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG 6.09 Per-mks and UtiWes GG 6.24- ,.Tefidise..:..i ,tie r GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised February 2,2016 City Project Number 02506 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Fo—u WoRT H COUNCIL ACTION: Approved on 6/28/2016 - Ordinance No. 22312-06-2016 DATE: 6/28/2016 REFERENCE C-27816 LOG NAME: 20MARINE CREEK NO.: PARKWAY CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Jackson Construction, Ltd., in an Amount Up to $11,531,299.00, Including Potential Incentives in an Amount Up to $105,000.00, for Construction of Improvements to Marine Creek Parkway/Old Decatur Road from South of McLeroy Boulevard to North of Grayson Road, Cromwell Marine Creek Road from Old Decatur Road to Marine Creek Parkway and Longhorn Road from Old Decatur Road to Marine Creek Parkway, Construction of Northside II 48-Inch Water Transmission Main Phase 2, Part 3 and Provide for Staff Costs and Other Project Costs and Contingencies for a Total Project Amount of$14,909,250.00, Authorize Execution of a Professional Services Agreement with Kimley Horn and Associates, Inc., in an Amount Not to Exceed $206,800.00 for Additional Design, Project Management and Construction Services for the Project, with Expenditures to be Reimbursed from Proceeds of Future Debt, and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Marine Creek Parkway Project of the Transportation Impact Fee Capital Projects Legacy Fund in the amount of $1,700,000.00 and reduce the fund balance in the reserves of Service Area G Fund by the same amount; 2.Authorize the execution of a contract with Jackson Construction, Ltd., in an amount up to $11,531,299.00, including potential incentives in an amount up to $105,000.00, for the construction of improvements to Marine Creek Parkway/Old Decatur Road from South of McLeroy Boulevard to North of Grayson Road, Cromwell Marine Creek Road from Old Decatur Road to Marine Creek Parkway and Longhorn Road from Old Decatur Road to Marine Creek Parkway and Construction of Northside II 48-inch Water Transmission Main Phase 2, Part 3; and 3.Authorize the execution of an Agreement with Kimley Horn and Associates, Inc., in an amount not to exceed $206,800.00 additional design, project management and construction services during the construction of Marine Creek Parkway/Old Decatur Road from South of McLeroy Boulevard to North of Grayson Road, Cromwell Marine Creek Road from Old Decatur Road to Marine Creek Parkway and Longhorn Road from Old Decatur Road to Marine Creek Parkway, with expenditures to be reimbursed from future debt. DISCUSSION: This project provides for the construction of Improvements to Marine Creek Parkway/Old Decatur Road from South of McLeroy Boulevard to North of Grayson Road, Cromwell Marine Creek Road from Old Decatur Road to Marine Creek Parkway and Longhorn Road from Old Decatur Road to Marine Creek Parkway and the Construction of Northside II 48-inch Water Transmission Main Phase 2, Part 3.The project was advertised on March 10, 2016 and March 17, 2016 in the Fort Worth Star-Telegram using the low bid plus incentives method. Jackson Construction Ltd., submitted the lowest bid. On April 21, 2016, the following bids were received: Bid fte .iulta Contractor Bid Jackson Construction, Ltd $11,426,299.00 Oscar Renda Contracting, Inc. $11,497,539.15 Tiseo Paving Co. $12,608,404.59 Construction of the Marine Creek Parkway improvements is one component of the overall project that includes design, project management, easements, right-of-way acquisition and contingencies. The overall project budget is$14,909,250.00. There are potential incentives of$3,000.00 per day, up to a maximum $105,000.00, built into the construction contract if the contractor delivers the project prior to a specified milestone. Failure to deliver the project by the specified substantial completion date will subject the contractor to liquidated damages of$3,000.00 per day until substantial completion is achieved. Kimley Horn and Associates, Inc., will perform additional project design, and will perform construction services to oversee the project. This project will have no impact on the Water Department's operating budget when complete. Construction is anticipated to commence in July 2016 and be complete in 480 calendar days. A portion of the costs for this project are included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014). A portion of this project is anticipated to be funded through inclusion in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the Direct Purchase Note program or earlier issuance of Water and Sewer revenue bonds than is currently planned, Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the Reimbursement Resolution for the entire Northside II 48-inch Water Main, Phase II Improvement Project that is also on today's agenda. The City Council adopted the Water Department's Fiscal Year 2016-2020 Five-Year Capital Improvement Plan on February 2, 2016 (M&C G-18662). This City Council adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue- supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax=exempt debt and the funding source will have to be made whole through other budgetary methods. The adopted resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. M/WBE OFFICE: Jackson Construction, Ltd., is in compliance with the City's BDE Ordinance by committing to one percent MBE participation and documenting good faith effort. Jackson Construction, Ltd., identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 22 percent. Kimley-Horn Associates, Inc., is in compliance with the City's BDE Ordinance by committing to 10 percent SBE participation. The City's SBE goal on this project is 10 percent. This project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that the appropriation is available as directed by M&C G-18375 in the Water/Sewer DPN Fund for the Northside If 48-inch Water Transmission Main Improvement Project and 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 Transportation Impact Fee Capital Legacy Fund and the 2014 Bond Program Fund. The current balance in the reserves of Service Area G is $3,974,416.11. Project Pending Remainin g g Description Appropriations to Encumbrances/ Balance Date Expenditures Water/Sewer DPN Fund (56005) $ 0.00 $3,032,795.00 $ 0.00 Marine Creek Parkway-34014 2014 $8,600,000.00 $7,039,021.04 $1,560,978.96 Bond Fund Marine Creek-39008 Impact Fee $1,700,000.00 $1,700,000.00 $ 0.00 Fund TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 1 39008 0200431 4413001 CO2506 C03980 $1,700,000.0 1 39008 0200431 CO2506 CO2380 $1,700,000.0 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 34014 0200431 5330500 CO2506 CO2380 2016 14040199 $206,800.0 39008 0200431 5740010 CO2506 CO2380 $1,700,000.0 3 34014 0200431 5740010 CO2506 CO2380 2016 14040199 $6,693,504.0 1 39008 0060419 4413001 U N 9917 U N2300 $1,700,000.0 3 56005 0700430 5740010 CO2304 C01485 2016 $346,935.0 3 56005 0600430 5740010 CO2304 C01483 2016 $2,685,860.0( Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Wilma Smith (8785) ik ATTACHMENTS 02506 Marine Creek Pkwv Kimley Hom Assoc. Form 1295.pdf 20MARINE CREEK PARKWAY 39008 A016 .docx Marine Creek Parkway-Jackson Construction 1295 Form.pdf MarineCreekPkwv ProjectUrnits MC.pdf CERTIFICATE OF INTERESTED PARTIES FORM 1295 101`1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-50786 Jackson Construction,Ltd Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/05/2016 being filed. City Of Fort Worth Date Ack � d: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 02506 Old Decatur Road and Marine Creek Parkway and Northside It 48 Inch Water Transmission Main,PH 2 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary Jackson,Larry Fort Worth,TX United States X Jackson,Troy Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT 1 swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. } ►« NICOLE M WEATHERFORD Notary Public STATE OF TEXAS hey Comm.Exp.September 10,2018 Signature of authorized agen of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE f Sworn to and subscribed before me,by the said ��d�tr ,this the - �a.�day of 20_�_,to certify which,witness my hand and seal of office. Signature of officer administering oakV Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 Old Decatur Road&Marine Creek Parkway Addendum No.2 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM No.2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR OLD DECATUR ROAD &MARINE CREEK PARKWAY CITY PROJECT NO. 02506 AND NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 City Project No. 02304 Advertise Date: Thursday,March 10,2016 Bid Date: Thursday,April 14,2016 changed to April 21,2016 with this addendum Addendum No 2 Issued: Wednesday,April 13,2016 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: https://projecWgint.buzzsaw.coin/fortworthgovMfrastructure%2OProiects/02506°/m20- %20Marine%2OCreek%2OParkwayBid%2ODocuinents%2OPackne/Addenda?public Project Manual: Section 00 11 13 Invitation to Bidders shall be replaced with this addendum. The following revisions have been made: • RECEIPT OF BIDS Sealed bids for the construction of Old Decatur and Marine Creek Parkway and Northside 11 48 Inch Transmission Main Phase 2 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth,Texas 76102 until 1:30 P.M.CST,Thursday,April 21,2016,and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. Pg 1 Old Decatur Road&Marine Creek Parkway Addendum No.2 v Section 00 42 43 Proposal Form The Proposal Form shall be replaced with the Proposal From in the addendum. The following items have been changed or added. • Unit I o Change quantity for Item 1-313211.0113 8"Flexible Base,Type A,GR-1 to 8350 SY • Unit II o Change quantity for Item II-1 3311.0141 6" Water Pipe to 50 LF • Change quantity for Item II-2 3311.0441 12"Water Pipe to 1970 LF • Change quantity for Item II-3 3311.0452 12"DIP Water,CSS Backfill to 280 LF • Change quantity for Item II-4 3305.0103 Exploratory Excavation of Existing Utilities to 2 EA • Change quantity for Item II-8 3312.0117 Connection to Existing 4"-12" Water Main to 10 EA • Add Item II-13 9999.0001 Construction Staking 1 LS • Add Item II-14 9999.0002 Construction Survey 1 LS • Add Item II-15 9999.0003 Construction Contingency Allowance to cover costs of Improvements not previously itemized. All work completed under this item shall be approved by City in writing. 1 LS Pre-Bid Amount of$50,000 • Unit III • Change Item III-2 3311.0241 8" Water Pipe(C-900 DR-25 for Sanitary Sewer)to 190 LF • Change Item III-3 3311.0242 8" Water Pipe, CSS Backfill (C-900 DR-25 for Sanitary Sewer)to 310 LF • Change Item III-7 3301.0002 Post-CCTV Inspection to 1160 LF • Change Item III-18 3305.0109 Trench Safety to 1060 LF • Add Item III-20 9999.0001 Construction Staking 1 LS • Add Item III-21 9999.0002 Construction Survey 1 LS • Add Item 111-22 9999.0003 Construction Contingency Allowance to cover costs of Improvements not previously itemized. All work completed under this item shall be approved by City in writing. 1 LS Pre-Bid Amount of$25,000 • Unit IV • Add Item N-18-13 9999.0001 Construction Staking 1 LS • Add Item IV-19 9999.0002 Construction Survey 1 LS Pg 2 Old Decatur Road& Marine Creek Parkway Addendum No.2 Section 00 73 00 Supplementary Conditions The following has been changed: 9999.0301 Construction Contingency Allowance(Bid Item II-15,Bid Item III-22,Bid Item IV-17) The Construction Contingency Allowance bid item establishes contract contingency allowances for unanticipated work determined to be necessary in the field.Arbitrary allowance amounts have been placed in the Proposal,this item will not be paid to the Contractor unless a written field order is issued. Contract changes above this amounts described by this allowance may be processed through a change order. Questions/Clarifications: Bidders are reminded that Section 00 45 12—Prequalification Statement,shall be included as part of all bids as indicated in Section 00 4100—Bid Form. Information to Bidders: This Addendum No. 2, forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 2 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGES: By: Title: Pg 3 Old Decatur Road&Marine Creek Parkway Addendum No. 1 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM No. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR OLD DECATUR ROAD & MARINE CREEK PARKWAY CITY PROJECT NO. 02506 AND NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 City Project No. 02304 Advertise Date: Thursday,March 10,2016 Bid Date: Thursday,April 14,2016 Addendum No 1 Issued: Monday,April 11,2016 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: https://proiegVgint.buzzsaw.com/fortworthgov/Infrastructure%20Proiects/02506%20- %20Marine%2OCreek%2OParkwayBid%2ODocuments%2OPackage/Addenda?public Project Manual: Section 00 42 43 Proposal Form The Proposal Form shall be replaced with the Proposal From in the addendum. The following items have been changed or added. • Unit I o Add Item I-134 3341.0103 18"RCP, Class III, 70 LF • Unit IV • Changed Item IV-7 to 3312.5002 48"AWWA Butterfly Valve,w/vault • Add Item IV-17 9999.0301 Construction Contingency Allowance to cover costs of Improvements not previously itemized. All work completed under this item shall be approved by Owner in writing. 1 LS for Pre-Bid Amount$250,000.00 Section 00 73 00 Supplementary Conditions Add the following to SC-11.02.,"Allowances" • 9999.0301 Construction Contingency Allowance(Bid Item IV-17) Pg 1 Old Decatur Road&Marine Creek Parkway Addendum No. 1 The Construction Contingency Allowance bid item establishes contract contingency allowances for unanticipated work determined to be necessary in the field.Arbitrary allowance amounts have been placed in the Proposal,this item will not be paid to the Contractor unless a written field order is issued. Contract changes above this amounts described by this allowance may be processed through a change order. Questions/Clarifications: 1. Sheet C9.05A has a bold line on 20"water line at the northeast comer of Marine Creek Parkway and Cromwell Marine Creek,is this showing a water line extension?If so there are no bid items for this. • No,the water line is not being extended. Information to Bidders: This Addendum No. 1,forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 1 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGES: By: Title: Pg 2 0011 13-1 INVITATION TO BIDDERS Page I of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Old Decatur Road and Marine Creek Parkway and 6 Northside 11 48 Inch Transmission Main Phase 2 will be received by the City of Fort Worth 7 Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth,Texas 76102 13 until 1:30 P.M. CST,Thursday,April 21,2016,and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 Old Decatur Road,Marine Creek Parkway,Longhorn Road, and Cromwell-Marine Creek Project: 18 This project is the reconstruction of Marine Creek Parkway from south of Longhorn Drive to Old 19 Decatur Road. There will be two roundabouts constructed at the intersections of Marine Creek 20 Parkway and Longhorn Road and Marine Creek Parkway and Cromwell-Marine Creek Road. 21 22 The major work will consist of the following items: 23 Approximately 6200 LF of. Concrete Paving Construction/Reconstruction(approximately 52,000 24 SY);Asphalt Paving Construction/Reconstruction(approximately 2,500 SY),Roadway and 25 Pedestrian Lighting; Water Distribution Urban/Renewal(approximately 2,000 LF of 12" 26 waterline); Sewer Collection System,Urban/Renewal(approximately 1,300 LF of 8" Sewer); 27 Landscape;Irrigation; Storm Drain; and Pavement Marking and Signage 28 29 Northside 1148 Inch Transmission Main Phase 2 30 There will be a 48"transmission line from Cromwell-Marine Creek Road to McLeroy BLVD. 31 The major work will consist of the following items: 32 Approximately 2800 LF of Water Transmission Urban/Renewal, All Sizes. 33 34 PREQUALIFICATION 35 The improvements included in this project must be performed by a contractor who is pre- 36 qualified by the City at the time of bid opening.The procedures for qualification and pre- 37 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 38 39 LOW BID WITH INCENTIVES 40 41 Refer to the Instructions to Bidders for information regarding the project incentive. 42 43 44 45 46 47 48 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 23,2015 City Project Number:02506 Addendum 2 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 DOCUMENT EXAMINATION AND PROCUREMENTS 3 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 4 of Fort Worth's Purchasing Division website at hgp://www.fortworthizov.org/aurchasing/and 5 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 6 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 7 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 8 Parties Form 1295 and the form must be submitted to the Project Manager before the 9 contract will be presented to the City Council.The form can be obtained at 10 httns://www.ethics.state.tx.us/tec/1295-Info.htm . 11 12 Copies of the Bidding and Contract Documents may be purchased from Kimley-Horn and 13 Associates,Inc., 801 Cherry Street,Unit#11, Suite 950, Fort Worth,TX 76102, 817-335-6511 on 14 Friday,March 11,2016. Call a minimum of 24 hours in advance to schedule pickup: 15 16 The cost of Bidding and Contract Documents is: 17 The cost of Bidding and Contract Documents are: 18 Set of Bidding and Contract Documents with Full Size Drawings: $350 19 Set of Bidding and Contract Documents with Half Size Drawings: $200 20 21 PREBID CONFERENCE 22 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 23 BIDDERS at the following location,date,and time: 24 DATE: March 30,2016 25 TIME: 10:00 A.M. 26 PLACE: Pre-Council Chambers 27 LOCATION: City Hall 28 29 30 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 31 City reserves the right to waive irregularities and to accept or reject bids. 32 33 INQUIRIES 34 All inquiries relative to this procurement should be addressed to the following: 35 Attn: Wilma J. Smith,PE, City of Fort Worth 36 Email: Wilma.Smith @fortworthtexas.gov 37 Phone: 817-392-8785 38 AND/OR 39 Attn: Dana LeClaire,PE,Kimley-Horn and Associates,Inc 40 Email: Dana.LeClaire @kimley-hom.com 41 Phone: 817-335-6511 42 43 ADVERTISEMENT DATES 44 March 10,2016 45 46 END OF SECTION CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 23,2015 City Project Number:02506 Addendum 2 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00 -GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalifled(even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 hMs://proiegMoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%o 2OPrequalification/TPW%2OPaving 42 %20Contractor%2OPrNualification%2OProo-am/pREQUALIFICATION%20REO 43 UI REMENTS%20FOR%20PAVING%2000NTRACTORS.PDF? un blic 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 b=s://projepVoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavina 48 %20Contractor%20Pregual ification%2OPrograni/PREQUALIFICATION%20_REO 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH Old Decatur Road and Marine Creek Pa4way STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside R 48 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 https://ProiegWoint.buzzsaw.com/fortworthg�ov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPMualificationtWater%2Oand%2 5 OSanitM%2OSewer%2OContractor%2OPrequaliflcation%2OProuam/WSS%20pre 6 qual%20reguirements.doc?public 7 8 9 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11,BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 17 bidder(s)for a project to submit such additional information as the City, in its sole 18 discretion may require, including but not limited to manpower and equipment records, 19 information about key personnel to be assigned to the project, and construction schedule, 20 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 21 deliver a quality product and successfully complete projects for the amount bid within 22 the stipulated time frame. Based upon the City's assessment of the submitted 23 information, a recommendation regarding the award of a contract will be made to the 24 City Council. Failure to submit the additional information, if requested, may be grounds 25 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 26 notified in writing of a recommendation to the City Council. 27 28 3.4.In addition to prequalification,additional requirements for qualification may be required 29 within various sections of the Contract Documents. 30 31 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 32 33 4.1.Before submitting a Bid, each Bidder shall: 34 35 4.1.1. Examine and carefully study the Contract Documents and other related data 36 identified in the Bidding Documents(including "technical data"referred to in 37 Paragraph 4.2.below).No information given by City or any representative of the 38 City other than that contained in the Contract Documents and officially 39 promulgated addenda thereto, shall be binding upon the City. 40 41 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 42 site conditions that may affect cost,progress, performance or furnishing of the 43 Work. 44 45 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 46 progress,performance or furnishing of the Work. 47 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside H 48 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data"and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations,tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion, and obtain all information 28 required to make a proposal.Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside 1148 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the"technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02.of the General Conditions has been identifier] 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data,interpretations, opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques, sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents, (iii)that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4,inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of--way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside 1148 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits,and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to.Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth, TX 76102 21 Attn: Wilma J. Smith, PE, City of Fort Worth Transportation and Public Works 22 Fax: 817-392-6543 23 Email:Wilma.Smithafortworthtexas.gov 24 Phone: 817-392-8785 25 26 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 27 City. 28 29 6.3.Addenda or clarifications may be posted via Buzzsaw at 30 https://projeetpoint.buzzsaw.com/client/fortworthgov/Infrastructure%2OProjects/02506 31 %20%20Marine%o 20Creek%20ParkwayBid%20Documents%20Package 32 33 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 34 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 35 Project. Bidders are encouraged to attend and participate in the conference. City will 36 transmit to all prospective Bidders of record such Addenda as City considers necessary 37 in response to questions arising at the conference. Oral statements may not be relied 38 upon and will not be binding or legally effective. 39 40 7. Bid Security 41 42 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 43 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 44 the requirements of Paragraphs 5.01 of the General Conditions. 45 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside 11 48 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Incentives 16 Provisions for Incentives are defined in the Supplementary Conditions and set forth in the 17 Agreement. 18 19 10. Liquidated Damages 20 Provisions for liquidated damages are set forth in the Agreement. 21 22 11. Substitute and "Or-Equal" Items 23 The Contract, if awarded, will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or"or-equal" items. 25 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 26 equal' item of material or equipment may be furnished or used by Contractor if acceptable to 27 City, application for such acceptance will not be considered by City until after the Effective 28 Date of the Agreement. The procedure for submission of any such application by Contractor 29 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C.of the General 30 Conditions and is supplemented in Section 0125 00 of the General Requirements. 31 32 12. Subcontractors, Suppliers and Others 33 34 12.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 35 12-2011 (as amended),the City has goals for the participation of minority business 36 and/or small business enterprises in City contracts.A copy of the Ordinance can be 37 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 38 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 39 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 40 Venture Form as appropriate.The Forms including documentation must be received 41 by the City no later than 2:00 P.M.CST,on the second business day after the bid 42 opening date. The Bidder shall obtain a receipt from the City as evidence the 43 documentation was received. Failure to comply shall render the bid as non- 44 responsive. 45 46 12.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 47 or organization against whom Contractor has reasonable objection. 48 49 50 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside 11 48 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 13. Bid Form 2 3 13.1. The Bid Form is included with the Bidding Documents; additional copies may be 4 obtained from the City. 5 6 13.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 7 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 8 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 9 price item listed therein. In the case of optional alternatives, the words 'No Bid," 10 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 11 written in ink in both words and numerals, for which the Bidder proposes to do the 12 work contemplated or furnish materials required. All prices shall be written legibly. 13 In case of discrepancy between price in written words and the price in written 14 numerals, the price in written words shall govern. 15 16 13.3. Bids by corporations shall be executed in the corporate name by the president or a 17 vice-president or other corporate officer accompanied by evidence of authority to 18 sign. The corporate seal shall be affixed. The corporate address and state of 19 incorporation shall be shown below the signature. 20 21 13.4. Bids by partnerships shall be executed in the partnership name and signed by a 22 partner, whose title must appear under the signature accompanied by evidence of 23 authority to sign. The official address of the partnership shall be shown below the 24 signature. 25 26 13.5. Bids by limited liability companies shall be executed in the name of the firm by a 27 member and accompanied by evidence of authority to sign. The state of formation of 28 the firm and the official address of the firm shall be shown. 29 30 13.6. Bids by individuals shall show the Bidder's name and official address. 31 32 13.7. Bids by joint ventures shall be executed by each joint venturer in the manner 33 indicated on the Bid Form. The official address of the joint venture shall be shown. 34 35 13.8. All names shall be typed or printed in ink below the signature. 36 37 13.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 38 which shall be filled in on the Bid Form. 39 40 13.10. Postal and e-mail addresses and telephone number for communications regarding the 41 Bid shall be shown. 42 43 13.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 44 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 45 to State Law Non Resident Bidder. 46 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside 1148 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 14. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 5 envelope, marked with the City Project Number,Project title, the name and address of 6 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 7 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 8 envelope with the notation 'BID ENCLOSED" on the face of it. 9 10 15. Modification and Withdrawal of Bids 11 12 15.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 17 are opened and publicly read aloud,the Bids for which a withdrawal request has been 18 properly filed may, at the option of the City,be returned unopened. 19 20 15.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 16. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates (if any)will be made available 26 to Bidders after the opening of Bids. 27 28 17. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 31 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 32 33 18. Evaluation of Bids and Award of Contract 34 35 18.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming,nonresponsive, unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder,whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price, contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the words. 47 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside II 48 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 18.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders, Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 18.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 10 other persons and organizations proposed for those portions of the Work as to which 11 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs, maintenance requirements,performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 18.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility, qualifications, and financial 20 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 21 organizations to perform and furnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 18.4. Contractor shall perform with his own organization, work of a value not less than 25 35%of the value embraced on the Contract,unless otherwise approved by the City. 26 27 18.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 18.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident's principal place of 36 business is located. 37 38 18.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 42 the City. 43 44 18.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT and Northside 11 48 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 19. Signing of Agreement 2 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 3 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 4 Contractor shall sign and deliver the required number of counterparts of the Agreement to 5 City with the required Bonds,Certificates of Insurance, and all other required documentation. 6 City shall thereafter deliver one fully signed counterpart to Contractor. 7 8 9 10 END OF SECTION CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUWNT and Northside U 48 Inch Water Transmission,Phase 2 Revised October 6,2015 City Project Number:02506 0035 13 BID FORM Page 16 of 16 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.usilturms/CIQ.r)df http://www.ethics.state.tx.us/forms/CIS.pdf D CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary P-1 CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary B1UD516kson Construction, LTD By: Troy L. Jackson j I Z_ 5(x,, 1�a��G� Dr S i g n a t u e: JC�r� Wo"AN, 7-X 1,1 CD(I I Title: Vb8-Pf83id8r1t END OF SECTION OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Northside 11 48 Inch Water Transmission, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02506 Form Revised 20120327 00 41 00 BID FORM Page i of 16 SECTION 00 41 00 BID FORM TO: The City Manager c/o The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Old Decatur Road and Marine Creek Parkway From 3300 Feet South of Longhorn Road to Old Decatur Road and Northside 11 48 Inch Water Transmission Main Phase 2 From Cromwell-Marine Creek Road to Old Decatur Road City Project No.: 02506 and 02304 Units/Sections: Unit I Paving and Drainage Unit II Water Distribution Unit III Sanitary Sewer Collection Unit IV Water Transmission Unit V Landscape and Irrigation Bid Alternate 1 Illumination 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Northside 11 48 Inch Water Transmission,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS city Project Number 02506 Revised March 27,2012 10 41 00 BIU FORM Pao-2 of 16 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Urban/Renewal,All Sizes b. Water Distribution, Urban and Renewal, 12 Inch diameter and smaller c. Sewer Collection System, Urban/Renewal,8-inches and smaller d. Asphalt Pvaing Construction/Reconstruction(LESS THAN 15,000 square yards) e. Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) f. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 480 calendar days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to Incentives and liquidated damages in the event of failure to complete the Work and obtain Final Acceptance within the times specified in the Agreement. 4.3. The Daily Value is$3,000 per day. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Proposal Form, Section 00 42 43(cont'd) e. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 f. MWBE Forms(optional at time of bid) g. Prequalification Statement, Section 00 45 12 h. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary i. Any additional documents that may be required by Section 12 of the Instructions to Bidders Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Northside 11 48 Inch Water Transmission,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02506 Revised March 27,2012 0041 00 BID FORM Page 3 of 16 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Bid Items Total Base Bid Unit 1 $7,890,646.00 Total Base Bid Unit II $449,560.00 Total Base Bid Unit III $346,935.00 Total Base Bid Unit IV $2,236,300.00 Total Base Bid Unit V $110,583.00 Total Base Bid $11,426,299.00 Bid Alaternate 1 $392,275.00 Total Bid(Base Bid+Bid Alternate 1) $11,818,574.00 Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Northside 11 48 Inch Water Transmission,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - - City Project Number 02506 Revised March 27,2012 00 41 00 BID FORM Page 4 of 16 This Bid is submitted on April 21,2016 by the entity named below. Respectfully submi Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: X (Signatur Addendum No.2: X Addendum No.3: Troy L.Jackson Addendum No.4: (Printed Name) Title: Vice President Company: Jackson Construction,Ltd. Corporate Seal: Address: 5112 Sun Valley Dr. Fort Worth,Texas 76119 State of Incorporation: Texas Email: OfflceAJacksonconstruction.net Phone: 817.572.3303 END OF SECTION Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Northside 11 48 Inch Water Transmission,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02506 Revised March 27,2012 00 42 43 BID PROPOSAL Page S or 16 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal BidlN Description Specification Unit of Bid Item No. Section No. Measure Quantity Unit Price Bid Value UNIT I:CONCRETE PAVING AND DRAINAGE 1-1 9999.0001 Construction Staking 01 7123 LS 1 $98,000.00 $98 000.0 1-2 9999.0002 Construction Survey 0171 23 LS 1 $29,000.00 $29,000.0 1-3 0241.0100 Remove Sidewalk 0241 13 SF 580 $1.00 $580.0 1-4 0241.0300 Remove ADA Ramp 0241 13 EA 2 $115.00 $230.0 1-5 0241.0401 Remove Concrete Drive 0241 13 SF 1375 $1.00 $1.375.00 1-6 0241.0402 Remove Asphalt Drive 0241 13 SF 1025 $1.00 $1,025.05 1-7 0241.0500 Remove Fence 0241 13 LF 5360 $1.50 $8 040.0 1-8 0241.0800 Remove Rip Rap 0241 13 SF 1150 $1.50 $11.725.0a 1-9 0241.1100 Remove Asphalt Pvmt 0241 15 SY 27300 $6.50 $177 450.0 1-10 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 2250 $4.00 $9,000.00 1-11 9999.0003 Remove 12"Storm Line 3341 10 LF 25 $19.00 $475.0 1-12 0241.3011 Remove 15"Storrs Line 02 41 14 LF 95 $20.00 $1,900.0 1-13 0241.3015 Remove 24"Storrs Line 0241 14 LF 600 $23.00 $13 800.0 1-14 0241.3019 Remove 36"Storm Line 0241 14 LF 110 $25.00 $2,750,00 1-15 0241.4203 Remove 6'Drop Inlet 0241 14 EA 2 $1.350.001 $2,700.00- 1-16 0241.4401 Remove Headwall/SET 0241 14 EA 4 $1,300.00 $5,200.00 1-17 9999.0004 Remove and Relocate 8'Metal Tube Gate STA 41+00 32 31 26 EA 2 $990.00 $11980.00- 1-18 9999.0005 Remove and Relocate 16'Metal Tube Gate STA 57+50 3231 26 EA 1 $1,500.00 $1,500. 1-19 9999.0006 Remove and Relocate 12'Gate Metal Tube Gate STA 58+60 32 31 26 EA 2 $1,500.00 $3.000.0W 1-20 9999.0007 Remove Gravel Driveway 0241 13 SF 13000 $0.35 $4 550. 1-21 9999.0008 Remove and Replace Existing Wood Fence 3231 29 LF 150 $50.00 $7,500 1-22 9999.0009 Remove Brick Wall with Brick Columns 02 41 13 LF 100 $18.00 $1.800.001 1-23 9999.0011 Temporary Lighting for Construction at Marine Creek and Longhorn 34 41 20 LS 1 $38.000.00 $38,000. 1-24 3110.0101 Site Clearing 31 1000 LS 1 $115,500.00 $115,500. 1-25 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 20225 $20.00 $404,500.00 1-26 9999.0012 Unclassified Excavation by Plan Limestone 31 23 16 CY 3500 $24.00 $84 000. 1-27 3124.0101 Embankment by Plan 31 24 00 CY 15275 $7.00 $106,925, 1-28 3125.0101 SWPPP t 1 acre 31 2500 LS 1 $39,500.0 $39 500. 1-29 3137.0105 Medium Stone Riprap,grouted 31 3700 SY 580 $90.00 $52,200.0 1-30 3201.0127 10'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 240 $125.00 $30,000. 1-31 3211.0113 8"Flexible Base,Type A,GR-1 3211 23 SY 8350 $14.50 $121,075.00r' 1-32 3211.0400 Hydrated Lime 3211 29 TON 1050 $180.00 $189,000.06 1-33 3211.0502 8"Lime Treatment 42 LBS/SY 32 11 29 SY 50000 $3.50 $175,000.00 1-34 3212.0303 3"As haft Pvmt Type D 32 12 16 SY 1900 $22.00 $41,800.00r 1-35 3212.0503 6"Asphalt Base Type B 32 12 16 SY 1900 $36.00 $68 400. 1-36 3213.0105 10"Conc PVMT 32 13 13 SY 46585 $53.60 $2496956.. 1-37 3213.0205 10"Conc Pvmt HES 32 13 13 SY 6510 $69.00 $449 190.0 1-38 9999.0013 Concrete Street Header 32 13 13 LF 100 $12.00 $1 200.0 1-39 3213.0301 4"Conc Sidewalk 32 13 20 SF 73750 $5.00 $368 750. 1-40 3213.0401 6"Concrete Driveway 32 13 20 SF 3210 $7.50 $24 075.0 1-41 3213.0403 8"Concrete Driveway 321320 SF 4450 $9.00 $40 050.0 142 9999.0014 Gravel Driveway-6" 321123 SF 260 $3.00 $780.0 143 9999.0015 Gravel Driveway-8" 3211 23 SF 1020 $3.00 $3,060.0 144 3213.0503 Barrier Free Ramp,Type M-1 32 13 20 EA 14 $1,650.00 $23 100.0 145 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 16 $1.700.00 $27 200.0 146 3213.0510 Barrier Free Ramp,Type C-3 32 13 20 EA 7 $3.950.00 $27 650.0 147 9999.0016 Monolithic Noses,Median,Type I(Includes Stamped Concrete) 321313. 9 32 14 16 EA $1,150.00 $10 350.0 148 9999.0017 Monolithic Noses,Median,Type 11(Includes Stamped Concrete) 32 13 13, 1 32 14 16 EA $1.800.00, $1,800.0 149 9999.0018 Sidewalk Bike Ramp 32 13 20 EA 10 $1,050.00 $10,500.0 1-50 9999.0019 10"Concrete Retaining Wall(Truck Apron) 32 16 13 LF 300 $45.00 $13,500.011- 32 13 13, 1-51 9999.0020 Integral Colored 10"Concrete Truck Apron Tech 730 03 35 13 SY - $120.00 $87 600.0 32 13 13, 1-52 9999.0021 Integral Colored 10"Concrete Median(Splitter Island) Tech 670 03 35 13 SY $105.00 $70,350.0 32 13 20, 1-53 9999.0022 Integral Colored/Textured 4"Concrete Median(Splitter Island) Tech 820 03 35 13 SY $93.001 $76,260.061 Old Decatur Road end Marine C-k Pwk sy CITY OF FORT WORTH sad NmMide 1148 Irck Watt Tratmmiumik Pkue 2 STANDARD tONSIRUCT ION SPECIFICATION DOCUMENTS City Puolea Numbertl2506 Revised J..wy 20,2012 Addadum 2 00 42 43 BIDPROPOSAL hp 6 o 16 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantit 32 13 20, 1-54 9999.0023 Integral ColoredrTextured Concrete Pedestrian Buffer Tech 630 03 35 13 SY $165.00 $103,950.00,11, 1-55 9999.0024 Monolithic Noses,Splifter Island 32 13 16, 14 32 13 13 EA $2,300.00 $32,200.0 1-56 9999.0025 Temporary Asphalt Pavement 4"TY B on 6"Compacted Su rade 32 12 16 SY 1 3570 $32.00 $114,240. 0 1-57 9999.0027 Permanent Typ III Barricades 3271 13 EA 4 $700.00 $2,800.00- 1-58 3217.0001 4"SLD Pvmt Marking HAS 32 17 23 LF 11200 $1.25 $14 000.0 1-59 3217.0003 4"BRK Pvmt Marking HAS 32 17 23 LF 3000 $1.25 $3 750.0 1-60 3217.0005 4"DOT Pvmt Markin HAS 2'Stri e,2'S acin 32 17 23 LF 500 $1.25 $625.0 1-61 3217.0002 4"SLD Pvmt Marking HAS 32 17 23 LF 3200 $1.25 $4 000.0 1-62 3217.0201 8"SLD Pvmt Markin HAE 32 17 23 LF 3400 $2.50 $81500.00 1-63 3217.0201 8"SLD Pvmt Marking HAE W/Contrast T Stripe,3'Spacing) 32 17 23 LF 110 $2.50 $275.0 1-64 3217.0501 24"SLD Pvrrd Marking HAE 10'Stripe,4'Spacing) 32 17 23 LF 550 $13.00 $71500 1-65 3217.0501 24"SLD Pvmt Markin HAE 32 17 23 LF 100 $13.00 $1,300.00 1-66 3217.0401 18"SLD Pvmt Markin HAE W/Contrast 2'Stripe,2'Spacing) 32 17 23 LF 200 $16.00 $3 200.0 1-67 3217.1002 Lane Legend Arrow 32 17 23 EA 16 $325.00 $5,200.00- 1-68 3217.1003 Lane Legend DBL Arrow 32 17 23 EA 15 $550.00 $8,250.00 1-69 9999.0032 Lane Legend Word 32 17 23 EA 14 $350.00 $4,900.0 1-70 9999.0031 Lane Legend TRIPLE Arrow 32 17 23 EA 2 $950.00 $1 900.0 1-71 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 104 $7.00 $728.0 1-72 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 78 $7.00 $546.0 1-73 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 350 $7.00 $2,450.0(Y 1-74 9999.0029 2'Diameter SLD White Circle Pvmt Marking 32 17 23 EA 16 $90.00 $14400 1-75 9999.0033 18"SLD Pvmt Markin HAE (YIELD TRIANGLE 32 17 23 EA 1 90 $60.00 $5 400.0 1-76 9999.0030 Lane Legend Bike Lane Symbol and Arrow 32 17 23 EA 40 $620.00 $24,800.0 1-77 3217.4301 Remove 4"Pvmt Marking 32 17 23 LF 250 $1.00 $250.0 1-78 3217.4303 Remove 8"Pvmt Marking 32 17 23 LF 1200 $1.75 $2.100.05- 1-79 3217.4307 Remove Raised Marker 32 17 23 EA 110 $1.00 $110.0 1-80 3217.4402 Remove Lane L end Arrow 32 17 23 EA 2 $90.00 $180. 1-81 3231.0412 6'Fences,Wood 3231 29 LF 125 $48.00 $6,000.0 1-82 3305.0102 Cathodic Protection Test Station Adjustment 33 05 14 EA 2 $1,800.00 $3 600.0 1-83 3305.0114 Manhole Adjustment,Major w/Cover 33 05 14 EA 3 $3,200.00 $9,600.00' 1-84 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 55+11 33 05 14 EA 1 $10,650.00 $10 650.0 1-85 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 67+09 33 05 14 EA 1 $10,250.00 10,250.Q6 1-86 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 68+16 33 05 14 EA 1 $16,650.00 $16.650.0(?' 1-87 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 68+81 33 05 14 EA 1 $16,000.00 $16 000. 1-88 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 68+87 33 05 14 EA 1 $16,000.00 $16,000.00 1-89 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 80+91 33 05 14 EA 1 $23 500.00 $23,500.00 1-90 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 81+18 33 05 14 EA 1 $22,850.001 $22,850.00 1-91 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 81+63 33 05 14 EA 1 $16,000.001 $16,000.00 1-92 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 81+66 33 05 14 EA 1 $16,650.001 $16.650.00 1-93 3305.0108 Miscellaneous Structure Adjustment Marine Creek STA 99+10 33 05 14 EA 1 $12,500.00 $12,500.00 1-94 3312.4110 16"x 4"Tapping Sleeve&Valve 33 12 25 EA 2 $6 800.00 $13 600.00 1-95 3312.2003 1"Water Service 33 12 10 EA 2 $1,750.00 $3,500.00 1-96 3305.0109 Trench Safety 33 05 10 LF 5580 $1.00 $5,580.00 1-97 3305.0111 Valve Box Adjustment 33 05 14 EA 6 $130.00 $780.00 1-98 9999.0034 Water Service Box Adjustment 33 05 14 EA 2 $135.00 $270.00 1-99 3305.0112 Concrete Collar 33 05 17 EA 1 $1,700.00 $1,700.00 1-100 3341.0201 21"RCP,Class III 3341 10 LF 1000 $92.00 $92,000.00 1-101 3341.0205 24"RCP,Class III 3341 10 LF 2050 $100.00 $205000.00 1-102 3341.0302 30"RCP,Class III 3341 10 LF 465 $135.00 $62775.00 1-103 3341.0305 33"RCP,Class III 3341 10 LF 980 $145.00 $142100.00 1-104 3341.0309 36"RCP,Class 111 3341 10 LF 400 $160.00 $64,000.00 1-105 3341.1102 4x3 Box Culvert 3341 10 LF 105 $270.00 $2835000 1-106 3341.1201 5x3 Box Culvert 33 41 10 LF 105 1 $320.001 $33,600.001 Old Decatur Road axd Maxine Caek Pwi-oy CITY OF FORT WORTH and Nenthude D 48 Inch Wags Tnowia'im Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pvbjw NmnbWQ2706 Revised Jamm y 20,2012 Added-2 00 42 43 BID PROPOSAL Page 7 of 16 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Item No. P Sect ion No. Measure Quantity unit Price Bid Value 1-107 3341.1401 7x3 Box Culvert 3341 10 LF 165 $470.00 $77,550.00 1-108 9999.0037 8x3 Box Culvert 3341 10 LF 110 $550.00 $60,500.00 1-109 3349.0001 4'Storm Junction Box 33 49 10 EA 9 $7,250.00 $65.250.001 1-110 3349.0002 5'Storm Junction Box 334910 EA 1 $15,000.00 $15,000.00 1-111 3349.0104 4'Stacked Manhole 3341 10 EA 2 $2,250.00 $4,500.00 1-112 3349.6001 10'Recessed Inlet 33 49 20 EA 26 $7.800.00 $202,800.00 1-113 3349.7003 6'Drop Inlet Line A STA 2+21 33 49 20 EA 1 $9,800.00 $9,800.00 1-114 3349.7003 6'Drop Inlet Line B6 STA 0+53 33 49 20 EA 1 $9,800.00 $9,800.00 1-115 3349.9002 3'Grate Inlet 33 49 20 EA 1 $4,150.00 $4,150.00 1-116 9999.0035 7x3 RCB Flared Win wall,1 pipe 33 49 20 EA 1 $8,550.00 $8.550.00 1-117 9999.0036 8x3 RCB Parallel Wi wall,1 pipe 33 49 20 EA 1 $14,250.00 $14,250.00 1-118 9999.0038 Concrete Baffle Boxes 33 49 20 CY 3 $675.00 $2,025.00 1-119 9999.0039 21"Concrete Plug 33411 10 EA 2 $93.00 $186.00 1-120 9999.0040 Erosion Control Blanket Plans SY 1055 $3.00 $3,165.00 1-121 3441.2001 Salvage Traffic Signal 3441 13 EA 2 $6,500.00 $13.000.00 1-122 3441.4003 Fumishllnstall Alum Sign Ground Mount City Std. 34 41 30 EA 103 $500.00 $51,500.00 1-123 3441.4108 Remove Sign Panel and Post 34 41 30 EA 18 $125.00 $2,250.001 1-124 3441.4109 Remove Sign Panel 34 41 30 EA 5 $120.00 $600.00 1-125 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 1 $500.00 $500.00 1-126 3471.0001 Traffic Control 34 71 13 MO 16 $5,600.00 $8960000 1-127 3471.0002 Portable Message Sin 3471 13 EA 4 $24,500.00 $98:000!00 1-128 9999.0041 Detour Route 3471 13 EA 5 $1,500.00 $7,500.00 1-129 9999.0042 Portable Concrete Longitudinal Traffic Barrier 3471 13 LF 560 $24.00 $13,440.00 1-130 3291.0100 Topsoil-4" 32 17 23 CY 4190 $34.00 $142460.00 1-131 3292.0100 Block Sod Placement 32 92 13 SY 20600 $5.00 $103,000.00 1-132 3292.0400 Seeding,H dromulch 32 92 13 SY 17100 $1.50 $25.650.00 1-133 9999.0096 Paving Construction Allowance 007300 EA 100000 $1.00 $100 000.00 1-134 3341.0103 18"RCP,Class III 3341 11 LF 70 $86.00 $6 020.00 Unit I:Paving and Drainage Subtotal $7,890,646.00 UNIT II:WATER DISTRIBUTION Old Daanu Road and Marine Cnxk Parkway CTIY OF FORT WORTH ant Norhaide D 48 tub Waur Tranamiaaian.Phase 2 STANDARD CONSTRUCTION SPECIFICAnON DOCUMENTS - Ciry'Roj'ea NamAs02306 Revved January 20,2012 Addend-2 00 42 43 BID PROPOSAL h8e 8 0f 16 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Specification Unit of Bid Item No. Description Section No. Measure Quantit Unit Price Bid Value 11-1 3311.0141 6"Water Pipe 3311 10 LF 50 3311 12 $67.00 $3,350.00 II-2 3311.0441 12"Water Pipe 3311 10 LF 1,970 331112 $67.00 $131990.00 II-3 3311.0452 12"DIP Water,CSS Backfill 3311 10 LF 280 $430.00 $120,400.00] 114 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 $1,500.00 $3.000.001 II-5 3305.0109 Trench Safety 33 05 10 LF 2,300 $1.00 $2,300.00 II-6 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 ON 5 $9,200.00 $46,920.00 �61� II-7 3312.0001 Fire Hydrant 33 12 40 to $3,500.00 $35.000.00 II-8 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 1 $2 650.00 $2,650.00 II-9 3312.1002 2"Combination Air Valve Assembly for Water 331230 EA 1 $13.500.00 $13,500.00 II-10 331256F2-6-Gate Valve 33 12 20 EA 9 $800.00 $7,200.00 11-11 3312.3005 12"Gate Valve 33 12 20 EA 9 $2,250.00 $20.250.00 II-12 3312.4205 20"x 12"Tapping Sleeve&Valve 33 12 25 EA 1 $9,800.00 $980000 II-13 9999.0001 Construction Staking 01 71 23 LS 1 $2,000.00 $2:000!00 0 11-14 9999.0002 Construction Survey 01 71 23 LS 1 $1,200.0 $1,200.00 9999.0003 Construction Contingency Allowance to cover costs of Improvements not 11-15 previously itemized.All work completed under this Rem shall be approved by City in 007300 LS 1 $50,000.00 $50,000.00 writin . UNIT II:Water Distribution Subtotal $449 0:00 l�t{g ;Ijs1, UNIT III:SANITARY SEWER COLLECTION J 3311 10, III-1 3331.4115 8"Sewer Pipe 3331 12, LF 650 $135.00 $87750.00 III-2 3311.0241 8"Water Pipe(C-900 DR-25 for Sanitary Sewer) 3311 10.33 LF 190 $142.00 1 12 $2698000 III-3 3311.0242 8"Water Pipe,CSS Backfill(C-900 DR-25 for Sanitary Sewer! 3311 10,33 LF 310 $315.00 11 12 $97,650.00 III-4 3201.0123 6'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 140 $110.00 $15.400.00 III-5 3201.0614 Conc Pvmt Repair,Residential 3201 29 SY 230 $120.00 $27,600.00 111-6 3301.0001 Pre-CCTV Inspection 330131 LF 350 $3.50 $1,225.00 111-7 3301.0002 Post-CCTV Inspection 3301 31 LF 1160 $1.50 $174000 III-8 3301.0101 Manhole Vacuum Testing 33 01 30 EA 6 $200.00 $1:200!00 III-9 3331.3101 4"Sewer Service 33 31 50 EA 4 $950.00 $3,800.00 111-10 3331.3311 4"Sewer Service,Reconnection 3331 50 EA 4 $320.00 $1,280.00 111-11 3339.000i Epoxy Manhole Liner 333960 VF 30 $210.00 $6,300.00 III-12 3339.1001 4'Manhole 33 39 10, EA 4 $4,400.00 33 39 20 $17,600.00 111-13 3339.1002 4'Drop Manhole 333910. EA 2 $5,400.00 33 39 20 $10.80000 111-14 3339.1003 4'Extra Depth Manhole 33 39 10, VF 20 $615.00 33 39 20 $12,300.00 111-15 0241.2103 8"Sewer Abandonment Plug 024114 EA 1 $1,350.00 $1,350.00 III-16 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 1 $950.00 $950.00 111-17 3292.0100 Block Sod Placement 32 92 13 SY 20 $10.00 $200.00 Ili-18 3305.0109 Trench Safety 330510 LF 1060 $1.00 $1060.00 III-19 3471.0001 Traffic Control 3471 13 MO 1 $3,600.00 $3:600!00 111-20 9999.0001 Construction Staking 01 71 23 LS 1 $1,950.00 $1,950.00 111-21 9999.0002 Construction Survey 01 71 23 LS 1 $1,200.0 $1,200.00 19999.0003 Construction Contingency Allowance to cover costs of Improvements not III-22 previously itemized.All work completed under this item shall be approved by City in 007300 LS 1 $25,000.00 $25,000.00 writin . UNIT III:Sanitary Sewer Collection Subtotal $346,935.00 Old De =Road and Marine Creek Parkway CITY OF FORT WORTH and Nordwide 1148 Inch Wam Tansaissioa,Phan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na -'02506 Revised Lnuuy 20,2012 Addend-2 00 42 43 BID PROPOSAL PhV 9 of 16 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Item No. Section No. Measure Quantity Unit Price Bid Value UNIT IV:WATER TRANSMISSION IV-1a. 3311.1074 48"Bar Wrapped Concrete AWWA C303 Water Pipe(Pressure Class 3311 13 LF 2550 $345.00 150 Installed in Trench $879,750.001 IV-1b. 3311.1061 48"Polyurethane Coated Steel AWWA C200 Water Pipe(Pressure 3311 14 LF 2550 Class 150 Installed in Trench IV-1c. 3311.1061 48"Mortar Coated Steel AWWA C200 Water Pipe(Pressure Class 150) 3311 14 Installed in Trench LF 2550 IV-1d. 3311.1051 48"Ductile Iron Water Pipe(Pressure Class 150 psi)Installed in Trench 3311 10 LF 2550 a,b,c&d. Material option shall be consistent throughout the proposal. IV-2a. 3311.1074 48"Bar Wrapped Concrete AWWA C303 Water Pipe,CLSM Backfill 3311 13 LF 120 $1390.00 Pressure Class 150 , Installed in Trench $166,800.00 IV-2b. 3311.1061 48"Polyurethane Coated Steel AWWA C200 Water Pipe,CLSM Backfill 3311 14 LF 120 Pressure Class 150 Installed in Trench f--+ IV-2c. 3311.1061 48 Mortar Coated Steel AWWA C200 Water Pipe,CLSM Bachfill 3311 14 LF 120 Pressure Class 150 Installed in Trench IV-2d. 3311.1051 48"Ductile Iron Water Pipe,CLSM Backfill(Pressure Class 150 psi) 3311 10 LF 120 ..._._�, Installed in Trench a,b,c&d. Material option shall be consistent throughout the proposal. IV-3a. 3305.2011 48"Bar Wrapped Concrete AWWA C303 Water Carrier Pipe(Pressure 33 05 24 LF 10 $260.00 $2 600.00 Class 150 Installed in Tunnel or Casing Pi IV-3b. 3305.2011 48"Polyurethane Coated Steel with Mortar Overcoat AWWA C200 Water 33 05 24 LF 10 Carrier Pi Pressure Class 150 Installed in Tunnel or Casing Pie ��+ -�• IV-3c. 3 5.2011 48"Mortar Coated Steel with Mortar Overcoat AWWA C200 Water 33 05 24 LF 10 Carrier Pi Pressure Class 150 Installed in Tunnel or Casing Pie ----++ -� IV 3305.2011 48"Ductile Iron Water Carrier Pipe(Pressure Class 150 psi)Installed in 33 05 24 LF 10 Tunnel or Casin Pipe -- a,b,c&d. Material option shall be consistent throughout the proposal. IV-0a. 13311.0021 48'Bar Wra Concrete Cylinder Pipe AWWA C303 Fittings 3311 13 LS 1 $218,000.00 $218,000.00 IV-4b. 13311.0011 48'Polyurethane Coated Steel Pipe AWWA C200 Fittings 3311 14 LS 1 IV-4c. 13311.0011 48"Mortar Coated Steel Pipe AWWA C200 Fittings 3311 14 LS 1 .- IV-4d. 13311.0001 48'Ductile Iron Water Pipe Fittings 3311 11 LS I 1 a,b,c&d. Material option shall be consistent throughout the proposal. IV-5a. 3304.0002 Cathodic Protection System for Bar Wrapped Concrete Cylinder Pipe 33 04 12 LS 1 $52,000.00 $5211000..00 IV-5b. 3304.0002 Cathodic Protection System for Polyurethane Coated Steel Pie 33 04 12 LS 1 IV-5c. 3304.0002 Cathodic Protection System for Mortar Coated Steel Pie 33 04 12 LS 1 �---� • IV-5d. 3304.0002 Cathodic Protection System for Ductile Iron Pie 33 04 12 LS 1 • �_.. a,b,c&d. Material option shall be consistent throughout the proposal. IV-6 3305.1207 72"Steel Casing Pipe or Tunnel Liner Plate by Other Than Open Cut 33 05 22 LF 10 $4,250.00 $42500.00 IV-7 3312.5002 48"AWWA Butterfly Valve,w/vault 33 12 21 EA 2 $132,000.00 $264,000.00 IV-8 3312.1004 4"Combination Air Valve Assembly for Water 33 12 30 EA 2 $31,500.00 $63,000.00 IV-9 3312.6004 8"Blow Off Valve&Vault 33 12 60 EA 2 $33,500.00 $67,000.00 IV-10 3312.0112 Connection to Existing 48"Water Main 33 12 25 EA 2 $21,750.00 $43,500.001 IV-11 3305.0103 Exploratory Excavation of Existing Utilities(STA 0+45&2+31.09 33 05 30 EA 2 $1,500.00 $3,000.00 IV-12 3201.0400 Temporary Asphalt Paving Repair including striping 3201 18 LF 110 $76.00 $8,360.00 IV-13 3201.0616 Concrete Pavement Repair,Arterial/Industrial 33 05 10 SY 1410 $110.00 $155,100.00 IV-14 3305.0109 Trench Safety 33 05 10 LF 2670 $1.00 $2,670.00 IV-15 3305.0110 Utility Markers 33 05 26 LS 1 $950.00 $950.00 IV-16 3301.0002 Past-CCTV Inspection 3301 31 LF 2680 $4.00 $10,720.00 9999.0301 Construction Contingency Allowance to cover costs of Improvements not IV-17 previously itemized.All work completed under this item shall be approved by City in 00 73 00 LS 1 $250,000.00 $250,000.00 writing. IV-18 9999.0001 Construction Staking 01 71 23 LS 1 $3,700.00 $3,700.00 IV-19 9999.0002 Construction Survey 01 71 23 1 LS 1 1 $2,650.00 $2,650.00 UNIT IV:Water Transmission Subtotal $2,236,300.00 Old D=w Road and Marine Crak Pmk%sy CITY OF FORT WORTH ud Nanluide 11 48 twh Wu Tnnami4tiwL Pbw 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - City Projm N-ba 92306 Recited Jmmy 20,2012 Addadum 2 00 42 43 BID PROPOSAL Page 10 or 16 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlN Description Specification Unit of Bid Item No. Section No. Measure Quarltit Unit Price Bid Value UNIT V:LANDSCAPE AND IRRIGATION V-1 3291.0100 Topsoil-4" 32 17 23 CY 97 $65.00 $6,305.00 V-2 9999.0001 Plant 3 gal.Shrub(Brakelights Red Yucca) 32 93 43 EA 114 $45.00 $5,130.001 V-3 9999.0002 Plant 1 gal.Shrub(White Muhly Grass) 32 93 43 EA 361 $18.00 $6.498.001 VA 9999.0003 Plant 1 gal.Groundcover(Santolina) 33 93 43 EA 234 $16.00 $3,744.00 V-5 9999.0004 Plant Bedding Mix-12" 32 93 43 CY 114 $76.00 $8.664.00 V-6 9999.0005 Mulch-4" 32 93 43 CY 38 $56.00 $2,128.00 V-7 9999.0006 6"x 12"Concrete Mow Strip 32 13 13 LF 230 $25.00 $5,750.00 V-8 9999.0007 River Rock-5" 32 93 43 SF 1000 $12.00 $12,000.00 V-9 9999.0008 Lateral Pi 3/4" 32 90 10 LF 112 $4.00 $448.00 V-10 9999.0009 Mainline 329010 LF 106 $8.00 $848.00 V-11 9999.0010 Master Control Valve 32 90 10 EA 2 $350.00 $700.00 V-12 9999.0011 Flow Sensor 33 90 10 EA 2 $2,900.00, $5.800.00 V-13 9999.0012 Modular Controller 32 90 10 EA 2 $3.90Q 00 $7.800.00 V-14 9999.0013 Rain/Freeze Sensor 329010 EA 2 $280.00 $560.00 V-15 9999.0014 Pipe Sleeve PVC Schedule 40 32 90 10 LF 62 $17.00 $1,05400 V-16 9999.0015 Drip Control Zone Kit 32 90 10 EA 2 $525.00 $1,050.00 V-17 9999.0016 Dri line 32 90 10 SF 1607 $2.00 $3.214.00 V-18 9999.0017 Allowance-Irrigation Restoration 00 73 00 EA 30000 $1.00 $30,000.00 V-19 9999.0018 6"Basin with Atrium Grate 32 90 10 EA 6 $120.00 $720.00 V-20 9999.0019 2"PVC 339010 LF 15 $8.00 $120.00 V-21 9999.0020 4"Perforated PVC Pipe in 8"x8"Gravel Trench with Geotextile Fabric 33 90 10 LF 250 $25.00 $6,250.00 V-22 9999.0021 4"PVC Pipe 339010 LF •100 $18.00 $1,800.00 Unit V:Landscape and Irrigation Subtotal I $110 583.00 BID ALTERNATE 1 -ILLUMINATION A-1 2605.3015 2"CONDT PVC SCH 80 26 05 33 LF 5630 $10.00 $56,300.00 A-2 2605.3016 2"CONDT PVC SCH 80 B 26 05 33 LF 1765 $20.00 _ $35,300.00 A-3 2605.3026 3"CONDT PVC SCH 80 B 26 05 33 LF 165 $11.50 $1,897.50 A-4 9999.0010 4"CONDT PVC SCH 80 B 260533 LF 330 $28.00 $9,240.00 A-5 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 19 $1,025.00 $19,475.00 A-6 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 4 $1,050.00 $4,200.00. 3441.3003 Rdwy Ilium Assembly TY 18,18A,19,and D-40(With TB1-17 STD A-7 TxDOT Breakwa Base 34 41 11 EA 44 $3,250.00 $143,000.00 A-8 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 34 41 20 EA 44 $1,925.00 $84.700.00 A-9 3441.3312 Contact Enclosure,Pad Mount 34 41 20 EA 2 $6.950.00 $13,900.00 A-10 3441.3404 2-2-2-4 Quad lex Alum Elec Conductor 34 41 20 LF 7505 $2.50 $18.762.50 A-11 3441.3502 Relocate Street Light Pole 3441 20 EA 1 $550000 $5,500.00 Bid Alternate 1-Illumination Subtotal: $392,275.00 Bid Summary Unit 1:Paving and Drainage Subtotal $7,890,646.00 Unit II:Water Distribution Subtotal $449,56040 Unit III:Sanitary Sewer Collection $346,935.00 Unit IV:Water Transmission Subtotal $2 236 300.00 Unit V:Landscape and Irrigation Subtotal $110,583.00 Total Base Bid: $11 034 024.00 Bid Alternate 1-Illumination Subtotal: $392,275.00 TOTAL BID(BASE+ALTERNATE) $11,426,299.00 END OF SECTION Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Nonhside 1148 trich Wala TransmissiM Phaae 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prcjas Namibet02506 Revised January 20,2012 Addend-2 SECTION 00 42 43 PROPOSAL FORM LIST OF DUCTILE IRON FITTINGS FOR WATER LINES 16" AND LARGER No. of Size of Fitting Type of Fitting Weight Per Total Weight Fittings Fitting (lbs.) (lbs.) 1 48-inch 90° Bend 4,595 4,595 2 48-inch 45° Bend 4,080 8,160 2 48-inch 22.5° Bend 4,170 8,340 0 48-inch 11.25°Bend 4,190 0 1 48 inch x 48-inch Tee 8,420 8,420 1 48-inch Plug 1,810 1,810 Total weight= 31,325 lbs (15.66 tons) Old Decatur Road and Marine Creek Parkway and Northside If 48 Inch water Transmission,Phase 2 City Project Number 02506 SECTION 00 42 43 PROPOSALFORM LIST OF DUCTILE IRON FITTINGS FOR WATER LINES 16" AND LARGER In the event that additions to, or deductions from the work shown on the plans or described in the specifications are made, and that they are covered by the following fittings or special items, the bidder agrees that the following unit prices shall be used in making additions to, or deductions from the contract amount. ADD OR DEDUCT ITEMS: Size of Type of Unit Price* Fitting Fitting 48-inch >45°to 90° Bend $ 11,605.00 48-inch >22.5°to 45° Bend $ 5,968.00 48-inch 0°to 22.5° Bend $ 3,740.00 48-inch Plug $ 4,002.00 48-inch x 30-inch Flanged Outlet $ 10,597.00 48-inch x 24-inch Flanged Outlet $ 7,000.00 48-inch x 12 inch Flanged Outlet $ 3,400.00 48-inch x 8-inch Flanged Outlet $ 1,900.00 48-inch x 6-inch Flanged Outlet $ 1,208.00 *Contractor shall fill in blanks for"Unit Price" as part of his bid. Old Decatur Road and Marine Creek Parkway and Northside 1148 Inch Water Transmission,Phase 2• City Project Number 02506 004313 BID BOND Page 13 of 16 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) 0 hereinafter called the Principal, and (Surety Name) Surety Name Here a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Spell Out Numbers Here and No/100 Dollars ($ Numerals Here .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Old Decatur Road and Marine Creek Parkway From 3300 Feet South of Longhorn Road to Old Decatur Road and Northside 11 48 Inch Water Transmission Main Phase 2 From Cromwell-Marine Creek Road to Old Decatur Road NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of , 2016. By: 0 (Signature and Title of Principal) *By: Surety Name Here (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Northside If 48 Inch Water Transmission,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02506 Revised June 27,2011 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 14 of 16 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: Jackson Construction, LTD By: Troy L. Jackson n IZ aUA Vt.1 l ei Pr- /I (Signature) F0 4 woo�k, Tx ' G 1 19 Title: Vk*Pnesident Date: April 21,2016 i ICIAL RECORD Y SECRETARY WORTH, TX END OF SECTION Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Northside 1148 Inch Water Transmission,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .. City Project Number 02506,.; Form Revised 20110627 r Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Mmize,legals/a/us and addresv) (Mmie,legal status mid principal place a jhurine.xv) Jackson Construction, Ltd. The Hanover Insurance Company This document has important 5112 Sun Valley Drive 440 Lincoln Street legal consequences.Consultation Fort Worth, TX 76119 Worcester, MA 01653 with an attorney is encouraged with respect to its completion or OWNER: modification. (Xanrc,legal status and addh=) Any singular reference to City of Fort Worth,TX Contractor,Surety,Owner or other party shall be considered plural where applicable. 9 BOND AMOUNT: $ 5% GAB Five Percent of the Greatest Amount Bid PROJECT: (Name,location or address andProjectnumber,jjm{t} Marine Creek Parkway, Old Decatur Road/City Project No. 02506 The Contractor and Surety are bound to the Owner in the amount set forth above.for the payment of which the Contractor and Surety bind thcroscIvm their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or%within such tine period as may be agreed to by the O%mier and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full fierce and ellect.The Surely hereby mikes any notice Oran agreement between the Owner and Contractor to extend the tune in which the Owner may accept the bid.Waiver ol'notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time leer acceptance ol'bids specified in the bid documents.and the O%vner and Contractor shall obtain the Surety's consent tier an extension beyond sixty(60)days. If this Bond is issued in connection wwith a subcontractor's bid to a Contractor,the temr Contractor in this Bond shall be deemed to be Subcontractor and the terns Owner shall be deemed to be Contractor. When this Bond has been rurnished to comply wwith a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting%with said statutory or legal requirement shall be deemed deleted herel'mm and provisions conl'orming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond strati be construed as a statutory bond and not as a common law bond. Signed and scaled this 14th day of April, 2016 I-n Jackson Construction, Ltd. n(Principal) (Sea)By. ent r The Hanover Insurance Company ,pt (.Surety) (11'ihresc) By. (lirle)Ja . Cro ley n in-Fact "0541AS 8110 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint Steven R.Foster,Jack M.Crowley,Patricia A.Smith and/or Marie Perryman of Dallas,TX and each is a true and lawful Attorney(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed anyplace within the United States,or,if the following line be filled in,only within the area therein designated any and all bonds,recognizances,undertakings, contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Thirty Five Million and No1100($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: 'RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances, contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attomeys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons.'(Adopted October 7, 1981 -The Hanover Insurance Company;Adopted April 14, 1982- Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents, this 5th day of December 2011. THE HANOVER INSURANCE COMPANY �'"u ► ,,�"'`"u MASSACHUSETTS BAY INSURANCE COMPANY CITIZIENSJNSURANCE gOMPANY OF AMERICA 11974 Robert Thomas Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. Iceras=n,VkJ President On this 5th day of December 2011 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BARBARA A.GARUCK Notary Public r] e� S y Ceamonwe�eh of Aiassadrusenai�j" Est/. \�E•rlJfsx..ril1if7J_ 3 1,ty;,orrmt;simE�ir�sS�t.21,2QiB Barbara A.Garlick, Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or any dice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile.' (Adopted October 7,1981-The Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 14th day of AndL 2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA qjg4in Margosian,Vice President 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s)listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun& Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements.Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkwy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number.02506 00 45 11-2 BIDDERS PREQUALMCATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalication Application A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"NIX'should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkwy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkwy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 .� 00 45 12 BID FORM Page 15 of 16 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Jackson Construction, Ltd. 4/30/2017 Urban/Renewal, All Sizes Water Distribution, Urban and Renewal, 12 Inch diameter and Jackson Construction, Ltd. 4/30/2017 smaller Sewer Collection System, Urban/Renewal, 8-inches and Jackson Construction, Ltd. 4/30/2017 smaller Asphalt Pvaing Construction/Reconstruction (LESS THAN 15,000 square Jackson Construction, Ltd. 3/1/2017 yards) Concrete Paving Construction/Reconstruction Jackson Construction, Ltd. 3/1/2017 (15,000 square yards and GREATER) Roadway and Pedestrian Lighting 14L 5v=e6d ;et, Inc. /?-Z o is] The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Jackson Construction, Ltd. By: I 1i'oy L. Jackson 5112 Sun Valley Dr. ignature) Fort Worth, Texas 76119 Title: MmPmIdent Date: April 21,2016 END OF SECTION Old Decatur Road and Marine Creek Parkway CITY OF FORT WORTH and Northside 1148 Inch Water Transmission,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02506 Revised January 20,2012 FORTWORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development,24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission,Development, 42-inches and smaller Water Transmission,Urban/Renewal, 42-inches and smaller Water Transmission, Development,All Sizes Water Transmission, Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construct ion/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Con struction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her nalnc? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or #arm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside H 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as 'various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer,director, or stockholder or relative thereof. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 01807. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 0 Y Jackson Construction, LTD B Larry H. JadGOn 12 Company Please Print) 13 , / 14 ! r Signature: 7� 15 Address /� 17 �/� �/ (, /0 / !1!9 Title: �uV11� 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME_tie a authority, on this day personally appeared 26 L.�ffy . , known to me to be the person whose name is 27 subscribed to the foregoing instrurrLent, and acknowledged to me that he/she executed the same as 28 the act and deed of id for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 ZLJ 31 GIVEN UNDER Y HAND AND SEAL OF OFFICE this day of 32 20 33 34 ,.•�►+�+dye'.. NICOLE M WEATHERFORD %35 Notary Public tj.',` STATE OF TEXAS 36 '-"'+ , `: ota Public in and for the State of T .�of . My Comm.Exp.September 10,2018 ry 37 38 END OF SECTION 39 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkwy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 004540-1 Minority Business Enterprise Specifications Pagel of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 22% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REOUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 30 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shall be evidence that the Cit y received the documentation in the 32 time allocated. A faxed and/or emailed copy will not be accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH Old Decatur Road and Marine Creek ParkWy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside I148 Inch Water Transmission,Phas�2 Revised June 9,2015 City Project Number:02506 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The NI/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkwy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 9,2015 City Project Number:02506 004540-1 Minority Business Enterprise Specifications Pagel of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 22% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 30 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 32 time allocated. A faxed and/or emailed copy will not be accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkwy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 9,2015 City Project Number:02506 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The MIWBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkwy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmissfon,Phase 2 Revised June 9,2015 City Project Number:02506 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on June 28, 2016 is made by and between the City of Forth 4 Worth, 4 Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Jackson Construction, Ltd. authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Old Decatur Road and Marine Creek Parkway and Northside H 48 inch Water 16 Transmission Main,Phase 2 17 City Project Number—CO2506, CO2304 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 480 days the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3. Incentive 26 Incentive for timely completion of the Work shall be the Daily Value of$3,000 per day. 27 The Contractor will earn the Incentive for each Day that the Work is Complete prior to 28 the Contract Time of 480 Calendar Days taking into account any additional time 29 extensions as documented in an approved Change Order. The Completion Date will be 30 the date determined by the City and as stated on the Letter of Final Acceptance issued 31 by the City. The maximum number of Days for which the incentive may be paid is 32 .3 Days.Any extension granted in a Change Order does not increase the potential 33 ' Incentive. Any Incentive payment earned by the Contractor shall be made at Final 34 Payment. CITY OF FORT WORTH Old Decatur&Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number—002506&CO2304 Revised July 5,2016 00 52 43-2 Agreement Page 2 of 4 35 36 3.5 Liquidated damages 37 Contractor recognizes that time is of the essence of this Agreement and that City will 38 suffer financial loss if the Work is not completed within the times specified in Paragraph 39 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 40 General Conditions. The Contractor also recognizes the delays, expense and difficulties 41 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 42 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 43 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 44 City One Thousand Two Hundred Fifty Dollars ($1,250.00) for each day that expires 45 after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the 46 Final Letter of Acceptance. 47 Article 4. CONTRACT PRICE 48 City agrees to pay Contractor for performance of the Work in accordance with the Contract 49 Documents an amount in current funds up to Eleven Million,Five Hundred Thirty-One 50 Thousand,Two Hundred Ninety-Nine and 00/100 Dollars ($11,531,299.00). 51 Article 5. CONTRACT DOCUMENTS 52 5.1 CONTENTS: 53 A. The Contract Documents which comprise the entire agreement between City and 54 Contractor concerning the Work consist of the following: 55 1. This Agreement. 56 2. Attachments to this Agreement: 57 a. Bid Form 58 1) Proposal Form 59 2) Vendor Compliance to State Law Non-Resident Bidder 60 3) Prequalification Statement 61 4) State and Federal documents (project specific) 62 b. Current Prevailing Wage Rate Table 63 c. Insurance ACORD Form(s) 64 d. Payment Bond 65 e. Performance Bond 66 f. Maintenance Bond 67 g. Power of Attorney for the Bonds 68 h. Worker's Compensation Affidavit 69 i. MBE and/or SBE Commitment Form 70 3. General Conditions. 71 4. Supplementary Conditions. 72 5. Specifications specifically made a part of the Contract Documents by attachment 73 or, if not attached, as incorporated by reference and described in the Table of 74 Contents of the Project's Contract Documents. 75 6. Drawings. 76 7. Addenda. 77 8. Documentation submitted by Contractor prior to Notice of Award. CITY OF PORT WORTH Old Decatur&Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number—CO2506&CO2304 Revised July 5,2016 005243-3 Agreement Page 3 of 4 78 9. The following which may be delivered or issued after the Effective Date of the 79 Agreement and, if issued, become an incorporated part of the Contract Documents: 80 a. Notice to Proceed. 81 b. Field Orders. 82 c. Change Orders. 83 d. Letter of Final Acceptance. 84 85 Article 6.INDEMNIFICATION 86 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 87 expense, the city, its officers, servants and employees, from and against any and all 88 claims arising out of, or alleged to arise out of, the work and services to be performed 89 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 90 under this contract. This indemnification provision is specifically intended to operate 91 and be effective even if it is alleged or proven that all or some of the damages being 92 sought were caused, in whole or in part, by any act, omission or negligence of the city. 93 This indemnity provision is intended to include, without limitation, indemnity for 94 costs,expenses and legal fees incurred by the city in defending against such claims and 95 causes of actions. 96 97 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 98 the city,its officers,servants and employees,from and against any and all loss,damage 99 or destruction of property of the city,arising out of,or alleged to arise out of,the work 100 and services to be performed by the contractor, its officers, agents, employees, 101 subcontractors, licensees or invitees under this contract. This indemnification 102 provision is specifically intended to operate and be effective even if it is alleged or 103 proven that all or some of the damages being sought were caused, in whole or in part, 104 by any act,omission or negligence of the city. 105 106 Article 7.MISCELLANEOUS 107 7.1 Terms. 108 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 109 have the meanings indicated in the General Conditions. 110 7.2 Assignment of Contract. 111 This Agreement, including all of the Contract Documents may not be assigned by the 112 Contractor without the advanced express written consent of the City. 113 7.3 Successors and Assigns. 114 City and Contractor each binds itself, its partners, successors, assigns and legal 115 representatives to the other party hereto, in respect to all covenants, agreements and 116 obligations contained in the Contract Documents. 117 7.4 Severability. 118 Any provision or part of the Contract Documents held to be unconstitutional, void or 119 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 120 remaining provisions shall continue to be valid and binding upon CITY and 121 CONTRACTOR. CITY OF FORT WORTH Old Decatur&Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number—CO2506&CO2304 Revised July 5,2016 005243-4 Agreement Page 4 of 4 122 7.5 Governing Law and Venue. 123 This Agreement, including all of the Contract Documents is performable in the State of 124 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 125 Northern District of Texas,Fort Worth Division. 126 7.6 Other Provisions. 127 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 128 classified, promulgated and set out by the City, a copy of which is attached hereto and 129 made a part hereof the same as if it were copied verbatim herein. 130 7.7 Authority to Sign. 131 Contractor shall attach evidence of authority to sign Agreement, if other than duly 132 authorized signatory of the Contractor. 133 134 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 135 counterparts. 136 137 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 138 C ntr ctor: City of Fort Worth Jac�Cson Construction, LTD �1 Jesus J. Chapa By: Assistant City Ma F OR G Larry H. Jad(SOn Date _g 0 7® Attest: 8= (Printed Name) City Se etary Title: ftskj" (Seal) � 00 Address:51 t i Q � t 104 _ M&C G- 2W 6 Date: - I6 �Lf zd1f City/State/Zip: rW4- W jy/ ,� � prove as t 0 o Form and Legality: Date Douglas W. Black Assistant City Attorney 139 140 141 APPROVAL RECOMMENDED: 142 143 � �• f ! ' 144 _ N+ 145 DougN PE 146 DIRE Transportation-9d Public Works RECORD CITY OF FORT WORTH ETARY Id Decatur&Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS X Project Number—CO2506&CO2304 Revised July 5,2016 0061 13-1 PERFORMANCE BOND Page 1 of 2 Bond# 1054891 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,Jackson Construction,Ltd known as "Principal"herein and 8 The Hanover Insurance Company a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas,known as "Surety"herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City"herein, in the penal sum of,ELEVEN 12 MILLION,FIVE HUNDRED THIRTY-ONE THOUSAND,TWO HUNDRED NINETY- 13 NINE AND 00/100 DOLLARS ($11,531,299.00),lawful money of the United States,to be paid 14 in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, 15 we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and 16 severally, firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 28th day of June,2016, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as Old Decatur Road and Marine Creek Parkway and 22 Northside H 48 inch Water Transmission Main,Phase 2, City Project No. C 02506& CO2304 23 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall 25 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City,then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort / 32 Worth Division. 33 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 34 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 35 accordance with the provisions of said statue. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2506&CO2304 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this 28th day of June,2016. 3 PRINCIPAL: 4 Jackson Construction, Ltd. 5 6 7 BY:C2" 8 Signa e 9 ATTEST: 10 , 11 Larry H Jackson, President 12 (P cipal) Secreto Name and Title 13 14 Address: 5112 Sun Valley Drive 15 Fort Worth, TX 76119 16 17 18 Vitness as to Principal 19 SURETY: 20 The Hanave ny 21 22 / 23 BY: - 24 gnatnr 25 26 Jack M Crowley, Attorney in Fact 27 Name and Title 28 29 Address: 15305 N Dallas Pkwy, #1100 30 Addison, TX 75001 3 t` 3 a 33 ss as to Surety Telephone Number: 972-385-9800 34 35 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 OFFICIAL RECORD CITY SECRETARY FT WORTH, TX CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2506&CO2304 Revised July 1,2011 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint Steven R.Foster,Jack M.Crowley,Patricia A.Smith and/or Marie Perryman of Dallas,TX and each is a true and lawful Attorney(s)-in-fact to sign,execute,seal.acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,or,if the following line be filled in,only within the area therein designated any and all bonds,recognizances,undertakings, contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Thirty Five Million and NoM00($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances, contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons."(Adopted October 7, 1981 -The Hanover Insurance Company,Adopted April 14, 1982- Massachusetts Bay Insurance Company,Adopted September 7,2001 -Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents, this 5th day of December 2011. THE HANOVER INSURANCE COMPANY 1, I MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS,.JNSURANCE OMPANY OF AMERICA on t t 97s Rot}ert Thoma& Vicc President THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss. Joe Brenstrom, Viet President On this 5th day of December 2011 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BARBARA A.GARLICK (0( Notary Pubf+c Ccrtvnon veatlh o`Maygaprusenc 6h Gnrtmasicf Ear-Seu'21.21fB s Barbara A.Garlick, Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 -The Hanover Insurance Company.Adopted April 14,1982-Massachusetts Bay Insurance Company:Adopted September 7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 28th day of June 2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA t Glenn Margosian,Vice President 0061 14-1 PAYMENT BOND Page 1 of 2 Bond# 1054891 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Jackson Construction, Ltd known as "Principal" herein, and 8 Tkre H nover Tnclirnnra Company a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of ELEVEN NULLION FIVE HUNDRED THIRTY-ONE THOUSAND TWO 13 HUNDRED NINETY-NINE AND 00/100 DOLLARS ($11,531,299.00), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns,jointly and severally, firmly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 18 28th day of June,2016,which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein,to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as Old Decatur Road and Marine Creek Parkway and Northside H 48 inch Water 22 Transmission Main,Phase 2, City Project No. C 02506& CO2304 23 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parinvay STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2506&CO2304 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 28th day of June,2016. 3 PRINCIPAL: Jackson Construction, Ltd. ATTEST: BY: �T Signature 64 Q�40"— Larry H Jackson, President (Pr' cipaI) Secre6ry Name and Title Address: 5112 Sun Valley Drive Fort Worth, TX 76119 ,4ett,,;& uh� Witness as to Principal SURETY: The Hanover Insuran pipany ATTEST: BY: (2:�7 Si Jack M Crowley, Attorney in Fact (Sure ) Secretary Name and Title Address: 15305 N Dallas Pkwy, #1100 Addison, TX 75001 i ess as to Surety Telephone Number: 972-385-9800 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION OFFICIAL RECORD 11 CITY SECRETARY FT. WORTHI TX CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2506&CO2304 Revised July 1,2011 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Steven R.Foster,Jack M. Crowley,Patricia A.Smith and/or Marie Perryman of Dallas,TX and each is a true and lawful Attorney(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,or,if the following line be filled in,only within the area therein designated any and all bonds,recognizances,undertakings, contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Thirty Five Million and No/100($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances, contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attomeys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons"(Adopted October 7, 1981 -The Hanover Insurance Company,Adopted April 14, 1982- Massachusetts Bay Insurance Company,Adopted September 7,2001 -Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents, this 5th day of December 2011. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS, SURANCE�OMPANY OF AMERICA 194'1 1994 i�A� f9 f t Robert T'homa_c Vice President THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER ))ss. Joe Brewtrom. Vicc President On this 5th day of December 2011 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. f""w BAPBARA A.GARIICK S a� Notary Public `� �' Cemman«earth of Mzr�cnusens 't f �/ M:orrrtr>.sSY,`e?y.'YSeC:21,2^FB � Barbara A.Garlick, Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto.granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 -The Hanover Insurance Company,Adopted April 14,1982-Massachusetts Bay Insurance Company,Adopted September 7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 28th day of June 2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA ` 4ef J"( i I S f G lefin Margosian,Vice President 0061 19-1 MAINTENANCE BOND Page 1 of 3 Bondy 1054891 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Jackson Construction,Ltd, known as "Principal"herein and 9 The Hanover Tnsurance Company , a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas,known as"Surety"herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas,known as"City"herein, in the sum of ELEVEN 13 MILLION,FIVE HUNDRED THIRTY-ONE THOUSAND,TWO HUNDRED NINETY- 14 NINE AND 00/100 DOLLARS ($11,531,299.00) lawful money of the United States,to be paid 15 in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 16 City and its successors,we bind ourselves, our heirs, executors,administrators, successors and 17 assigns,jointly and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 20 28th day of June,2016,which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein,to furnish all materials, equipment labor and other accessories 22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 23 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 24 designated as Old Decatur Road and Marine Creek Parkway and Northside H48 inch r ater 25 Transmission Main,Phase 2, City Project No. C 02506& CO2304; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2506&CO2304 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 1.1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being bome by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northem District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2506&CO2304 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 28th day of June,2016. 8 4 PRINCIPAL: 5 Jackson Construction, Ltd. 6 7 8 BY: - - 9 Signa 10 ATTEST: 11 12 Larry H Jackson, President 13 (Princ' al) Secre Name and Title 14 15 Address: 5112 Sun Valley Drive 16 Fort Worth, TX 76119 17 18 19 tness a 20 SURETY: 21 The Hanover Insura mpany 22 23 24 BY: 25 S 26 27 Jack M Crowley, Attorney in Fact 28 ATTEST: Name and Title 29 30 (IL— Address: 15305 N Dallas Pkwy, #1100 31 Sure Secretary Addison, TX 75001 3 3 34 i s as to Surety Telephone Number: 972-385-9800 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 OFFICIAL. RECORD CITY SECRETARY FT h►ORTHY TX CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2506&CO2304 Revised July 1,2011 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint Steven R.Foster,Jack M.Crowley,Patricia A.Smith and/or Marie Perryman of Dallas,TX and each is a true and lawful Attorney(s)-in-fad to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,or,if the following line be filled in,only within the area therein designated any and all bonds,recognizances,undertakings, contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Thirty Five Million and No/100($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attomey(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passec by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances, contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attomeys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons."(Adopted October 7, 1981 -The Hanover Insurance Company;Adopted April 14, 1982- Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents, this 5th day of December 2011, THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY a ' ' k CITIZENS URANCE POMPANY OF AMERICA X ` Robert'Tho>nas,Vice Pres'ident rn THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss. i6e.firenalwn. Vict President On this 5th day of December 2011 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. �" �e BAABAF3AA.GARLICK Notary Public ( e�.✓i 1 t ,E /y �/7 r?}j I/A /�' Cemrtronwla"of xM_asspdmsens Nq:AmmsiiorFh�rS°Seo!27.2^t8 Barbara A.Garlick, Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile." (Adopted October 7,1981-The Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 28th day of June 2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA Olipfin Margosian,Vice President H'nie 44k� anover The Hanover Insurance Company 1440 Lincoln Street,Worcester,MA 01653 Insurance Group® Citizens Insurance Company of America 1645 West Grand River Avenue,Howell,MI 48843 Texas Complaint Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call The Hanover Insurance Company/Citizens Usted puede Ilamar al numero de telefono gratis de The Insurance Company of America's toll-free telephone Hanover Insurance Company/Citizens insurance Company number for information or to make a complaint at: of America's para informacion o para someter una queja al: 1-800-608-8141 1-800-608-8141 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street 440 Lincoln Street Worcester, MA 01615 Worcester, MA 01615 You may contact the Texas Department of Insurance to Puede comunicarse con el Departamento de Seguros de obtain information on companies, coverages, rights or Texas para obtener informacion acerca de companies, complaints at: coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 P. O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512) 475-1771 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection @tdi.state.tx.us E-mail: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium or Si tiene una dispute concerniente a su prima o a un rec- about a claim you should contact the agent or the com- lamo, debe comunicarse con el agente o la compania pany first. If the dispute is not resolved,you may contact primero. Si no se resuelve la disputa, puede entonces the Texas Department of Insurance. comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice is UNA ESTE AVISO A SU POLIZA: Este aviso es solo para for information only and does not become a part or con- proposito de information y no se convierte en parte o dition of the attached document. condicion del documento adjunto. JACKCONI-02 SHASHIDHARANAN ACORU° CERTIFICATE OF LIABILITY INSURANCE DATE D/YYYY) 7/111/21112016 � THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Willis Towers Watson Certificate Center Willis of Texas,Inc. PHONE 877 945-7378 FAX Go 26 Century Blvd A/C No Exc:( ) a/c No: (888)467-2378 P.O.Box 305191 E-MAIL certificates@willis.com Nashville,TN 37230-5191 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC#_ INSURERA:Starr Indemnity 8r Liability Company 38318 INSURED INSURER B:Texas Mutual Insurance Company 22945 Jackson Construction,Ltd. INSURER C: JCI Partners,Inc. 5112 Sun Valley Drive INSURER D Fort Worth,TX 76119 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000. DAMAGE TO RENTED CLAIMS-MADE FXI OCCUR X X 1000025444151 10/01/2015 10/01/2016 PREMISES Ea occurrence $ 300,00 MED EXP(Any one person) $ 5,00 i PERSONAL&ADV INJURY $ 1,000,00 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,00 X POLICY LI JEC F] LOC PRODUCTS-COMP/OP AGG $ 2,000,00 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 100000 Ea accident) > > A X ANY AUTO X X SISIPCA08347315 10/01/2015 10/01/2016 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,00 A EXCESS LIAB CLAIMS-MADE 1000022137 10/01/2015 10/01/2016 AGGREGATE $ 10,000,00 DED I I RETENTION$ Follow Form $ WORKERS COMPENSATION X STATUTE AND EMPLOYERS'LIABILITY ERH Y/N B ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ N/A X TSF 0001161633 10/01/2015 10/01/2016 E.L.EACH ACCIDENT $ 19000,00 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,00 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1 $ 1,000,00 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) General Liability policy Aggregate limits applies per Project basis as required by contract. Project:Old Decatur Road and Marine Creek Parkway and Northside 11 48 inch Water Transmission Main,Phase 2.City Project No 02506;City Project No 02304;DOE No 6899. City of Fort Worth is included as an Additional Insured as respects to General Liability and Auto Liability. Waiver of Subrogation applies in favor of City of Fort Worth with respects to General Liability,Auto Liability and Workers Compensation as permitted by law. CERTIFICATE HOLDER 3 CA CELLATION 01"INCML RECO CITY `3�.CRETA EU EXP RATTIIONH DATEV THEREOF,E NOTICEEWIILLCBECDELIV RED BEFORE IN WORTH T CCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth WORTH, Transportation and Public Works Deplartmentaad --lUTHORIZEDREPRESENTATIVE Water Department 1000 Throckmorton St. Fort Worth TX 76102 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury", "property damage" or "personal added as an additional insured on your policy. and advertising injury" arising out of the Such person or organization is an additional rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services, including: advertising injury" caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and behalf; in the performance of your ongoing specifications; or operations for the additional insured. b. Supervisory, inspection, architectural or However, the insurance afforded to such additional engineering activities. insured: This exclusion applies even if the claims against 1. Only applies to the extent permitted by law; and any insured allege negligence or other wrongdoing 2. Will not be broader than that which you are in the supervision, hiring, employment, training or required by the contract or agreement to monitoring of others by that insured, if the provide for such additional insured. "occurrence" which caused the "bodily injury" or A person's or organization's status as an additional "property damage", or the offense which caused insured under this endorsement ends when your the "personal and advertising injury", involved the operations for that additional insured are rendering of or the failure to render any completed. professional architectural, engineering or surveying services. CG 20 33 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 2. "Bodily injury" or "property damage" occurring same project. after: C. With respect to the insurance afforded to these a. All work, including materials, parts or additional insureds, the following is added to equipment furnished in connection with Section III - Limits Of Insurance: such work, on the project (other than The most we will pay on behalf of the additional service, maintenance or repairs) to be insured is the amount of insurance: performed by or on behalf of the additional 1. Required by the contract or agreement you insured(s) at the location of the covered have entered into with the additional insured; or operations has been completed; or 2. Available under the applicable Limits of b. That portion of "your work" out of which the Insurance shown in the Declarations; injury or damage arises has been put to its whichever is less. intended use by any person or organization other than another contractor or This endorsement shall not increase the applicable subcontractor engaged in performing Limits of Insurance shown in the Declarations. operations for a principal as a part of the Page 2 of 2 9 Insurance Services Office, Inc., 2012 CG 20 33 04 13 POLICY NUMBER: 1000025444151 COMMERCIAL GENERAL LIABILITY CG 24104 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Amendment of Limits of Insurance (Per Project, Per Location or Per Project and Per Location Limit) Policy Number: 1000025444151 Effective Date: 10-01-2015 at 12:01 A.M. Named Insured: Jackson Construction, Ltd. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is hereby agreed as follows: I. The Limits of Insurance shown in the Declarations are deleted in their entirety and replaced by the following: 1. Your policy includes either i) a Per Project Limit, ii) a Per Location Limit or iii) a Per (Project and Per Location Limit. Please select only one of the following: [ ] Per Project Limit $ [ ] Per Location Limit $ [X] Per Project and Per Location Limit $ 2,000,000 THIS ENDORSEMENT IS VOID IF: NONE OF THE BOXES LISTED ABOVE ARE CHECKED; OR MORE THAN ONE OF THE BOXES LISTED ABOVE ARE CHECKED; OR ONLY ONE OF THE BOXES LISTED ABOVE IS CHECKED BUT IS UNACCOMPANIED BY AN ASSOCIATED DOLLAR AMOUNT. Manuscript Page 1 of 4 Copyright 0, C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used Aitb its permission. 2. General Aggregate Limit $10,000,000 Each Occurrence Limit $1,000,000 Products-Completed Operations Aggregate Limit $2,000,000 Personal &Advertising Injury Limit $1,000,000 Damage to Premises Rented to You $ 300,000 Medical Expense Limit $ 5,000 II. SECTION III—LIMITS OF INSURANCE is deleted in its entirety and replaced by the following: 1. The Limits of Insurance and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. The General Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the products-completed operations hazard"; and c. Damages under Coverage B. regardless of the number of projects or"locations." 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard". 4. Subject to Paragraph 2 above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Subject to Paragraph 2 or 3 above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of all "bodily injury" and "property damage" arising out of any one "occurrence". 6. Subject to Paragraph 5 above, the Damage to Premises Rented to You Limit is the most Manuscript Page 2 of 4 Copyright(% C.V.Starr&Company and Starr Indemnity&Liability Company. All rights rescrNed. Includes copyrighted material of ISO Properties,Inc.,used Aith its permission. we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you with permission of the owner. 7. Subject to Paragraph 5 above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 8. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Project Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of"bodily injury" or "property damage" included in the products-completed operations hazard"; and c. Damages under Coverage B. arising out of any single Project. 9. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Location Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of"bodily injury" or "property damage" included in the products-completed operations hazard"; and c. Damages under Coverage B. arising out of any single "location." 10. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Project and Per Location Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of"bodily injury" or "property damage" included in the products-completed operations hazard"; and c. Damages under Coverage B. arising out of any single Project or"location," as applicable. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. III. SECTION V— DEFINITIONS is amended to include the following: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway, or right-of-way railroad. Manuscript Page 3 of 4 Copyright'0 C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used H ith its permission. All other terms and conditions of this policy remain the same. Signed for STARR INDEMNITY& LIABILITY COMPANY .� gj�wewl C arles W. Dangelo, resident Nehemiah E. Ginsburg, General ounsel Manuscript Page 4 of 4 Copyright!D C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. WORKERS`COMPENSATION AND EMPLOYERS Tex sMutuar LIABILITY INSURANCE POLICY �nsuranceCotnpany WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium forthis endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver_ 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2,00 percent of the premium developed on payroll in connection with work performed for the above persons) or organization(s) arising out of the operations described. 4.Advance Premium INCLUDED, SEE INFORMATION PAGE, This endorsement changes the policy to which It Is attached effective on the inception date of the policy unless a different date is indicated beiov.,, (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on at 12:01 A.M.standard time,forms a part of Policy No, TSF-0001161633 20151001 of the Texas Mutual insurance Company Issuedto JACKSON CONSTRUCTION LTD Endorsement No. Premium$ 17V NCCI Carrier Code 29939 Authorized Representative WC420304B(ED.6-01-2014) INSURED'S COPY QUSER 9--29-2015 006125-1 CERTIFICATE OF INSURANCE Page I of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSI_JRANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkwy STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................I I Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjwy2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests,and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed........................................................................................x.38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................-38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmsry2,20I6 Article 10-Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 --Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy2,2016 Article17 —Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times ................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-i GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day– A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuwry 2,2016 007200-I GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City--- The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney–The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time--The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb nary 2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims— A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant,or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer-The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to ProceedA written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans– See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager The authorized representative of the City who will be assigned to the Site. 54. Public Meeting - An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values---A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours— Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.O2.B through E are not defined but,when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnury2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be filrnished upon.request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuary2,2016 00 7200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 00 72 00-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws,and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors,consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c)any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A- Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. I. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way,and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felnuuy 2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 7200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site;or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction;and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feebnmry2,2016 007200-1 GENERAL CONDMONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuuy2,2016 00 7200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location', endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M.Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis,the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe6mary2,2016 00 72 00-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work,or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxuary 2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliancc with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics? CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemn y and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felnmy2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258,Texas Government Code(as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuuy2,2016 00 7200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Ciry,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 7200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fels q 2,2016 007,00-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxfonns/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim 4. Pursuant to Paragraph 6 21, Contractor shall indemnijy and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work. During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof, If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action.with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmry 2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 00 7200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall Rumish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out o� the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICAL.L.Y INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES B ,IN . SOUGHT WERE CAUSEJ2. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY, This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehumy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 34 of 63 SPECIECALLY INTENDED TO OPERATE AND HE EFFECT EVEN IF IT I, ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CALSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felnuay2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work;and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnjWZ2016 00 72 00-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febusuy2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods,techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaary2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13,whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 00 7200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work,or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 0072 00-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim it in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe2nory2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb uazy2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 00 72 00-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0 LA.1 or specifically covered by Paragraph 11.0 LAA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such Sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fetruary2,2016 007200-I GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs matcrially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnzary2,2016 00 7200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0I.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%)of the amount paid to the next lower tier Subcontractor,however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs I1.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb umy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof] to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose,or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure,observation,inspection,testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof; until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLTN ENTS Revision:Felnwy2,20I6 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor,any Supplier, any other individual or entity, or any surety for,or employee or agent of any of them 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 00 72 00-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felnimy2,2016 007200-I GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fetivary 2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents;or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CTfY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 00 7200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fetruazy 2,2016 00 7200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled;and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retannage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 oonoo-I GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all matcrials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed;he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb uwy2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 007200-I GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination,the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City,any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work,the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe6mmy2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if- 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-I GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007300-1 SUPPLEMENTARY CONDITIONS Pagel of 7 I SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-101"Defined Terms" 24 25 The following Terms listed in the General Conditions are modified as follows: 26 27 Contract Time—The designated time to achieve Final Acceptance as stated in the Agreement. 28 29 The following listed of Terms are added to the General Conditions as follows: 30 31 Daily Value—The City-determined value in dollars as indicated in the Proposal Form as the value of one 32 Day for the purposes of determining the Incentive relative to the Contract Time and achievement of Final 33 Acceptance. 34 35 Incentive—The monies paid to the Contractor for every Day prior to the Contract Time of Completion of 36 the Work is determined by the City to be Complete. The value of the Incentive shall be the product of the 37 Daily Value and number of days that the Work is determined to be Complete prior to the Contract Time. 38 THE INCENTIVE IS LIMITED TO A NUMBER OF DAYS AS STATED IN THE AGREEMENT. 39 40 SC-3.03B.2,"Resolving Discrepancies" 41 42 Plans govern over Specifications. 43 44 SC-4.01A 45 46 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 47 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 48 Contract Drawings. 49 50 SC-4.01A.1.,"Availability of Lands" 51 52 The following is a list of known outstanding right-of-way, and/or easements to be acquired,if any as of 53 March 1,2016:none CITY OF FORT WORTH Old Decatur Road and Marine Creek Paikway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 22,2016 City Project Number:02506 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 1 2 SC-4.01A.2,"Availability of Lands" 3 4 Utilities or obstructions to be removed,adjusted,and/or relocated 5 6 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 7 as of October 15,2015 8 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Oncor Overhead Electric at Cromwell Marine Creek and December 2015 Marine Creek Parkway 9 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 10 and do not bind the City. 11 12 SC-4.02A.,"Subsurface and Physical Conditions" 13 14 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 15 16 A Geotechnical Report No.0812-1795,dated SEPTEMBER 2012,prepared by Landtec Engineers a sub- 17 consultant of Kimley-Horn and Associates,Inc a consultant of the City,providing additional information 18 on soil conditions and pavement recommendations. 19 20 The following are drawings of physical conditions in or relating to existing surface and subsurface 21 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 22 None 23 24 SC-4.06A.,"Hazardous Environmental Conditions at Site" 25 26 The following are reports and drawings of existing hazardous environmental conditions known to the City: 27 None 28 29 SC-5.03A.,"Certificates of Insurance" 30 31 The entities listed below are"additional insureds as their interest may appear"including their respective 32 officers,directors,agents and employees. 33 34 (1) City 35 (2) Consultant: Kimley-Horn and Associates,Inc 36 (3) Other: None 37 38 SC-5.04A.,"Contractor's Insurance" 39 40 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 41 coverages for not less than the following amounts or greater where required by laws and regulations: 42 43 5.04A. Workers'Compensation,under Paragraph GC-5.04A. 44 45 Statutory limits 46 Employer's liability 47 $100,000 each accident/occurrence 48 $100,000 Disease-each employee CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 22,2016 City Project Number:02506 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 1 $500,000 Disease-policy limit 2 3 SC-5.04B.,"Contractor's Insurance" 4 5 5.0413.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 6 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 7 minimum limits of- 8 9 $1,000,000 each occurrence 10 $2,000,000 aggregate limit 11 12 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 13 General Aggregate Limits apply separately to each job site. 14 15 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 16 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 17 18 SC 5.04C.,"Contractor's Insurance" 19 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 20 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 21 22 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 23 defined as autos owned,hired and non-owned. 24 25 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 26 least: 27 28 $250,000 Bodily Injury per person/ 29 $500,000 Bodily Injury per accident/ 30 $100,000 Property Damage 31 32 SC-5.04D.,"Contractor's Insurance" 33 34 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 35 material deliveries to cross railroad properties and tracks None 36 37 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 38 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 39 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 40 Entry Agreement"with the particular railroad company or companies involved, and to this end the 41 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 42 the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate 43 to the Contractor's use of private and/or construction access roads crossing said railroad company's 44 properties. 45 46 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 47 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 48 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 49 occupy,or touch railroad property: 50 51 (1) General Aggregate: $Confirm Limits with Railroad 52 53 (2) Each Occurrence: $Confirm Limits with Railroad 54 55 _Required for this Contract X Not required for this Contract CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 22,2016 City Project Number:02506 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 2 With respect to the above outlined insurance requirements,the following shall govern: 3 4 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 5 the name of the railroad company. However, if more than one grade separation or at-grade 6 crossing is affected by the Project at entirely separate locations on the line or lines of the same 7 railroad company, separate coverage may be required,each in the amount stated above. 8 9 2. Where more than one railroad company is operating on the same right-of-way or where several 10 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 11 may be required to provide separate insurance policies in the name of each railroad company. 12 13 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 14 railroad company's right-of-way at a location entirely separate from the grade separation or at- 15 grade crossing,insurance coverage for this work must be included in the policy covering the grade 16 separation. 17 18 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 19 way,all such other work may be covered in a single policy for that railroad,even though the work 20 may be at two or more separate locations. 21 22 No work or activities on a railroad company's property to be performed by the Contractor shall be 23 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 24 for each railroad company named,as required above. All such insurance must be approved by the City and 25 each affected Railroad Company prior to the Contractor's beginning work. 26 27 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 28 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 29 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 30 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 31 railroad company operating over tracks involved in the Project. 32 33 SC-6.04.,"Project Schedule" 34 35 Project schedule shall be tier 3 for the project. 36 37 SC-6.07.,"Wage Rates" 38 39 The following is the prevailing wage rate table(s)applicable to this project and is provided.in the 40 Appendixes: 41 2013 Prevailing Wage Rates 42 htt s�.-//proiec tpoint.buzzsaw.com/ortworthQOV/Resources/02%20- 43 %20Construction%Mocuments/Speciications/Div%2000- 44 General©20Conditions/CFW9lo20Horizontal%a20Wage%20Rate�.20Table.pdf?public 45 46 SC-6.09.,"Permits and Utilities" 47 48 SC-6.09A.,"Contractor obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 50 None. 51 52 SC-6.09B."City obtained permits and licenses" 53 The following are known permits and/or licenses required by the Contract to be acquired by the City: 54 None 55 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 22,2016 City Project Number:02506 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 SC-6.09C."Outstanding permits and licenses" 2 3 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of March 10, 4 2016:None 5 6 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 7 8 During the performance of this Contract,the Contractor,for itself, its assignees and successors in interest 9 (hereinafter referred to as the"Contractor")agrees as follows: 10 11 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 12 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 13 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 14 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 15 of this contract. 16 17 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract, shall 18 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 19 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 20 participate either directly or indirectly in the discrimination prohibited by 49 CM section 21.5 of the 21 Regulations,including employment practices when the contract covers a program set forth in 22 Appendix B of the Regulations. 23 24 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all 25 solicitations either by competitive bidding or negotiation made by the contractor for work to be 26 performed under a subcontract,including procurements of materials or leases of equipment,each 27 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 28 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 29 national origin. 30 31 4. Information and Reports: The Contractor shall provide all information and reports required by the 32 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 33 accounts,other sources of information and its facilities as may be determined by City or the Texas 34 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 35 and instructions.Where any information required of a contractor is in the exclusive possession of 36 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 37 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 38 obtain the information. 39 40 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 41 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 42 Texas Department of Transportation may determine to be appropriate,including,but not limited to: 43 44 a. withholding of payments to the Contractor under the Contract until the Contractor 45 complies,and/or 46 b. cancellation,termination or suspension of the Contract, in whole or in part. 47 48 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through 49 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 50 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with 51 respect to any subcontract or procurement as City or the Texas Department of Transportation may 52 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, 53 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 54 subcontractor or supplier as a result of such direction,the contractor may request City to enter into CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 22,2016 City Project Number:p2506 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 such litigation to protect the interests of City,and,in addition,the contractor may request the United 2 States to enter into such litigation to protect the interests of the United States. 3 4 Additional Title VI requirements can be found in the Appendix. 5 6 SC-7.02.,"Coordination" 7 8 The individuals or entities listed below have contracts with the City for the performance of other work at 9 the Site: Vendor Sco a of Work Coordination Authority None None 10 11 SC-8.01,"Communications to Contractor" 12 None 13 14 SC-9.01.,"City's Project Manager" 15 16 The City's Project Manager for this Contract is Wilma Smith, or his/her successor pursuant to written 17 notification from the Director of Transportation and Public Works Department. 18 19 SC-11.02.,"Allowances" 20 21 9999.0096 Paving Construction Allowance 22 Paving Construction Allowance shall consist of miscellaneous construction and other non-subsidiary items 23 requested for construction by the City of Fort Worth and the Project Engineer. 24 Payment for allowance work shall be made by lump sum price agreed on in writing by the Engineer and the 25 Contractor and approved by the City of Fort Worth before said work is commenced,subject to all other 26 conditions of the contract. The Contractor will only charge the fraction of the allowance that yields the 27 agreed upon price which will be considered payment in full for all labor,materials,tools,equipment and 28 incidentals and all superintendents' and timekeepers' services,all insurance,bond and all other overhead 29 expense incurred in the performance of the extra work. Any remaining money left in this allowance budget 30 at the conclusion of the project will be kept by the City of Fort Worth. 31 32 9999.0017 Allowance—Irrigation Restoration 33 Irrigation Restoration Allowance shall consist of restoring all existing private irrigation systems affected by 34 the construction in the parkways to an equal or better condition. This work shall include,but not be limited 35 to,any relocation/replacement of spray heads,control valves,piping,sleeving,and all other irrigation 36 equipment that may be encountered during construction. The Contractor shall coordinate all irrigation 37 adjustments with the property owner prior to installation. 38 Payment for allowance work shall be made by lump sum price agreed on in writing by the Engineer and the 39 Contractor and approved by the City of Fort Worth before said work is commenced,subject to all other 40 conditions of the contract. The Contractor will only charge the fraction of the allowance that yields the 41 agreed upon price which will be considered payment in full for all labor,materials,tools,equipment and 42 incidentals and all superintendents'and timekeepers' services,all insurance,bond and all other overhead 43 expense incurred in the performance of the extra work. Any remaining money left in this allowance budget 44 at the conclusion of the project will be kept by the City of Fort Worth. 45 46 SC-13.03C.,"Tests and Inspections" 47 48 None 49 50 SC-16.010.1,"Methods and Procedures" 51 52 None CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 22,2016 City Project Number:02506 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 1 2 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 22,2016 City Project Number:02506 01 11 00-1 SUMMARY OF WORK Pagel of 3 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 01 1100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery,plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect,or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 012500-1 SUBSTITUTION PROCEDURES Pagel of4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution- General 26 1. Within 30 days after award of Contract(unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY[NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside H 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 01 31 19-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside It 48 Inch Water Transmission,Phase 2 Revised August 17,2012 City Project Number:02506 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 j. Questions or Comments CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised August 17,2012 City Project Number:02506 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised August 17,2012 City Project Number:02506 01 31 20-1 PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. C.1-Progress Meetings 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, weekly progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised March 21,2015 City Project Number:02506 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held on average every two (2) 9 weeks. Meetings will be scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- I I needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised March 21,2015 City Project Number:02506 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held every two(2)weeks. 3 1) Additional meetings may be held at the request of the: 4 a) City 5 b) Engineer 6 c) Contractor 7 7. Meeting Location 8 a. The City will establish a meeting location. 9 1) To the extent practicable, meetings will be held at the Site. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 PART 3 - EXECUTION [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 3/21/2015 S.Arnold Progress meetings to be held every two(2)weeks. 22 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised March 21,2015 City Project Number:02506 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Pagel of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule- Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative- Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment,or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule(overtime, weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside I148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 0132 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project, CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 01 32 33-1 PRECONSTRUCTION VIDEO Pagel of2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 013300-1 SUBMITTALS Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 '/2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 1. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Old Decatur Road and Marine Creek.Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 O1 3300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 01 33 00-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) 'NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered 'Not Approved"until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 01 33 00-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx", beginning with"01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 o N 6 q E £s c s� „u E e 3 o - e a. � Y C E e n Q a N 0� Q aa x X X x XxXXxXx x xxx x .o C J 0J O CL _ C y ~ a9 NSA' x x x x x x x x x x x x x x x x x x x x x x x x x X X x x X L a M j M = a E ri 0 06 $6 _ 9 O g E Q E E u E g q o mo'o'8 u°33 pa f= S ml- �S2 828m 88SS8o B 0 k s 8 o g J 2 L E r. N �n s 013513-I SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use r 1 D p Weight, ❑t, vu°v ei ixpiv" ", , 12 £ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coefdi.iuti n with United St.te A.m.Gefps e fE 15 i. Ceefdi nut, within Railroad pe ...:t" areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25 —Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 27 a. Me 0 ent 28 . 29 h. Payment 30 31 will be paid f9f at the lump sum pfiee bid faf Railfead GOordinatiffl-. 32 e. The pfiee bid shall inelude: 33 1) Mebilizffgeft 34 2) ispeetien 35 3) Saf t.,t 36 n) Additional >a".,..aee 37 5) rn Ceftifie,tes 38 , 39 ineltiding additional em..! ro I to pf eteet the fight of.,,.,...,..,7 41 n"t,.,,,.tion of the P fejeet 42 2. Railfead Flagmen CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 3 b. Payfaem 4 5 will be paid for-eaeh weiking day theA Raik-ead Flagmen afe pr-esefft at the 6 Vie: 7 e. The pr-ire bid shall in �1„d 8 10 3) Other-requirements asseeia4ed with Railfead 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADAIINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 T-FanspeAMien 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground)shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However, the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight, Ete-. 41 1 When Cant,. et TL,,.timents p mit an the p eet the following will apply: 42 a. Publie Neti fie,tion 43 1) Submit natiee to City .,,-..1 pfeef of adeElti to; ge 24-hetirs 44 45 2) Minimum 74 hour-publ:,, n„t;f:ea4ion in aeeefdaneewith Seetion 01 31 13- 46 G. Water Department Coordination CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the`pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 O1 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 d. EA-,.,ai„^tier with Uni+^,l ctutes.4my Corps of Engineers (USAGE) 18 19 USAGE ACT efmits are feEluifed, meet all r i ^ nt^ et forth ^ eb d a 20 lest. 21 K. .6Af dination within D uiii vud Per-m+A fear 22 1. �.t 1 t the et who ^ st... ^t:, ^tiyitie "4iere va.uuvii.^� ii'a uiv Yip 23 ,,.,:t This el, but : At limited to, vim et fefth in eaeb designated 24 ea er.��.�. �...s 1.��.d s--� 25 a. Flagmen 26 k eetei s 27 28 d. Addition ee 29 e. insur-anee eeftifieates is Ociivi virrpivyc,z.s-ci.” 31 Railfead Rail,-,,ad Company ffof, damage afising out of of&er from the, nstruetien e 32 33 with the permit guidelines-. 34 2. Obtain any supplemefltal infaffnation needed to eemplywith the failfead's 35 e�s.- 36 3. Railroad Flagmen 37 a. Submit reeeipts to City faf vefifieation of Nvofking days that railread flagfnel+ 38 Nvefe pfesent on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of wastewater. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: to Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH D.te: DOB HO.XXXX Pmiect Harr: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 014523-1 TESTING AND INSPECTION SERVICES Pagel of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015000-1 TEMPORARY FACILITIES AND CONTROLS Pagel of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH OId Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside H 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 01 5526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page] of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015526-2 STREET USE PERMI T AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMTTTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division, (817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBNHTTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 0158 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 016000-1 PRODUCT REQUIREMENTS Paget of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 0I 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up :?1 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 5 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey to be provided by 7 the Contractor 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.1.A.1—Survey to be provided by the Contractor. 10 2. 1.2.A.1.a.1—Item paid by lump sum. 11 3. 1.2.A.1.b.1—Item paid by lump sum price bid for"Construction Staking". 12 4. 1.2.A.2.a.1—Item paid by lump sum. 13 5. 1.2.A.2.b.1—Item paid by lump sum price bid for"Construction Survey". 14 6. 1.9.A.3.a—Contractor responsible for preservin2 and maintaining staking. 15 7. 1.9.11.1—Construction Survey performed by Contractor. 16 8. 1.9.B.2.d—Contractor responsible for replacing damaged control data. 17 9. 1.9.11.1b—Contractor responsible for construction survey. 18 10. 1.9.11.1d—Contractor shall be responsible for verifying control data. 19 11. 1.9.B.3.d.1-5—Clarified language for contractor to be responsible for verifying 20 benchmark and control data. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Construction Staking 27 a. Measurement 28 1) Measurement for this item will be by lump sum. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this 31 Item will be paid for at the lump sum price bid for"Construction 32 Staking". 33 2. Construction Survey 34 a. Measurement 35 1) Measurement for this item will be by lump sum. 36 b. Payment 37 1) The work performed and the materials furnished in accordance with this 38 Item will be paid for at the lump sum price bid for"Construction 39 Survey". CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals, if required, shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Certificates 8 1. Provide certificate certifying that elevations and locations of improvements are in 9 conformance or non-conformance with requirements of the Contract Documents. 10 a. Certificate must be sealed by a registered professional land surveyor in the 11 State of Texas. 12 B. Field Quality Control Submittals 13 1. Documentation verifying accuracy of field engineering work. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Construction Staking 18 1. Construction staking will be performed by the Contractor. 19 2. Coordination 20 a. It is the Contractor's responsibility to coordinate staking such that construction 21 activities are not delayed or negatively impacted. 22 3. General 23 a. Contractor is responsible for preserving and maintaining staking. 24 b. If in the opinion of the City, a sufficient number of stakes or markings have 25 been lost, destroyed or disturbed, by Contractor's neglect, such that the 26 contracted Work cannot take place,then the Contractor will be required to re- 27 stake the deficient areas. 28 B. Construction Survey 29 1. Construction Survey will be performed by the Contractor. 30 2. Coordination 31 a. Contractor to verify that control data established in the design survey remains 32 intact. 33 b. Coordinate with the City prior to field investigation to determine which 34 horizontal and vertical control data will be required for construction survey. 35 c. It is the Contractor's responsibility to coordinate Construction Survey such that 36 construction activities are not delayed or negatively impacted. 37 d. Contractor shall restore or replace all necessary control data damaged 38 during construction operations. 39 1) Contractor shall perform replacements and/or restorations. 40 3. General CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 a. Construction survey will be performed in order to maintain complete and 2 accurate logs of control and survey work as it progresses for Project Records. 3 b. The Contractor shall perform construction survey to obtain construction 4 features including, but not limited to,the followinLy• 5 1) All Utility Lines 6 a) Rim and flowline elevations and coordinates for each manhole or 7 junction structure 8 2) Water Lines 9 a) Top of pipe elevations and coordinates for waterlines at the following 10 locations: 11 (1) Every 250 linear feet 12 (2) Horizontal and vertical points of inflection, curvature, etc. (All 13 Fittings) 14 (3) Cathodic protection test stations 15 (4) Sampling stations 16 (5) Meter boxes/vaults(All sizes) 17 (6) Fire lines 18 (7) Fire hydrants 19 (8) Gate valves 20 (9) Plugs, stubouts, dead-end lines 21 (10) Air Release valves(Manhole rim and vent pipe) 22 (11) Blow off valves(Manhole rim and valve lid) 23 (12) Pressure plane valves 24 (13) Cleaning wyes 25 (14) Casing pipe(each end) 26 b) Storm Sewer 27 (1) Top of pipe elevations and coordinates at the following locations: 28 (a) Every 250 linear feet 29 (b) Horizontal and vertical points of inflection, curvature, etc. 30 c) Sanitary Sewer 31 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 32 the following locations: 33 (a) Every 250 linear feet 34 (b) Horizontal and vertical points of inflection, curvature, etc. 35 (c) Cleanouts 36 c. Construction survey will be performed in order to maintain complete and 37 accurate logs of control and survey work associated with meeting or exceeding 38 the line and grade required by these Specifications. 39 d. The Contractor shall perform construction survey and verify control data 40 including, but not limited to,the following: 41 1) Verification that established benchmarks and control are accurate. 42 2) Use of Benchmarks to furnish and maintain all reference lines and 43 grades for tunneling. 44 3) Use of lines and grades to establish the location of the pipe. 45 4) Submit to the City copies of field notes,if requested, used to establish all 46 lines and grades and allow the City to check guidance system setup prior to 47 beginning each tunneling drive. 48 5) Provide access for the City,when requested, to verify the guidance system 49 and the line and grade of the carrier pipe on a daily basis. 50 6) The Contractor remains fully responsible for the accuracy of the work and 51 the correction of it, as required. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 7) Monitor line and grade continuously during construction. 2 8) Record deviation with respect to design line and grade once at each pipe 3 joint and submit daily records to City. 4 9) If the installation does not meet the specified tolerances, immediately notify 5 the City and correct the installation in accordance with the Contract 6 Documents. 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 APPLICATION 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL 19 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 20 City in accordance with this Specification. 21 B. Do not change or relocate stakes or control data without approval from the City. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 3 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017423-1 CLEANING Pagel of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMTTTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Old Decatur and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Old Decatur and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 017423-3 CLEANING Page 3 of4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Old Decatur and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Old Decatur and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 01 77 19-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting; 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 01 78 23-1 OPERATION AND MAINTENANCE DATA Page] o1`5 I SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1 —title of section removed 8 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 0178 39-1 PROJECT RECORD DOCUMENTS Pagel of 4 I SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMTTTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside I148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 01 78 39-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a 'cloud"around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUN gARY OF CHANGE 26 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 033000-1 CAST-IN-PLACE CONCRETE Page I of 25 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Modified 2.2.P.2.a—Increased minimum compressive strength for normal 20 weight concrete mixtures to 4,000 psi. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Cast-in-Place Concrete 26 1. Measurement 27 a. This Item is considered subsidiary to the structure or Items being placed. 28 2. Payment 29 a. The work performed and the materials furnished in accordance with this Item 30 are subsidiary to the structure or Items being placed and no other compensation 31 will be allowed. 32 1.3 REFERENCES 33 A. Definitions 34 1. Cementitious Materials 35 a. Portland cement alone or in combination with 1 or more of the following: 36 1) Blended hydraulic cement 37 2) Fly ash 38 3) Other pozzolans CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 4) Ground granulated blast-furnace slag 2 5) Silica fume 3 b. Subject to compliance with the requirements of this specification 4 B. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. 8 2. American Association of State Highway and Transportation(AASHTO): 9 a. M182, Burlap Cloth Made from Jute or Kenaf. 10 3. American Concrete Institute(ACI): 11 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 12 b. ACI 301 Specifications for Structural Concrete 13 c. ACI 305.1 Specification for Hot Weather Concreting 14 d. ACI 306.1 Standard Specification for Cold Weather Concreting 15 e. ACI 308.1 Standard Specification for Curing Concrete 16 f. ACI 318 Building Code Requirements for Structural Concrete 17 g. ACI 347 Guide to Formwork for Concrete 18 4. American Institute of Steel Construction(AISQ 19 a. 303,Code of Standard Practice for Steel Buildings and Bridges. 20 5. ASTM International(ASTM): 21 a. A36, Standard Specification for Carbon Structural Steel. 22 b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 23 Hardware. 24 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 25 Materials for High-Temperature Service and Other Special Purpose 26 Applications. 27 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 28 Concrete Reinforcement. 29 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 30 Concrete Reinforcement. 31 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 32 Field. 33 g. C33, Standard Specification for Concrete Aggregates. 34 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 35 Specimens. 36 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 37 Beams of Concrete. 38 j. C94, Standard Specification for Ready-Mixed Concrete. 39 k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 40 Mortars(Using 2-inch or {50-milimeter] Cube Specimens) 41 1. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 42 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 43 n. C 150, Standard Specification for Portland Cement. 44 o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 45 p. C219, Standard Terminology Relating to Hydraulic Cement. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 2 Pressure Method. 3 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 4 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 5 Curing Concrete. 6 t. C494, Standard Specification for Chemical Admixtures for Concrete. 7 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 8 Pozzolan for Use in Concrete. 9 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 10 Concrete. 11 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 12 Use in Concrete and Mortars. 13 x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 14 Flowing Concrete. 15 y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 16 Concrete. 17 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 18 Cement Concrete. 19 aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 20 bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor 21 Levelness Numbers. 22 cc. F436, Standard Specification for Hardened Steel Washers. 23 6. American Welding Society(AWS). 24 a. 131.1, Structural Welding Code- Steel. 25 b. 131.4, Structural Welding Code- Reinforcing Steel. 26 7. Concrete Reinforcing Steel Institute(CRSI) 27 a. Manual of Standard Practice 28 8. Texas Department of Transportation 29 a. Standard Specification for Construction and Maintenance of Highways, Streets 30 and Bridges 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Work Included 33 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 34 including shoring, reshoring, falsework, bracing, proprietary forming systems, 35 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 36 blockouts, sleeves, pockets and accessories. 37 a. Erection shall include installation in formwork of items furnished by other 38 trades. 39 2. Furnish all labor and materials required to fabricate, deliver and install 40 reinforcement and embedded metal assemblies for cast-in-place concrete, including 41 steel bars, welded steel wire fabric, ties, supports and sleeves. 42 3. Furnish all labor and materials required to perform the following: 43 a. Cast-in-place concrete 44 b. Concrete mix designs 45 c. Grouting CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather,test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI 117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists,the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements,products that 17 may be incorporated into the Work include, but are not limited to, products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal,PVC or rubber strips 28 b. 3/4-inch x 3/4-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal,PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form-Release Agent 33 a. Commercially formulated form-release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form-facing materials, formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water-barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615, Grade 60, deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615, Grade 60, steel bars(smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire, plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice," of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 25 Class 2 stainless-steel bar supports. 26 2) For slabs-on-grade,provide sand plates,horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specked. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs:Heads welded by full-fusion process, as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt, Wej-it Corporation, Tulsa,Oklahoma 36 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 37 c. Trubolt, Ramset Fastening Systems,Paris,Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout-filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod, unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic-Tie 7 c. Powers Fasteners AC 100+Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish: Hot-dip zinc coating,ASTM A153,Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only,provide 16 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 17 washers. 18 1) Provide 3/4-inch bolt size, unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces, provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/4-inch bolt size, unless otherwise indicated. 23 I. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials, of the same type, brand, and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C15O,Type 1/II, gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618, Class C or F 32 (2) Ground Granulated Blast-Furnace Slag 33 (a) ASTM C989, Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C 1240,amorphous silica 36 3) Normal-Weight Aggregates 37 a) ASTM C33,Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse-Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 1. Air-Entraining Admixture 2 a. ASTM C260 3 2. Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other ad- s mixtures and that will not contribute water-soluble chloride ions exceeding 6 those permitted in hardened concrete. 7 b. Do not use calcium chloride or admixtures containing calcium chloride. 8 c. Water-Reducing Admixture 9 1) ASTM C494,Type A 10 d. Retarding Admixture 11 1) ASTM C494,Type B 12 e. Water-Reducing and Retarding Admixture 13 1) ASTM C494,Type D 14 f. High-Range, Water-Reducing Admixture 15 1) ASTM C494,Type F 16 g. High-Range,Water-Reducing and Retarding Admixture 17 1) ASTM C494,Type G 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C1017,Type II 20 K. Waterstops 21 1. Self-Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 23 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, %- 24 inch x 1-inch. 25 b. Available Products 26 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 27 2) Concrete Sealants Inc.; Conseal CS-231 28 3) Greenstreak; Swellstop 29 4) Henry Company, Sealants Division;Hydro-Flex 30 5) JP Specialties,Inc.;Earthshield Type 20 31 6) Progress Unlimited,Inc.; Superstop 32 7) TCMiraDRI;Mirastop 33 L. Curing Materials 34 1. Absorptive Cover 35 a. AASHTO M182, Class 2,burlap cloth made from jute or kenaf,weighing 36 approximately 9 ounces/square yard when dry 37 2. Moisture-Retaining Cover 38 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 39 3. Water 40 a. Potable 41 4. Clear, Waterborne,Membrane-Forming Curing Compound 42 a. ASTM C309,Type 1, Class B, dissipating 43 b. Available Products 44 1) Anti-Hydro International, Inc.;AH Curing Compound#2 DR WB 45 2) Burke by Edoco;Aqua Resin Cure 46 3) ChemMasters; Safe-Cure Clear CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside I148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing&Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation;Day Chem Rez Cure(J-1 I-W) 4 6) Euclid Chemical Company(The); Kurez DR VOX 5 7) Kaufman Products, Inc.;Thinfilm 420 6 8) Lambert Corporation;Aqua Kure-Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R.,Inc.; 1100 Clear 9 11)Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16)Vexcon Chemicals,Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non-load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts,Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement-based, polymer-modified, self-leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 03 30 00-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate, condi- 2 tions,and application 3 d. Aggregate 4 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C 109/C 109M 9 2. Repair Overlayment 10 a. Cement-based, polymer-modified, self-leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 15 defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate, conditions, 18 and application 19 d. Aggregate 20 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 26 basis of laboratory trial mixture or field test data,or both, according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight,of cementitious materials other than portland ce- 46 ment in concrete as follows, unless specified otherwise: 47 1) Fly Ash: 25 percent CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-11 CAST-IN-PLACE CONCRETE Page 11 of 25 1 2) Combined Fly Ash and Pozzolan: 25 percent 2 3) Ground Granulated Blast-Furnace Slag: 50 percent 3 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 4 Slag: 50 percent 5 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 6 cent 7 6) Silica Fume: 10 percent 8 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 9 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 10 cent 11 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 12 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 13 percent and silica fume not exceeding 10 percent 14 3. Limit water-soluble, chloride-ion content in hardened concrete to: 15 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 16 (typical) 17 b. 0.15 percent by weight if concrete will be exposed to chlorides 18 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 19 continually dry and protected. 20 4. Admixtures 21 a. Use admixtures according to manufacturer's written instructions. 22 b. Do not use admixtures which have not been incorporated and tested in accepted 23 mixes. 24 c. Use water-reducing high-range water-reducing or plasticizing admixture in 25 concrete, as required, for placement and workability. 26 d. Use water-reducing and retarding admixture when required by high 27 temperatures, low humidity or other adverse placement conditions. 28 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use 29 industrial slabs and parking structure slabs,concrete required to be watertight, 30 and concrete with a water-cementitious materials ratio below 0.50. 31 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 32 P. Concrete Mixtures 33 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 34 Highways, Streets, and Bridges"for: 35 a. Culverts 36 b. Headwalls 37 c. Wingwalls 38 2. Proportion normal-weight concrete mixture as follows: 39 a. Minimum Compressive Strength: 3-,ON 4,000 psi at 28 days 40 b. Maximum Water-Cementitious Materials Ratio: 0.50 41 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 42 inches before adding high-range water-reducing admixture or plasticizing 43 admixture, plus or minus 1 inch 44 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 45 inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 03 30 00-12 CAST-IN-PLACE CONCRETE Page 12 of 25 1 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop.Holes shall be made by drilling or 4 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 5 accordance with AWS D1.1. 6 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. 7 All other metal assemblies shall be either hot dip galvanized or painted with an 8 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions. Repair painted 10 assemblies after welding with same type of paint. 11 S. Concrete Mixing 12 1. Ready-Mixed Concrete: Measure,batch, mix, and deliver concrete according to 13 ASTM C94,and furnish batch ticket information. 14 a. When air temperature is between 85 and 90 degrees Fahrenheit,reduce mixing 15 and delivery time from 1-1/2 hours to 75 minutes;when air temperature is 16 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 17 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete 18 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 19 batch machine mixer. 20 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 21 minutes, but not more than 5 minutes after ingredients are in mixer, before any 22 part of batch is released. 23 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 24 seconds for each additional 1 cubic yard. 25 c. Provide batch ticket for each batch discharged and used in the Work, indicating 26 Project identification name and number, date, mixture type, mixture time, 27 quantity, and amount of water added. Record approximate location of final 28 deposit in structure. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Formwork 37 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301,to 38 support vertical, lateral, static, and dynamic loads, and construction loads that might 39 be applied, until structure can support such loads. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 2. Construct formwork so concrete members and structures are of size, shape, 2 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 3 a. Vertical alignment 4 1) Lines, surfaces and arises less than 100 feet in height- 1 inch. 5 2) Outside corner of exposed corner columns and control joints in concrete 6 exposed to view less than 100 feet in height- 1/2 inch. 7 3) Lines, surfaces and arises greater than 100 feet in height- 1/1000 times the 8 height but not more than 6 inches. 9 4) Outside corner of exposed corner columns and control joints in concrete 10 exposed to view greater than 100 feet in height- 1/2000 times the height 11 but not more than 3 inches. 12 b. Lateral alignment 13 1) Members - 1 inch. 14 2) Centerline of openings 12 inches or smaller and edge location of larger 15 openings in slabs - 1/2 inch. 16 3) Sawcuts,joints, and weakened plane embedments in slabs-3/4 inch. 17 c. Level alignment 18 1) Elevation of slabs-on-grade-3/4 inch. 19 2) Elevation of top surfaces of formed slabs before removal of shores-3/4 20 inch. 21 3) Elevation of formed surfaces before removal of shores- 3/4 inch. 22 d. Cross-sectional dimensions: Overall dimensions of beams,joists, and columns 23 and thickness of walls and slabs. 24 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 25 2) Greater than 12 inch to 3 foot dimension- plus 1/2 inch to minus 3/8 inch. 26 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 27 e. Relative alignment 28 1) Stairs 29 a) Difference in height between adjacent risers - 1/8 inch. 30 b) Difference in width between adjacent treads - 1/4 inch. 31 c) Maximum difference in height between risers in a flight of stairs- 3/8 32 inch. 33 d) Maximum difference in width between treads in a flight of stairs- 3/8 34 inch. 35 2) Grooves 36 a) Specified width 2 inches or less - 1/8 inch. 37 b) Specified width between 2 inches and 12 inches - 1/4 inch. 38 3) Vertical alignment of outside corner of exposed corner columns and control 39 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 40 4) All other conditions - 3/8 inch in 10 feet. 41 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 42 as follows: 43 a. Class B, 1/4 inch for smooth-formed finished surfaces. 44 b. Class C, 1/2 inch for rough-formed finished surfaces. 45 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 5. Fabricate forms for easy removal without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. 5 a. Install keyways, reglets,recesses, and the like, for easy removal. 6 b. Do not use rust-stained steel form-facing material. 7 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips;use strike-off templates or compacting-type screeds. 10 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 15 caps,walls, and columns straight and to the lines and grades specified. Do no earth 16 form foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forms at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings, chases, offsets, sinkages, keyways, reglets,blocking, screeds, and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 26 sawdust, dirt, and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 28 leaks and maintain proper alignment. 29 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 30 written instructions, before placing reinforcement, anchoring devices, and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by east-in-place concrete. Use 39 setting drawings,templates, diagrams, instructions, and directions furnished with 40 items to be embedded. 41 a. Install anchor rods, accurately located,to elevations required and complying 42 with tolerances in AISC 303, Section 7.5. 43 1) Spacing within a bolt group: 1/8 inch 44 2) Location of bolt group(center): '/z inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-15 CAST-IN-PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: f 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through-wall flashings in 4 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 5 shelf angles, and other conditions. 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 12 concrete is hard enough to not be damaged by form-removal operations and curing 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits,joists, slabs, and other structural elements 15 that supports weight of concrete in place until concrete has achieved at least 70 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high-early 31 strength cement or forming systems which allow form removal without 32 disturbing shores, but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag, distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 f. Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specified 28 day compressive strength. 42 h. Obtaining concrete compressive strength tests for the purposes of form removal 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated,or otherwise damaged form-facing material will not be acceptable for 3 exposed surfaces. Apply new form-release agent. 4 4. When forms are reused,clean surfaces,remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice"for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support,and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS DIA,where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) Members 8 inches deep or less:t3/8 inch 31 2) Members more than 8 inches deep:t1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces:t3/8 inches for members 8 33 inches deep or less;t1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams,columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-17 CAST-IN-PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs,joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam-girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete, verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 03 30 00-18 CAST-IN-PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete,water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high-range water-reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously,provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture(superplasticizer)or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing 28 water. If place of deposit cannot be pumped dry,pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints,until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane, before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed-surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in-place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel-troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads:Normal weight concrete(3000 psi),reinforced with 37 #3 @16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Mud slabs"): Normal weight concrete(2500 psi minimum)with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 45 ACI 305.1 for hot-weather protection during curing. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water-fog spray 14 3) Absorptive cover,water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete,placed in widest practicable width,with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry-pack patching mortar,consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve,using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discoloration that cannot be 44 removed by cleaning. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 03 30 00-21 CAST-IN-PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush-coat holes and voids with bonding) agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form-tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 19 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width, and other objectionable conditions. 22 b. After concrete has cured at least 14 days, correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas, except random cracks and single holes 1 inch or less in 27 diameter, by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean, square cuts and expose steel reinforcerrlent with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact, and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used, subject to 43 Engineer's approval. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C 172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive-Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field-cured cylinders is less than 85 percent of companion 36 laboratory-cured cylinders,evaluate operations and provide corrective procedures 37 for protecting and curing in-place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive-strength tests equals or exceeds specified compressive 40 strength and no compressive-strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive-strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7-and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5116 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance off 1/4 inch in 10 feet, not to exceed 3A 39 inches total variation,anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM E1155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (line of measurements)anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values(FL)do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab-on-Grade Construction:f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: f 3/4 inch 30 3) Top surfaces of all other slabs:f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 033000-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors,wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D. Johnson chloride-ion content 3.4.C.1 —Changed 75%to 70% 11 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 1303 35 13-1 INTEGRAL CONCRETE COLOR Pagel of 4 1 SECTION 03 3513 2 INTEGRAL CONCRETE COLOR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. This section describes coloring concrete used to construct work under other contract bid 6 items as well as any special materials and special construction techniques associated 7 with using colored concrete. 8 B. Related Specification Sections include but are not necessarily limited to 9 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 10 Contract. 11 2. Division 1 - General Requirements. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid 15 and where indicated on the Drawings. No separate payment will be allowed for 16 this item 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS [NOT USED] 20 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 1.13 COORDINATION AND TIMING [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. Concrete 32 1. Integrally color concrete using non-fading pigments conforming to ASTM C979 as 33 follows: Old Decatur Road and Marine Creek Parkway and Northside 11 48 Inch Water Transmission,Phase 2 City Project Number:02506 32 13 1303 35 13-2 INTEGRAL CONCRETE COLOR Page 2 of 4 1 a. Truck Apron Areas(Red):Use non-fading synthetic iron oxides at a loading of 2 6 percent or more by weight of total cementitious material in the mix.Match 3 the concrete color in reasonably close conformance with Federal Standard 595 4 Color Server, FS color 31136,and/or Summer Rose(SG117-2)by Scofield, or 5 approved equal. 6 b. Median Areas(Sand/Buff): Use non-fading synthetic iron oxides at a loading of 7 6 percent or more by weight of total cementitious material in the mix.Match 8 the concrete color in reasonably close conformance with Sand Buff(SG237-1) 9 by Scofield, or approved equal. 10 2. Add integral concrete colorant according to manufacturer's instructions. Provide a 11 copy of those manufacturer instructions to the City before producing material for 12 incorporation into the work. 13 3. The City will accept the color based on approval of color samples, and field mock- 14 up. 15 a. Contractor shall submit a standard color chart and color samples for review and 16 preliminary selection by the City. 17 b. Contractor shall provide a 3'x3' minimum mock-up of the selected color 18 samples for approval of the City. 19 4. Maintain mix characteristics for colored concrete requiring a matching finish. Use 20 the same source, brand,type, and color of portland cement, supplementary 21 cementitious materials, aggregates, and admixtures for colored concrete throughout 22 the project. Use constant cement content, supplementary cementitious material 23 content, and water/cementitious materials ratio to maintain consistent color. 24 B. Curing Compound 25 1. Furnish a liquid membrane-forming clear curing compound conforming to ASTM 26 C1315,type 1. 27 C. Admixtures 28 1. Furnish admixtures designed for use with and compatible with colored concrete 29 pigments. Do not use calcium chloride or other admixtures containing chlorides. 30 D. Colored Concrete Mix Approval 31 1. General 32 a. Obtain City approval for colored concrete mixes before placing colored 33 concrete. The City will base approval either on a successful performance 34 history or on trial batches.Upon City approval,the submitted sample panel 35 (Minimum 3'x3'x3")or the test slab will be the visual quality standard for 36 finished work under the contract. 37 E. Performance History 38 1. Use the same materials mixed in the same proportions as used on another 39 department project where the City approved the color. Ensure that all materials, 40 including admixtures, are of the same type and brand and from the same sources. 41 Provide the following to the City for review and approval: 42 a. Project Info:Project ID, and location. 43 b. Mix proportions:quantities per cubic yard expressed as SSD weights and net 44 water, water to cementitious material ratio, air content, and 28-day or earlier 45 compressive strength. 46 c. Materials:type,brand, and source. Old Decatur Road and Marine Creek Parkway and Northside II 48 Inch Water Transmission,Phase 2 City Project Number:02506 32 13 1303 35 13-3 INTEGRAL CONCRETE COLOR Page 3 of 1 d. Sample panel: Provide a finished colored concrete sample having minimum 2 dimensions of 3- foot by 3-foot by 3-inch, from the previous project(if 3 available), or a photo image of the previous sample panel. 4 F. Trial Batches 5 1. The contractor may use preliminary laboratory or field trial hatching to establish 6 the mix proportions necessary to conform to the contract-required color. 7 2. Produce test slabs to demonstrate the texture, surface finish, color, and color 8 intensity. At least 2 business days in advance, provide the City with the date and 9 time for test slab construction. 10 3. At a City-allowed location on the project, place, finish, and cure a 10-foot by 10- 11 foot by 6-inch colored concrete test slab using the same methods proposed for 12 contract work. Produce test slabs using the same workers designated to perform the 13 contract work. Retain samples of cements, sands, aggregates, and color additives 14 used in test slabs for comparison with materials used in contract work. 15 4. Use at least a 2-cubic yard batch or a batch of the size proposed for production 16 whichever is larger. 17 5. Submit final mix design information to the City. Including specific sources and, if 18 applicable, trade names for materials. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Construction 27 1. Construct work incorporating colored concrete conforming to contract 28 specifications under the associate bid items except cure with clear curing compound 29 and use only non-chloride admixtures as specified in Section 2.1. 30 2. Produce consistently colored concrete in full cubic yard increments. The City will 31 not allow variations in the amounts, types, or source of materials with the exception 32 of minor adjustments of water and air- entraining agent. Other changes require mix 33 re-approval. 34 3. Schedule placement to minimize exposure to rapid drying conditions, wind and full 35 sun, before applying curing compound. Do not place colored concrete if rain, snow, 36 or freezing temperatures are forecast within 24-hours. 37 4. Cover or otherwise protect adjacent concrete work from discoloration and spillage 38 while placing and curing colored concrete. Remove and replace discolored 39 concrete as directed by the City. 40 5. Perform finishing operations consistently to avoid color variation. Do not begin 41 finishing while bleed water is present. The City will order removal and replacement 42 of colored concrete if the contractor adds water to the surface to aid in finishing. 43 Apply strokes in the same direction during final finishing and texturing. Old Decatur Road and Marine Creek Parkway and Northside 1148 Inch Water Transmission,Phase 2 City Project Number:02506 32 13 1303 35 13-4 INTEGRAL CONCRETE COLOR Page 4 of 4 1 6. Protect colored concrete from premature drying and excessive cold or hot 2 temperatures by promptly applying curing compound. Do not allow plastic sheeting 3 to come in contact with colored concrete. 4 7. Protect the colored concrete from damage. Do not permit construction traffic or 5 material storage on colored concrete. Exclude foot traffic from colored concrete for 6 at least 24 hours after placement. 7 8. Remove test slabs not permanently incorporated into the work and restore the site 8 after the City determines the test slab is no longer needed. 9 3.5 REPAIR [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING 15 3.11 "RECORD OF INSTALLATION"DRAWING 16 3.12 CLOSEOUT ACTIVITIES [NOT USED] 17 3.13 PROTECTION [NOT USED] 18 3.14 MAINTENANCE [NOT USED] 19 3.15 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 24 Old Decatur Road and Marine Creek Parkway and Northside 11 48 Inch Water Transmission,Phase 2 City Project Number:02506 31 23 16-1 UNCLASSIFIED EXCAVATION Pagel o1`5 I SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. 1.2.2 Excavation by Surveyed Quantity deleted 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 31 23 23 —Borrow 20 4. Section 31 24 00—Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Excavation by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. 28 2) When measured by the cubic yard in its final position, this is a plans 29 quantity measurement Item. The quantity to be paid is the quantity shown 30 in the proposal, unless modified by Article 11.04 of the General 31 Conditions. Additional measurements or calculations will be made if 32 adjustments of quantities are required. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement" will be paid for at the unit 36 price bid per cubic yard of"Unclassified Excavation by Plan". No 37 additional compensation will be allowed for rock or shrinkage/swell 38 factors, as these are the Contractor's responsibility. 39 c. The price bid shall include: 40 1) Excavation 41 2) Excavation Safety 42 3) Drying CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission.Phase 2 Revised January 28,2013 City Project Number:02506 31 23 16-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 2. Eyieaya4ien by Surveyed QawAity 8 a. Me a efA 9 10 . 11 a) The City will peffem a r-efer-enee sufvey onee the Site has been elear-ed 12 te ebtain exis4ing gFeund eendifiens. 13 14 15 ealeulated as the diffifenee between the twe sufvey-&-. 16 d) Paffial payfnefAs will be betsed eft esthnMed plan quantity 17 18 b. Pa3a"ent 19 20 "will be paid feF at the tMit 21 " 22 . 23 4} Eyeavatiett 24 2) ExeaviAiea Safety 25 3) DFyin 26 4} Dust GentFel 28 gig 29 30 8) Seefifieefien 31 9) Clean up 32 1.3 REFERENCES [NOT USED] 33 A. Definitions 34 1. Unclassified Excavation—Without regard to materials, all excavations shall be 35 considered unclassified and shall include all materials excavated. Any reference to 36 Rock or other materials on the Drawings or in the specifications is solely for the 37 City and the Contractor's information and is not to be taken as a classification of 38 the excavation. 39 1.4 ADMINSTRATIVE REQUIREMENTS 40 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 41 01. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 3123 16-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage 13 1. Within Existing Rights-of-Way(ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non-paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement,then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy Or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 3123 16-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local, state,and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings,use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 3123 16-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 31 24 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of: 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on-site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. 1.2.2 Embankments by Surveyed Quantity 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 3. Section 3123 16—Unclassified Excavation 19 4. Section 3123 23 —Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Embankments by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"will be paid for at the unit 35 price bid per cubic yard of"Embankment by Plan". No additional 36 compensation will be allowed for rock or shrinkage/swell factors,as these 37 are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Transporting or hauling material 40 2) Placing, compacting, and finishing Embankment 41 3) Construction Water 42 4) Dust Control CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-2 EMBANKMENTS Page 2 of 9 1 5) Clean-up 2 6) Proof Rolling 3 7) Disposal of excess materials 4 8) Reworking or replacement of undercut material 6 a. Measufement 7 8 . 9 a) The City will peffeFm a r-efer-enee suFvey enee the Site has been elear-ed 10 te obtain existing gFound eendifiens. 11 12 13 . 14 15 16 b. Pa�qaent 17 18 "will be paid fer-eA the unit 19 ". 20 . 21 22 ,and finishing EinbapJffaent 23 3) Genstmefieft 24 4) Dust G,..,tFo 25 5) Clean up. 26 6)--PreefRelling 27 28 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this specification refer to the current reference standard 32 published at the time of the latest revision date logged at the end of this 33 specification,unless a date is specifically cited. 34 2. ASTM Standards 35 a. ASTM D4318-10,Test Procedure for Determining Liquid Limit, Plastic Limit, 36 and Plasticity Index of Soils 37 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 38 Wax Method 39 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 40 Characteristics of Soil Using Standard Effort 41 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 42 Characteristics of Soil Using Modified Effort 43 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 44 Weight and Water Content Range for Effective Compaction of Granular Soils 45 Using a Vibrating Hammer 46 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 47 by the Sand Cone Method CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-3 EMBANKMENTS Page 3 of 9 1 1.4 ADMINSTRATIVE REQUIREMENTS 2 A. Sequencing 3 1. Sequence work such that calls of proctors are complete in accordance with ASTM 4 D698 prior to commencement of construction activities. 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to construction 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Shop Drawings 10 1. Stockpiled material 11 a. Provide a description of the storage of the excavated material only if the 12 Contract Documents do not allow storage of materials in the right-of-way or the 13 easement 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE,AND HANDLING 18 A. Storage 19 1. Within Existing Rights-of-Way(ROW) 20 a. Soil may be stored within existing ROW, easements or temporary construction 21 easements, unless specifically disallowed in the Contract Documents. 22 b. Do not block drainage ways, inlets or driveways. 23 c. Provide erosion control in accordance with Section 3125 00. 24 d. When the Work is performed in active traffic areas, store materials only in 25 areas barricaded as provided in the traffic control plans. 26 e. In non-paved areas, do not store material on the root zone of any trees or in 27 landscaped areas. 28 2. Designated Storage Areas 29 a. If the Contract Documents do not allow the storage within the ROW, easement 30 or temporary construction easement, then secure and maintain an adequate 31 storage location. 32 b. Provide an affidavit that rights have been secured to store the materials on 33 private property. 34 c. Provide erosion control in accordance with Section 31 25 00. 35 d. Do not block drainage ways. 36 1.11 FIELD CONDITIONS 37 A. Existing Conditions 38 1. Any data which has been or may be provided on subsurface conditions is not 39 intended as a representation or warranty of accuracy or continuity between soils. It 40 is expressly understood that neither the City nor the Engineer will be responsible 41 for interpretations or conclusions drawn there from by the Contractor. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-4 EMBANKMENTS Page 4 of 9 1 2. Data is made available for the convenience of the Contractor. 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [NOT USED] 5 2.2 PRODUCT TYPES AND MATERIALS 6 A. Materials 7 1. Acceptable Fill Material 8 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 9 ASTM D2487 10 b. Free from deleterious materials, boulders over 6 inches in size and organics 11 c. Can be placed free from voids 12 d. Must have 20 percent passing the number 200 sieve 13 2. Blended Fill Material 14 a. In-situ soils classified as GW, GP,GM, SW, SP, or SM in accordance with 15 ASTM D2487 16 b. Blended with in-situ or imported acceptable backfill material to meet the 17 requirements of an Acceptable Backfill Material 18 c. Free from deleterious materials,boulders over 6 inches in size and organics 19 d. Must have 20 percent passing the number 200 sieve 20 3. Unacceptable Fill Material 21 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 22 D2487 23 4. Select Fill 24 a. Classified as SC or CL in accordance with ASTM D2487 25 b. Liquid limitless than 35 26 c. Plasticity index between 8 and 20 27 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 28 2.4 ACCESSORIES [NOT USED] 29 2.5 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION 34 A. Protection of In-Place Conditions 35 1. Pavement 36 a. Conduct activities in such a way that does not damage existing pavement that is 37 designated to remain. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-5 EMBANKMENTS Page 5 of 9 1 b. Repair or replace any pavement damaged due to the negligence of the 2 contractor outside the limits designated for pavement removal at no additional 3 cost 4 2. Trees 5 a. When operating outside of existing ROW, stake permanent and temporary 6 construction easements. 7 b. Restrict all construction activities to the designated easements and ROW. 8 c. Flag and protect all trees designated to remain in accordance with Section 31 10 9 00. 10 d. Conduct embankments in a manner such that there is no damage to the tree 11 canopy. 12 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 13 specifically allowed by the City. 14 1) Pruning or trimming may only be accomplished with equipment 15 specifically designed for tree pruning or trimming. 16 3. Above ground Structures 17 a. Protect all above ground structures adjacent to the construction. 18 4. Traffic 19 a. Maintain existing traffic, except as modified by the traffic control plan, and in 20 accordance with Section 34 71 13. 21 b. Do not block access to driveways or alleys for extended periods of time unless: 22 1) Alternative access has been provided 23 2) Proper notification has been provided to the property owner or resident 24 3) It is specifically allowed in the traffic control plan 25 3.4 INSTALLATION 26 A. Embankments General 27 1. Placing and Compacting Embankment Material 28 a. Perform fill operation in an orderly and systematic manner using equipment in 29 proper sequence to meet the compaction requirements 30 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 31 6 inches, unless otherwise shown on the Drawings 32 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 33 deleterious materials 34 d. Bench slopes before placing material. 35 e. Begin filling in the lowest section or the toe of the work area 36 f. When fill is placed directly or upon older fill, remove debris and any loose 37 material and proof roll existing surface. 38 g. After spreading the loose lifts to the required thickness and adjusting its 39 moisture content as necessary, simultaneously recompact scarified material 40 with the placed embankment material. 41 h. Roll with sufficient number passes to achieve the minimum required 42 compaction. 43 i. Provide water sprinkled as necessary to achieve required moisture levels for 44 specified compaction 45 J. Do not add additional lifts until the entire previous lift is properly compacted. 46 2. Surface Water Control 47 a. Grade surface horizontally but provide with sufficient longitudinal and 48 transverse slope to allow for runoff of surface water from every point. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-6 EMBANKMENTS Page 6 of 9 1 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 2 created. 3 c. Install temporary dewatering sumps in low areas during filling where excess 4 amounts of runoff collect. 5 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 6 free from humps and hollows that would prevent proper uniform compaction. 7 e. Do not place fill during or shortly after rain events which prevent proper work 8 placement of the material and compaction 9 f. Prior to resuming compaction operations, remove muddy material off the 10 surface to expose firm and compacted materials 11 B. Embankments for Roads 12 1. Only Acceptable Fill Material will be allowed for roadways 13 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 14 the finished grade of the street 15 3. Construct generally to conform to the cross section of the subgrade section as 16 shown in the Drawings. 17 4. Establish grade and shape to the typical sections shown on the Drawings 18 5. Maintain finished sections of embankment to the grade and compaction 19 requirements until the project is accepted. 20 C. Earth Embankments 21 1. Earth embankment is mainly composed of material other than rock. Construct 22 embankments in successive layers, evenly distributing materials in lengths suited 23 for sprinkling and rolling. 24 2. Rock or Concrete 25 a. Obtain approval from the City prior to incorporating rock and broken concrete 26 produced by the construction project in the lower layers of the embankment. 27 b. No Rock or Concrete will be permitted in embankments in any location where 28 future utilities are anticipated. 29 c. When the size of approved rock or broken concrete exceeds the layer thickness 30 place the rock and concrete outside the limits of the proposed structure or 31 pavement. Cut and remove all exposed reinforcing steel from the broken 32 concrete. 33 3. Move the material dumped in piles or windrows by blading or by similar methods 34 and incorporate it into uniform layers. 35 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 36 ensure there are no abrupt changes in the material. 37 5. Break down clods or lumps of material and mix embankment until a uniform 38 material is attained. 39 D. Rock Embankments 40 1. Rock embankment is mainly composed of rock. 41 2. Rock Embankments for roadways are only allowed when specifically designated on 42 the Drawings. 43 3. Construct rock embankments in successive layers for the full width of the roadway 44 cross-section with a depth of 18-inches or less. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-7 EMBANKMENTS Page 7 of 9 1 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 2 case. Fill voids created by the large stone matrix with smaller stones during the 3 placement and filling operations. 4 5. Ensure the depth of the embankment layer is greater than the maximum dimension 5 of any rock. 6 6. Do not place rock greater than 18-inches in its maximum dimension. 7 7. Construct the final layer with graded material so that the density and uniformity is 8 in accordance compaction requirements. 9 8. The upper or final layer of rock embankments shall contain no material larger than 10 4 inches in their maximum dimension. 11 E. Density 12 1. Compact each layer until the maximum dry density as determined by ASTM D698 13 is achieved. 14 a. Not Under Roadway or Structure: 15 1) areas to be compacted in the open, not beneath any structure, pavement, 16 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 17 edge of pavement, or back of curb. 18 a) Compact each layer to a minimum of 90 percent Standard Proctor 19 Density. 20 b. Embankments under future paving: 21 1) Compact each layer to a minimum of 95 percent standard proctor density 22 with a moisture content not to exceed+4 percent or-2 percent of optimum 23 moisture or as indicated on the Drawings 24 c. Embankments under structures: 25 1) Compacted each layer as indicated on the Drawings 26 F. Maintenance of Moisture and Reworking 27 1. Maintain the density and moisture content once all requirements are met. 28 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 29 percentage points below optimum. 30 3. Rework the material to obtain the specified compaction when the material loses the 31 required stability, density, moisture, or finish. 32 4. Alter the compaction methods and procedures on subsequent work to obtain 33 specified density as directed by the City. 34 3.5 REPAIR [NOT USED] 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD QUAILITY CONTROL 37 A. Field Tests and Inspections 38 1. Proctors 39 a. The City will perform Proctors in accordance with ASTM D698. 40 b. Test results will generally be available to within 4 calendar days and distributed 41 to: 42 1) Contractor 43 2) City Project Manager 44 3) City Inspector CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-8 EMBANKMENTS Page 8 of 9 1 4) Engineer 2 c. Notify the City if the characteristic of the soil changes. 3 d. City will perform new proctors for varying soils: 4 1) When indicated in the geotechnical investigation in the Appendix 5 2) If notified by the Contractor 6 3) At the convenience of the City 7 e. Embankments where different soil types are present and are blended,the 8 proctors shall be based on the mixture of those soils. 9 2. Proof Rolling 10 a. Embankments under Future Pavement 11 1) City Project Representative must be on-site during proof rolling operations. 12 2) Use equipment that will apply sufficient load to identify soft spots that rut 13 or pump. 14 a) Acceptable equipment includes fully loaded single-axle water truck 15 with a 1500 gallon capacity. 16 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 17 4) Offset each trip by at most 1 tire width. 18 5) If an unstable or non-uniform area is found, correct the area. 19 6) Correct 20 a) Soft spots that rut or pump greater than 3/4 inch. 21 b) Areas that are unstable or non-uniform 22 7) If a non-uniform area is found then correct the area. 23 b. Embankments Not Under Future Paving 24 1) No Proof Rolling is required. 25 3. Density Testing of Embankments 26 a. Density Test shall be in conformance with ASTM D2922. 27 b. For Embankments under future pavement: 28 1) The City will perform density testing twice per working day when 29 compaction operations are being conducted. 30 2) The testing lab shall take a minimum of 3 density tests,but the number of 31 test shall be appropriate for the area being compacted. 32 3) Testing shall be representative of the current lift being compacted. 33 4) Special attention should be placed on edge conditions. 34 c. For Embankments not under future pavement or structures: 35 1) The City will perform density testing once working day when compaction 36 operations are being conducted. 37 2) The testing lab shall take a minimum of 3 density tests. 38 3) Testing shall be representative of the current lift being compacted. 39 d. Make the area where the embankment is being placed available for testing. 40 e. The City will determine the location of the test. 41 f. The City testing lab will provide results to Contractor and the City's Inspector 42 upon completion of the testing. 43 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 44 h. Test reports shall include: 45 1) Location of test by station number 46 2) Time and date of test 47 3) Depth of testing 48 4) Field moisture 49 5) Dry density CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 312400-9 EMBANKMENTS Page 9 of 9 1 6) Proctor identifier 2 7) Percent Proctor Density 3 B. Non-Conforming Work 4 1. All non-conforming work shall be removed and replaced. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 14 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised January 28,2013 City Project Number:02506 321313-1 CONCRETE PAVING Pagel of25 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 2. Integral Colored/Textured Concrete Median 9 3. Integral Colored/Textured Pedestrian Buffer 10 4. Integral Colored Concrete Truck Apron 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. LLA—Section Includes 13 2. 1.2.A.3.i—Payment 14 3. 1.2.13—Measurement and Payment 15 4. 1.2.0—Measurement and Payment 16 5. 1.C.5—Related Specifications 17 6. 2.2.L—Color Materials 18 7. 2.2.M—Imprinting Tools 19 8. 3.4.11.3—Color Finishing 20 9. 3.4.M—Texturing/Stamping 21 10. 3.4.N—Decorative Concrete Pavement Schedule 22 11. 3.4 O.- Mow Strips 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 25 2. Division 1 - General Requirements 26 3. Section 32 01 29 -Concrete Paving Repair 27 4. Section 32 13 73 -Concrete Paving Joint Sealants 28 5. Section 03 35 19—Integral Concrete Color 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Concrete Pavement 31 1. Measurement 32 a. Measurement for this Item shall be by the square yard of completed and 33 accepted Concrete Pavement in its final position as measured from back of curb 34 for various: 35 1) Classes 36 2) Thicknesses 37 2. Payment CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 321313-2 CONCRETE PAVING Page 2 of 25 1 a. The work performed and materials furnished in accordance with this Item will 2 be paid for at the unit price bid per square yard of Concrete Pavement. 3 3. The price bid shall include: 4 a. Shaping and fine grading the placement area 5 b. Furnishing and applying all water required 6 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 7 ingredients including all freight and royalty involved 8 d. Mixing, placing, finishing and curing all concrete 9 e. Furnishing and installing all reinforcing steel 10 f. Furnishing all materials and placing longitudinal,warping,expansion, and 11 contraction joints, including all steel dowels, dowel caps and load transmission 12 units required,wire and devices for placing, holding and supporting the steel 13 bar, load transmission units,and joint filler material in the proper position; for 14 coating steel bars where required by the Drawings 15 g. Sealing joints 16 h. Monolithically poured curb 17 i. Monolithically poured concrete median nose(s) 18 j. Cleanup 19 B. Concrete Median—Integral Colored/Textured 20 1. Measurement 21 a. Measurement for this Item shall be by the square yard of completed and 22 accepted Integral Colored/Textured Concrete Median in its final position as 23 measured from back of curb for various: 24 1) Classes 25 2) Thicknesses 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item will 28 be paid for at the unit price bid per square foot of Concrete Pavement. 29 3. The price bid shall include: 30 a. Shaping and fine grading the placement area 31 b. Furnishing and applying all water required 32 c. Furnishing, loading oading and unloading— storing, hauling and handling all concrete 33 ingredients including all freight and royalty involved 34 d. Mixing,placing, finishing and curing all concrete 35 e. Furnishing and installing all reinforcing steel 36 f. Furnishing all materials and placing longitudinal,3yWing, expansion, and 37 contraction joints, including all steel dowels, dowel caps and load transmission 38 units required,wire and devices for placing,holding and supporting the steel 39 bar, load transmission units,and joint filler material in the proper position: for 40 coating steel bars where required by the Drawings 41 g. Sealing joints 42 h. Cleanup 43 C. Concrete Truck Apron-Integral 1 Colored 44 1. Measurement 45 a. Measurement for this Item shall be by the square yard of completed and 46 acce tep d Integral Colored Concrete Truck Apron with Curb in its final position 47 as measured from back of 3"mountable curb to face of 6"TY 11 Standard curb 48 for various: CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-3 CONCRETE PAVING Page 3 of 25 1 1) Classes 2 2) Thicknesses 3 2. Payment 4 a. The work performed and materials furnished in accordance with this Item will 5 be paid for at the unit price bier square yard of Integral Colored Concrete 6 Truck Apron with Curb. 7 3. The price bid shall include: 8 a. Shaping and fine grading the placement area 9 b. Furnishing and applying all water required 10 c. Furnishing, loading and unloadin , storing,hauling and handling all concrete 11 ingredients including all 1 freight and royalty involved 12 d. Mixing, placing, finishing and curing all concrete 13 e. Furnishing and installing all reinforcing steel 14 f. Furnishing all materials and placing longitudinal, warping, expansion, and 15 contraction joints, including all steel dowels, dowel caps and load transmission 16 units required, wire and devices for placing, holding and supporting the steel 17 bar, load transmission units,and joint filler material in the proper position; for 18 coating steel bars where required by the Drawings 19 g. Sealing joints 20 h. Curb 21 i. Cleanup 22 D. Pedestrian Buffer—Integral Colored/Textured 23 1. Measurement 24 a. Measurement for this Item shall be b the yard of completed and 25 accepted Integral Colored/Textured Pedestrian Buffer with Mountable Curb in 26 its final position as measured from back of curb to sidewalk for various: 27 1) Classes 28 2. Payment 29 a. The work performed and materials furnished in accordance with this Item will 30 be paid for at the unit price bid per square foot of Integral Colored/Textured 31 Pedestrian Buffer. 32 3. The price bid shall include: 33 a. Shaping and fine grading the placement area 34 b. Furnishing and applying all water required 35 c. Furnishing, loading oading and unloading, storing,hg auling and handling all concrete 36 ingredients including all l freight and rgyafty royalty involved 37 d. Mixing,placing, finishing and curing all concrete 38 e. Furnishing and installing all reinforcing steel 39 f. Furnishing all materials and placing longitudinal, warping, expansion, and 40 contraction joints including all steel dowels, dowel caps and load transmission 41 units required wire and devices for placing, holding and supporting the steel 42 bar, load transmission units and joint filler material in the proper position; for 43 coating steel bars where required by the Drawings 44 g. Sealing joints 45 h. Cleanup 46 1.3 REFERENCES 47 A. Reference Standards CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 321313-4 CONCRETE PAVING Page 4 of 25 1 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. ASTM International(ASTM): 5 a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete 6 Reinforcement 7 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 8 Field 9 c. C33,Concrete Aggregates 10 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 11 Specimens 12 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 13 Beams of Concrete 14 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 15 g. C 150, Portland Cement 16 h. C 156,Water Retention by Concrete Curing Materials 17 i. C 172, Standard Practice for Sampling Freshly Mixed Concrete 18 j. C260, Air Entraining Admixtures for Concrete 19 k. C309,Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 20 1. C494,Chemical Admixtures for Concrete, Types"A","D", "F"and"G" 21 m. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 22 Admixture in Concrete 23 n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 24 Concrete 25 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 26 Cement Concrete 27 p. C 1602, Standard Specification for Mixing Water Used in the Production of 28 Hydraulic Cement Concrete. 29 q. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort 30 (12,400 ft-lbf/ft3) 31 3. American Concrete Institute(ACI): 32 a. ACI 305.1-06 Specification for Hot Weather Concreting 33 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 34 c. ACI 318 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-5 CONCRETE PAVING Page 5 of 25 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting(ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting(ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C 150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1. Air-Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete:ASTM C494,Types"A", "D", "F"and"G." 34 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM 35 C618. 36 E. Steel Reinforcement: ASTM A615. 37 F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-6 CONCRETE PAVING Page 6 of 25 1 G. Dowels and Tie Bars 2 1. Dowel and tie bars:ASTM A615. 3 2. Dowel Caps 4 a. Provide dowel caps with enough range of movement to allow complete closure 5 of the expansion joint. 6 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 7 have an internal diameter sufficient to permit the cap to freely slip over the bar. 8 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 9 and one end of the cap shall be rightly closed. 10 3. Epoxy for Dowel and Tie Bars:ASTM C881. 11 a. See following table for approved producers of epoxies and adhesives 12 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308+ Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy3000FS SpecChem 13 14 b. Epoxy Use, Storage and Handling 15 1) Package components in airtight containers and protect from light and 16 moisture. 17 2) Include detailed instructions for the application of the material and all 18 safety information and warnings regarding contact with the components. 19 3) Epoxy label requirements 20 a) Resin or hardener components 21 b) Brand name 22 c) Name of manufacturer 23 d) Lot or batch number 24 e) Temperature range for storage 25 f) Date of manufacture CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-7 CONCRETE PAVING Page 7 of 25 1 g) Expiration date 2 h) Quantity contained 3 4) Store epoxy and adhesive components at temperatures recommended by the 4 manufacturer. 5 5) Do not use damaged or previously opened containers and any material that 6 shows evidence of crystallization, lumps skinning, extreme thickening, or 7 settling of pigments that cannot be readily dispersed with normal agitation. 8 6) Follow sound environmental practices when disposing of epoxy and 9 adhesive wastes. 10 7) Dispose of all empty containers separately. 11 8) Dispose of epoxy by completely emptying and mixing the epoxy before 12 disposal 13 H. Reinforcement Bar Chairs 14 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 15 reinforcement bars and shall not bend or break under the weight of the 16 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 17 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 18 plastic. 19 3. For approval of plastic chairs, representative samples of the plastic shal l show no 20 visible indications of deterioration after immersion in a 5-percent solution of 21 sodium hydroxide for 120-hours. 22 4. Bar chairs may be rejected for failure to meet any of the requirements of this 23 specification. 24 I. Joint Filler 25 1. Joint filler is the material placed in concrete pavement and concrete structures to 26 allow for the expansion and contraction of the concrete. 27 2. Wood Boards: Used as joint filler for concrete paving. 28 a. Boards for expansion joint filler shall be of the required size, shape and type 29 indicated on the Drawings or required in the specifications. 30 1) Boards shall be of selected stock of redwood or cypress. The boards shall 31 be sound heartwood and shall be free from sapwood, knots, clustered 32 birdseyes, checks and splits. 33 2) Joint filler, boards, shall be smooth, flat and straight throughout,and shall 34 be sufficiently rigid to permit ease of installation. 35 3) Boards shall be furnished in lengths equal to the width between 36 longitudinal joints, and may be furnished in strips or scored sheet of the 37 required shape. 38 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 39 Drawings; the width shall be not less than that shown on the Drawings, providing 40 for the top seal space. 41 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 42 requirements of this specification. 43 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 44 K. Curing Materials 45 1. Membrane-Forming Compounds. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 321313-8 CONCRETE PAVING Page 8 of 25 1 a. Conform to the requirements of ASTM C309, Type 2,white pigmented 2 compound and be of such nature that it shall not produce permanent 3 discoloration of concrete surfaces nor react deleteriously with the concrete. 4 b. The compound shall produce a firm, continuous uniform moisture-impermeable 5 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 6 concrete. 7 c. It shall, when applied to the damp concrete surface at the specified rate of 8 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 9 normal conditions suitable for concrete operations. 10 d. It shall adhere in a tenacious film without running off or appreciably sagging. 11 e. It shall not disintegrate, check, peel or crack during the required curing period. 12 f. The compound shall not peel or pick up under traffic and shall disappear from 13 the surface of the concrete by gradual disintegration. 14 g. The compound shall be delivered to the job site in the manufacturer's original 15 containers only, which shall be clearly labeled with the manufacturer's name, 16 the trade name of the material and a batch number or symbol with which test 17 samples may be correlated. 18 h. When tested in accordance with ASTM C 156 Water Retention by Concrete 19 Curing Materials,the liquid membrane-forming compound shall restrict the loss 20 of water present in the test specimen at the time of application of the curing 21 compound to not more than 0.01-oz.-per-2 inches of surface. 22 L. Color Materials 23 1. Color Pigment: See Section 03 35 19 24 M. Imprinting Tools 25 1. Stamp Mats: Semirigid polyurethane mats with projecting textured and ridged 26 underside capable of imprinting texture and joint patterns on plastic concrete. 27 Contractor to coordinate with City for final pattern selection and provide mock-up 28 for review in field. 29 a. Approved Manufacturers: 30 1) Scofield L.M. Company_ 31 2) Approved equal 32 2. Stamp Tools: Open-grid, aluminum or rigid plastic stamp tool capable of 33 imprinting joint patterns on plastic concrete. Contractor to coordinate with Ci1y for 34 final pattern selection and provide mock-up for review in field. 35 a. Approved Manufacturers: 36 1) Scofield L.M.Company 37 2) Approved equal 38 3. Rollers: Manually controlled, water-filled aluminum rollers with projecting ridges 39 on drum capable of imprinting texture and joint patterns on plastic concrete. 40 Contractor to coordinate with City for final pattern selection and provide mock-up 41 for review in field. 42 a. Available Manufacturers: 43 1) Scofield L.M. Company 44 2) Approved equal 45 4. Texture Rollers: Manually controlled, abrasion-resistant polyurethane rollers 46 capable of imprinting texture on plastic concrete. Contractor to coordinate with 47 City for final pattern selection and provide mock-up for review in field. 48 a. Available Manufacturers: CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-9 CONCRETE PAVING Page 9 of25 1 1) Scofield L.M. Company 2 2) Approved equal 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL 5 A. Mix Design 6 1. Concrete Mix Design and Control 7 a. At least 10 calendar days prior to the start of concrete paving operations,the 8 Contractor shall submit a design of the concrete mix it proposes to use and a 9 full description of the source of supply of each material component. 10 b. The design of the concrete mix shall produce a quality concrete complying with 11 these specifications and shall include the following information: 12 1) Design Requirements and Design Summary 13 2) Material source 14 3) Dry weight of cement/cubic yard and type 15 4) Dry weight of fly ash/cubic yard and type, if used 16 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 17 6) Design water/cubic yard 18 7) Quantities, type, and name of admixtures with manufacturer's data sheets 19 8) Current strength tests or strength tests in accordance with ACI 318 20 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 21 and date of tests 22 10) Fineness modulus of fine aggregate 23 11) Specific Gravity and Absorption Values of fine and coarse aggregates 24 12) L.A. Abrasion of coarse aggregates 25 c. Once mix design approved by City, maintain intent of mix design and 26 maximum water to cement ratio. 27 d. No concrete may be placed on the job site until the mix design has been 28 approved by the City. 29 2. Quality of Concrete 30 a. Consistency 31 1) In general, the consistency of concrete mixtures shall be such that: 32 a) Mortar shall cling to the coarse aggregate 33 b) Aggregate shall not segregate in concrete when it is transported to the 34 place of deposit 35 c) Concrete, when dropped directly from the discharge chute of the mixer, 36 shall flatten out at the center of the pile, but the edges of the pile shall 37 stand and not flow 38 d) Concrete and mortar shall show no free water when removed from the 39 mixer 40 e) Concrete shall slide and not flow into place when transported in metal 41 chutes at an angle of 30 degrees with the horizontal 42 fl Surface of the finished concrete shall be free from a surface film or 43 laitance 44 2) When field conditions are such that additional moisture is needed for the 45 final concrete surface finishing operation, the required water shall be 46 applied to the surface by hand sprayer only and be held to a minimum 47 amount. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-10 CONCRETE PAVING Page 10 of 25 1 3) The concrete shall be workable, cohesive, possess satisfactory finishing 2 qualities and be of the stiffest consistency that can be placed and vibrated 3 into a homogeneous mass. 4 4) Excessive bleeding shall be avoided. 5 5) If the strength or consistency required for the class of concrete being 6 produced is not secured with the minimum cement specified or without 7 exceeding the maximum water/cement ratio,the Contractor may use, or the 8 City may require, an approved cement dispersing agent(water reducer); or 9 the Contractor shall furnish additional aggregates, or aggregates with 10 different characteristics,or the Contractor may use additional cement in 11 order to produce the required results. 12 6) The additional cement may be permitted as a temporary measure, until 13 aggregates are changed and designs checked with the different aggregates 14 or cement dispersing agent. 15 7) The Contractor is solely responsible for the quality of the concrete 16 produced. 17 8) The City reserves the right to independently verify the quality of the 18 concrete through inspection of the batch plant,testing of the various 19 materials used in the concrete and by casting and testing concrete cylinders 20 or beams on the concrete actualty incorporated in the pavement. 21 b. Standard Class 22 1) Unless otherwise shown on the Drawings or detailed specifications,the 23 standard class for concrete paving for streets and alleys is shown in the 24 following table: 25 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength 2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 1 564 1 4500 1 0.45 1-1/2 26 1.All exposed horizontal concrete shalt have entrained-air. 27 2.Minimum Compressive Strength Required. 28 29 2) Machine-Laid concrete: Class P 30 3) Hand-Laid concrete: Class H 31 c. High Early Strength Concrete(TIES) 32 1) When shown on the Drawings or allowed,provide Class HES concrete for 33 very early opening of pavements area or leaveouts to traffic. 34 2) Design class HES to meet the requirements of class specified for concrete 35 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 36 unless other early strength and time requirements are shown on the 37 Drawings allowed. 38 3) No strength overdesign is required. 39 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-11 CONCRETE PAVING Page 11 of 25 1 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 2 3 d. Slump 4 1) Slump requirements for pavement and related concrete shall be as specified 5 in the following table: 6 7 Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 8 9 2) No concrete shall be permitted with slump in excess of the maximums 10 shown. 11 3) Any concrete mix failing to meet the above consistency requirements, 12 although meeting the slump requirements, shall be considered 13 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 14 conditions. 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. Equipment 21 1. All equipment necessary for the construction of this item shall be on the project. 22 2. The equipment shall include spreading devices (augers), internal vibration, 23 tamping, and surface floating necessary to finish the freshly placed concrete in such 24 a manner as to provide a dense and homogeneous pavement. 25 3. Machine-Laid Concrete Pavement 26 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 27 that are uniformly supported on a very firm subbase to prevent sagging under 28 the weight of machine. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 3213 13-12 CONCRETE PAVING Page 12 of 25 1 b. Slip-Form Paver 2 1) Slip-form paving equipment shall be provided with traveling side forms of 3 sufficient dimensions, shape and strength so as to support the concrete 4 laterally for a sufficient length of time during placement. 5 2) City may reject use of Slip-Form Paver if paver requires over-digging and 6 impacts trees, mailboxes or other improvements. 7 4. Hand-Laid Concrete Pavement 8 a. Machines that do not incorporate these features, such as roller screeds or 9 vibrating screeds, shall be considered tools to be used in hand-laid concrete 10 construction,as slumps, spreading methods,vibration, and other procedures are 11 more common to hand methods than to machine methods. 12 5. City may reject equipment and stop operation if equipment does not meet 13 requirements. 14 B. Concrete Mixing and Delivery 15 1. Transit Batching: shall not be used—onsite mixing not permitted 16 2. Ready Mixed Concrete 17 a. The concrete shall be produced in an approved method conforming to the 18 requirements of this specification and ASTM C94/C94M.City shall have access 19 ready mix to get samples of materials. 20 b. City shall have access to ready mix plant to obtain material samples. 21 c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate 22 Procedure 2: 23 1) As the mixer is being emptied, individual samples shall be taken after the 24 discharge of approximately 15 percent and 85 percent of the load. 25 2) The method of sampling shall provide that the samples are representative of 26 widely separated portions,but not from the very ends of the batch. 27 d. The mixing of each batch, after all materials are in the drum, shall continue until 28 it produces a thoroughly mixed concrete of uniform mass as determined by 29 established mixer performance ratings and inspection,or appropriate uniformity 30 tests as described in ASTM C94. 31 e. The entire contents of the drum shall be discharged before any materials are 32 placed therein for the succeeding batch. 33 f. Retempering or remixing shall not be permitted. 34 3. Delivery 35 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 36 City to prevent cold joint. 37 4. Delivery Tickets 38 a. For all operations, the manufacturer of the concrete shall, before unloading, 39 furnish to the purchaser with each batch of concrete at the site a delivery ticket 40 on which is printed, stamped, or written,the following information to determine 41 that the concrete was proportioned in accordance with the approved mix design: 42 1) Name of concrete supplier 43 2) Serial number of ticket 44 3) Date 45 4) Truck number 46 5) Name of purchaser 47 6) Specific designation of job(name and location) CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-13 CONCRETE PAVING Page 13 of 25 1 7) Specific class, design identification and designation of the concrete in 2 conformance with that employed in job specifications 3 8) Amount of concrete in cubic yards 4 9) Time loaded or of first mixing of cement and aggregates 5 10) Water added by receiver of concrete 6 11) Type and amount of admixtures 7 C. Subgrade 8 1. When manipulation or treatment of subgrade is required on the Drawings, the work 9 shall be performed in proper sequence with the preparation of the subgrade for 10 pavement. 11 2. The roadbed shall be excavated and shaped in conformity with the typical sections 12 and to the lines and grades shown on the Drawings or established by the City. 13 3. All holes, ruts and depressions shall be filled and compacted with suitable material 14 and, if required, the subgrade shall be thoroughly wetted and reshaped. 15 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 16 corrected. 17 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 18 density as determined by ASTM D698. 19 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 20 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 21 pavement to ensure its being in a firm and moist condition. 22 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 23 of the work. 24 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 25 place concrete pavement. 26 10. After the specified moisture and density are achieved, the Contractor shall maintain 27 the subgrade moisture and density in accordance with this Section. 28 11. In the event that rain or other conditions may have adversely affected the condition 29 of the subgrade or base, additional tests may be required as directed by the City. 30 D. Placing and Removing Forms 31 1. Placing Forms 32 a. Forms for machine-laid concrete 33 1) The side forms shall be metal, of approved cross section and bracing, of a 34 height no less than the prescribed edge thickness of the concrete section, 35 and a minimum of 10 feet in length for each individual form. 36 2) Forms shall be of ample strength and staked with adequate number of pins 37 capable of resisting the pressure of concrete placed against them and the 38 thrust and the vibration of the construction equipment operating upon them 39 without appreciable springing, settling or deflection. 40 3) The forms shall be free from warps, bends or kinks and shall show no 41 variation from the true plane for face or top. 42 4) Forms shall be jointed neatly and tightly and set with exactness to the 43 established grade and alignment. 44 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 45 advance of the paving operations. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-14 CONCRETE PAVING Page 14 of 25 1 6) In no case shall the base width be less than 8 inches for a form 8 inches or 2 more in height. 3 7) Forms must be in firm contact with the subgrade throughout their length 4 and base width. 5 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 6 or other additional supports may be necessary to provide the required 7 stability. 8 b. Forms for hand-laid concrete 9 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 10 inches in thickness or equivalent when wooden forms are used, or be of a 11 gauge that shall provide equivalent rigidity and strength when metal forms 12 are used. 13 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 14 wood forms shall be used. 15 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 16 shall be rejected. 17 2. Settling. When forms settle over 1/8 inch under finishing operations,paving 18 operations shall be stopped the forms reset to line and grade and the pavement then 19 brought to the required section and thickness. 20 3. Cleaning. Forms shall be thoroughly cleaned after each use. 21 4. Removal. 22 a. Forms shall remain in place until the concrete has taken its final set. 23 b. Avoid damage to the edge of the pavement when removing forms. 24 c. Repair damage resulting from form removal and honeycombed areas with a 25 mortar mix within 24 hours after form removal unless otherwise approved. 26 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 27 after a bulkhead for a transverse construction joint has been removed unless 28 otherwise approved. 29 e. When forms are removed before 72 hours after concrete placement, promptly 30 apply membrane curing compound to the edge of the concrete pavement. 31 E. Placing Reinforcing Steel, Tie, and Dowel Bars 32 1. General 33 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 34 as shown on the Drawings. 35 b. All reinforcing steel shall be clean, free from rust in the form of loose or 36 objectionable scale, and of the type, size and dimensions shown on the 37 Drawings. 38 c. Reinforcing bars shall be securely wired together at the alternate intersections 39 and all splices and shall be securely wired at each intersection dowel and load- 40 transmission unit intersected. 41 d. All bars shall be installed in their required position as shown on the Drawings. 42 e. The storing of reinforcing or structural steel on completed roadway slabs 43 generally shall be avoided and,where permitted, such storage shall be limited 44 to quantities and distribution that shall not induce excessive stresses. 45 2. Splices 46 a. Provide standard reinforcement splices by lapping and tying ends. 47 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 48 the Drawings. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-15 CONCRETE PAVING Page 15 of 25 1 3. Installation of Reinforcing Steel 2 a. All reinforcing bars and bar mats shall be installed in the slab at the required 3 depth below the finished surface and supported by and securely attached to bar 4 chairs installed on prescribed longitudinal and transverse centers as shown by 5 sectional and detailed drawings on the Drawings. 6 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 7 on the Drawings and shall be approved by the City prior to extensive 8 fabrication. 9 c. After the reinforcing steel is securely installed above the subgrade as specified 10 in Drawings and as herein prescribed, no loading shall be imposed upon the 11 bar mats or individual bars before or during the placing or finishing of the 12 concrete. 13 4. Installation of Dowel Bars 14 a. Install through the predrilled joint filler and rigidly support in true horizontal 15 and vertical positions by an assembly of bar chairs and dowel baskets. 16 b. Dowel Baskets 17 1) The dowels shall be held in position exactly parallel to surface and 18 centerline of the slab, by a dowel basket that is left in the pavement. 19 2) The dowel basket shall hold each dowel in exactly the correct position so 20 firmly that the dowel's position cannot be altered by concreting operations. 21 c. Dowel Caps 22 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 23 direction. 24 5. Tie Bar and Dowel Placement 25 a. Place at mid-depth of the pavement slab, parallel to the surface. 26 b. Place as shown on the Drawings. 27 6. Epoxy for Tie and Dowel Bar Installation 28 1) Epoxy bars as shown on the Drawings. 29 2) Use only drilling operations that do not damage the surrounding operations. 30 3) Blow out drilled holes with compressed air. 31 4) Completely fill the drilled hole with approved epoxy before inserting the tie 32 bar into the hole. 33 5) Install epoxy gout and bar at least 6 inches embedded into concrete. 34 F. Joints 35 1. Joints shall be placed where shown on the Drawings or where directed by the City. 36 2. The plane of all joints shall make a right angle with the surface of the pavement. 37 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 38 4. Joint Dimensions 39 a. The width of the joint shall be shown on the Drawings, creating the joint 40 sealant reservoir. 41 b. The depth of the joint shall be shown on the Drawings. 42 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 43 recommendations. 44 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 45 surface at the center of the joint. 46 5. Transverse Expansion Joints CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-16 CONCRETE PAVING Page 16 of 25 1 a. Expansion joints shall be installed perpendicularly to the surface and to the 2 centerline of the pavement at the locations shown on the Drawings, or as 3 approved by the City. 4 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 5 approved by the City. 6 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 7 approved by the City, and shall be installed at the specified spacing. 8 d. Support dowel bars with dowel baskets. 9 e. Dowels shall restrict the free opening and closing of the expansion join and 10 shall not make planes of weaknesses in the pavement. 11 f. Greased Dowels for Expansion Joints. 12 1) Coat dowels with a thin film of grease or other approved de-bonding 13 material. 14 2) Provide dowel caps on the lubricated end of each dowel bar. 15 g. Proximity to Existing Structures. When the pavement is adjacent to or around 16 existing structures, expansions joints shall be constructed in accordance with 17 the details shown on the Drawings. 18 6. Transverse Contraction Joints 19 a. Contraction or dummy joints shall be installed at the locations and at the 20 intervals shown on the Drawings. 21 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 22 approved by the City. 23 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 24 approved by the City, and shall be installed at the specified spacing. 25 d. Joints shall be sawed into the completed pavement surface as soon after initial 26 concrete set as possible so that some raveling of the concrete is observed in 27 order for the sawing process to prevent uncontrolled shrinkage cracking. 28 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 29 1/3 inch(1/4 inch permitted if limestone aggregate used)of the actual 30 pavement thickness,or deeper if so indicated on the Drawings. 31 f. Complete sawing as soon as possible in hot weather conditions and within a 32 maximum of 24 hours after saw cutting begins under cool weather conditions. 33 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 34 the point where some raveling is observed. 35 h. Damage by blade action to the slab surface and to the concrete immediately 36 adjacent to the joint shall be minimized. 37 i. Any portion of the curing membrane which has been disturbed by sawing 38 operations shall be restored by spraying the areas with additional curing 39 compound. 40 7. Transverse Construction Joints 41 a. Construction joints formed at the close of each day's work or when the placing 42 of concrete has been stopped for 30-minutes or longer shall be constructed by 43 use of metal or wooden bulkheads cut true to the section of the finished 44 pavement and cleaned. 45 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 46 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 47 surface and at right angles to the centerline of the pavement. 48 d. Edges shall be rounded to 1/4 inch radius. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside R 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-17 CONCRETE PAVING Page I7 of 25 1 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 2 the work. 3 8. Longitudinal Construction Joints 4 a. Longitudinal construction joints shall be of the type shown on the Drawings. 5 9. Joint Filler 6 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 7 Drawings. 8 b. Redwood Board joints shall be used for all pavement joints except for 9 expansion joints that are coincident with a butt joint against existing 10 pavements. 11 c. Boards with less than 25-percent of moisture at the time of installation shall be 12 thoroughly wetted on the job. 13 d. Green lumber of much higher moisture content is desirable and acceptable. 14 e. The joint filler shall be appropriately drilled to admit the dowel bars when 15 required. 16 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 17 slab. The top edge shall be held approximately 1/2 inch below the finished 18 surface of the pavement in order to allow the finishing operations to be 19 continuous. 20 g. The joint filler may be composed of more than one length of board in the 21 length of joint, but no board of a length less than 6 foot may be used unless 22 otherwise shown on the Drawings. 23 h. After the removal of the side forms, the ends of the joints at the edges of the 24 slab shall be carefully opened for the entire depth of the slab. 25 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 26 and as specified in Section 32 13 73. Materials shall generally be handled and 27 applied according to the manufacturer's recommendations as specified in Section 28 32 13 73. 29 G. Placing Concrete 30 1. Unless otherwise specified in the Drawings, the finished pavement shall be 31 constructed monolithically and constructed by machined laid method unless 32 impractical. 33 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 34 shall be distributed to the required depth and for the entire width of the pavement 35 by shoveling or other approved methods. 36 3. Any concrete not placed as herein prescribed within the time limits in the following 37 table will be rejected. Time begins when the water is added to the mixer. 38 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-18 CONCRETE PAVING Page 18 of 25 1 Tem erature—Time Requirements Concrete Temperature Max Time—minutes Max Time—minutes (at point of placement) (no retarding agent) (with retarding agent)' Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 city Above 75°F thru 90°F 60 90 75°F and Below 60 120 2 1 Normal dosage of retarder. 3 4 4. Rakes shall not be used in handling concrete. 5 5. At the end of the day, or in case of unavoidable interruption or delay of more than 6 30 minutes or longer to prevent cold joints,a transverse construction joint shall be 7 placed in accordance with 3.4.F.7 of this Section. 8 6. Honeycombing 9 a. Special care shall be taken in placing and spading the concrete against the 10 forms and at all joints and assemblies so as to prevent honeycombing. 11 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 12 the removal of the side forms, may be cause for rejection of the section of slab 13 in which the defect occurs. 14 H. Finishing 15 1. Machine 16 a. Tolerance Limits 17 1) While the concrete is still workable, it shall be tested for irregularities with 18 a 10 foot straightedge placed parallel to the centerline of the pavement so as 19 to bridge depressions and to touch all high spots. 20 2) Ordinates measured from the face of the straightedge to the surface of the 21 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 22 of contact. 23 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 24 than 1/8 inch. 25 4) Any surface not within the tolerance limits shall be reworked and 26 refinished. 27 b. Edging 28 1) The edges of slabs and all joints requiring edging shall be carefully tooled 29 with an edger of the radius required by the Drawings at the time the 30 concrete begins to take its"set"and becomes non-workable. 31 2) All such work shall be left smooth and true to lines. 32 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-19 CONCRETE PAVING Page 19 of 25 1 2 2. Hand 3 a. Hand finishing permitted only in intersections and areas inaccessible to a 4 finishing machine. 5 b. When the hand method of striking off and consolidating is permitted, the 6 concrete, as soon as placed, shall be approximately leveled and then struck off 7 with screed bar to such elevation above grade that,when consolidated and 8 finished, the surface of the pavement shall be at the grade elevation shown on 9 the Drawings. 10 c. A slight excess of material shall be kept in front of the cutting edge at all times. 11 d. The straightedge and joint finishing shall be as prescribed herein. 12 3. Integrally Colored Concrete Finish 13 a. Integrally Colored Concrete Finish: After final floating,apply a hand-trowel 14 finish followed by a broom finish to concrete. 15 1) Burlgp Finish: Drag a seamless strip of damp burlap across float-finished 16 concrete, perpendicular to line of traffic,to provide a uniform, gritty 17 texture. 18 2) Medium-to-Fine-Textured Broom Finish: Draw a soft bristle broom across 19 float-finished concrete surface, perpendicular to line of traffic, to provide a 20 uniform, fine-line texture. 21 3) Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by 22 striating float-finished concrete surface 1/16 to 1/8 inch(1.6 to 3 mm)deep 23 with a stiff-bristled broom,perpendicular to line of traffic. 24 b. See also Section 03 35 13 25 I. Curing 26 1. The curing of concrete pavement shall be thorough and continuous throughout the 27 entire curing period. 28 2. Failure to provide proper curing as herein prescribed shall be considered as 29 sufficient cause for immediate suspension of the paving operations. 30 3. The curing method as herein specified does not preclude the use of any of the other 31 commonly used methods of curing,and the City may approve another method of 32 curing if so requested by the Contractor. 33 4. If any selected method of curing does not afford the desired results, the City shall 34 have the right to order that another method of curing be instituted. 35 5. After removal of the side forms, the sides of the slab shall receive a like coating 36 before earth is banked against them. 37 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 38 as to cover the entire surfaces thoroughly and completely with a uniform film. 39 7. The rate of application shall be such as to ensure complete coverage and shall not 40 exceed 20-square-yards-per-gallon of curing compound. 41 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 42 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 43 curing period. 44 9. If for any reason the seal is broken during the curing period, it shall be immediately 45 repaired with additional sealing solution. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Pl*sc 2 Revised December 20,2012 City Project Number:02506 32 13 13-20 CONCRETE PAVING Page 20 of 25 1 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 2 Materials,the curing compound shall provide a film which shall have retained 3 within the test specimen a percentage of the moisture present in the specimen when 4 the curing compound was applied according to the following. 5 11. Contractor shall maintain and properly repair damage to curing materials on 6 exposed surfaces of concrete pavement continuously for a least 72 hours. 7 J. Monolithic Curbs 8 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 9 back from the paving mixer, shall be placed within 20-minutes after being mixed. 10 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 11 shall be thoroughly worked with a wooden flat. 12 3. The exposed edges shall be rounded by the use of an edging tool to the radius 13 indicated on the Drawings. 14 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 15 K. Alley Paving 16 1. Alley paving shall be constructed in accordance with the specifications for concrete 17 paving hereinbefore described, in accordance with the details shown on the 18 Drawings, and with the following additional provisions: 19 a. Alley paving shall be constructed to the typical cross sections shown on the 20 Drawings. 21 b. Transverse expansion joints of the type shown on the Drawings shall be 22 constructed at the property line on each end of the alley with a maximum 23 spacing of 600 feet. 24 c. Transverse contraction and dummy joints shall be placed at the spacing shown 25 on the Drawings. 26 d. Contraction and dummy joints shall be formed in such a manner that the 27 required joints shall be produced to the satisfaction of the City. 28 e. All joints shall be constructed in accordance with this specification and filled 29 in accordance with the requirement of Section 32 13 73. 30 L. Pavement Leaveouts 31 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 32 provided at location indicated on the Drawings or as directed by the City. 33 2. The extent and location of each leaveout required and a suitable crossover 34 connection to provide for traffic movements shall be determined in the field by the 35 City. 36 M. Texturing/Stamping 37 1. Mat Stamping: While initially finished concrete is plastic, accurately align and 38 place stamp mats in sequence. Uniformly load mats and press into concrete to 39 produce required imprint pattern and depth of imprint on concrete surface. Remove 40 stamp mats immediately. Hand stamp edges and surfaces unable to be imprinted by 41 stamp mats. 42 a. Remove unembedded release agent no fewer than three days after stamping 43 concrete. High pressure wash surface and joint patterns,taking care not to 44 damage stamped concrete. Control, collect, and lezally dispose of runoff. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,20 I2 City Project Number:02506 32 13 13-21 CONCRETE PAVING Page 21 of 25 1 2. Tool Stamping: While initially finished concrete is plastic, cover surface with 2 polyethylene film, stretch taut to remove wrinkles, lap sides and ends 3 inches(75 3 mm), and secure to edge forms. Lightly broom surface to remove air bubbles. 4 Accurately align and place stamp tools in sequence and tamp into concrete to 5 produce required imprint pattern and depth of imprint on concrete surface. Remove 6 stamp tools immediately. Hand stamp edges and surfaces unable to be im rinted by 7 stamp tools. Unroll and remove polyethylene film immediately after tool stamping_ 8 a. Antiquing Agent: Apply over liquid release agent according to manufacturer's 9 written instructions. 10 3. Roller Texturing: While initially finished concrete is plastic, cover surface with 11 polyethylene film, stretch taut to remove wrinkles, lap sides and ends 3 inches(75 12 mm), and secure to edge forms. Lightly broom surface to remove air bubbles. 13 Accurately align roller and repeat rolling operation to produce required imprint 14 pattern and depth of imkrint on concrete surface. Hand stamp surfaces inaccessible 15 to roller. Unroll and remove polyethylene film immediately after roller stamping_ 16 a. Antiquing Agent: Apply over liquid release agent according to manufacturer's 17 written instructions. 18 N. Decorative Concrete Pavement Schedule 19 a. Textured/Stamped Decorative Cement Concrete Pavement, in natural stone 20 pattern(submit sample to Ci1y for Approval) 21 1) Locations indicated on plans. 22 a) Coloring Method: Integrally colored 23 (1) Color: As noted on plans and in Section 03 35 19 24 b) I_printing Method: Stamped. 25 (1) Median Areas: 26 (a) Textures and Patterns: European Field Stone,Random 27 Interlocking Pattern(447A)by Scofield or approved equal. 28 (b) Color Pigment: As noted in Section 03 35 19 29 (c) Release Agents: Scofield, AntiquingLRelase—0266 Ash 30 White,by Scofield, or approved equal. 31 (2) Truck Apron Areas: 32 (a) Textures and Patterns: Brick Herringbone Pattern(2570)by 33 Scofield, or approved equal. 34 (b) Color Pilzment: As noted in Section 03 35 19 35 (c) Release A entg s: Scofield, Antiquing Relase—A-26 Brick Red, 36 by Scofield, or approved equal. 37 O. Mow Strips 38 1. Mow Strips shall be constructed to the typical cross sections shown on the 39 Drawings. 40 2. Expansion_joints shall be provided at all connections to adjacent curbs or pavement. 41 3. All joints shall be constructed in accordance with this specification. 42 4. Concrete to be 3000 PSI,trowel finish 43 3.5 REPAIR 44 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 45 specified in Section 32 0129. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,P*se 2 Revised December 20,2012 City Project Number:02506 3213 13-22 CONCRETE PAVING Page 22 of 25 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 SITE QUALITY CONTROL 3 A. Concrete Placement 4 1. Place concrete using a fully automated paving machine. Hand paving only 5 permitted in areas such as intersections where use of paving machine is not 6 practical 7 a. All concrete pavement not placed by hand shall be placed using a fully 8 automated paving machine as approved by the City. 9 b. Screeds will not be allowed except if approved by the City. 10 B. Testing of Materials 11 1. Samples of all materials for test shall be made at the expense of the City, unless 12 otherwise specified in the special provisions or in the Drawings. 13 2. In the event the initial sampling and testing does not comply with the specifications, 14 all subsequent testing of the material in order to determine if the material is 15 acceptable shall be at the Contractor's expense at the same rate charged by the 16 commercial laboratories. 17 3. All testing shall be in accordance with applicable ASTM Standards and concrete 18 testing technician must be ACI certified or equivalent. 19 C. Pavement Thickness Test 20 1. Upon completion of the work and before final acceptance and final payment shall 21 be made, pavement thickness test shall be made by the City. 22 2. The number of tests and location shall be at the discretion of the City, unless 23 otherwise specified in the special provisions or on the Drawings. 24 3. The cost for the initial pavement thickness test shall be the expense of the City. 25 4. In the event a deficiency in the thickness of pavement is revealed during normal 26 testing operations, subsequent tests necessary to isolate the deficiency shall be at 27 the Contractor's expense. 28 5. The cost for additional coring test shall be at the same rate charged by commercial 29 laboratories. 30 6. Where the average thickness of pavement in the area found to be deficient in 31 thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be 32 made at an adjusted price as specified in the following table. 33 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00-0.20 100 percent 0.21 -0.30 80 percent 0.31 -0.40 70 percent 0.41,--0.50 60 percent 34 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-23 CONCRETE PAVING Page 23 of 25 1 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 2 more than 0.75 inch or 1/10 of the thickness specified on the Drawings,whichever 3 is greater, shall be evaluated by the City. 4 8. If, in the judgment of the City the area of such deficiency should not be removed 5 and replaced,there shall be no payment for the area retained. 6 9. If, in the judgment of the City, the area of such deficiency warrants removal, the 7 area shall be removed and replaced, at the Contractor's entire expense, with 8 concrete of the thickness shown on the Drawings. 9 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 10 than 1/10 of the plan thickness,whichever is greater, shall be removed and 11 replaced, at the Contractor's entire expense, with concrete of the thickness shown 12 on the Drawings. 13 11. No additional payment over the contract unit price shall be made for any pavement 14 of a thickness exceeding that required by the Drawings. 15 D. Pavement Strength Test 16 1. During the progress of the work the City shall provide trained technicians to cast 17 test cylinders for conforming to ASTM C31,to maintain a check on the 18 compressive strengths of the concrete being placed. 19 2. After the cylinders have been cast, they shall remain on the job site and then 20 transported, moist cured, and tested by the City in accordance with ASTM C31 and 21 ASTM C39. 22 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 23 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 24 4. If the 28 day test results indicate deficient strength,the Contractor may, at its option 25 and expense, core the pavement in question and have the cores tested by an 26 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 27 the average of all cores must meet 100 percent of the minimum specified strength, 28 with no individual core resulting in less than 90 percent of design strength, to 29 override the results of the cylinder tests. 30 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 31 meet minimum specified strength, additional cores shall be taken to identify the 32 limits of deficient concrete pavement at the expense of the Contractor. 33 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 34 meeting the minimum specified strength shall be subject to the money penalties or 35 removal and placement at the Contractor's expense as show in the following table. 36 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent-Not More Than 10 percent 90-percent Greater Than 10 percent-Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 37 38 7. The amount of penalty shall be deducted from payment due to Contractor; such as 39 penalty deducted is to defray the cost of extra maintenance. 40 8. The strength requirements for structures and other concrete work are not altered by 41 the special provision. 42 9. No additional payment over the contract unit price shall be made for any pavement 43 of strength exceeding that required by the Drawings and/or specifications. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 321313-24 CONCRETE PAVING Page 24 of 25 1 E. Cracked Concrete Acceptance Policy 2 1. If cracks exist in concrete pavement upon completion of the project, the Project 3 Inspector shall make a determination as to the need for action to address the 4 cracking as to its cause and recommended remedial work. 5 2. If the recommended remedial work is routing and sealing of the cracks to protect 6 the subgrade,the Inspector shall make the determination as to whether to rout and 7 seal the cracks at the time of final inspection and acceptance or at any time prior to 8 the end of the project maintenance period. The Contractor shall perform the routing 9 and sealing work as directed by the Project Inspector, at no cost to the City, 10 regardless of the cause of the cracking. 11 3. If remedial work beyond routing and sealing is determined to be necessary, the 12 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 13 agreement is reached that the cracking is due to deficient materials or workmanship, 14 the Contractor shall perform the remedial work at no cost to the City. Remedial 15 work in this case shall be limited to removing and replacing the deficient work with 16 new material and workmanship that meets the requirements of the contract. 17 4. If remedial work beyond routing and sealing is determined to be necessary, and the 18 Inspector and the Contractor agree that the cause of the cracking is not deficient 19 materials or workmanship,the City may request the Contractor to provide an 20 estimate of the cost of the necessary remedial work and/or additional work to 21 address the cause of the cracking, and the Contractor will perform that work at the 22 agreed-upon price if the City elects to do so. 23 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 24 the cause of the cracking,the City may hire an independent geotechnical engineer 25 to perform testing and analysis to determine the cause of the cracking. The 26 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 27 with the City. The Contractor and the City shall use the services of a geotechnical 28 firm acceptable to both parties. 29 6. If the geotechnical engineer determines that the primary cause of the cracking is the 30 Contractor's deficient material or workmanship, the remedial work will be 31 performed at the Contractor's entire expense and the Contractor will also reimburse 32 the City for the balance of the cost of the geotechnical investigation over and above 33 the amount that has previously been escrowed. Remedial work in this case shall be 34 limited to removing and replacing the deficient work with new material and 35 workmanship that meets the requirements of the contract. 36 7. If the geotechnical engineer determines that the primary cause of the cracking is not 37 the Contractor's deficient material or workmanship,the City will return the 38 escrowed funds to the Contractor. The Contractor,on request,will provide the City 39 an estimate of the costs of the necessary remedial work and/or additional work and 40 will perform the work at the agreed-upon price as directed by the City. 41 3.8 -3.14 [NOT USED] 42 END OF SECTION 43 44 45 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 32 13 13-25 CONCRETE PAVING Page 25 of 25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 1 CITY OF FORT WORTH Old Decatur Road and Marine Creek Paikway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 3290 10-1 IRRIGATION SYSTEM Page 1 of 7 1 SECTION 32 90 10 2 IRRIGATION SYSTEM 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Conditions of the Contract and Division 1 —General Requirements 6 1. Are hereby made a part of this section 7 B. Related Work Specified Elsewhere 8 1. Where possible, portions of the irrigation system shall be installed prior to the 9 construction of those paved surfaces shown on the plans. Particular attention is 10 directed to sleeves and conduit. 11 2. Electrical hook-up of controllers will be installed by Electrical Contractor. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Irrigation System 14 1. Measurement and Payment 15 a. Includes furnishing all labor, materials, and equipment for the proper 16 installation of the irrigation system, the work includes, but is not limited to the 17 following: 18 b. Furnish and install an operating irrigation system, complete and in place, 19 including controls, supply lines, sprinkler heads, control valves and accessories 20 as shown on the plans and as specified herein. 21 1) Trenching and Backfill 22 2) Automatically controlled low volume irrigation system 23 3) Testing of all systems to ensure system is fully operational. 24 4) All work included in the installation of the irrigation system shall be 25 performed in accordance with the plans and specifications. 26 5) The installation of the irrigation system will be made by an individual or 27 firm duly licensed as an irrigator by the State of Texas. 28 6) Backflow preventer shall be tested by a Certified Backflow Tester. Written 29 test results shall be forwarded to appropriate City representative in the 30 Water department.(764-3 662, 6342, 3663) 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Codes: All work shall be installed according to the Standard Plumbing Code. 34 2. Guarantee: The Contractor shall guarantee all workmanship, materials, fixtures, 35 and equipment covered by the plans and specifications to be free of defects for a 36 period of one(1) year from the date of acceptance of the project, and shall replace 37 any parts found to be defective within the period of guarantee at no cost to the 38 Owner. Old Decatur Road and Marine Creek Parkway and Northside 11 48 Inch Water Transmission,Phase 2 City Project Number:02506 329010-2 IRRIGATION SYSTEM Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submit three(3) sets of complete shop drawings and manufacturer's product data sheets 4 in a one-time submittal for the complete irrigation system. All proposed materials and 5 products are subject to approval by the Architect/Engineer or Owner. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD CONDITIONS 12 A. There may be certain existing underground utilities and structures which are not 13 indicated on the plans. The Contractor shall determine the exact location of all existing 14 irrigation systems,underground utilities and structures which are not indicated on the 15 plans. The Contractor shall determine the exact location of all existing irrigation 16 systems, and utilities and conduct his work in such a manner as to prevent interruption 17 of service or damage to them. In the event of damage to existing utilities or structures, 18 the Contractor shall be responsible for their repair or replacement. Minor adjustments 19 in the system will be permitted to clear existing fixed obstructions subject to the City 20 approval. Contractor to verify all locations of existing utilities, and call DigTess 1-800- 21 344-8377 for locates 48 hours prior to digging. 22 1.12 WARRANTY 23 A. The Contractor shall guarantee all workmanship, materials, fixtures, and equipment 24 covered by the plans and specification to be free of defects for a period of one(1)year 25 from date of acceptance of the project and shall replace any parts found to be defective 26 within the period of guarantee at no cost to the Owner. 27 1.13 COORDINATION AND TIMING 28 A. Coordinate installation of irrigation system with related trades as necessary to prevent 29 cutting, patching, and re-routing. 30 PART 2- PRODUCTS 31 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. Quality and Brand 34 1. Unless otherwise noted on the plans, all materials shall be new and unused. Unless 35 otherwise noted, Hunter irrigation equipment catalog numbers are used for 36 reference in these specifications. Contractor to provide products specified on plan, 37 or approved equal. 38 B. Polyvinyl Chloride(PVC)Pipe Old Decatur Road and Marine Creek Parkway and Northside 1148 Inch Water Transmission,Phase 2 City Project Number:02506 329010-3 IRRIGATION SYSTEM Page 3 of 7 1 1. Irrigation Mainline: All main pressure line pipe shall be PVC Class 200 SDR 21 2 2. Irrigation Lateral Line: All lateral pressure line pipe shall be PVC Class 200 SDR 3 21 4 3. Pipe Sleeve: All pipe sleeves shall be PVC Schedule 40 5 4. Markings: All pipe and fittings shall have the following information printed 6 indelibly in ink, hot stamped, or molded thereon: manufacturer's name and 7 trademark, material designation, diameter, schedule or class,and nsf logo/seal. 8 C. PVC Fittings 9 1. All PVC pipe fittings shall be solvent weld type, Schedule 40, and of the type 10 recommended by the pipe manufacturer. No PVC pipe is to be threaded or 11 connected to metal pipe or metal accessories; use PVC adapter with female thread. 12 D. Irrigation Heads/Bubblers 13 1. All irrigation heads/bubblers are of the named manufacturer, in the nozzle sets, 14 circle angles and series indicated on the plans. 15 E. Back-Flow Prevention 16 1. Back-flow preventer to be a Febco Double Check valve, installed in a concrete 17 meter box. 18 F. Gate Valves 19 1. Gate valves shall be rated for 150 psi working pressure. Valves are to be sized as 20 shown on the drawings, installed with specified precast adjustable box and cover. 21 All two(2") inch and smaller valves may be Ohio brass, or approved equals. 22 G. Electric Section Control Valves 23 1. All sectional control valves are to be 24 VAC electric solenoid operated. They 24 shall be sized, specified, and located on the plans, and shall be equipped with flow 25 adjustment stems. Valves shall have plastic bodies and covers, and shall be globe- 26 type diaphragm valves of normally open design, CWP 150 psi. The control valves 27 and controller, as approved, must be of the same manufacturer. Only one(1) 28 electric section to operate at one time on any one controller. 29 H. Wire 30 1. All wire between the irrigation system control unit and remote section control 31 valves is to be copper, U.L. listed, Type UF, PVC insulated No. 14, suitable for 32 direct burial and to conform in all respects with the requirements for a N.E.C. Class 33 11 circuit(30 volts AC or less). All wire is to be color coded-red for the"hot" leads 34 to each of the control valve solenoids, and white for common neutral wire. 35 I. Wire Connectors 36 1. All direct burial wire connectors are to have a one-piece PVC housing which, when 37 filled with silicone, forms a reusable, one-piece, moisture-proof wire splice 38 connector. All connectors are to be U.L. listed, rated 60C, 500 volt, for PVC 39 insulated wire. Do not use epoxy types. 40 J. Valve Boxes 41 1. A pre-cast box of the type listed, or approved equal, shall be provided for as 42 follows: 43 a. Ball valve boxes shall be 10 inch diameter,plastic Ametek. 44 b. Section Control Valves: 10" plastic for elec.valves Old Decatur Road and Marine Creek Parkway and Northside 11 48 Inch Water Transmission,Phase 2 City Project Number:02506 329010-4 IRRIGATION SYSTEM Page 4 of 7 1 K. Automatic Lawn Sprinkler Controllers 2 1. Controller: Irrinet M AC 24/4 with UHF Radio&Modem with Surge protection in 3 stainless steel enclosure. 4 2. Rain/Freeze Sensor: Hunter WRF-CLIK Rain/Freeze sensor, install within 1,000 if 5 of controller, in line of sight. 22-28 VAC/DC 100mA power from timer 6 transformer. Mount as noted. 7 L. Flow Sensor 8 1. Flow Sensor: Arad AC Flow Meter 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 INSTALLATION 16 A. Design Pressure 17 1. This irrigation system has been designed to operate with a minimum existing main 18 water line static pressure of 75 psi. The Contractor will take a pressure reading 19 prior to ordering and installing the system. If the pressure reading is different than 20 that indicated, the Contractor will notify the Architect/Engineer so that the system 21 may be re-sized if necessary. 22 B. Trenching 23 1. Perform all excavations as required for the installation of the work including under 24 this section, including shoring of earth banks to prevent cave-ins. Restore all 25 surfaces, existing underground installations,etc., damaged or cut as a result of the 26 excavations to and in a manner approved by the owner. 27 2. Trenches shall be made wide enough to allow a minimum of 6 inches between 28 parallel pipe lines. Trenches for pipe lines shall be made of sufficient depths to 29 provide the minimum cover from finish grade as follows: 30 a. 18"minimum cover over irrigation lines for vehicle traffic areas. 31 b. Minimum cover over irrigation lines to heads/dripline except vehicle traffic 32 areas area as follows: 33 1) 12"minimum cover over lateral lines 34 2) 18"minimum cover over mainline 35 3. Maintain all warning signs, shoring, barricades, flares and red lanterns as required 36 by the safety orders of the division of industrial safety and local ordinances. 37 C. Backfilling Old Decatur Road and Marine Creek Parkway and Northside 11 48 Inch Water Transmission,Phase 2 City Project Number:02506 329010-5 IRRIGATION SYSTEM Page 5 of 7 1 1. After system is operating and required tests and inspections have been made, 2 backfill excavations and trenches with clean soil, free of rubbish. Initial backfill 3 material to 6 inches above the top of pipe shall be free of rocks or stones larger than 4 one inch in diameter. Final backfill material shall be free of rocks or stones larger 5 than 3 inches in diameter. 6 2. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted 7 to minimum 90% density. 8 3. Compact trenches in areas to be planted by thoroughly flooding the backfill.jetting 9 process may be used in those areas. 10 4. Dress off all areas to finish grades. 11 D. Pipe Laying 12 13 1. Polyvinyl chloride pipe sections and fittings shall be connected with approved PVC 14 welding solvent, conforming to, and in accordance with the manufacturer's 15 recommendations and the following procedures. All two (2") inch and larger PVC 16 pipe will have cleaner and heavy duty solvent used for installations. 17 E. Pipe Joints 18 1. Pipe shall be square cut with no burr ends. Wipe all dirt and moisture from fittings, 19 then apply solvent to both. Stab pipe into socket of the fitting, rotate about one-half 20 turn to spread solvent uniformly. Hold joint in place about fifteen(15)seconds for 21 it to set. Do not disturb for fifteen(15)minutes or until the chemical weld is made. 22 Do not use excessive solvent. No PVC pipe is to be threaded for connection to 23 metal pipe or accessories, use only a PVC solvent joint to thread adapter. 24 F. Valve and Valve Box Placement 25 1. All gate valves and automatic section control valves shall be set at the depth of 26 pressure piping and shall be equipped with a valve access sleeve, if buried. If 27 valves are specified to be in pre-cast boxes, they shall be set with a minimum of 28 twelve(12") inches of space between their top surface and the finished grade. 29 Valves after delivery shall be drained to prevent freezing and shall have interiors 30 cleaned of all foreign matter before installation. Stuffing boxes shall be tightened 31 and valves shall be fully opened and fully closed to ensure that all parts are in 32 working conditions. Coil wire in a "pig tail" fashion inside valve box. 33 2. Valve boxes shall be set plumb, vertical and concentric with the valve stem. Any 34 valve box which has so moved from its original position as to prevent the 35 application of the valve key, shall be satisfactorily reset by the Contractor at his 36 own expense. 37 G. Sleeves 38 1. Contractor for paving to install sleeves as shown on plans. Old Decatur Road and Marine Creek Parkway and Northside 11 48 Inch Water Transmission,Phase 2 City Project Number:02506 329010-6 IRRIGATION SYSTEM Page 6 of 7 1 3.5 REPAIR[NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Sprinkler/Dripline Layout and Spacing Inspection: Verification that the irrigation 5 design is accurately installed in the field. It will also provide for alteration or 6 modification of the system to meet field conditions. Spacing should be within 5%of 7 the design spacing. 8 B. Pipe Installation Depth Inspection: All pipes in the system shall be installed to depths 9 as previously described in Section 3.02 of these specifications. 10 C. Open Trench Inspection: The trench and all joints and every transition in pipe size, will 11 be open where open trench inspection is required. 12 D. Inspections will be performed throughout the duration of the installation. Inspection 13 may be made by the City to ensure compliance with design intent, specifications, and 14 the irrigation codes. 15 E. Hydrostatic Tests: 16 1. Request the presence of the City Inspector in writing at least 48 Hours in advance 17 of testing. 18 2. Testing to be accomplished at the expense of the contractor and in the presence of 19 the City Inspection or approved representative. 20 3. Center load piping with small amount of backfill to prevent arching or slipping 21 under pressure. 22 4. Applying continuous and static water pressure of 125 PSI when welded plastic 23 joints have cured at least 3 hours,and with the risers capped as follows: 24 1) Mainline and submains to be tested for 2 hours 25 2) No pressure loss is allowed for solvent weld and mainline pipe 26 5. For PVC and O-Ring Gasket Pipe,the allowable leakage shall not exceed the 27 number of gallons per hour as determined by the following formula: 28 L=NDP"2/1,850 29 30 L=Allowable Leakage,in gallons per hour 31 N=Number of Joints 32 D=Pipe Diameter,in inches 33 P=Average Test Pressure,in PSI gauge 34 6. Repair any leaks resulting from tests. 35 3.8 SYSTEM STARTUP [NOT USED] 36 3.9 ADJUSTING [NOT USED] 37 3.10 CLEANING 38 A. Upon completion of the work covered in this project, all debris, rock, and surplus 39 material resulting from the work shall be removed from the site of the project. Old Decatur Road and Marine Creek Parkway and Northside H 48 Inch Water Transmission,Phase 2 City Project Number:02506 3290 10-7 IRRIGATION SYSTEM Page 7 of 7 1 3.11 "RECORD OF INSTALLATION"DRAWING 2 A. The Contractor shall provide a neatly marked Irrigation Plan showing triangulated 3 locations of all valves and showing any modifications of the original irrigation system 4 as found in the contract documents. Show dimensions and locate valves, pipe, heads, 5 and wire. 6 B. 'Record of Installation" irrigation drawings: Prepare an "As-Built/Record"drawing on 7 a blueprint which shall show deviations from the bid documents made during 8 construction affecting the main line pipe, controller locations, remote control valves and 9 quick coupling valves. The drawings shall also indicate and show approved 10 substitutions of size, material and manufacturers name and catalog name and catalog 11 number. The drawings shall be delivered to the City/Landscape Architect before final 12 acceptance of work. 13 3.12 CLOSEOUT ACTIVITIES [NOT USED] 14 3.13 PROTECTION [NOT USED] 15 3.14 MAINTENANCE [NOT USED] 16 3.15 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 20 Revision Loa DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 21 Old Decatur Road and Marine Creek Parkway and Northside 11 48 Inch Water Transmission,Phase 2 City Project Number:02506 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 2.2 Materials 9 C. Related Specification Sections include but are not necessarily limited to 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 - General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item and 19 measured as provided under"Measurement"will be paid for at the unit price 20 bid per cubic yard of Topsoil. 21 b. All excavation required by this Item in cut sections shall be measured in 22 accordance with provisions for the various excavation items involved with the 23 provision that excavation will be measured and paid for once, regardless of the 24 manipulations involved. 25 3. The price bid shall include: 26 a. Furnishing Topsoil 27 b. Loading 28 c. Hauling 29 d. Placing 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 ACTION SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phan 2 Revised December 20,2012 City Project Number:025% 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A.-T-epseil"Enriched Top Soil'by Soil Building Solutions and meet the following 6 conditions(or approved equal) 7 1. Use easily cultivated, fertile topsoil that: 8 a. Is free from objectionable material including subsoil,weeds, clay lumps, non- 9 soil materials,roots, stumps or stones larger than 1.5 inches 10 b. Has a high resistance to erosion 11 c. Is able to support plant growth 12 d. Is at least 25%organic material. 13 2. Secure topsoil from approved sources. 14 3. Topsoil is subject to testing by the City. 15 4. pH: 5— .5.pH 6.0-6.5 16 5. Liquid Limit: 50 or less 17 6. Plasticity Index: 20 or less 18 7. The particle sizes shall 19 be such that 98.5%of the topsoil will pass through a 1/2 inch screen, and 99%more 20 shall pass through a 3/4 inch screen. 21 8. Topsoil shall be reviewed/approved by owner/landscape architect prior to 22 installation. Contractor to submit samples in 1 gal(min.)container. 23 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 24 of vegetation 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. Finishing of Parkways 33 1. Smoothly shape parkways, shoulders, slopes, and ditches. 34 2. Cut parkways to finish grade prior to the placing of any improvements in or 35 adjacent to the roadway. 36 3. In the event that unsuitable material for parkways is encountered, extend the depth 37 of excavation in the parkways 6 inches and backfill with top soil. 38 4. Make standard parkway grade perpendicular to and draining to the curb line. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 3291 19-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 a. Minimum: 1/4 inch per foot 2 b. Maximum: 4:1 3 c. City may approve variations from these requirements in special cases. 4 5. Whenever the adjacent property is lower than the design curb grade and runoff 5 drains away from the street, the parkway grade must be set level with the top of the 6 curb. 7 6. The design grade from the parkway extends to the back of the walk line. 8 7. From that point(behind the walk),the grade may slope up or down at maximum 9 slope of 4:1. 10 B. Placing of Topsoil 11 1. Spread the topsoil to a uniform loose cover at the thickness specified. 12 2. Place and shape the topsoil as directed. 13 3. Hand rake finish a minimum of 5 feet from all flatwork. 14 4. Tamp the topsoil with a light roller or other suitable equipment. 15 3.5 REPAIR/RESTORATION] [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARY OF CHANGE 27 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329213-1 HYDROMULCHING,SEEDING AND SODDING Page I of 8 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Section 1A.A.Le 10 2. Section 1.2.A.l.c 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Block Sod Placement 18 a. Measurement 19 1) Measurement for this Item shall be by the square yard of Block Sod placed. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement'will be paid for at the unit 23 price bid per square yard of Block Sod placed. 24 c. The price bid shall include: 25 1) Furnishing and placing all sod 26 2) Rolling and tamping 27 3) Watering and mowing(until Final Acceptance) 28 4) Disposal of surplus materials 29 2. Seeding 30 a. Measurement 31 1) Measurement for this Item shall be by the square yard of Seed spread. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement'will be paid for at the unit 35 price bid per square yard of Seed placed for various installation methods. 36 c. The price bid shall include: 37 1) Furnishing and placing all Seed 38 2) Furnishing and applying water for seed fertilizer 39 3) Slurry and hydraulic mulching 40 4) Fertilizer 41 5) Watering and mowing(until Final Acceptance) 42 6) Disposal of surplus materials CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised September 12,2013 City Project Number:02506 3292 13-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 1 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multiflorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 2 3 c. Native Grass Seed 4 1) Plant between February 1 and October 1. 5 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green.Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 6 7 d. Wildflower Seed 8 1) Plant between the following: 9 a) March 5 and May 31 10 b) September 1 and December 1 11 Lbs.PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatiftda 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatiftda 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 12 *not to be planted within ten feet of a road or parking lot or within three feet of a 13 walkway 14 15 e. Temporary Erosion Control Seed 16 1) Consist of the sowing of cool season plant seeds. 17 3. Mulch 18 a. For use with conventional mechanical or hydraulic planting of seed. 19 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 20 (waste products from paper mills or recycled newspaper). CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised September 12,2013 City Project Number:02506 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 1 c. No growth or germination inhibiting factors. 2 d. No more than ten percent moisture, air dry weight basis. 3 e. Additives: binder in powder form. 4 f. Form a strong moisture retaining mat. 5 4. Fertilizer 6 a. Acceptable condition for distribution 7 b. Applied uniformly over the planted area 8 c. Analysis 9 1) 16-20-0 10 2) 16-8-8 11 d. Fertilizer rate: 12 1) Not required for wildflower seeding 13 2) Newly established seeding areas- 100 pounds of nitrogen per acre 14 3) Established seeding areas - 150 pounds of nitrogen per acre 15 5. Topsoil: See Section 32 91 19. 16 6. Water: clean and free of industrial wastes or other substances harmful to the 17 germination of the seed or to the growth of the vegetation. 18 7. Soil Retention Blanket 19 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 20 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 21 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION [NOT USED] 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Surface Preparation: clear surface of all material including: 29 1. Stumps, stones, and other objects larger than one inch. 30 2. Roots, brush, wire, stakes, etc. 31 3. Any objects that may interfere with seeding or maintenance. 32 B. Tilling 33 1. Compacted areas: till 1 inch deep 34 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 35 seed/water run-off 36 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 37 3.4 INSTALLATION 38 A. Block Sodding 39 1. General 40 a. Place sod between curb and walk and on ten-aces that is the same type grass as 41 adjacent grass or existing lawn. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised September 12,2013 City Project Number!02506 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 2 average first freeze in the fall. 3 2. Installation 4 a. Plant sod specified after the area has been completed to the lines and grades 5 shown on the Drawings with 6 inches of topsoil. 6 b. Use care to retain native soil on the roots of the sod during the process of 7 excavating,hauling and planting. 8 c. Keep sod material moist from the time it is dug until planted. 9 d. Place sod so that the entire area designated for sodding is covered. 10 e. Fill voids left in the solid sodding with additional sod and tamp. 11 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 12 slope. 13 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 14 firm earth in areas that may slide due to the height or slope of the surface or 15 nature of the soil. 16 3. Watering and Finishing 17 a. Furnish water as an ancillary cost to Contractor by means of temporary 18 metering/irrigation,water truck or by any other method necessary to achieve 19 an acceptable stand of turf as defined in 3.13.B. 20 b. Thoroughly water sod immediately after planted. 21 c. Water until established. 22 d. Generally, an amount of water that is equal to the average amount of rainfall 23 plus 1/2 inch per week should be applied until accepted. If applicable,plant 24 large areas by irrigation zones to ensure areas are watered as soon as they are 25 planted. 26 B. Seeding 27 1. General 28 a. Seed only those areas indicated on the Drawings and areas disturbed by 29 construction. 30 b. Mark each area to be seeded in the field prior to seeding for City approval. 31 2. Broadcast Seeding 32 a. Broadcast seed in 2 directions at right angles to each other. 33 b. Harrow or rake lightly to cover seed. 34 c. Never cover seed with more soil than twice its diameter. 35 d. For wildflower plantings: 36 1) Scalp existing grasses to 1 inch 37 2) Remove grass clippings, so seed can make contact with the soil. 38 3. Mechanically Seeding(Drilling): 39 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 40 b. All varieties of seed and fertilizer may be distributed at the same time provided 41 that each component is uniformly applied at the specified rate. 42 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 43 drill. 44 d. Drill on the contour of slopes 45 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 46 of the"Cultipacker"type. 47 f. Roll slope areas on the contour. 48 4. Hydromulching CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised September 12,2013 City Project Number:02506 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 2 1) Mixture is uniformly suspended to form a homogenous slurry. 3 2) Mixture forms a blotter-like ground cover impregnated uniformly with 4 grass seed. 5 3) Mixture is applied within 30 minutes after placed in the equipment. 6 b. Placing 7 1) Uniformly distribute in the quantity specified over the areas shown on the 8 Drawings or as directed. 9 5. Fertilizing: uniformly apply fertilizer over seeded area. 10 6. Watering 11 a. Furnish water by means of temporary metering/irrigation, water truck or by 12 any other method necessary to achieve an acceptable stand of turf as defined in 13 3.13.B. 14 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 15 c. Water as direct by the City at least twice daily for 14 days after seeding in such 16 a manner as to prevent washing of the slopes or dislodgement of the seed. 17 d. Water until final acceptance. 18 e. Generally, an amount of water that is equal to the average amount of rainfall 19 plus 1/2 inch per week should be applied until accepted. 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. Block Sodding 30 1. Water and mow sod until completion and final acceptance of the Project or as 31 directed by the City. 32 2. Sod shall not be considered finally accepted until the sod has started to peg down 33 (roots growing into the soil)and is free from dead blocks of sod. 34 B. Seeding 35 1. Water and mow sod until completion and final acceptance of the Project or as 36 directed by the City. 37 2. Maintain the seeded area until each of the following is achieved: 38 a. Vegetation is evenly distributed 39 b. Vegetation is free from bare areas 40 3. Turf will be accepted once fully established. 41 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 42 cycle performed by the Contractor prior to consideration of acceptance by the 43 City. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water I'm smission,Phase 2 Revised September 12,2013 City Project Number:02506 329213-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 C. Rejection 2 1. City may reject block sod or seeded area on the basis of weed populations. 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised September 12,2013 City Project Number:02506 329343-1 TREES AND SHRUBS Pagel of 9 1 SECTION 32 93 43 2 TREES AND SHRUBS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Tree and shrub planting and maintenance within street right-of-way and easements. 7 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.2 -Price and Payment Procedures 10 2. 1.12 -Warranty 11 3. 2.2.3c-Topsoil Products 12 4. 2.2.7—River Rock 13 5. 3.13.A- Maintenance Period 14 6. 3.4.A.16—Installation of Mulch 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 17 2. Division 1 - General Requirements 18 3. Section 31 10 00—Site Clearing 19 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 20 5. Section 32 91 19 -Topsoil Placement and Finishing of Parkways 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Plant Tree 24 a. Measurement 25 1) Measurement for this Item shall be per each by caliper inch. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price bid per each tree to be Planted by caliper inch. 30 c. The price bid shall include: 31 1) Furnishing and installing trees 32 2) Hauling 33 3) Grading and backfilling 34 4) Excavation 35 5) Fertilization 36 6) Water 37 7) Removing and disposing of surplus material 38 2. Shrubs and Groundcover 39 a. Measurement 40 1) Measurement for this Item shall be lump sum. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329343-2 TREES AND SHRUBS Page 2 of 9 1 b. Pa ment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as rovided under"Measurement"will be paid for at the 4 lump sum bid price for installation of all shrubs and groundcover. Total 5 minimum quantity installed shall be as noted on the plans. 6 c. The price bid shall include: 7 1) Furnishing and installing shrubs and groundcover 8 2) Hauling 9 3) Grading and backfilling 10 4) Excavation 11 5) Fertilization 12 6) Water 13 7) Removing and disposing of surplus material 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this specification refer to the current reference standard 17 published at the time of the latest revision date logged at the end of this 18 specification, unless a date is specifically cited. 19 2. American National Standards Institute(ANSI): 20 a. ANSI Z60.1,American Standard for Nursery Stock 21 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 22 Co.,New York. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 ACTION SUBMITTALS [NOT USED] 25 1.6 INFORMATIONAL SUBMITTALS 26 A. Tree data: Submit certification from supplier that each type of tree conforms to 27 specification requirements. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Coordination 32 1. Coordinate with City Forester prior to beginning construction activities adjacent to 33 or that will impact existing trees and shrubs. 34 B. Qualifications 35 1. Landscaper specialized in landscape and planting work 36 C. Substitutions 37 1. Not permitted unless approved by City when specified planting material is not 38 obtainable 39 a. Submit proof of non-availability together with proposal for use of equivalent 40 material. 41 b. Substitutions of larger size or better grade than specified will be allowed upon 42 approval by City Forester, but with no increase in unit price. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329343-3 TREES AND SHRUBS Page 3 of 9 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Do not remove container grown stock from containers before time of planting. 3 B. Delivery and Acceptance Requirements 4 1. Ship trees with Certificates of Inspection as required by governing authorities. 5 2. Label each tree and shrub with securely attached waterproof tag bearing legible 6 designation of botanical and common name. 7 3. Use protective covering during delivery. 8 4. Deliver packaged materials in fully labeled original containers showing weight, 9 analysis and name of manufacturer. 10 C. Storage and Handling Requirements 11 1. Protect materials from deterioration during delivery, and while stored at Site. 12 2. Do not prune prior to installation. 13 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break 14 branches, or destroy natural shape. 15 1.11 FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY 17 A. Warranty Period: 'mss 2 vears after job acceptance 18 B. Warrant trees against defects including: 19 1. Death 20 2. Unsatisfactory growth 21 3. Loss of shape due to improper pruning, maintenance,or weather conditions 22 C. Plumb leaning trees during warranty period. 23 D. Remove and replace trees found to be dead during warranty period. 24 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 25 when approved by City, extend warranty period for trees for full growing season. 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS 29 1. General 30 a. Plants shall be true to species and variety specified, grown under climatic 31 conditions similar to those in the locality of the project for at least 2 years and 32 have been freshly dug during the most recent favorable harvest season. 33 b. All plant names and descriptions are as defined in Hortus Third. 34 c. All plants are to be grown and harvested in accordance with the American 35 Standard for Nursery Stock. 36 d. Unless approved by the City Forester, plants shall have been grown in a latitude 37 not more than 200 miles north or south of the latitude of the project unless the 38 provenance of the plant can be documented to be compatible with the latitude 39 and cold hardiness zone of the planting location. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329343-4 TREES AND SHRUBS Page 4 of 9 1 2. Trees 2 a. Provide container grown trees which are straight and symmetrical and have 3 persistently preferred main leader. 4 b. Mark the tree's north orientation in the nursery for all deciduous trees grown in 5 the field with a 1-inch diameter spot of white paint on the tree trunk within the 6 bottom twelve inches of the trunk. 7 c. Crown shall be in good overall proportion to entire height of tree with 8 branching configuration as recommended by ANSI Z60.1 for type and species 9 specified. 10 d. Trees designated as balled and burlapped(B&B) shall be properly dug with 11 firm,natural balls of soil retaining as many fibrous roots as possible, in sizes 12 and shapes as specified in the American Standard for Nursery Stock. Balls shall 13 be firmly wrapped with nonsynthetic,rottable burlap and secured with nails and 14 heavy,nonsynthetic,rottable twine. The root collar shall be apparent at surface 15 of ball. Trees with loose, broken,processed, or manufactured root balls will not 16 be accepted, except with special written approval before planting. 17 e. Where clump is specified, furnish plant having minimum of three stems 18 originating from common base at ground line. 19 f. Measure trees by average caliper of trunk as follows: 20 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches 21 above top of root ball. 22 2) For trunks more than 4 inches, measure caliper 12 inches above top of root 23 ball. 24 3) Caliper measurements 25 a) By diameter tape measure 26 b) Indicated calipers on Drawings are minimum 27 c) Averaging of plant caliber: not permitted 28 g. Trees shall conform to following requirements: 29 1) Healthy 30 2) Vigorous stock 31 3) Grown in recognized nursery 32 4) Free of: 33 a) Disease 34 b) Insects 35 c) Eggs 36 d) Larvae 37 e) Defects such as: 38 (1) Knots 39 (2) Sun-scald 40 (3) Injuries 41 (4) Abrasions 42 (5) Disfigurement 43 (6) Borers and infestations 44 3. Soil Products 45 a. Topsoil: See 32 91 19. 46 b. Peat mosses and fertilizer:Use material recommended by City Forester 47 for establishment of healthy stock after replanting. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside II 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329343-5 TREES AND SHRUBS Page 5 of 9 1 c. All planting beds to be top dressed with a minimum of 4" "Rustic Cut 2 Hardwood Mulch"by Soil Building Solutions(or approved equal)and meet the 3 following conditions 4 1) pH: 6.5-8.5 5 2) It shall be free of man-made foreign matter, lumber, treated materials, 6 pallets, grass and leaves. 7 3) No particle size should exceed 3.5" in length. 8 d. All landscape bed areas to be prepared using "Ready to Plant Bedding Mix" by 9 Soil Building Solutions(or approved equal)and meet the following conditions 10 1) It shall be a mixture of 50% compost with 50% screened and weed-free 11 native soil and screened sharp sand. 12 2) 98.5%of the planting bed soil particles will pass through a 1/2 inch screen 13 and 99%or more shall pass through a 3/4 inch screen. 14 3) Color will be a medium brown with a weight of 1900-2250 lbs. per cubic 15 yard(depending on the moisture content.) 16 4) Install to depths per 1p anting details(8" depth min.) 17 5) Finished grades of planting beds to be 2"below finished Uade of adjacent 18 paving or as shown on grading plan. 19 4. Stakes and Guys 20 a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 21 b. Where applicable for anchoring trees, use wood deadmen: 22 1) Minimum: 2-inch by 4-inch stock 23 2) Minimum: 36 inches long and buried 3 feet. 24 3) Provide white surveyor's plastic tape for flagging tree guys. 25 5. Tree Wrap,Twine and Seal 26 a. Wrap 27 1) First quality 28 2) Bituminous impregnated tape 29 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 30 having qualities to resist insect infestation 31 b. Twine 32 1) Lightly tarred, medium-coarse sisal(lath)yarn 33 2) Do not use nails or staples to fasten wrapping 34 c. Seal: Commercially available tree wound dressing specifically produced for use 35 in sealing tree cuts and wounds 36 6. Water: clean and free of industrial wastes or other substances harmful to the growth 37 of the tree 38 7. River Rock 39 a. Provide a nonwoven, needled, polyprop lnegeotextile for weed prevention 40 under landscape rock areas. Geotextile should be non-biodegradable and allow 41 air and liquids to pass through to the soils below. Geotextile should be resistant 42 to acids, alkalines, insecticides, herbicides, and fertilizers. 43 b. Shall be a minimum of 5"deep. 44 c. Shall be a local rock, colors to be tans,reds, and browns. 45 d. Rock shall be sized between 2"-3" in diameter. 46 e. Contractor to submit samples to Owner in 1 gal. minimum container for 47 approval prior to installation. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329343-6 TREES AND SHRUBS Page 6 of 9 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL 3 A. Notify City,prior to installation, of location where trees that have been selected for 4 planting may be inspected. 5 B. Plant material will be inspected for compliance with following requirements. 6 1. Genus, species, variety, size and quality 7 2. Size and condition of balls and root systems, insects, injuries and latent defects 8 PART 3- EXECUTION [NOT USED] 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. General 13 1. Schedule work so that planting can proceed rapidly as portions of site become 14 available. 15 2. Plant trees after final grades are established and prior to seeding or sodding. 16 3. When planting of trees occurs after seeding work,protect seeded areas and 17 promptly repair damage to seeded areas resulting from tree planting operations in 18 compliance with requirements of Section 32 92 13. 19 4. Layout individual trees at locations shown on Drawings. 20 5. In case of conflicts, notify City before proceeding with work. 21 6. Stake trees for City approval. 22 B. Preparation of Planting Soil 23 1. Before mixing, clean topsoil of roots,plants, sod, stones, clay lumps, and other 24 extraneous materials harmful or toxic to plant growth. 25 2. Strip and utilize 4 inch layer of top soil from existing ground. 26 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 27 within 48 hours. 28 4. Incorporate amendments into soil as part of soil preparation process prior to fine 29 grading, fertilizing, and planting. 30 5. Broadcast or spread amendments evenly at specified rate over planting area. 31 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 32 amendments are pulverized and have become homogeneous layer of topsoil ready 33 for planting. 34 3.4 INSTALLATION 35 A. Planting 36 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation 37 raised minimum of 6 inches at center for proper drainage. 38 2. Provide following minimum widths: 39 a. 15 gallon containers or larger, 2 feet wider than diameter of root ball CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329343-7 TREES AND SHRUBS Page 7 of 9 1 b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 2 3. When conditions detrimental to plant growth are encountered, such as 3 unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before 4 planting. 5 4. Deliver trees after preparations for planting have been completed and plant 6 immediately. 7 5. When planting is delayed more than 6 hours after delivery 8 a. Set trees and shrubs in shade. 9 b. Protect from weather and mechanical damage. 10 c. Keep roots moist by covering with mulch, burlap, or other acceptable means of 11 retaining moisture, and water as needed. 12 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 13 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 14 lever in positioning or moving the tree in the planting area. 15 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull 16 roots out of the root mat, and cut circling roots with a sharp knife. Loosen the 17 potting medium and shake away from the root mat. Immediately after removing the 18 container, install the plant such that the roots do not dry out. Pack planting mix 19 around the exposed roots while planting. 20 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 21 Remove burlap or cloth wrapping and any wire baskets from around top half of 22 balls. Do not turn under and bury portions of burlap at top of ball. Set balled and 23 burlapped trees in the hole with the north marker facing north. 24 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 25 10. Place plants at level that, after settlement, natural relationship of plant crown with 26 ground surface will be established. 27 11. When set, place additional backfill around base and sides of ball, and work each 28 layer to settle backfill and eliminate voids and air pockets. 29 12. When excavation is approximately 2/3 full, water thoroughly before placing 30 remainder of backfill. 31 13. Repeat watering until no more water is absorbed. 32 14. Dish top of backfill to allow for mulching. 33 15. Mulch pits, trenches and planted areas. 34 a. All trees, shrubs and other plantings will be mulched with mulch previously 35 approved by the City Forester. The mulch on trees and shrubs shall be to the 36 depths shown on the drawing. Mulch must not be placed within 3 inches of the 37 trunks of trees and shrubs. 38 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 39 with adjacent finish grades. 40 17. Cover entire root ball. 41 18. Prune CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329343-8 TREES AND SHRUBS Page 8 of 9 1 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 2 planting to correct defects in the tree structure, including removal of injured 3 branches, double leaders,watersprouts, suckers, and interfering branches. 4 Healthy lower branches and interior small twigs should not be removed except 5 as necessary to clear walks and roads. In no case should more than 1/4 of the 6 branching structure be removed. Retain the normal shape of the plant. 7 b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 8 and smooth, with the bark intact with no rough edges or tears. 9 c. Except in circumstances dictated by the needs of specific pruning practices, tree 10 paint shall not be used. The use of tree paint shall be only upon approval of the 11 City Forester. Tree paint, when required, shall be paint specifically formulated 12 and manufactured for horticultural use. 13 19. Prune trees to retain required height and spread. 14 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 15 trees. 16 21. Remove and replace excessively pruned or misformed stock resulting from 17 improper pruning. 18 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 19 corrective measures. 20 23. Guy and stake trees immediately after planting. 21 B. Moving Existing Trees 22 1. Coordinate tree moving and replanting with City Forester during dormant growth 23 season. 24 2. Provide tree spade of adequate size as directed by City Forester. 25 3.5 REPAUVRESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. City may reject unsatisfactory or defective material at anytime during progress of work. 29 B. Remove rejected trees immediately from site and replace with specified materials. 30 C. Plant material not installed in accordance with these Specifications will be rejected. 31 D. An inspection to determine final acceptance will be conducted by City at end of 12 32 month maintenance period. 33 E. Warranty periods provided for in paragraph 1.12A. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. During planting work, keep pavements clean and work area in orderly condition. 38 B. Dispose of excess soil and waste in approved location. 39 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be 40 permitted. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 329343-9 TREES AND SHRUBS Page 9 of 9 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION 3 A. Protect planting work and materials from damage due to planting operations. 4 B. Maintain protection during installation and maintenance period. 5 C. Treat,repair,or replace damaged planting work. 6 3.13 MAINTENANCE 7 A. Maintenance Period shall be 12 mentks 2 years after final acceptance. 8 B. During the maintenance period if a work schedule and frequency are not shown on the 9 Drawings, perform the minimum requirements shown below: 10 1. Water trees to full depth a minimum of once each week or as required to maintain 11 healthy, vigorous growth. 12 2. Prune, cultivate, and weed as required for healthy growth. 13 3. Restore planting saucers. 14 4. Tighten and repair stake and guy supports,and reset trees and shrubs to proper 15 grades or vertical position as required. 16 5. Restore or replace damaged wrappings. 17 6. Spray as required to keep trees and shrubs free of insects and disease. 18 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon 19 as it is determined no longer alive. Contractor is to maintain new plants as 20 described above until growth is established and maintenance period expires unless 21 waived by the City. 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A—Payment Items removed for tree removal and transplantation;these Items are to be performed in accordance with Section 31 10 00. 12/20/2012 D.Johnson 3.13.A—modified maintenance period to begin 12 months after final acceptance 3.133—Modified maintenance period requirements 24 25 26 27 28 29 30 31 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 3293 45-1 TREE PROTECTION Pagel of 3 1 SECTION 32 93 45 2 TREE PROTECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Protection of trees to remain in place from foliage, trunk, and root damage that may 7 result from construction operations. 8 B. Related Specification Sections include but are not necessarily limited to 9 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 10 Contract. 11 2. Division 1 - General Requirements. 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. This item is considered subsidiary to the various bid items in the proposal. 16 2. Payment 17 a. The work performed and the materials furnished in accordance with this Item 18 are subsidiary to the various bid items in the proposal. No other compensation 19 will be allowed. 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLATION 23 A. Protection 24 1. Protect trees and shrubs that are to remain in place from foliage, trunk and root 25 damage that may result from construction operations. 26 2. Preserve all trees not indicated on drawings to be removed. 27 3. Maintain all plant materials within the protection fencing in a healthy, vigorous 28 condition, including watering, fertilizing, pruning, pest control, and any other 29 activities deemed necessary by the arborist to ensure the viability and vigor of the 30 protected plant materials. 31 4. A qualified arborist shall perform monthly site visits documented in accordance 32 with monthly tree care and maintenance reports. 33 a. Perform tree care and maintenance work in accordance with the qualified 34 arborist's recommendations during the execution of the work. 35 5. Protect trees that are to remain from the following damage: 36 a. Compaction of root area by material storage. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway KHA No.061018118 and Northside 1148 Inch Water Transmission,Phase 2 September 12,2013 City Project Number:02506 329345-2 TREE PROTECTION Page 2 of 3 1 b. Compaction by driving or parking within the drip-line. 2 c. Trunk damage by moving equipment,material storage, nailing, or bolting. 3 d. Girding by tying constrictive material to trees. 4 e. Poisoning by pouring solvents, gas,paint, etc. on or around trees and roots. 5 f. Cutting of roots 1 %z"in diameter or over. All excavation and earthwork within 6 the drip line of trees will be done by hand. 7 g. Changes of soil pH factor by disposal of lime base material such as concrete, 8 plaster, etc. 9 h. Burning of material around tree or tree itself. 10 i. Damaging trees so that they are misshapen or sustain permanent damage. 11 B. Pruning 12 1. Trees shall be pruned if affected by temporary or new construction. 13 2. Prune remaining trees to compensate for root loss caused by damaging or cutting 14 root system. Provide subsequent maintenance during the Contract period as 15 recommended by a qualified arborist. 16 3. Pruning Standards: Prune trees in accordance with ANSI A300 as follows: 17 a. Type of Pruning: Crown Cleaning 18 b. Type of Pruning: Crown Thinning 19 c. Type of Pruning: Crown Raising 20 d. Type of Pruning: Crown Reduction 21 e. Type of Pruning: Vista Pruning 22 f. Type of Pruning: Crown Restoration 23 4. Cut branches with sharp pruning instruments. 24 5. Pruning shall consist of the following methods: 25 a. Remove deadwood and broken limbs. Remove cross branching where 26 necessary. 27 b. Root Pruning Trenching Operation: 28 1) Trenching areas shall be determined and marked in the field by the 29 landscape architect. 30 2) A Vermeer V-1550 RC root pruner or equal shall be used to perform all 31 root pruning operations. A minimum depth of two feet is required and all 32 cuts will be marked in the ground. Cut roots on tree side with Hopper or 33 Chain Saw after trenching is complete and trench is open. 34 3) The trenching shall be backfilled and compacted immediately. 35 4) Install Root Barrier. Century Products or equal. 36 C. Tree Protection Fence 37 1. Install tree protection fencing around all trees shown as existing on plans. 38 2. Tree protection fencing shall consist of- 39 a. Woven wire fence installed with T-Bar posts. 40 b. Posts shall be spaced 10' o.c. maximum. 41 c. Place one strand,barbed wire along top of posts. 42 d. Tie tundra weight orange flagging, 2' in length at 3' o.c. along wire. 43 3. Fencing to be installed at the drip line of all preserved trees unless construction 44 occurs with in this zone. 45 a. In that case, contact City for recommcndations. 46 4. All protective fencing shall remain in place throughout the construction period. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway KHA No.061018118 and Northside 1148 Inch Water Transmission,Phase 2 September 12,2013 City Project Number:02506 329345-3 TREE PROTECTION Page 3 of 3 1 a. Remove protection devices only after written permission has been granted by 2 the City. 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway KHA No.061018118 and Northside 11 48 Inch Water Transmission,Phase 2 September 12,2013 City Project Number:02506 33 05 10-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Pagel of 20 1 SECTION 33 0510 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. 3.4.D.3.1 26 2. 3.4.D.7.f 27 3. 3.4.E.3.a 28 4. 3.4.E.3.b 29 C. Related Specification Sections include, but are not necessarily limited to: 30 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 31 Contract 32 2. Division 1 —General Requirements 33 3. Section 02 41 13 —Selective Site Demolition 34 4. Section 02 41 15 —Paving Removal 35 5. Section 02 41 14—Utility Removal/Abandonment 36 6. Section 03 30 00—Cast-in-place Concrete 37 7. Section 03 34 13 —Controlled Low Strength Material (CLSM) 38 8. Section 31 10 00—Site Clearing 39 9. Section 31 25 00—Erosion and Sediment Control 40 10. Section 33 05 26—Utility Markers/Locators 41 11. Section 34 71 13 —Traffic Control CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 20 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A. Measurement and Payment 3 1. Trench Excavation, Embedment and Backfill associated with the installation of an 4 underground utility or excavation 5 a. Measurement 6 1) This Item is considered subsidiary to the installation of the utility pipe line 7 as designated in the Drawings. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item are considered subsidiary to the installation of the utility pipe for the 11 type of embedment and backfill as indicated on the plans.No other 12 compensation will be allowed. 13 2. Imported Embedment or Backfill 14 a. Measurement 15 1) Measured by the cubic yard as delivered to the site and recorded by truck 16 ticket provided to the City 17 b. Payment 18 1) Imported fill shall only be paid when using materials for embedment and 19 backfill other than those identified in the Drawings. The work performed 20 and materials furnished in accordance with pre-bid item and measured as 21 provided under"Measurement"will be paid for at the unit price bid per 22 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 23 a) Various embedment/backfill materials 24 c. The price bid shall include: 25 1) Furnishing backfill or embedment as specified by this Specification 26 2) Hauling to the site 27 3) Placement and compaction of backfill or embedment 28 3. Concrete Encasement for Utility Lines 29 a. Measurement 30 1) Measured by the cubic yard per plan quantity. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 35 plan quantity. 36 c. The price bid shall include: 37 1) Furnishing,hauling,placing and finishing concrete in accordance with 38 Section 03 30 00 39 2) Clean-up 40 4. Ground Water Control 41 a. Measurement 42 1) Measurement shall be lump sum when a ground water control plan is 43 specifically required by the Contract Documents. 44 b. Payment 45 1) Payment shall be per the lump sum price bid for"Ground Water Control" 46 including: 47 a) Submittals 48 b) Additional Testing CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 33 05 10-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 20 l c) Ground water control system installation 2 d) Ground water control system operations and maintenance 3 e) Disposal of water 4 f) Removal of ground water control system 5 5. Trench Safety 6 a. Measurement 7 1) Measured per linear foot of excavation for all trenches that require trench 8 safety in accordance with OSHA excavation safety standards(29 CFR Part 9 1926 Subpart P Safety and Health regulations for Construction) 10 b. Payment I 1 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement" will be paid for at the unit 13 price bid per linear foot of excavation to comply with OSHA excavation 14 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 15 limited to, all submittals, labor and equipment. 16 1.3 REFERENCES 17 A. Definitions 18 1. General—Definitions used in this section are in accordance with Terminologies 19 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 20 noted. 21 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 22 haunching bedding, springline, pipe zone and foundation are defined as shown in 23 the following schematic: CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 20 5.4.x.... .. \\/\\ ,PAVED AREAS' UNPAVED AREAS ., Y Y � 5 Y U U \/ / % m Q M J Q Z \/ U- INITIAL BACKFILL W $PRINGLINE \ ---- /\\i W \ a MUNCHING BEDDING // \ FOUNDATION % OD CLEARANCE EXCAVATED TRENCH WIDTH 1 2 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 3 material 4 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 5 or the trench foundation 6 5. Final Backfill Depth 7 a. Unpaved Areas—The depth of the final backfill measured from the top of the 8 initial backfill to the surface 9 b. Paved Areas—The depth of the final backfill measured from the top of the 10 initial backfill to bottom of permanent or temporary pavement repair 11 B. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. ASTM Standards: 16 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 17 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 18 Magnesium Sulfate 19 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 20 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 21 Bridge Construction. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside I148 Inch Water Transmission,Phase 2 Revised June 19,20 13 City Project Number:02506 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 20 1 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 7 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 10 (Unified Soil Classification System) 11 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity-Flow Applications 13 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods (Shallow Depth) 15 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods (Shallow Depth) 17 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 21 Regulations for Construction, Subpart P- Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Utility Company Notification 25 a. Notify area utility companies at least 48 hours in advance, excluding weekends 26 and holidays, before starting excavation. 27 b. Request the location of buried lines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 01 33 00. 36 B. All submittals shall be approved by the City prior to construction. 37 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- 43 Excavations 44 3. Stockpiled excavation and/or backfill material CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 3305 10-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACMLL Page 6 of 20 1 a. Provide a description of the storage of the excavated material only if the 2 Contract Documents do not allow storage of materials in the right-of-way of the 3 easement. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE,AND HANDLING 8 A. Storage 9 1. Within Existing Rights-of-Way(ROW) 10 a. Spoil, imported embedment and backfill materials may be stored within 11 existing ROW, easements or temporary construction easements, unless 12 specifically disallowed in the Contract Documents. 13 b. Do not block drainage ways, inlets or driveways. 14 c. Provide erosion control in accordance with Section 3125 00. 15 d. Store materials only in areas barricaded as provided in the traffic control plans. 16 e. In non-paved areas, do not store material on the root zone of any trees or in 17 landscaped areas. 18 2. Designated Storage Areas 19 a. If the Contract Documents do not allow the storage of spoils, embedment or 20 backfill materials within the ROW, easement or temporary construction 21 easement, then secure and maintain an adequate storage location. 22 b. Provide an affidavit that rights have been secured to store the materials on 23 private property. 24 c. Provide erosion control in accordance with Section 3125 00. 25 d. Do not block drainage ways. 26 e. Only materials used for 1 working day will be allowed to be stored in the work 27 zone. 28 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 29 1.11 FIELD [SITE] CONDITIONS 30 A. Existing Conditions 31 1. Any data which has been or may be provided on subsurface conditions is not 32 intended as a representation or warranty of accuracy or continuity between soils. It 33 is expressly understood that neither the City nor the Engineer will be responsible 34 for interpretations or conclusions drawn there from by the Contractor. 35 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 3305 10-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 20 1 1.12 WARRANTY [NOT USED] 2 PART2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A. Materials 6 1. Utility Sand 7 a. Granular and free flowing 8 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 9 fine aggregate according to ASTM C 33 10 c. Reasonably free of organic material 11 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 12 2. Crushed Rock 13 a. Durable crushed rock or recycled concrete 14 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 15 c. May be unwashed 16 d. Free from significant silt clay or unsuitable materials 17 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 18 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 19 sodium sulfate soundness per ASTM C88 20 3. Fine Crushed Rock 21 a. Durable crushed rock 22 b. Meets the gradation of ASTM D448 size numbers 8 or 89 23 c. May be unwashed 24 d. Free from significant silt clay or unsuitable materials. 25 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 26 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 27 sodium sulfate soundness per ASTM C88 28 4. Ballast Stone 29 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 30 b. May be unwashed 31 c. Free from significant silt clay or unsuitable materials 32 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 33 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 34 sodium sulfate soundness per ASTM C88 35 5. Acceptable Backfill Material 36 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 37 ASTM D2487 38 b. Free from deleterious materials, boulders over 6 inches in size and organics 39 c. Can be placed free from voids CITY OF FORT WORTH Old Decatur Road and Marine Creek Patkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,P se 2 Revised June 19,2013 City Project Number: 2506 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 20 1 d. Must have 20 percent passing the number 200 sieve 2 6. Blended Backfill Material 3 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 4 b. Blended with in-situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials,boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 7. Unacceptable Backfill Material 9 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 10 D2487 11 8. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 9. Cement Stabilized Sand(CSS) 16 a. Sand 17 1) Shall be clean,durable sand meeting grading requirements for fine 18 aggregates of ASTM C33 and the following requirements: 19 a) Classified as SW, SP, or SM by the United Soil Classification System 20 of ASTM D2487 21 b) Deleterious materials 22 (1) Clay lumps,ASTM C142, less than 0.5 percent 23 (2) Lightweight pieces,ASTM C123, less than 5.0 percent 24 (3) Organic impurities, ASTM C40, color no darker than standard 25 color 26 (4) Plasticity index of 4 or less when tested in accordance with ASTM 27 D4318. 28 b. Minimum of 4 percent cement content of Type I/II portland cement 29 c. Water 30 1) Potable water, free of soils, acids, alkalis, organic matter or other 31 deleterious substances,meeting requirements of ASTM C94 32 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 33 e. Strength 34 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 35 D1633,Method A 36 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 37 D1633,Method A 38 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 39 that exceeds the maximum compressive strength shall be removed by the 40 Contractor for no additional compensation. 41 f. Random samples of delivered product will be taken in the field at point of 42 delivery for each day of placement in the work area. Specimens will be 43 prepared in accordance with ASTM D1632. 44 10. Controlled Low Strength Material(CLSM) 45 a. Conform to Section 03 34 13 46 11. Trench Geotextile Fabric 47 a. Soils other than ML or OH in accordance with ASTM D2487 48 1) Needle punch, nonwoven geotextile composed of polypropylene fibers CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 3305 10-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 20 1 2) Fibers shall retain their relative position 2 3) Inert to biological degradation 3 4) Resist naturally occurring chemicals 4 5) UV Resistant 5 6) Mirafi 140N by Tencate, or approved equal 6 b. Soils Classified as ML or OH in accordance with ASTM D2487 7 1) High-tenacity monofilament polypropylene woven yarn 8 2) Percent open area of 8 percent to10 percent 9 3) Fibers shall retain their relative position 10 4) Inert to biological degradation 11 5) Resist naturally occurring chemicals 12 6) UV Resistant 13 7) Mirafi FW402 by Tencate, or approved equal 14 12. Concrete Encasement 15 a. Conform to Section 03 30 00. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION 21 A. Verification of Conditions 22 1. Review all known, identified or marked utilities, whether public or private, prior to 23 excavation. 24 2. Locate and protect all known, identified and marked utilities or underground 25 facilities as excavation progresses. 26 3. Notify all utility owners within the project limits 48 hours prior to beginning 27 excavation. 28 4. The information and data shown in the Drawings with respect to utilities is 29 approximate and based on record information or on physical appurtenances 30 observed within the project limits. 31 5. Coordinate with the Owner(s)of underground facilities. 32 6. Immediately notify any utility owner of damages to underground facilities resulting 33 from construction activities. 34 7. Repair any damages resulting from the construction activities. 35 B. Notify the City immediately of any changed condition that impacts excavation and 36 installation of the proposed utility. 37 3.3 PREPARATION 38 A. Protection of In-Place Conditions 39 1. Pavement 40 a. Conduct activities in such a way that does not damage existing pavement that is 41 designated to remain. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 3305 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 20 1 a. Disturb the embedment located in the pipe zone or lower 2 b. Alter the pipe's line and grade after the Excavation Protection System is 3 removed 4 c. Compromise the compaction of the embedment located below the spring line of 5 the pipe and in the haunching 6 C. Water Control 7 1. Surface Water 8 a. Furnish all materials and equipment and perform all incidental work required to 9 direct surface water away from the excavation. 10 2. Ground Water 11 a. Furnish all materials and equipment to dewater ground water by a method 12 which preserves the undisturbed state of the subgrade soils. 13 b. Do not allow the pipe to be submerged within 24 hours after placement. 14 c. Do not allow water to flow over concrete until it has sufficiently cured. 15 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 16 Control Plan if any of the following conditions are encountered: 17 1) A Ground Water Control Plan is specifically required by the Contract 18 Documents 19 2) If in the sole judgment of the City, ground water is so severe that an 20 Engineered Ground Water Control Plan is required to protect the trench or 21 the installation of the pipe which may include: 22 a) Ground water levels in the trench are unable to be maintained below 23 the top of the bedding 24 b) A firm trench bottom cannot be maintained due to ground water 25 c) Ground water entering the excavation undermines the stability of the 26 excavation. 27 d) Ground water entering the excavation is transporting unacceptable 28 quantities of soils through the Excavation Safety System. 29 e. In the event that there is no bid item for a Ground Water Control and the City 30 requires an Engineered Ground Water Control Plan due to conditions 31 discovered at the site,the contractor will be eligible to submit a change order. 32 f. Control of ground water shall be considered subsidiary to the excavation when: 33 1) No Ground Water Control Plan is specifically identified and required in the 34 Contract Documents 35 g. Ground Water Control Plan installation, operation and maintenance 36 1) Furnish all materials and equipment necessary to implement, operate and 37 maintain the Ground Water Control Plan. 38 2) Once the excavation is complete,remove all ground water control 39 equipment not called to be incorporated into the work. 40 h. Water Disposal 41 1) Dispose of ground water in accordance with City policy or Ordinance. 42 2) Do not discharge ground water onto or across private property without 43 written permission. 44 3) Permission from the City is required prior to disposal into the Sanitary 45 Sewer. 46 4) Disposal shall not violate any Federal, State or local regulations. 47 D. Embedment and Pipe Placement 48 1. Water Lines less than, or equal to, 12 inches in diameter: CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 33 05 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 20 1 a. The entire embedment zone shall be of uniform material. 2 b. Utility sand shall be generally used for embedment. 3 c. If ground water is in sufficient quantity to cause sand to pump, then use 4 crushed rock as embedment. 5 1) If crushed rock is not specifically identified in the Contract Documents, 6 then crushed rock shall be paid by the pre-bid unit price. 7 d. Place evenly spread bedding material on a firm trench bottom. 8 e. Provide firm, uniform bedding. 9 £ Place pipe on the bedding in accordance with the alignment of the Drawings. 10 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 1 I proposed grade, unless specifically called for in the Drawings. 12 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 13 more than 12 inches, above the pipe. 14 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 15 the elevation of the valve nut. 16 j. Form all blocking against undisturbed trench wall to the dimensions in the 17 Drawings. 18 k. Compact embedment and initial backfill. 19 1. Place marker tape on top of the initial trench backfill in accordance with 20 Section 33 05 26. 21 2. Water Lines 16-inches through 24-inches in diameter: 22 a. The entire embedment zone shall be of uniform material. 23 b. Utility sand may be used for embedment when the excavated trench depth is 24 less than 15 feet deep. 25 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 26 trench depths 15 feet, or greater. 27 d. Crushed rock shall be used for embedment for steel pipe. 28 e. Provide trench geotextile fabric at any location where crushed rock or fine 29 crushed rock come into contact with utility sand 30 £ Place evenly spread bedding material on a firm trench bottom. 31 g. Provide firm, uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required not specifically identified in the 35 Contract Documents, then crushed rock shall be paid by the pre-bid unit 36 price. 37 h. Place pipe on the bedding according to the alignment shown on the Drawings. 38 i. The pipe line shall be within: 39 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 40 lines 41 j. Place and compact embedment material to adequately support haunches in 42 accordance with the pipe manufacturer's recommendations. 43 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 44 but not more than 12 inches, above the pipe. 45 1. Where gate valves are present, the initial backfill shall extend to up to the valve 46 nut. 47 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 48 ASTM D 698. 49 n. Density test may be performed by City to verify that the compaction of 50 embedment meets requirements. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 33 05 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 20 1 o. Place trench geotextile fabric on top of the initial backfill. 2 p. Place marker tape on top of the trench geotextile fabric in accordance with 3 Section 33 05 26. 4 3. Water Lines 30-inches and greater in diameter 5 a. The entire embedment zone shall be of uniform material. 6 b. Crushed rock shall be used for embedment. 7 c. Provide trench geotextile fabric at any location where crushed rock or fine 8 crushed rock come into contact with utility sand. 9 d. Place evenly spread bedding material on a firm trench bottom. 10 e. Provide firm,uniform bedding. 11 1) Additional bedding may be required if ground water is present in the 12 trench. 13 2) If additional crushed rock is required which is not specifically identified in 14 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 15 price. 16 f. Place pipe on the bedding according to the alignment shown on the Drawings. 17 g. The pipe line shall be within: 18 1) fl inch of the elevation on the Drawings for 30-inch and larger water lines 19 h. Place and compact embedment material to adequately support haunches in 20 accordance with the pipe manufacturer's recommendations. 21 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 22 not exceed the spring line prior to compaction. 23 j. Place remaining embedment, including initial backfill, to a minimum of 6 24 inches, but not more than 12 inches, above the pipe. 25 k. Where gate valves are present,the initial backfill shall extend to up to the valve 26 nut. 27 1. Compact the embedment and initial backfill to 95 98 percent Standard Proctor 28 ASTM D 698. 29 m. Density test may be performed by City to verify that the compaction of 30 embedment meets requirements. 31 n. Place trench geotextile fabric on top of the initial backfill. 32 o. Place marker tape on top of the trench geotextile fabric in accordance with 33 Section 33 05 26. 34 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 35 a. The entire embedment zone shall be of uniform material. 36 b. Crushed rock shall be used for embedment. 37 c. Place evenly spread bedding material on a firm trench bottom. 38 d. Spread bedding so that lines and grades are maintained and that there are no 39 sags in the sanitary sewer pipe line. 40 e. Provide firm, uniform bedding. 41 1) Additional bedding may be required if ground water is present in the 42 trench. 43 2) If additional crushed rock is required which is not specifically identified in 44 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 45 price. 46 f. Place pipe on the bedding according to the alignment shown in the Drawings. 47 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent 48 with the grade shown on the Drawings. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 3305 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of20 1 h. Place and compact embedment material to adequately support haunches in 2 accordance with the pipe manufacturer's recommendations. 3 1. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 4 exceed the spring line prior to compaction. 5 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 6 but not more than 12 inches, above the pipe. 7 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 8 ASTM D 698. 9 1. Density test may be performed by City to verify that the compaction of 10 embedment meets requirements. 11 m. Place trench geotextile fabric on top of the initial backfill. 12 n. Place marker tape on top of the trench geotextile fabric in accordance with 13 Section 33 05 26. 14 5. Storm Sewer(RCP) 15 a. The bedding and the pipe zone up to the spring line shall be of uniform 16 material. 17 b. Crushed rock shall be used for embedment up to the spring line. 18 c. The specified backfill material may be used above the spring line. 19 d. Place evenly spread bedding material on a firm trench bottom. 20 e. Spread bedding so that lines and grades are maintained and that there are no 21 sags in the storm sewer pipe line. 22 f Provide firm, uniform bedding. 23 1) Additional bedding may be required if ground water is present in the 24 trench. 25 2) If additional crushed rock is required which is not specifically identified in 26 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 27 price. 28 g. Place pipe on the bedding according to the alignment of the Drawings. 29 h. The pipe line shall be within±0.1 inches of the elevation, and be consistent 30 with the grade, shown on the Drawings. 31 i. Place embedment material up to the spring line. 32 1) Place embedment to ensure that adequate support is obtained in the haunch. 33 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 34 ASTM D 698. 35 k. Density test may be performed by City to verify that the compaction of 36 embedment meets requirements. 37 1. Place trench geotextile fabric on top of pipe and crushed rock. 38 6. Storm Sewer Reinforced Concrete Box 39 a. Crushed rock shall be used for bedding. 40 b. The pipe zone and the initial backfill shall be: 41 1) Crushed rock, or 42 2) Acceptable backfill material compacted to 95 percent Standard Proctor 43 density 44 c. Place evenly spread compacted bedding material on a firm trench bottom. 45 d. Spread bedding so that lines and grades are maintained and that there are no 46 sags in the storm sewer pipe line. 47 e. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 3305 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 20 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 f. Fill the annular space between multiple boxes with crushed rock, CLSM 5 according to 03 34 13. 6 g. Place pipe on the bedding according to the alignment of the Drawings. 7 h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the 8 grade, shown on the Drawings. 9 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 10 D698. 11 7. Water Services(Less than 2 Inches in Diameter) 12 a. The entire embedment zone shall be of uniform material. 13 b. Utility sand shall be generally used for embedment. 14 c. Place evenly spread bedding material on a firm trench bottom. 15 d. Provide firm,uniform bedding. 16 e. Place pipe on the bedding according to the alignment of the Plans. 17 f. Compact the initial backfill to 9-5 98 percent Standard Proctor ASTM D698. 18 8. Sanitary Sewer Services 19 a. The entire embedment zone shall be of uniform material. 20 b. Crushed rock shall be used for embedment. 21 c. Place evenly spread bedding material on a firm trench bottom. 22 d. Spread bedding so that lines and grades are maintained and that there are no 23 sags in the sanitary sewer pipe line. 24 e. Provide firm, uniform bedding. 25 1) Additional bedding may be required if ground water is present in the 26 trench. 27 2) If additional crushed rock is required which is not specifically identified in 28 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 29 price. 30 f. Place pipe on the bedding according to the alignment of the Drawings. 31 g. Place remaining embedment, including initial backfill, to a minimum of 6 32 inches,but not more than 12 inches, above the pipe. 33 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 34 i. Density test may be required to verify that the compaction meets the density 35 requirements. 36 E. Trench Backfill 37 1. At a minimum, place backfill in such a manner that the required in-place density 38 and moisture content is obtained, and so that there will be no damage to the surface, 39 pavement or structures due to any trench settlement or trench movement. 40 a. Meeting the requirement herein does not relieve the responsibility to damages 41 associated with the Work. 42 2. Backfill Material 43 a. Final backfill depth less than 15 feet 44 1) Backfill with: 45 a) Acceptable backfill material 46 b) Blended backfill material, or 47 c) Select backfill material, CSS,or CLSM when specifically required 48 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 20 1 1) Backfill depth from 0 to15 feet deep 2 a) Backfill with: 3 (1) Acceptable backfill material 4 (2) Blended backfill material, or 5 (3) Select backfill material, CSS,or CLSM when specifically required 6 2) Backfill depth from 15 feet and greater 7 a) Backfill with: 8 (1) Select Fill 9 (2) CSS, or 10 (3) CLSM when specifically required 11 c. Final Backfill depth 15 feet or greater: (not under pavement or future pavement) 12 1) Backfill with: 13 a) Acceptable backfill material, or 14 b) Blended backfill material 15 d. Backfill for service lines: 16 1) Backfill for water or sewer service lines shall be the same as the 17 requirement of the main that the service is connected to. 18 3. Required Compaction and Density 19 a. Final backfill (depths less than 15 feet/_under existing or future 20 pavemen t 21 1) Compact acceptable Backfill material, blended backfill material or select 22 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 23 moisture content within-2 to+5 percent of the optimum moisture. 24 2) CSS or CLSM requires no compaction. 25 b. Final backfill(depths less than 15 feet/under existing or future pavement) 26 1) Compact acceptable backfill material, blended backfill material or 27 select backfill to a minimum of 98 percent Standard Proctor per 28 ASTM D698 at moisture content within-2 to+5 percent of the 29 optimum moisture. 30 2) CSS or CLSM requires no compaction. 31 c. Final backfill(depths 15 feet and greater/under existing or future pavement) 32 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 33 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 34 moisture. 35 2) CSS or CLSM requires no compaction. 36 d. Final backfill(depths 15 feet and greater/not under existing or future pavement) 37 1) Compact acceptable backfill material blended backfill material, or select 38 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 39 moisture content within-2 to+5 percent of the optimum moisture. 40 4. Saturated Soils 41 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 42 optimum moisture content, the soils are considered saturated. 43 b. Flooding the trench or water jetting is strictly prohibited. 44 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 45 Appendix, Contractor shall proceed with Work following all backfill 46 procedures outlined in the Drawings for areas of soil saturation greater than 5 47 percent. 48 d. If saturated soils are encountered during Work but not identified in Drawings or 49 Geotechnical Report in the Appendix: CITY OF FORT WORTH Old Decatur Road and Marine Creek Pa*way STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 33 05 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 20 1 1) The Contractor shall: 2 a) Immediately notify the City. 3 b) Submit a Contract Claim for Extra Work associated with direction from 4 City. 5 2) The City shall: 6 a) Investigate soils and determine if Work can proceed in the identified 7 location. 8 b) Direct the Contractor of changed backfill procedures associated with 9 the saturated soils that may include: 10 (1) Imported backfill 11 (2) A site specific backfill design 12 5. Placement of Backfill 13 a. Use only compaction equipment specifically designed for compaction of a 14 particular soil type and within the space and depth limitation experienced in the 15 trench. 16 b. Flooding the trench or water setting is strictly prohibited. 17 c. Place in loose lifts not to exceed 12 inches. 18 d. Compact to specified densities. 19 e. Compact only on top of initial backfill, undisturbed trench or previously 20 compacted backfill. 21 f. Remove any loose materials due to the movement of any trench box or shoring 22 or due to sloughing of the trench wall. 23 g. Install appropriate tracking balls for water and sanitary sewer trenches in 24 accordance with Section 33 05 26. 25 6. Backfill Means and Methods Demonstration 26 a. Notify the City in writing with sufficient time for the City to obtain samples 27 and perform standard proctor test in accordance with ASTM D698. 28 b. The results of the standard proctor test must be received prior to beginning 29 excavation. 30 c. Upon commencing of backfill placement for the project the Contractor shall 31 demonstrate means and methods to obtain the required densities. 32 d. Demonstrate Means and Methods for compaction including: 33 1) Depth of lifts for backfill which shall not exceed 12 inches 34 2) Method of moisture control for excessively dry or wet backfill 35 3) Placement and moving trench box, if used 36 4) Compaction techniques in an open trench 37 5) Compaction techniques around structure 38 e. Provide a testing trench box to provide access to the recently backfilled 39 material. 40 f. The City will provide a qualified testing lab full time during this period to 41 randomly test density and moisture continent. 42 1) The testing lab will provide results as available on the job site. 43 7. Varying Ground Conditions 44 a. Notify the City of varying ground conditions and the need for additional 45 proctors. 46 b. Request additional proctors when soil conditions change. 47 c. The City may acquire additional proctors at its discretion. 48 d. Significant changes in soil conditions will require an additional Means and 49 Methods demonstration. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 3305 ]0-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 20 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. City will perform new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths, the proctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shall be in conformance with ASTM D2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place, move and remove testing trench protection as necessary to facilitate all 24 test conducted by the City. 25 d. For final backfill depths less than 15 feet and trenches of any depth not under 26 existing or future pavement: 27 1) The City will perform density testing twice per working day when 28 backfilling operations are being conducted. 29 2) The testing lab shall take a minimum of 3 density tests of the current lift in 30 the available trench. 31 e. For final backfill depths 15 feet and greater deep and under existing or future 32 pavement: 33 1) The City will perform density testing twice per working day when 34 backfilling operations are being conducted. 35 2) The testing lab shall take a minimum of 3 density tests of the current lift in 36 the available trench. 37 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 38 f. Make the excavation available for testing. 39 g. The City will determine the location of the test. 40 h. The City testing lab will provide results to Contractor and the City's Inspector 41 upon completion of the testing. 42 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 43 j. Test reports shall include: 44 1) Location of test by station number 45 2) Time and date of test 46 3) Depth of testing 47 4) Field moisture CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June I9,2013 City Project Number:02506 330510-20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 20 1 5) Dry density 2 6) Proctor identifier 3 7) Percent Proctor Density 4 3. Density of Embedment 5 a. Storm sewer boxes that are embedded with acceptable backfill material, 6 blended backfill material, cement modified backfill material or select material 7 will follow the same testing procedure as backfill. 8 b. The City may test fine crushed rock or crushed rock embedment in accordance 9 with ASTM D2922 or ASTM 1556. 10 B. Non-Conforming Work 11 1. All non-conforming work shall be removed and replaced. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION Revision Log DATE NAME SUN MRY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.41.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 20 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised June 19,2013 City Project Number:02506 330514-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Pagel of 8 1 SECTION 33 0514 2 ADJUSTING MANHOLES, INLETS,VALVE BOXES,AND OTHER STRUCTURES TO 3 GRADE 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets,valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. 1.2.A.I.c—Added item 11 for all required intermediate adiustments 11 2. 1.2.A.2.c—Added item 11 for all required intermediate adjustments 12 3. 1.2.A.3.c—Added item 11 for all required intermediate adjustments 13 4. 1.2.A.5.c—Added item 10 for all required intermediate adjustments 14 5. 1.2.A.6.c—Added item 10 for all required intermediate adjustments 15 6. 1.2.A.8.c—Added items 103 1, 12 and 13 to include the replacement of frame 16 and cover, traffic rated top slab, replacement of existing appurtenances where 17 indicated in the drawings,and all required intermediate adjustments for 18 existing structures. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 —General Requirements 23 3. Section 32 01 17—Permanent Asphalt paving Repair 24 4. Section 32 01 29—Concrete Paving Repair 25 5. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 26 6. Section 33 05 13—Frame, Cover and Grade Rings 27 7. Section 33 39 10—Cast-in-Place Concrete Manholes 28 8. Section 33 39 20—Precast Concrete Manholes 29 9. Section 33 12 20—Resilient Seated(Wedge)Gate Valve 30 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 31 11. Section 33 04 11 —Corrosion Control Test Station 32 12. Section 33 04 12—Magnesium Anode Cathodic Protection System 33 1.2 PRICE AND PAYMENT PROCEDURES 34 A. Measurement and Payment 35 1. Manhole—Minor Adjustment 36 a. Measurement 37 1) Measurement for this Item shall be per each adjustment using only grade 38 rings or other minor adjustment devices to raise or lower a manhole to a 39 grade as specified on the Drawings. CITY OF FORT WORTH Old Decatur Road and Marine Creek Partway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 330514-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 8 1 b. Payment 2 1) The work performed and the materials furnished in accordance with this 3 Item will be paid for at the unit price bid per each"Manhole Adjustment, 4 Minor"completed. 5 c. The price bid shall include: 6 1) Pavement removal 7 2) Excavation 8 3) Hauling 9 4) Disposal of excess material 10 5) Grade rings or other adjustment device 11 6) Reuse of the existing manhole frame and cover 12 7) Furnishing,placing and compaction of embedment and backfill 13 8) Concrete base material 14 9) Permanent asphalt patch or concrete paving repair,as required 15 10) Clean-up 16 11) All required intermediate adjustments 17 2. Manhole-Major Adjustment 18 a. Measurement 19 1) Measurement for this Item shall be per each adjustment requiring structural 20 modifications to raise or lower a manhole to a grade as specified on the 21 Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each"Manhole Adjustment, 25 Major"completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Structural modifications,grade rings or other adjustment device 32 6) Reuse of the existing manhole frame and cover 33 7) Furnishing,placing and compaction of embedment and backfill 34 8) Concrete base material 35 9) Permanent asphalt patch or concrete paving repair,as required 36 10) Clean-up 37 11)All required intermediate adjustments 38 3. Manhole-Major Adjustment with Frame and Cover 39 a. Measurement 40 1) Measurement for this Item shall be per each adjustment requiring structural 41 modifications to raise or lower a manhole to a grade specified on the 42 Drawings or structural modifications for a manhole requiring a new frame 43 and cover, often for changes to cover diameter. 44 b. Payment 45 1) The work performed and the materials furnished in accordance with this 46 Item will be paid for at the unit price bid per each"Manhole Adjustment, 47 Major w/Cover"completed, 48 c. The price bid shall include: 49 1) Pavement removal CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 33 05 14-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 8 1 2) Excavation 2 3) Hauling 3 4) Disposal of excess material 4 5) Structural modifications, grade rings or other adjustment device 5 6) Frame and cover 6 7) Furnishing, placing and compaction of embedment and backfill 7 8) Concrete base material 8 9) Permanent asphalt patch or concrete paving repair, as required 9 10) Clean-up 10 11) All required intermediate adjustments 11 4. Inlet 12 a. Measurement 13 1) Measurement for this Item shall be per each adjustment requiring structural 14 modifications to inlet to a grade specified on the Drawings. 15 b. Payment 16 1) The work performed and the materials furnished in accordance with this 17 Item will be paid for at the unit price bid per each "Inlet Adjustment" 18 completed. 19 c. The price bid shall include: 20 1) Pavement removal 21 2) Excavation 22 3) Hauling 23 4) Disposal of excess material 24 5) Structural modifications 25 6) Furnishing, placing and compaction of embedment and backfill 26 7) Concrete base material, as required 27 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 28 required 29 9) Clean-up 30 5. Valve Box 31 a. Measurement 32 1) Measurement for this Item shall be per each adjustment to a grade specified 33 on the Drawings. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item will be paid for at the unit price bid per each"Valve Box Adjustment" 37 completed. 38 c. The price bid shall include: 39 1) Pavement removal 40 2) Excavation 41 3) Hauling 42 4) Disposal of excess material 43 5) Adjustment device 44 6) Furnishing, placing and compaction of embedment and backfill 45 7) Concrete base material, as required 46 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 47 required 48 9) Clean-up 49 10) Ali required intermediate adjustments CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 3305 14-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 8 1 6. Cathodic Protection Test Station 2 a. Measurement 3 1) Measurement for this Item shall be per each adjustment to a grade specified 4 on the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item will be paid for at the unit price bid per each"Cathodic Protection 8 Test Station Adjustment"completed. 9 c. The price bid shall include: 10 1) Pavement removal 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess material 14 5) Adjustment device 15 6) Furnishing, placing and compaction of embedment and backfill 16 7) Concrete base material, as required 17 8) Surface restoration, permanent asphalt patch or concrete paving repair,as 18 required 19 9) Clean-up 20 10) All required intermediate adjustments 21 7. Fire Hydrant 22 a. Measurement 23 1) Measurement for this Item shall be per each adjustment requiring stem 24 extensions to meet a grade specified by the Drawings. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 28 Extension"completed. 29 c. The price bid shall include: 30 1) Pavement removal 31 2) Excavation 32 3) Hauling 33 4) Disposal of excess material 34 5) Adjustment materials 35 6) Furnishing, placing and compaction of embedment and backfill 36 7) Concrete base material, as required 37 8) Surface restoration,permanent asphalt patch or concrete paving repair, as 38 required 39 9) Clean-up 40 8. Miscellaneous Structure 41 a. Measurement 42 1) Measurement for this Item shall be per each adjustment requiring structural 43 modifications to said structure to a grade specified on the Drawings. 44 b. Payment 45 1) The work performed and the materials furnished in accordance with this 46 Item will be paid for at the unit price bid per each"Miscellaneous Structure 47 Adjustment"completed. 48 c. The price bid shall include: 49 1) Pavement removal CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 3305 14-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 8 1 2) Excavation 2 3) Hauling 3 4) Disposal of excess material 4 5) Structural modifications 5 6) Furnishing, placing and compaction of embedment and backfill 6 7) Concrete base material 7 8) Permanent asphalt patch or concrete paving repair,as required 8 9) Clean-up 9 10) Replacement hinged frame and cover 10 11) Replacement traffic rated top slab 11 12) Replacement of appurtenances as indicated in the drawings 12 13)All required intermediate adjustments 13 1.3 REFERENCES 14 A. Definitions 15 1. Minor Adjustment 16 a. Refers to a small elevation change performed on an existing manhole where the 17 existing frame and cover are reused. 18 2. Major Adjustment 19 a. Refers to a significant elevation change performed on an existing manhole 20 which requires structural modification or when a 24-inch ring is changed to a 21 30-inch ring. 22 B. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. Texas Commission on Environmental Quality(TCEQ): 27 a. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.55 —Manholes and 28 Related Structures. 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Old Decatur Road and Marine Creek Par vvay STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 330514-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 8 1 PART2- PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Cast-in-Place Concrete 5 1. See Section 03 30 00. 6 B. Modifications to Existing Concrete Structures 7 1. See Section 03 80 00. 8 C. Grade Rings 9 1. See Section 33 05 13. 10 D. Frame and Cover 11 1. See Section 33 05 13. 12 E. Backfill material 13 1. See Section 33 05 10. 14 F. Water valve box extension 15 1. See Section 33 12 20. 16 G. Corrosion Protection Test Station 17 1. See Section 33 04 11. 18 H. Cast-in-Place Concrete Manholes 19 1. See Section 33 39 10. 20 I. Precast Concrete Manholes 21 1. See Section 33 39 20. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION 27 A. Verification of Conditions 28 1. Examine existing structure to be adjusted, for damage or defects that may affect 29 grade adjustment. 30 a. Report issue to City for consideration before beginning adjustment. 31 3.3 PREPARATION 32 A. Grade Verification 33 1. On major adjustments confirm any grade change noted on Drawings is consistent 34 with field measurements. 35 a. If not, coordinate with City to verify final grade before beginning adjustment. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 3305 14-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 7 of 8 1 3.4 ADJUSTMENT 2 A. Manholes,Inlets, and Miscellaneous Structures 3 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 4 30-inch frame and cover assembly per TCEQ requirement. 5 2. On manhole major adjustments, inlets and miscellaneous structures protect the 6 bottom using wood forms shaped to fit so that no debris blocks the invert or the 7 inlet or outlet piping in during adjustments. 8 a. Do not use any more than a 2-piece bottom. 9 3. Do not extend chimney portion of the manhole beyond 24 inches. 10 4. Use the least number of grade rings necessary to meet required grade. 11 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 12 rings. 13 B. Valve Boxes 14 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 15 the Drawings. 16 C. Backfill and Grading 17 1. Backfill area of excavation surrounding each adjustment in accordance to Section 18 33 05 10. 19 D. Pavement Repair 20 1. If required pavement repair is to be performed in accordance with Section 32 01 17 21 or Section 32 0129. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Pay item added for a major manhole adjustment which reuses the existing 12/20/2012 D.Johnson frame and cover and a major adjustment requiring a new frame and cover;Added items to be included in price bids; Blue text added for clarification for miscellaneous CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 330514-8 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 8 of 8 structure adjustments 3.4—Pavement repair requirements were added 1 CITY OF FORT WORTH (-I'd Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised December 20,2012 City Project Number:02506 330521-1 TUNNEL LINER PLATE Page 1 of 1 SECTION 33 05 21 2 TUNNEL LINER PLATE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel 7 Liner Plate to be used for excavation support as installed By Other than Open Cut at 8 the locations shown on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. 2.2.C.1.b.7 11 2. emL 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 05 23 —Hand Tunneling 17 4. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 a. Measurement 21 1) Measured horizontally along the surface for the length of Tunnel Liner Plate 22 installed 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item and 25 measured as provided under"Measurement" will be paid for at the unit price 26 bid per linear foot of"Casing/Tunnel Liner Plate, By Other than Open Cut" 27 installed for: 28 a) Various Sizes 29 2) The work performed and materials furnished in accordance with this Item and 30 measured as provided under"Measurement" will be paid for at the unit price 31 bid per linear foot of"Tunnel Liner Plate, By Other than Open Cut" installed 32 for: 33 a) Various Sizes 34 c. The price bid shall include: 35 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 36 2) Mobilization 37 3) Launching shaft 38 4) Receiving shaft 39 5) Pavement removal 40 6) Excavation 41 7) Hauling 42 8) Disposal of excess material CITY OF FORT WORTH Northside 11 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 330521-2 TUNNEL LINER PLATE Page 2 of 5 1 9) Furnishing,placement, and compaction of backfill 2 10) Clean-up 31.3 REFERENCES 4 A. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. 8 2. American Association of State Highway and Transportation Officials(AASHTO) 9 a. LRFD, Bridge Design Manual, Section 12.13 10 b. M190,Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches. 11 3. American Society of Testing and Materials(ASTM): 12 a. A123, Standard Specification for Zinc(Hot-Dip Galvanized)Coating on Iron 13 and Steel Products. 14 b. A153, Standard Specification for Zinc Coating(Hot Dip)on Iron and Steel 15 Hardware. 16 c. A1011, Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, 17 Structural, High-Strength Low-Alloy and High-Strength Los-Alloy with 18 Improved Formability, and Ultra-High Strength. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery. 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 24 A. Product Data 25 1. Tunnel Liner Plate and fasteners 26 a. Material data 27 2. Exterior Coating 28 a. Material data 29 b. Field touch-up procedures 30 3. Grout Mix 31 a. Material data 32 B. Shop Drawings 33 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed 34 Engineer in the State of Texas. 35 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 36 3. Grout coupling location and spacing CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 33 05 21-3 TUNNEL LINER PLATE Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE,AND HANDLING 5 A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's 6 recommendations to protect coating systems. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 2.1 OWNER-FURNISHED [0R] OWNER-SUPPLIED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Manufacturers 13 1. Only the manufacturers as listed on the City's Standard Products List will be 14 considered as shown in Section 01 60 00, and/or as specified herein. 15 a. The manufacturer must comply with this Specification and related Sections. 16 b. Manufactured by Contech Construction Products, Inc., American Commercial 17 Inc., or approved equal. 18 2. Any product that is not listed on the Standard Products List is considered a 19 substitution and shall be submitted in accordance with Section 01 25 00. 20 B. Design Criteria 21 a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and 22 criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. 23 b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. 24 c. Allow a maximum deflection of 3 percent. 25 d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable 26 and shall be increased as necessary to obtain adequate joint strength, stiffness, 27 buckling strength and resistance to deflection. 28 C. Materials 29 1. Tunnel Liner Plate 30 a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets 31 conforming to the requirements of ASTM A1011. 32 1) Potable and Reclaimed Water carrier pipe 33 a) Galvanized 34 (1) Plate to be galvanized with zinc coating in accordance with 35 ASTM A123 with the following exception: 36 (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on 37 each side. 38 b) Coated 39 (1) Plate to be coated with a bituminous coating meeting the 40 performance requirements of AASHTO M 190 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 330521-4 TUNNEL LINER PLATE Page 4 of 5 1 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 2 inches, measured on crests of corrugations. 3 2) Sanitary Sewer carrier pipe 4 a) Galvanized 5 (1) Plate to be galvanized with zinc coating in accordance with ASTM 6 A123 with the following exception: 7 (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on g each side. 9 b. Tunnel Liner Plates and fasteners shall comply with the requirements of 10 AASHTO LRFD,Bridge Design Manual, Section 12.13. 11 1) Liner plates shall be punched for bolting on both longitudinal and 12 circumferential seams and fabricated to permit complete erection from the 13 inside of the tunnel. 14 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 15 3) Where groundwater is encountered gasketed liner plates shall be used. 16 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel 17 shall be interchangeable. 18 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be 19 allowed. 20 6) The material used for the construction of these plates shall be new, unused 21 and suitable for the purpose intended. 22 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: 23 2-Flanged Liner 4-Flanged Liner Tunnel Plate Thickness Plate Thickness Diameter (gauge) (gauge) inches Bury De the 8 feet—16 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 4-2 S 72 10 5 Greater than 72 Project Specific Project Specific Design Design 24 25 . 26 AASHTO Seefien 16! " WeAes", H20 leading angle ef 0 and 27 , 28 29 the liner- 30 2. Casing Insulators 31 a. Casing insulators shall be used for this project in accordance with 32 Section 33 05 24. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 330521-5 TUNNEL LINER PLATE Page 5 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 9 33 0523. 10 B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with 11 Section 33 05 24. 12 C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be perforated in 13 accordance with Section 33 05 23. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.3.A.3—AASHTO reference updated to current publication 26 CITY OF FORT WORTH Northside II 484nch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 33 0522-1 STEEL CASING PIPE Pagel of6 1 SECTION 33 05 22 2 STEEL CASING PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modified: l.3.A.3.b 11 2. Modified: 2.2.A.3 12 3. Modified: 2.2.C.1 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forins, and Conditions of the 15 Contract 16 2. Division 1 —General Requirements 17 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 18 4. Section 33 05 20—Auger Boring 19 5. Section 33 05 23 —Hand Tunneling 20 6. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Open Cut 24 a. Measurement 25 1) Measured horizontally along the surface for length of Steel Casing Pipe 26 installed 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement" will be paid for at the unit 30 price bid per linear foot of"Casing, By Open Cut" installed for: 31 a) Various Sizes 32 c. The price bid shall include: 33 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 34 2) Mobilization 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess material 39 7) Furnishing, placement, and compaction of embedment 40 8) Furnishing, placement, and compaction of backfill 41 9) Clean-up CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 330522-2 STEEL CASING PIPE Page 2 of 6 1 2. By Other than Open Cut 2 a. Measurement 3 1) Measured horizontally along the surface for length of Steel Casing Pipe 4 installed 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price bid per linear foot of"Casing/Tunnel Liner Plate, By Other than Open 9 Cut"installed for: 10 a) Various Sizes 11 2) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"will be paid for at the unit 13 price bid per linear foot of"Casing, By Other than Open Cuf' installed for: 14 a) Various Sizes 15 c. The price bid shall include: 16 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 17 2) Mobilization 18 3) Launching shaft 19 4) Receiving shaft 20 5) Pavement removal 21 6) Excavation 22 7) Hauling 23 8) Disposal of excess material 24 9) Furnishing,placement,and compaction of backfill 25 10) Clean-up 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. ASTM International(ASTM): 32 a. A139, Standard Specification for Electric-Fusion(Arc)-Welded Steel Pipe 33 (NPS Sizes 4 and Over). 34 3. American Water Works Association(AWWA): 35 a. G203,Geal Tar-Pr-eteefive Geatings md Linings fer-Steel Wa4er Pipelines 36 Enamel and Tape Het Applied. 37 a. C210.Liquid Epoxy Coating_Systems for the Interior and Exterior of Steel 38 Water Pipelines 39 1.4 ADIVIINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 0133 00. 42 B. All submittals shall be approved by the City prior to delivery. 43 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 44 A. Product Data CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 330522-3 STEEL CASING PIPE Page 3 of 6 1 1. Exterior Coating 2 a. Material data 3 b. Field touch-up procedures 4 2. Interior Coating 5 a. Material data 6 b. Field touch-up procedures 7 B. Shop Drawings 8 1. No shop drawings required for Auger Boring 9 2. For Tunneling, provide the following: 10 a. Furnish details for Steel Casing Pipe outlining the following: 11 1) Grout/lubrication ports 12 2) Joint details 13 3) Other miscellaneous items for furnishing and fabricating pipe 14 b. Submit calculations in a neat, legible format that is sealed by a Licensed 15 Professional Engineer in Texas, consistent with the information provided in the 16 geotechnical report, and includes: 17 1) Calculations confirming that pipe jacking capacity is adequate to resist the 18 anticipated jacking loads for each crossing with a minimum factor of safety of 19 2 20 2) Calculations confirming that pipe capacity is adequate to safely support all 21 other anticipated loads, including earth and groundwater pressures, surcharge 22 loads, and handling loads 23 3) Calculations confirming that jointing method will support all loading 24 conditions 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY,STORAGE,AND HANDLING 29 A. Delivery,Handling, and Storage 30 1. Prior to delivery of the pipe,end/internal bracing shall be furnished and installed, 31 as recommended by the manufacturer, for protection during shipping and storage. 32 2. Deliver, handle and store pipe in accordance with the Manufacturer's 33 recommendations to protect coating systems. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS 37 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 38 2.2 MATERIALS 39 A. Design Criteria CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 330522-4 STEEL CASING PIPE Page 4 of 6 1 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 2 exceeds the design requirements of this Specification and that is specifically 3 designed for installation by the intended trenchless method. 4 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: 5 a. Design of the casing pipe shall account for all installation and service loads 6 including: 7 1) Jacking loads 8 2) External groundwater and earth loads 9 3) Traffic loads 10 4) Practical consideration for handling, shipping and other construction 11 operations 12 5) Any other live or dead loads reasonably anticipated 13 b. Design shall be sealed and signed by a registered Professional Engineer 14 licensed in the State of Texas. 15 c. The allowable jacking capacity shall not exceed 50 percent of the minimum 16 steel yield stress. 17 3. Steel Casing Pipe shall have a minimum wall thickness as follows: 18 Casing Pipe Diameter Minimum Wall Thickness inches inches 14- 18 .3125 5/16 20-24 .375 (3/8) 26-32 .5 (1/2) 34-42 .625 (5/8) 44-48 .6875 11/16 Gfeatet 4 8 60-72 .8125 (13/16) 19 20 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 21 install the required carrier pipe with casing spacers as required in Section 33 05 24. 22 a. Allowable casing diameters are shown on the Drawings for each crossing. 23 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable 24 work areas. 25 6. Random segments of pipe will not be permitted for straight runs of casing. 26 a. Closing piece segments,however, shall be acceptable. 27 7. When required by installation method, provide grout/lubricant ports along the pipe 28 at intervals of 10 feet or less. 29 a. Ports and fittings shall be attached to the pipe in a manner that will not 30 materially affect the strength of the pipe nor interfere with installation of carrier 31 pipe. 32 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 33 capable of withstanding all external and internal pressures and loads without 34 leaking. 35 B. Materials 36 1. Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 330522-5 STEEL CASING PIPE Page 5 of6 1 2. Dimensional Tolerances 2 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 3 compatible with performance requirements and proposed installation methods 4 that meet or exceed the specific requirements below: 5 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 6 nominal wall thickness. 7 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 8 circumference, whichever is less. 9 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 10 diameter. 11 4) Roundness such that the difference between the major and minor outside 12 diameters shall not exceed 0.5 percent of the specified nominal outside 13 diameter or 1/4 inch, whichever is less. 14 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot 15 length. 16 3. All steel pipe shall have square ends. 17 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 18 a true plane perpendicular to the axis of the pipe and passing through the center 19 of the pipe at the end. 20 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 21 the outside to an angle of 35 degrees with a tolerance of±2'/2 degrees and with a 22 width of root face 1/16 inch f 1/32 inch. 23 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. 24 a. All girth weld seams shall be ground flush. 25 C. Finishes 26 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in 27 accordance with the requirements of AWWA 0203 C210. 28 a. Touch up after field welds shall provide coating equal to those specified above. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 37 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with 38 Section 33 05 10. 39 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 40 welding or an integral machine press-fit connection (Permalok or equal) prior to 41 installation of the pipe, depending on the type of carrier pipe. 42 2. Allowable joint types for each crossing are shown on the Drawings. CITY OF FORT WORTH Northside 11 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 330522-6 STEEL CASING PIPE Page 6 of 6 1 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 2 steel pipe is acceptable. 3 4. Integral machined press-fit connections shall be installed in accordance with the 4 manufacturer's installation procedures and recommendations. 5 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 6 Section 33 05 24. 7 C. Contact grouting of the annulus outside the casing pipe shall be performed in 8 accordance with Section 33 05 23 or Section 33 05 20. 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUNMARY OF CHANGE 12/20/2012 D.Johnson 2.2.A—Formatting modified to apply thickness requirements for all casing installation methods 21 CITY OF FORT WORTH Northside I148-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 33 11 13-1 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page I of 18 1 SECTION 33 1113 2 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type(Concrete Pressure 7 Pipe)24-inch through 72-inch for potable water applications in conformance with 8 AWWA C303 and AWWA M9 Concrete Pressure Pipe 9 B. Deviations from this City of Fort Worth Standard Specification. Additions are 10 underlined and deletions are strike-thru. 11 1. 1.1 A. 1. 12 2. 1.6 B. 4. 13 3. 1.6 B. 5 14 4. 1.6 C. 15 5. 1.9 A. 1. a. 16 6. 1.9 A. 1. c. 17 7. 1.9 C. 2. a. 18 8. 1.10 A. 4. d. iv. 19 9. 2.2 A. 3. 20 10. 2.2 A. 4. 21 11. 2.2 B. 7. a. 1)c) 22 12. 2.2 B. 10. a. 23 13. 2.2 C. 1. e. 8) 24 14. 2.2 C. 1. e. 12) 25 15. 2.2 C. 1. e. 13) 26 16. 2.2 C. 1. e. 14) 27 17. 2.2 C. 1. g. 28 18. 2.2 C. 2. c.l 29 19. 2.2 C. 2. c. 1. b 30 20. 2.2 C. 2. c. 1. c 31 21. 2.2 C. 2. c. 1. d 32 22. 2.2 C. 2. c. 1. E 33 23. 2.2 C. 7. 34 24. 3.4 B. 3. 35 25. 3.4 C. 1. e. 1) 36 26. 3.4 C. 2. a. 6) 37 27. 3.4 C. 4. a. 38 28. 3.7 A. 2. CITY OF FORT WORTH Northside 11 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-2 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 2 of 18 1 2 C. Related Specification Sections include,but are not necessarily limited to: 3 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 4 Contract 5 2. Division 1 —General Requirements 6 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 7 4. Section 33 04 10—Joint Bonding and Electrical Isolation 8 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 9 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfrll 10 7. Section 33 1105—Bolts,Nuts,and Gaskets 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Concrete Pressure Pipe 14 a. Measurement 15 1) Measured horizontally along the surface from center line to centerline of 16 the fitting or appurtenance 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under"Measurement"shall be paid for at the 20 unit price bid per linear foot for"Concrete AWWA C303 Pipe"installed 21 for: 22 a) Various sizes 23 b) Various types of backfill 24 c. The price bid shall include: 25 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by 26 the Drawings 27 2) Mobilization 28 3) Coating 29 4) Lining 30 5) Pavement removal 31 6) Excavation 32 7) Hauling 33 8) Disposal of excess material 34 9) Furnishing,placement, and compaction of embedment 35 10) Trench water stops 36 11) Joint restraint 37 12)Bolts and nuts 38 13) Welding 39 14) Gaskets, if allowed 40 15) Furnishing,placement, and compaction of backfill 41 16) Clean-up 42 17) Cleaning 43 18) Disinfection 44 19) Testing 45 2. Concrete Pressure Pipe Fittings 46 a. Measurement CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-3 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 3 of 18 1 1) Measurement for this Item shall be by lump sum. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 shall be paid for at the lump sum price bid for"C303 Fittings" installed for: 5 a) Various sizes 6 b) Various types of backfill 7 c. The price bid shall include: 8 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by 9 the Drawings 10 2) Mobilization 11 3) Coating 12 4) Lining 13 5) Pavement removal 14 6) Excavation 15 7) Hauling 16 8) Disposal of excess material 17 9) Furnishing, placement, and compaction of embedment 18 10) Trench water stops 19 1 1) Joint restraint 20 12) Bolts and nuts 21 13) Welding 22 14) Gaskets, if allowed 23 15) Furnishing, placement, and compaction of backfill 24 16) Clean-up 25 17) Cleaning 26 18) Disinfection 27 19) Testing 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. American Society of Mechanical Engineers (ASME): 34 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 35 3. American Society of Testing and Materials (ASTM): 36 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 37 b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI 38 Tensile Strength. 39 c. B 117, Standard Practice for Operating Salt Spray(Fog) Apparatus. 40 d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 41 Steel. 42 e. C33, Standard Specification for Concrete Aggregates. 43 f. C 144, Standard Specification for Aggregate for Masonry Mortar. 44 g. C150, Specification for Portland Cement. 45 h. C293, Standard Test Method for Flexural Strength of Concrete(Using Simple 46 Beam with Center-Point Loading). 47 1. C497, Methods of Testing Concrete Pipe. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-4 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 4 of 18 1 j. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used 2 With Concrete By Slant Shear. 3 k. C 1090, Standard Test Method for Measuring Changes in Height of Cylindrical 4 Specimens of Hydraulic-Cement Grout. 5 1. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 6 4. American Welding Society(AWS): 7 a. D1.1, Structural Welding Code- Steel. 8 5. American Water Works Association(AWWA): 9 a. C206,Field Welding of Steel Water Pipe. 10 b. C207,Steel Pipe Flanges for Waterworks Service- Sizes 4 IN through 144 IN. 11 c. C303, Concrete Pressure Pipe,Bar-Wrapped, Steel-Cylinder Type. 12 d. M9,Concrete Pressure Pipe. 13 6. American Water Works Association/American National Standards Institute 14 (AWWA/ANSI): 15 a. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 16 Fittings. 17 7. International Organization for Standardization(ISO). 18 8. National Sanitation Foundation(NSF): 19 a. NSF 61, Drinking Water System Components-Health Effects 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS 22 A. Submittals shall be in accordance with Section 0133 00. 23 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 24 specials. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Exterior Coating 28 a. Material data 29 b. Application recommendations 30 c. Field touch-up procedures 31 2. Joint Wrappers 32 a. Material data 33 b. Installation recommendations 34 3. Flexible Joint Couplings 35 a. Manufacturer 36 b. Model 37 4. Mixes 38 a. Mortar for interior joints and patches 39 b. Bonding agents for patches 40 5. Gaskets(if applicable) 41 B. Shop Drawings—Furnish for Concrete Pressure Pipe used in the potable water systems 42 including: CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-5 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 5 of 18 1 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 2 Texas including: 3 a. Internal pressure 4 1) Working Pressure 5 2) Test Pressure 6 3) Surge pressure 7 b. External pressure 8 1) Deflection 9 2) Buckling 10 c. Special physical loading such as supports or joint design 11 d. Thermal expansion and/or contraction, if applicable for the proposed 12 installation 13 2. Thrust restraint calculations for all fittings and valves including the restraint length 14 sealed by a Licensed Professional Engineer in Texas. 15 3. Fabrication and lay drawings showing a schematic location with profile and a 16 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 17 Texas and includes: 18 a. Pipe class 19 b. Joint types 20 c. Fittings 21 d. Thrust Restraint 22 e. Stationing(in accordance with the Drawings) 23 f. Transitions 24 g. Joint deflection 25 h. Outlet locations for welding, ventilation, and access 26 i. Welding requirements 27 4. Pipe within Casing 28 a. Provide drawings detailing how pipe is restrained to prevent floating within the 29 casing and built up mortar rings used for supports. 30 5. Contractor's proposed field welding procedure in accordance with AWWA C 206 31 and AWS D1.1 32 C. Certificates and Test Reports 33 a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 34 of this Section. 35 b. Certified test reports for factory welds of fittings from an independent certified 36 welding inspector not, employed by the pipe manufacturer. 37 c. Certified test reports for field welds from an independent certified welding 38 inspector, not employed by the pine manufacturer. 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE 42 A. Qualifications 43 1. Manufacturers 44 a. Shall be American Concrete Pressure Pipe Association(ACPPA)Quality 45 Program certified,I.S.O.9001 Quality Certification Program certified, or equal, 46 for Concrete Pressure Pipe and accessory manufacturing. CITY OF FORT WORTH Northside I148-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-6 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 6 of 18 1 b. Pipe manufacturing operations(pipe, lining, and coatings)shall be performed 2 under the control of the manufacturer. 3 c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years 4 successful experience manufacturing AWWA C303 pipe within the United 5 States of the particular type and size indicated. 6 1) This experience record will be thoroughly investigated by the Engineer, and 7 acceptance will be at the sole discretion of the Engineer and City. 8 2) Pipe manufacturing operations(pipe,fittings, lining, and coating)shall be 9 performed at 1 location, unless otherwise approved by the Engineer. 10 d. Pipe shall be manufactured in accordance with the latest revisions of 11 AWWA C303. 12 B. Certifications 13 1. Prior to shipment of the pipe,the Pipe Manufacturer shall submit the following: 14 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 15 complies with AWWA C303 and these Specifications 16 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer 17 c. Mill certificates, including chemical and physical test results for each heat of 18 steel 19 1) The manufacturer shall perform the tests described in AWWA C303,for all 20 pipe, fittings, and specials, except that the absorption test detailed in this 21 Specification shall supersede the requirements of the applicable portion of 22 AWWA C303. 23 d. Certified test reports for welder certification for factory and field welds in 24 accordance with AWWA C303, Section 5 25 e. Certified test reports for cement mortar tests 26 f. Certified test reports for steel cylinder tests 27 C. Hydrostatic Pressure Testing 28 1. Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C3O3 29 Section 4.6—Fabrication. 30 a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically tested 31 prior to application of lining or coating. 32 b. The internal test pressure shall be that which results in a fiber stress equal to 75 33 percent of the minimum yield strength of the steel used. 34 c. Each pipe cylinder tested shall be completely watertight under maximum test 35 pressure. 36 d. Test pressure shall be held for sufficient time to observe the weld seams. 37 e. Pipe manufacturer shall maintain a recording of the pressure gauge report and 38 provide to the Engineer. 39 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded 40 steel sheets or plates. 41 a. Fittings shall be tested in accordance with AWWA C303. All welds on fittinas 42 shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle 43 test. Air test shall be made by applying air to the weld at 10 pounds per square 44 inch pressure and checking for leaks around and through welds with soap 45 solution. In addition, 5 percent of welds on fittings shall be checked with x-ray 46 or ultrasonic testing by an independent certified welding inspector paid for by 47 the Pipe Manufacturer. 48 3. Factory Testing CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-7 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 7 of 18 1 a. Cement Mortar Coating-Absorption Test 2 1) A water absorption test shall be performed on samples of cured mortar 3 coating taken from each working shift. 4 a) The mortar coating samples shall have been cured in the same manner 5 as the pipe. 6 b) A test value shall consist of the average of a minimum of 3 samples 7 taken from the same working shift. 8 c) The test method shall be in accordance with ASTM C497, Method A. 9 d) The average absorption value for any test shall not exceed 9 percent 10 and no individual sample shall have an absorption exceeding 11 11 percent. 12 e) Tests for each working shift shall be performed on a daily basis until 13 conformance to the absorption requirements has been established by 10 14 consecutive passing test results, at which time testing may be 15 performed on a weekly basis for each working shift. 16 (1) Daily testing shall be resumed for each working shift with failing 17 absorption test results and shall be maintained until conformance to 18 the absorption requirements is re-established by 10 consecutive 19 passing test results. 20 D. Cement Mortar Lining 21 1. Shop-applied cement mortar linings shall be tested in accordance with AWWA 22 C3O3. 23 E. City Testing and Inspection 24 1. The City reserves the option to have an independent testing laboratory,at the City's 25 expense, inspect pipe and fittings at the pipe manufacturer's plant. 26 a. The City's testing laboratory and Engineer shall have free access to the 27 manufacturer's plant. 28 b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks prior to 29 pipe fabrication as to start of fabrication and fabricating schedule. The City 30 will then advise the manufacturer as to City's decision regarding tests to be 31 performed by an independent testing laboratory. 32 c. In the event the City elects to retain an independent testing laboratory to make 33 material tests and weld tests, it is the intent that the tests be limited to 1 spot 34 testing of each category unless the tests do not show compliance with the 35 standard. 36 1) If these tests do not show compliance,the City reserves the right to have 37 the laboratory make additional tests and observations. 38 2. The inspection and testing by the independent testing laboratory anticipates that 39 production of pipe shall be done over a normal period of time and without "slow 40 downs" or other abnormal delays. 41 a. In the event that an abnormal production time is required, and the City is 42 required to pay excessive costs for inspection, then the Contractor shall be 43 required to reimburse the City for such costs over and above those which would 44 have been incurred under a normal schedule of production as determined by the 45 Engineer. 46 F. Manufacturer's Technician for Pipe Installation 47 1. Pipe Manufacturer's Representative CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-8 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 8 of 18 1 a. During the construction period, the pipe manufacturer shall furnish the services 2 of a factory trained, qualified,job experienced technician to advise and instruct, 3 as necessary, in pipe laying and pipe jointing. 4 1) The technician shall assist and advise the Contractor in his pipe laying 5 operations and shall instruct construction personnel in proper joint 6 assembly and joint inspection procedures. 7 2) The technician is not required to be on-site full time;however,the 8 technician shall be regularly on-site during the first 2 weeks of pipe laying 9 and thereafter as requested by the Engineer, City or Contractor. 10 1.10 DELIVERY,STORAGE,AND HANDLING 11 A. Packing 12 1. Prepare pipe for shipment to: 13 a. Afford maximum protection from normal hazards of transportation 14 b. Allow pipe to reach project site in an undamaged condition 15 2. Pipe damaged in shipment shall not be delivered to the project site unless such 16 damaged pipe is properly repaired. 17 3. After the completed pipe and fittings have been removed from the final cure at 18 the manufacturing plant: 19 a. Protect pipe lining from drying by means of plastic end covers banded to the 20 pipe ends. 21 b. Maintain covers over the pipe ends at all times until ready to be installed. 22 c. Moisture shall be maintained inside the pipe by periodic addition of water as 23 necessary. 24 4. Pipes shall be carefully supported during shipment and storage. 25 a. Pipe, fittings and specials shall be separated so that they do not bear against 26 each other and the whole load shall be securely fastened to prevent 27 movement in transit. 28 b. Ship pipe on padded bunks with tie-down straps approximately over stulling. 29 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means 30 to protect the pipe from damage. 31 d. Each end and each length of pipe, fitting or special(42-inches and larger) 32 and the middle of each pipe joint shall be internally supported and braced 33 with stulls to maintain a true circular shape. 34 i. Internal stulls shall consist of timber or steel firmly wedged and secured 35 so that stulls remain in place during storage, shipment and installation. 36 ii. Pipe shall be rotated so that one Stull remains vertical during storage, 37 shipment and installation. 38 iii. At a minimum, stulls shall be placed at each end, each quarter point and 39 center. 40 iv. Stulls shall not be removed until nine is backfilled. 41 B. Delivery,Handling, and Storage 42 1. Once the first shipment of pipe has been delivered to the site,the Engineer and 43 the Contractor shall inspect the pipe's interior coating for excessive cracking. 44 a. If excessive cracking is found, exceeding the allowance in AWWA C303, 45 modify shipping procedures to reduce or eliminate cracking. 46 2. Deliver, handle and store pipe in accordance with the manufacturer's 47 recommendations to protect coating systems. 48 C. Marking for Identification 49 1. For each joint of pipe and each fitting,plainly mark on lend: CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-9 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 9 of 18 1 a. Class for which it is designated 2 b. Date of manufacturer 3 c. Identification number 4 d. Top centerlines shall be marked on all specials. 5 D. Point of Delivery 6 1. The Contractor is responsible for securing and maintaining a location to store the 7 material in accordance with Section 0166 00. 8 9 1.11 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [NOT USED] 12 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed in the City's Standard Products List will be 15 considered as shown in Section 0160 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 01 25 00. 19 3. Mortar lining shall be centrifugally cast to leave a smooth lining All rough spots 20 shall be around down with a rubbing stone or other approved method. 21 4. Mortar coating shall be dense, hard, with no cracks larger than hairline. 22 B. Materials 23 1. General 24 a. Pipe shall be manufactured in accordance with the latest revisions of 25 AWWA C303,AWWA M9, as well as the special requirements of this 26 Specification. 27 b. All pipe shall meet the requirements of NSF 61. 28 2. Cement 29 a. Cement for use in concrete and mortar shall be Type I or II Portland Cement. 30 3. Aggregates 31 a. Aggregates for concrete lining and coating shall conform to ASTM C33. 32 4. Sand 33 a. Sand used for inside and outside joints shall be of silica base, conforming to 34 ASTM C 144. 35 5. Special Coating(Mortar Rings) 36 a. Pipe to be installed in casing shall have 2 built-up mortar rings, each 37 approximately 2 feet long and slightly higher than the pipe bell,to prevent the 38 pipe from being supported by the pipe bell. 39 b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 40 6. Bushings, Couplings and Plugs 41 a. Where outlets or taps are threaded, furnish and install brass reducing bushings 42 in larger steel half couplings for the outlet size indicated. 43 b. Threaded plugs shall be brass. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ,2304 Revised December 20,2012 33 11 13-10 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 10 of 18 1 7. Mixes 2 a. Cement Mortar 3 1) Cement mortar used for pouring joints shall consist of- 4 a) 1 part Portland Cement 5 b) 2 parts clean, fine, sharp silica sand 6 c) Mixed with op table water 7 d) No manufactured sand shall be permitted. 8 e) Exterior joint mortar shall be mixed to the consistency of thick cream. 9 f) Interior joint mortar shall be mixed with as little water as possible so 10 that the mortar is very stiff, but workable. 11 g) Cement shall be ASTM C 150,Type I or Type II. 12 h) Sand shall conform to ASTM C144. 13 2) Cement mortar used for patching shall be mixed as per cement mortar for 14 inside joints. 15 8. Joint Wrappers 16 a. Joint wrappers shall be manufactured by Mar-Mac Manufacturing Company, or 17 approved equal. 18 b. For pipe within casing, Flex Protex joint filler, or approved equal, may be used 19 for pipes that can be welded from the interior. 20 9. Flexible Joint Couplings 21 a. Flexible Joint Couplings shall be Dresser Style 38, Smith-Blair Style 411 or 22 approved equal. 23 10. Pipe Ends 24 a. The standard pipe end shall include Carnegie steel joint ring and a continuous 25 solid rubber ring gasket as per AWWA M9. 26 11. Gaskets 27 1) Flange in accordance with AWWA C207. 28 2) Provide Gaskets in accordance with Section 33 1105. 29 12. Bolts and Nuts 30 a. Flanged Ends 31 1) Flange in accordance with AWWA C207. 32 2) Provide bolts and nuts in accordance with Section 33 1105. 33 13. Isolation Flanges 34 a. Flanges required by the drawings to be Isolation Flanges shall conform to 35 Section 33 04 10. 36 14. Flange Coatings 37 a. Flange Coatings in accordance with Section 33 1105. 38 15. Threaded Outlets 39 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 40 install brass bushings for the outlet size indicated. 41 16. Weld Lead Outlets(if applicable) 42 a. Use of threaded outlets for access for weld leads is permitted. 43 b. Additional outlet configurations shall be approved by the Engineer. 44 c. Outlets shall be welded after use. 45 17. Snap Rings 46 a. Snap rings shall be manufactured by Hanson, or approved equal. 47 C. Performance/Design Criteria CITY OF FORT WORTH Northside II 48 4nch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-11 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page i I of 18 1 1. Pipe Design 2 a. Pipe shall be designed, manufactured and tested in accordance with the latest 3 revisions of AWWA C303,AWWA M9, as well as the special requirements of 4 this Specification. 5 b. Sizes and pressure classes(working pressure) shall be as specified in the 6 Drawings. 7 c. For the purposes of pipe design,working pressure plus transient pressure shall 8 be as indicated below. 9 d. Pipe design shall be based on trench conditions and design pressure class 10 specified in the Drawings. 11 e. Pipe shall be designed according to the methods indicated in AWWA C303 and 12 AWWA M9 for trench construction, using the following parameters: 13 1) Unit Weight of Fill(w)= 130 pounds per cubic foot 14 2) Live Load=AASHTO H-20 truck for unpaved conditions 15 3) Live Load=Cooper E-80 loading for railroad crossings 16 4) Trench Depth=As indicated on Drawings 17 5) Coefficient K„=0.150 18 6) Trench Width(Bd) as indicated on Drawings 19 7) Bedding Conditions=as indicated on Drawings 20 8) Pressure Class= 150 psi min. working pressure, unless higher classes are 21 shown on drawings 22 9) Surge Allowance= 100 psi minimum 23 a) where: Total Pressure(including surge)= 150 psi+ 100 psi=250 psi. 24 10) Deflection Lag Factor= 1.0 25 11) Soil Reaction Modulus(E')< 1,000 26 12) Maximum calculated deflection, Dy=Dx=1% 27 13) Coefficient k=0.09 28 14) Maximum steel stress level at working L pressure equal 18,000 psi. 29 f. Trench depths indicated on Drawings shall be verified after existing utilities are 30 located. 31 1) Vertical alignment changes required because of existing utility or other 32 conflicts shall be accommodated by an appropriate change in pipe design 33 depth. 34 2) In no case shall pipe be installed deeper than its design allows. 35 g. Where the pipe requires additional external support to achieve the specified 36 maximum deflection, the Contractor and pipe supplier will be required to 37 furnish alternate methods for pipe embedment.No additional compensation will 38 be made to the Contractor by the Owner where this method is required. 39 2. Provisions for Thrust 40 a. Thrust at bends,tees or other fittings shall be resisted by restrained joints or 41 snap rings. 42 1) Thrust at bends adjacent to casing shall be restrained by welding joints 43 through the casing and a sufficient distance each side of the casing. 44 2) No thrust restraint contribution shall be allowed for pipe in casing unless 45 the annular space in the casing is filled with grout. 46 3) The distance for thrust restraint shown on the Drawings is the minimum 47 restraint and does not relieve the manufacturer from calculating the restraint 48 needs as specified herein. 49 a) In no case shall the restrained distance be less than indicated on the 50 Drawings. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 1 33 11 13-12 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 12 of 18 1 b. Restrained joints shall be used a sufficient distance from each side of the bend, 2 tee, plug or other fitting to resist thrust which develops at the design pressure of 3 the pipe. 4 1) The distance for thrust restraint shown on the Drawings is the minimum 5 restraint and does not relieve the manufacturer from calculating the restraint 6 needs as specified herein. 7 a) In no case shall the restrained distance be less than indicated on the 8 Drawings. 9 2) Restrained joints shall consist of welded joints or snap rings. 10 3) In areas where restrained joints are used for thrust restraint,the pipe shall 1 l have adequate cylinder thickness to transmit the thrust forces. 12 c. Thrust restraint design 13 1) The length of pipe with restrained joints to resist thrust forces shall be 14 verified by the pipe manufacturer in accordance with AWWA M9 and 15 TRDP program and the following: 16 a) The Weight of Earth(We)shall be calculated as the weight of the 17 projected soil prism above the pipe. 18 (1) Soil Density= 130 pounds per cubic foot(maximum value to be 19 used for unsaturated soil). 20 b) use soil type V IV 21 c) friction factor=0,2-S 0.35 in CSLM embedment or 0.25 in crushed rock 22 embedment. 23 d) thrust design pressure equal working pressure plus surge pressure 24 e) assume only few six feet of cover over the pipe in all cases. 25 d. Thrust collars will only be permitted for temporary plugs. 26 1) Thrust collars may not be used for any other application,unless approved in 27 writing by the Engineer. 28 3. Inside Diameter 29 a. The inside diameter, of the cement mortar lining shall be the nominal diameter 30 specified, unless otherwise indicated on the Drawings. 31 4. Joint Bonds,Insulated Connections and Flange Gaskets 32 a. Joint Bonds,Insulated Connection and Flange Gaskets shall be in accordance 33 with Section 33 04 10. 34 5. Bend Fittings 35 a. All bend fittings shall be long radius to permit passage of pipeline pigs. 36 6. Fittings with Flanges 37 1) Flanged joints shall be provided at connections to valves and where 38 indicated on the Drawings. 39 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 40 welds ground flush to accommodate the type of flanges provided. 41 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall 42 conform to the requirements of AWWA C207 and AWWA C206. 43 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 44 pipe class. 45 5) Flanges shall match the fittings or appurtenances which are to be attached. 46 6) Flanges shall be Class E with 275 psi working pressure in accordance with 47 AWWA C207 and in accordance with ASME B16.1 Class 125 for areas 48 designated with a 225 psi test pressure. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-13 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 13 of 18 1 7. Pipe fittings and specials shall be designed such that the maximum stress in the pipe 2 due to thrust loading will not exceed 18,000 psi. Bend fittings over 15 de gees,. 3 pipe with outlets 24-inch inches and larger, main line tees, and wyes shall have the 4 following minimum thickness: 5 1)36-inch diameter and smaller= 0.25-inches 6 2)37-inch to 60-inch diameter=0.375-inches 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3,2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 INSTALLATION 14 A. General 15 1. Install Concrete Pressure Pipe, fittings, specials and appurtenances as required for 16 the proper functioning of the completed pipe line. 17 2. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 18 AWWA M9,and in accordance with the pipe manufacturer's recommendations. 19 3. Lay pipe to the lines and grades show on the Drawings. 20 4. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 21 5. At the close of each operating day: 22 a. Keep the pipe clean and free of debris, dirt,animals and trash—during and after 23 the laying operation. 24 b. Effectively seal the open end of the pipe using a gasketed night cap. 25 6. If pipe is placed in casing,restrain pipe from floating as required in Article 1.6.B.4. 26 B. Pipe Handling 27 1. Haul and distribute pipe fittings at the project site and handle piping with care to 28 avoid damage. 29 2. Before lowering into the trench and inspect each joint of pipe and reject or repair 30 any damaged pipe. 31 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, 32 belts or other equipment designed to prevent damage to the coating or lining. 33 Chains will not be allowed. 34 4. The equipment shall be kept in such repair that its continued use is not injurious to 35 the coating. 36 5. The spacing of pipe supports required to handle the pipe shall be adequate to 37 prevent cracking or damage to the lining or coating. 38 C. Pipe Jointing 39 1. General CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-14 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 14 of 18 1 a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by 2 brushing and wiping. 3 b. If any damage to the protective coating on the metal has occurred, repair the 4 damage before laying the pipe. 5 c. Lubricate the gasket and the inside surface of the bell with an approved 6 lubricant(flax soap)which will facilitate the telescoping of the joint. 7 d. Tightly fit together sections of pipe and exercise care to secure true alignment 8 and grade. 9 e. When a joint of pipe is being laid, place the gasket on the spigot ring and enter 10 the spigot end of the pipe into the bell of the adjoining pipe and force into 11 position. 12 1) The inside joint space between ends of the pipe sections shall have an 13 opening within the tolerances as recommended by the pipe manufacturer. 14 Use joint spacers at all locations to prevent over-stabbing joints. 15 f. No "blocking up"of pipe or joints will be permitted, and if the pipe is not 16 uniformly supported or the joint not made up properly, remove the joint and 17 properly prepare the trench. 18 g. After joining, check the position of the gasket with a feeler gauge. 19 1) If the gasket is out of position, disassemble the joint and repeat the joint 20 laying procedure. 21 h. For interior welded joints, complete backfilling before welding. 22 i. For exterior field-welded joints,provide adequate working room under and 23 beside the pipe. 24 2. Exterior Joints 25 a. Make the exterior joint by placing a joint wrapper around the pipe and secure in 26 place with 2 metal straps. 27 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 28 inches wide for smaller pipe, hemmed on each side. 29 2) The wrapper shall be fiberglass reinforced or burlap cloth,with lengths 30 encircling the pipe, leaving enough opening between ends to allow the 31 mortar to be poured inside the wrapper into the joint. 32 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has 33 flowed entirely around the pipe. 34 4) During the filling of the joint, pat or manipulate the sides of the wrapper to 35 settle the mortar and expel any entrapped air. 36 5) Leave wrappers in place undisturbed until the mortar has set-up. 37 6) Do not embed or backf ll over pipe for a minimum of two hours to allow 38 mortar to set up. At the start of the project, excavate two joints of pie to 39 verify mortar does not have shrinkage cracks. 40 3. Interior Joints 41 a. Upon completion of backfilling of the pipe trench, fill the inside joint recess 42 with a stiff cement mortar/high-strength grout. 43 b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in 44 the joint and moisten the concrete surfaces of the joint space by spraying or 45 brushing with a wet brush. 46 c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to 47 insure that no voids remain in the joint space. 48 d. After the joint has been filled, level the surfaces of the joint mortar/grout with 49 the interior surfaces of the pipe with a steel trowel so that the surface is smooth. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-15 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 15 of 18 1 e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell 2 buttered with grout, prior to inserting the spigot, such that when the spigot is 3 pushed into position it will extrude surplus grout from the joint. 4 1) The surplus grout shall be struck off flush with the inside of the pipe by 5 pulling a filled burlap bag or an inflated ball through the pipe with a rope. 6 4. Welded Joints 7 a. Weld joints in accordance with the AWWA M9 and AWWA C2O6. 8 1) Contractor shall provide adequate ventilation for welders and for the City to 9 observe welds. 10 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet 11 welds. 12 b. Adequate provisions for reducing temperature stresses shall be the 13 responsibility of the Contractor. 14 c. Before welding: 15 1) Thoroughly clean pipe ends. 16 2) Weld pipe by machine or by the manual shielded electric arc process. 17 d. Welding shall be performed so as not to damage lining or coating. 18 e. Furnish labor, equipment, tools and supplies, including shielded type welding 19 rod. 20 1) Protect welding rod from any deterioration prior to its use. 21 2) If any portion of a box or carton is damaged, reject the entire box or carton. 22 f. In all hand welding: 23 1) The metal shall be deposited in successive layers. 24 2) Not more than 1/8 inch of metal shall be deposited in each pass. 25 3) Each pass except the final 1, whether in butt or fillet welds, shall be 26 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 27 dirt, slag or flux before the succeeding bead is applied. 28 4) Each pass shall be thoroughly fused into the plates at each side of the 29 welding groove or fillet and shall not be permitted to pile up in the center of 30 the weld. 31 5) Undercutting along the side shall not be permitted. 32 g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, 33 undercutting and/or any other defects. 34 h. If the ends of the pipe are laminated, split or damaged to the extent that 35 satisfactory welding contact cannot be obtained, remove the pipe from the line. 36 1. Furnish each welder employed with a steel stencil for marking the welds so that 37 the work of each welder may be identified. 38 1) Have each welder stencil the pipe adjacent to the weld with the stencil 39 assigned to him. 40 a) In the event any welder leaves the job, his stencil shall be voided and 41 not duplicated if another welder is employed. 42 j. Welders 43 1) Each welder employed by the Contractor shall be required to satisfactorily 44 pass a welding test in accordance with AWWA C206 before being allowed 45 to weld on the line. 46 2) After each welder has qualified in the preliminary tests referred to above, 47 inspections shall be made of joints in the line. 48 a) The inspection will be done by a Certified Welding Inspector retained 49 by the City. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-16 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 16 of 18 1 3) Any welder making defective welds shall not be allowed to continue to 2 weld. 3 k. Weld Testing 4 1) Dye penetrant tests in accordance with ASTM E 165, or magnetic particle 5 test in accordance with AWWA C206 and set forth in AWS D.1.1., shall be 6 performed by the Contractor under the supervision and inspection of the 7 City's Representative or an independent testing laboratory, on all full 8 welded joints. 9 a) Welds that are defective will be replaced or repaired, whichever is 10 deemed necessary by the Engineer, at the Contractor's expense. 1 I b) If the Contractor disagrees with the Engineer's interpretation of welding 12 tests, test sections may be cut from the joint for physical testing. The 13 Contractor shall bear the expense of repairing the joint, regardless of 14 the results of physical testing. 15 (1) The procedure for repairing the joint shall be approved by the 16 Engineer before proceeding. 17 5. Protection of Exposed Metal 18 a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement 19 mortar as previously specified for inside joints, unless otherwise specified in 20 the Drawings. 21 b. Exposed large flat surfaces such as flanges,bolts, caulked joints,threaded 22 outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. 23 c. Thoroughly clean and wet the surface receiving a cement mortar coating with 24 water just prior to placing the cement mortar coating. 25 d. After placing,take care to prevent cement mortar from drying out too rapidly 26 by covering with damp earth or burlap. 27 e. Cement mortar coating shall not be applied during freezing weather. 28 6. Patching 29 a. Excessive field-patching of lining or coating shall not be permitted. 30 b. Patching of lining or coating will be allowed where area to be repaired does not 31 exceed 100 square inches and has no dimensions greater than 12 inches. 32 c. In general,there shall not be more than 1 patch on either the lining or the 33 coating of any 1 joint of pipe. 34 d. Wherever necessary to patch the pipe,make patch with cement mortar as 35 previously specified for interior joints. 36 e. Do not install patched pipe until the patch has been properly and adequately 37 cured and approved for laying by the City. 38 f. Promptly remove rejected pipe from the site. 39 3.5 REPAIR/RESTORATION [NOT USED] 40 3.6 RE-INSTALLATION [NOT USED] 41 3.7 FIELD QUALITY CONTROL 42 A. Field[oR] Site Tests and Inspections 43 1. Cleaning and Testing 44 a. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water 45 mains 46 1) Clean, flush,pig,disinfect,hydrostatic test and bacteriological test the 47 water main as specified in Section 33 04 40. CITY OF FORT WORTH Northside II 484nch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-17 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 17 of 18 1 2. Deflection Testing 2 a. Prior to hydrostatic testing the City's inspector and Contractor shall perform 3 deflection testing at a minimum rate of 2 measurement for ever pipe joint 4 b. City mU reject any areas not meeting the deflection requirements of this 5 Specification. 6 c. The Contractor shall complete internal welding of joints, welding inspections 7 and grout of the inside joints prior to measuring deflection. The welding 8 inspections shall be done by an independent CWI as described in Section 0145 9 23 "Testing and Inspection Services". 10 d. Deflection measurements shall be made by the City's inspector and Contractor. 11 1) Welds that are defective will be replaced or repaired, whichever is deemed 12 necessaryby the Engineer, at the Contractor's expense. 13 2) Method for taking measurements shall be agreed to by the Owner and 14 Engineer in writing prior to installing the first joint of pipe. 15 3) Measurements shall be recorded by the Contractor. 16 4) The deflection measurements shall be made no sooner than 5 days and no 17 later than 21 days after backfilling gperations are complete. 18 e. Deflection shall be determined with vertical measurements taken at the 19 locations indicated below. Locations where vertical measurements are taken 20 shall be clearly marked on the interior of the pipe. 21 1) For pipe joints 36 feet in length or less, vertical measurements shall be 22 taken at two locations, 1/4-distance from each pipe end. 23 2) For pipe joints longer than 36 feet, vertical measurements shall be taken at 24 3 locations including 1/4-distance from each pipe end and at the pipe 25 midpoint. 26 f. Correction of Pipe Not Complying with Deflection Requirements 27 1) If the average joint deflection of a single joint or angle measurement 28 fails to meet specifications, the entire joint shall be reworked in accordance 29 with the manufacturer's recommendations and as directed by the Owner at 30 no additional cost to the Owner. This may include uncovering the pipe,re- 31 compaction of the pipe bedding, and repair of the coating. It is the 32 Contractor's responsibility to continuously measure and calculate pipe 33 deflection to verify it meets specification. 34 2) All costs associated with measuring for pipe deflection and any repairs or 35 rework associated with meeting these requirements shall be borne by the 36 Contractor. 37 g. Pipe Deflection Reports 38 1) A monthly report shall be submitted as Record Data showing allowable 39 deflection and 1.5 times allowable deflection and the deflection 40 measurements and calculated average deflection for each location measured 41 per joint for each joint of pipe 42 2) It is the responsibility of the Contractor to verify that the nominal pipe 43 diameter meets specifications at all measured locations. Contractor shall 44 coordinate pipe replacement with the pipe manufacturer for any pipe not 45 meeting the he specified internal diameter. 46 h. Average allowable pipe deflection shall not exceed 1.0%. In no case shall 47 individual measurements exceed 1.5%. These measurements include the 48 allowable tolerance for lining thickness variation. Additionally_spots or 49 pipe with damaged lining shall be repaired. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 13-18 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 18 of 18 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d.—Size revision for stull requirement 12/20/2012 D.Johnson 2,2.13.10, 11, 12 and 13—Added reference to Sections 33 1105 and 33 04 10; removed material specifications for bolts,nuts and gaskets 10 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2304 Revised December 20,2012 33 11 14-1 BURIED STEEL PIPE AND FITTINGS Pagel of 32 1 SECTION 33 1114 2 BURIED STEEL PIPE AND FITTINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for potable water applications 7 B. Deviations from this City of Fort Worth Standard Specification. Additions are 8 underlined and deletions are strike-thru. 9 1. 1.3 A. 2. 10 2. 1.3 A. 4. a. 11 3. 1.3 A. 4. n. 12 4. 1.3 A. 4. o. 13 5. 1.3 A. 5. a. 14 6. 1.3 A. 6. 15 7. 1.3 A. 7.j. 16 8. 1.3 A. 7. k. 17 9. 1.3 A. 13. e. 18 10. 1.3 A. 13. f. 19 11. 1.3 A. 14. 20 12. 1.6 A. 1. a. 21 13. 1.6 B. 3. 1. 22 14. 1.6 B. 4. 23 15. 1.6 C. 1. h. 24 16. 1.6 C. 1. i. 25 17. 1.9 A. 1. a. 26 18. 1.9 A. 1. d. 27 19. 1.9 A. 1. f. 28 20. 1.9 A. 1. g. 29 21. 1.10 A. 4. d. 4) 30 22. 1.10 B. 1. 31 23. 2.2 B. 2. a. 1) 32 24. 2.2 B. 2. a. 1)d. 33 25. 2.2 B. 2.a. 1) f. 34 26. 2.2 B. 2. a. 1)g. 35 27. 2.2 B. 2. a. 1)h. 36 28. 2.2 B. 2. a. 1)k. 37 29. 2.2 B. 2.a. 1) 1. 38 30. 2.2 B. 2. a. 1)m. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 32 1 31. 2.2 B.2.a. 1)n. 2 32. 2.2 B.2.b. 1) 3 33. 2.2 B. 3. 4 34. 2.2 B. 4. 1) 5 35. 2.2 B. 7.e. 6 36. 2.2 B. 8.b. 7 37. 2.2 B. 10. c 8 38. 2.2 B. 11.a. 1) 9 39. 2.2 B. 11.a. 4) 10 40. 2.2 B. 12.b. 11 41. 2.2 B. 12. c. 12 42. 2.2 B. 12. d. 13 43. 2.2 B. 13. 14 44. 2.2 C. 1.b. 15 45. 2.2 C. 1.e. 16 46. 2.2 C. 2.d. 17 47. 2.2 C. 4. c. 2) 18 48. 2.2 C. 4.e. 19 49. 2.2 C. 6.b. 20 50. 2.2 C. 8.a. 21 51. 2.2 C. 9.c. 22 52. 2.2 C. 9.d. 1) 23 53. 2.2 C. 10. b. 24 54. 2.2 C. 11. 25 55. 2.2 C. 12. 26 56. 2.4 B. 1. 27 57. 2.4 B.2.b. 1) 28 58. 2.4 B.2.b. 2) 29 59. 2.4 D. 2. c. 30 60. 2.4 D. 3. 31 61. 3.4 A. 1. 32 62. 3.4 A. 5. 33 63. 3.4 B. 2. 34 64. 3.4 C. 3. 35 65. 3.4 D. 1. d. 36 66. 3.4 D. 2. a. 3) 37 67. 3.4 E. 6. 38 68. 3.4 F.2. 39 69. 3.4 G. 1. a. 4) 40 70. 3.4 G. 1. c. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 32 1 71. 3.4 G. 1. d. 2 72. 3.4 G. 2. 3 73. 3.5 A. 1. 4 74. 3.5 C. 5 75. 3.7 A. 3. 6 C. Related Specification Sections include, but are not necessarily limited to: 7 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 8 Contract 9 2. Division 1 —General Requirements 10 3. Section 33 01 31 —Closed Circuit Television(CCTV)Inspection 11 4. Section 33 04 10—Joint Bonding and Electrical Isolation 12 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 13 6. Section 33 05 10—Utility Trench Excavation, Embedment, and Backfill 14 7. Section 33 11 05—Bolts,Nuts, and Gaskets 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Buried Steel Pipe 18 a. Measurement 19 1) Measured horizontally along the surface from center line to center line of 20 the fitting or appurtenance 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per linear foot of"Steel AWWA C200 Pipe" installed for: 25 a) Various sizes 26 b) Various type of backfill 27 c. The price bid shall include: 28 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 29 Drawings 30 2) Mobilization 31 3) Coating 32 4) Lining 33 5) Pavement removal 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Furnishing, placement and compaction of embedment 38 10) Thrust restraint 39 11) Bolts and nuts 40 12) Welding 41 13) Gaskets 42 14) Furnishing, placement and compaction of backfill 43 15) Trench water stops 44 16) Clean-up 45 17) Cleaning CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 32 1 18) Disinfection 2 19) Testing 3 2. Buried Steel Pipe Fittings 4 a. Measurement 5 1) Measurement for this Item shall be by lump sum. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under"Measurement"will be paid for at the 9 lump sum price bid for"Steel Fittings". 10 c. The price bid shall include: 11 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 12 Drawings 13 2) Mobilization 14 3) Coating 15 4) Lining 16 5) Pavement removal 17 6) Excavation 18 7) Hauling 19 8) Disposal of excess material 20 9) Furnishing, placement and compaction of embedment 21 10) Thrust restraint 22 11) Bolts and nuts 23 12) Welding 24 13) Gaskets 25 14) Furnishing,placement and compaction of backfill 26 15) Trench water stops 27 16) Clean-up 28 17) Cleaning 29 18) Disinfection 30 19) Testing 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. American Association of State Highway and 37 Transportation Officials(AASHTO). 38 3. American Society of Mechanical Engineers(ASME): 39 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 40 4. ANSI International(ASTM): 41 a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PD1 PSI 42 Tensile Strength. 43 b. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 44 c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 45 Steel. 46 d. C33, Standard Specifications for Concrete Aggregates. 47 e. C 144, Standard Specification for Aggregate for Masonry Mortar. 48 £ C 150, Standard Specification for Portland Cement.. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-5 BURIED STEEL PIPE AND FITTINGS Page 5 of 32 1 g. C216, Standard Specification for Facing Brick(Solid Masonry Units Made 2 from Clay or Shale). 3 h. D16, Standard Terminology for Paint, Related Coatings, Materials, and 4 Applications. 5 i. D242, Standard Specification for Mineral Filler for Bituminous Paving 6 Mixtures. 7 j. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 8 Coatings. 9 k. D2240, Standard Test Method for Rubber Prop erty-Durom eter Hardness. 10 1. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable 11 Adhesion Testers. 12 m. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 13 n. ASTM E 709 Practice for Magnetic Particle 14 o. ASTM E1444 Guide for Magnetic Particle Examination 15 5. American Welding Society(AWS) 16 a. 131.1, Structure Welding Code- Steel. 17 6. D1Tfitraeture Welding Code Teel. 18 7. American Water Works Association(AWWA): 19 a. C200, Steel Water Pipe- 6 Inches and Larger. 20 b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 In 21 and Larger Shop-Applied. 22 c. C206, Field Welding of Steel Water Pipe. 23 d. C207, Steel Pipe Flanges for Waterworks Service- Sizes 4 IN through 144 IN 24 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 25 f. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel 26 Water Pipelines. 27 g. C216, Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of 28 Special Sections, Connections, and Fittings for Steel Water Pipelines 29 h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe 30 and Fittings 31 i. M 11, Steel Pipe-A Guide for Design and Installation. 32 j. C217, Petrolatum and Petroleum Wax Tape Coating for the Exterior of Special 33 Sections, Connections, and Fittings for Steel Water Pipelines 34 k. C604, Installation of Steel Water Pipe 35 8. American Water Works Association/American National Standards Institute 36 (AWWA/ANSI): 37 a. CI I I/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 38 Fittings. 39 9. International Organization for Standardization(ISO). 40 10. NACE International(MACE): 41 a. SP0188, Discontinuity(Holiday)Testing of New Protective Coatings on 42 Conductive Substrates. 43 11. NSF International (NSF): 44 a. 61, Drinking Water System Components - Health Effects. 45 12. Spray Polyurethane Foam Alliance(SPFA). 46 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers 47 (MACE) 48 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 32 1 b. SP 1, Solvent Cleaning. 2 c. SP 2,Hand Tool Cleaning. 3 d. SP 3,Power Tool Cleaning. 4 e. SP I O/NACE No. 2,Near-White Blast Cleaning. 5 f. SP 5 White Metal Abrasive Blast 6 7 e Neaf NVhite Blast G! 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS 11 A. Submittals shall be in accordance with Section 0133 00. 12 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 13 specials. 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 15 A. Product Data 16 1. Exterior Coating 17 a. Material data per 2.2 B. 2 or 2.2 B.3. 18 b. Application recommendations 19 c. Field touch-up procedures 20 2. Heat Shrink Sleeves, if applicable 21 a. Material data 22 b. Installation recommendations 23 3. Joint Wrappers, if applicable 24 a. Material data 25 b. Installation recommendations 26 4. Mixes 27 a. Mortar for interior joints and patches 28 b. Bonding agents for patches 29 5. Gaskets 30 B. Shop Drawings 31 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 32 Texas including: 33 a. Internal pressure 34 1) Maximum design pressure 35 2) Surge pressure 36 b. External pressure 37 1) Deflection 38 2) Buckling 39 3) Extreme loading conditions 40 c. Special physical loading such as supports or joint design 41 d. Thermal expansion and/or contraction 42 2. Thrust restraint calculations for all fittings and valves including the restraint length 43 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 44 shown in the Drawings. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-7 BURIED STEEL PIPE AND FITTINGS Page 7 of 32 1 3. Fabrication and lay drawings showing a schematic location with profile and a 2 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 3 Texas and includes: 4 a. Pipe class 5 b. Joint types 6 c. Fittings 7 d. Outlets 8 e. Thrust Restraint 9 f. Stationing(in accordance with the Drawings) 10 g. Transitions 11 h. Joint deflection 12 i. Interior lining 13 j. Outlet locations for welding, ventilation, and access 14 k. Welding requirements and provisions for thermal stress control 15 1. Contractor's proposed field welding procedure in accordance with AWWA 16 C206 and AWS D1.1. 17 4. Polyurethane coating and heat shrink sleeve catalog sheets and technical 18 information. 19 C. Certificates and Test Reports 20 1. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: 21 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 22 complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 23 and these Specifications. 24 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 25 c. Mill certificates, including chemical and physical test results for each heat of 26 steel. 27 d. A Certified Test Report from the polyurethane coating manufacturer indicating 28 that the coatings were applied in accordance with manufacturer's requirements 29 and in accordance with this Specification. 30 e. Certified test reports for welder certification for factory and field welds in 31 accordance with AWWA C200, Section 4.11. 32 f. Certified test reports for cement mortar tests. 33 g. Certified test reports for steel cylinder tests. 34 h. Certified test reports for factory welds of fittings from an independent certified 35 welding inspector, not employ by the pipe manufacturer. 36 i. Certified test report for field welds from an independent certified welding 37 inspector, not employed by the pipe manufacturer. 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE 41 A. Qualifications 42 1. Manufacturers 43 a. Shall be certified under S.P.F.A. or I.S.O. 9001 quality certification program 44 for steel pipe and accessory manufacturing 45 b. Finished pipe shall be the product of 1 manufacturer. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-8 BURIED STEEL PIPE AND FITTINGS Page 8 of 32 1 c. Pipe manufacturing operations(pipe, lining and coatings) shall be performed 2 under the control of the manufacturer. 3 d. The pipe manufacturer shall not have less than 5 years successful experience 4 manufacturing pipe including,the lining and coating, within the United States to 5 AWWA standards of the particular type and size indicated or demonstrate an 6 experience record that is satisfactory to the Engineer and City. 7 1) This experience record will be thoroughly investigated by the Engineer, and 8 acceptance will be at the sole discretion of the Engineer and City. 9 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be 10 performed at 1 location, unless otherwise approved by the Engineer. 11 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, 12 AWWA C205,AWWA C210 and AWWA C222. 13 £ All pipe shall be new and not supplied from inventor. 14 g. All pipe and fittings shall not be shipped over salt waterway 15 h. All mortar coated steel pipe and fittings shall not be shipped via rail. 16 1.10 DELIVERY,STORAGE,AND HANDLING 17 A. Packing 18 1. Prepare pipe for shipment to: 19 a. Afford maximum protection from normal hazard of transportation 20 b. Allow pipe to reach project site in an undamaged condition 21 2. Pipe damaged in shipment shall not be delivered to the project site unless such 22 damaged pipe is properly repaired. 23 3. After the completed pipe and fittings have been removed from the final cure at the 24 manufacturing plant: 25 a. Protect pipe lining from drying by means of plastic end covers banded to the 26 pipe ends. 27 b. Maintain covers over the pipe ends at all times until ready to be installed. 28 c. Moisture shall be maintained inside the pipe by periodic addition of water, as 29 necessary. 30 d. Mortar coating shall be intermittently prg3A with water per AWWA C205. 31 4. Pipes shall be carefully supported during shipment and storage. 32 a. Pipe, fittings and specials shall be separated so that they do not bear against 33 each other and the whole load shall be securely fastened to prevent movement 34 in transit. 35 b. Ship pipe on padded bunks with tie-down straps approximately over stul ling. 36 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to 37 protect the pipe from damage. 38 d. Each end of each length of pipe, fitting or special and the middle of each pipe 39 joint shall be internally supported and braced with stulls to maintain a true 40 circular shape. 41 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 42 that stulls remain in place during storage, shipment and installation. 43 2) Pipe shall be rotated so that 1 stull remains vertical during storage, 44 shipment and installation. 45 3) At a minimum, stulls shall be placed at each end and center. 46 a) Additional stulls may be required depending upon the length of the 47 joints and pipe design. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-9 BURIED STEEL PIPE AND FITTINGS Page 9 of 32 1 4) Stulls shall not be removed until backfill operations are complete. 2 Eeluding final clean ` wiless it can be a stfated to the lamit 3 satisfaetion that removal of stulls will not .,a. o el aff et pipe installmion. 4 B. Delivery, Handling, and Storage 5 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the 6 Contractor shall inspect the pipe's interior coating and exterior coating 11p icable 7 for excessive cracking. 8 2. If excessive cracking is found, the Contractor shall modify shipping procedures to 9 reduce or eliminate cracking. 10 3. Deliver, handle and store pipe in accordance with the manufacturer's 11 recommendations to protect coating systems. 12 4. Secure and maintain a location to store the material in accordance with Section 01 13 6600. 14 1.11 FIELD CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [NOT USED] 18 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 19 A. Manufacturers 20 1. Only the manufacturers as listed by the City's Standard Products List will be 21 considered as shown in Section 01 60 00. 22 a. The manufacturer must comply with this Specification and related Sections. 23 2. Any product that is not listed on the Standard Products List is considered a 24 substitution and shall be submitted in accordance with Section 01 25 00. 25 B. Materials 26 1. General 27 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 28 C200, AWWA C205, AWWA C210 and AWWA C222. 29 b. All pipe lining material in contact with potable water shall meet the 30 requirements of NSF 61. 31 2. Exterior Polyurethane Coating 32 a. For Pipe: 33 1) Polyurethane Coating shall be factory applied and meet the requirements of 34 AWWA C222. Use a Coating Standard ASTM D16, Type V system which 35 is a 100 percent solids, 2-component polyurethane(or 2-package 36 polyisocyanate, polyol-cured urethane)coating. Polyurethane shall meet 37 the minimum laboratory testing standards: 38 a) Components shall have balanced viscosities in their liquid state and 39 shall not require agitation during use. 40 b) Conversion to Solids by Volume: 97 percent f 3 percent 41 c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-10 BURIED STEEL PIPE AND FITTINGS Page 10 of 32 1 d) Minimum Adhesion for Qualification Testing: 4-5(k 3,000 psi,when 2 applied to steel pipe which has been blasted to comply with SSPC SR 3 i ON AGE Ne. 2 SP 5,per ASTM D4541 with DeFlsko PosiTector and 4 20 mm dollies, scored to substrate. 5 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full 6 cure within 7 days at 70 degrees F 7 e) Maximum Specific Gravities 8 (1) Polyisocyanate resin, 1.20 9 (2) Polyol resin, 1.15 10 f) Minimum Impact Resistance: 80 125 inch-pounds Leh 11 per ASTM G 14 12 g) Minimum Tensile Strength: 2000 psi 4,000 psi per ASTM D412 13 h) Hardness: Minimum Durometer hardness of 65.70 on the Shore D 14 scale in accordance with ASTM D2240 15 i) Flexibility Resistance 16 (1) ASTM D522 using 1-inch mandrel 17 (2) Allow coating to cure for 7 days. 18 (3) Perform testing on test coupons held for 15 minutes at temperature 19 extremes specified above. 20 j) Dry Film Thickness: 35 mils 21 k) Coating shall be a self priming,plural component, 100 percent solids, 22 non-extended polyurethane, suitable for burial or immersion and shall 23 be: 24 25 laa, n e. 26 (2) Durashield 210 as manufactured by LifeLast, Inc., or 27 (3) Protec H,as manufactured by ITW—Futura Coatings, Inc. 28 (4) Chemtane 2265, Chemline, Inc., St. Louis, Missouri 29 (5) Carboline,Polygard 777, St. Louis Missouri 30 1) Water absorption: 270 maximum using the long term immersion 31 method and sMlle of 1 mm maximum thickness per ASTM D570 32 m) Permeance: 0.20 inch pond when method of water procedure BWSApp 33 X1)per ASTM E96 is used. 34 n) Cathodic Disbodment: 12 mm maximum with a Potential of—3.00 35 volts for 30 days per ASTM 95. 36 2) The coating manufacturer shall have a minimum of 5 years experience in 37 the production of this type coating. 38 b. For Specials, Fittings, Repair and Connections 39 1) Provide shop-applied and field-applied coating as follows: 40 , 41 , er- 42 b) Durashield 210,Durashield 310, or Durashield 310 JARS as 43 manufactured by LifeLast,Inc., or 44 c) Protec II, as 45 manufactured by ITW—Futura Coatings. 46 d) Chemtane 2265, Chemline, Inc., St. Louis, Missouri 47 e) Carboline,Polygard 777, St. Louis,Missouri 48 f) Properties specified above. 49 g) Mix and apply polyurethane coatings in accordance with the coating 50 manufacturer's recommendations. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-11 BURIED STEEL PIPE AND FITTINGS Page 11 of 32 1 3. Cement Mortar Coatings and Linings 2 a. Cement mortar linings shall be shop-applied(plant-spun). Lining shall be fully 3 cured before coating is applied. 4 b. Shop-applied cement mortar coatings and linings shall conform to the 5 requirements of AWWA C205 with the following modifications: 6 1) Sand used for cement mortar shall be silica sand ASTM C33 and shall not 7 leach in water. 8 2) Curing of the coatings and linings shall conform to the requirements of 9 AWWA C205. 10 3) Cement mortar linings and coating shall be dense and smooth without 11 bumps, blisters, ridges or spalling,to the satisfaction of the Engineer. 12 Lining and coating shall be in intimate contact with steel cylinder and shall 13 not have a drumming sound when tapped. 14 4) Mortar coating reinforcing shall be electrically continuous with the steel 15 cylinder and shall be spiral wire per AWWA C205, applied under tension. 16 5) Cement mortar coating shall be a minimum of 1"thick nominal. 17 4. Gaskets 18 1) Flange ag_skets in accordance with AWWA C207. O-ring gaskets in 19 accordance with AWWA C-200 20 2) Provide Gaskets in accordance with Section 33 1105. 21 5. Bolts and Nuts 22 a. Flanged Ends 23 1) Flange in accordance with AWWA C207. 24 2) Provide bolts and nuts in accordance with Section 33 11 05. 25 6. Flange Coatings 26 a. Flange Coatings in accordance with Section 33 1105. 27 7. Steel shall: 28 a. Meet the requirements of AWWA C200 29 b. Be of continuous casting 30 c. Be homogeneous 31 d. Be suitable for field welding 32 e. Be fully 1cilned killed 33 f. Be fine austenitic grain size 34 8. Bend Fittings 35 a. Fabricate all fittings from hydrostatically tested pipe. 36 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 37 All bend fittings shall have a minimum radius of 2.5 times the diameter. 38 9. Threaded Outlets 39 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 40 install brass bushings for the outlet size indicated. 41 10. Weld Lead Outlets 42 a. Use of threaded outlets for access for weld leads is permitted. 43 b. Additional outlet configurations shall be approved by the Engineer. 44 c. Outlets shall be welded after use, and covered with a heat shrink sleeve 45 (polyurethane coating pipe)or mortar coating for mortar coated steel pipe. 46 11. Mixes 47 a. Mortar for Joints 48 1) Mortar shall be 1 part cement to-2 3 parts sand. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2 Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,20I2 33 11 14-12 BURIED STEEL PIPE AND FITTINGS Page 12 of 32 1 2) Cement shall be ASTM C 150,Type I or II. 2 3) Sand shall be of sharp silica base. 3 a) Sand shall conform to ASTM C144. 4 4) Interior joint mortar shall be mixed with as little water as possible so that 5 the mortar is very stiff, but workable. Exterior joint mortar shall be mixed 6 to the consistency of thick cream. 7 5) Water for cement mortar shall be from a potable water source. 8 6) Mortar for patching shall be as per interior joints. 9 b. Bonding Agent 10 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 11 lining is in contact with potable water. 12 2) Bonding agent for cement mortar lining patching shall be: 13 a) Probond Epoxy Bonding Agent ET-150,parts A and B 14 b) Sikadur 32 Hi-Mod,or 15 c) Approved equal 16 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 17 a. Primer: Provide as recommended by the sleeve manufacturer. 18 b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve 19 manufacturer for all locations which have 1/8"or larger ge in outside 20 diameter. 21 1) Size and type shall be as recommended by the sleeve manufacturer for type 22 of pipe and joint. Filler material shall have a melting point of 500 °F or 23 higher. Filler shall be Canusa SG79 or Raychem covalence 939 filler. 24 c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85 25 mils total thickness, suitable for pipeline operating temperature, sleeve material 26 recovery as recommended by the manufacturer. 27 1) Standard recovery sleeve shall be used for welded or bell and spigot joints. 28 High recovery sleeves shall be provided for bell flange and 29 coupling style joints with a minimum of 50 percent recovery. 30 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 31 coating on each side of the joint. Sleeve shall be a minimum of 17 inches 32 wide. 33 3) Width to take into consideration shrinkage of the sleeve due to installation 34 and joint profile 35 d. Heat shrink sleeves shall meet AWWA C216,as manufactured by: 36 1) Canusa CPS: Aqua-Shield AQW—WAB System 37 2) -Rayehem, 38 3) Appmved equal 39 4) BgM CPG—Covalence: Water Wrap: WAB 40 e. Provide heat shrink sleeve suitable to interior joint welding without damage to 41 heat shrink sleeve. 42 13. Special Coatings in Tunnels and Casings: to be laid in casing or tunnel shall 43 have a mortar coating over the polyurethane coating or mortar coating. The coating 44 shall have at least two mortar bands at a minimum of two inches thick, and thick 45 enough to be larger outside diameter than the bell including the heat shrink sleeve. 46 The mortar coating is to allow the pipe to be installed;by skidding on rails. The 47 Manufacturer shall design the mortar bands and reinforcement sufficiently to 48 prevent damage to the coating from the installation rop_ cess. 49 C. Performance/Design Criteria CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,20I2 33 11 14-13 BURIED STEEL PIPE AND FITTINGS Page 13 of 32 1 1. Pipe Design 2 a. Steel pipe shall be designed, manufactured and tested in conformance with 3 AWWA C200, AWWA M11 and these Specifications. 4 b. Sizes and pressure classes (working pressure) shall be as shown below, unless 5 otherwise indicated on the drawings. 6 c. For the purpose of pipe design, the transient pressure plus working pressure 7 shall be as indicated below. 8 d. Fittings, specials and connections shall be designed for the same pressures as 9 the adjacent pipe. 10 e. Pipe design shall be based on trench conditions and the design pressure in 11 accordance with AWWA M11; using the following parameters: 12 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 13 2) Live Load 14 a) =AASHTO HS 20,at all locations except at railroads 15 b) =Cooper E80, at Railroads 16 3) Trench Depth=As indicated in the Drawings 17 4) Deflection Lag Factor(DI) = 1.0 18 5) Coefficient (K)= 0.10 19 6) Maximum Calculated Deflection: 20 a) Dx=3 2 percent(for polyurethane coated pipe) 21 b) Dx=-2 1 percent(for cement mortar coated pipe) 22 7) Soil Reaction Modulus(E') < 1,000 for gravel embedment 23 8) Soil Reaction Modulus(E') <4,000 for CSLM embedment 24 9) Working Pressure= 150 psi 25 a) Test Pressure= 26 (1) No less than 1.25 minimum times the stated working pressure(187 27 psi minimum) of the pipeline measured at the highest elevation 28 along the test section. 29 (2) No less than 1.5 times the stated working pressure(225 psi 30 minimum) at the lowest elevation of the test section. 31 10) Surge Allowance= 100 psi,minimum 32 a) Where Total Pressure(including surge)= 150 psi+ 100 psi=250 psi 33 f. Fittings and specials shall be: 34 1) Designed in accordance with AWWA C208 and AWWA M11 except that 35 crotch plates shall be used for outlet reinforcement for all Pressure 36 Diameter Values, PDV, greater than 6,000. 37 g. Where the pipe requires additional external support to achieve the specified 38 maximum deflection, the Contractor and pipe supplier will be required to 39 furnish alternate methods for pipe embedment. 40 1) No additional compensation will be made to the Contractor by the Owner 41 where this method is required. 42 h. Trench depths indicated shall be verified after existing utilities are located. 43 1) Vertical alignment changes required because of existing utility or other 44 conflicts shall be accommodated by an appropriate change in pipe design 45 depth. 46 2) In no case shall pipe be installed deeper than its design allows. 47 i. Field fabrication or cutting is not allowed, unless otherwise approved by the 48 City. 49 2. Provisions for Thrust 50 a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. CITY OF FORT WORTH Norihside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-14 BURIED STEEL PIPE AND FITTINGS Page 14 of 32 1 1) Thrust at bends adjacent to casing shall be restrained by welding joints 2 through the casing and a sufficient distance each side of the casing. 3 2) The distance for thrust restraint shown on the Drawings is the minimum 4 restraint and does not relieve the manufacturer from calculating the restraint 5 needs as specified herein. 6 a) In no case shall the restrained distance be less than indicated on the 7 Drawings. 8 b. Restrained joints shall be used a sufficient distance from each side of the bend, 9 tee, plug or other fitting to resist thrust which develops at the design pressure of 10 the pipe. 11 c. Restrained joints shall consist of welded joints. 12 d. The length of pipe designed with restrained joints to resist thrust shall be 13 verified by the pipe manufacturer in accordance with AWWA M11 and the 14 following: 15 1) The weight of the earth(We) shall be calculated as the weight of the 16 projected soil prism above the pipe, for unsaturated soil conditions 17 2) Soil Density=4-&130 pounds per cubic foot(maximum value to be used), 18 for unsaturated soil conditions. Use a maximum of six feet of cover over 19 the pipe in all cases. 20 3) Coefficient of Friction=&25 0.20(maximum value to be used for 21 polyurethane coated steel pipe). 0.25 (maximum value to be used for 22 mortar coated steel pipe). 23 4) If indicated on the Drawings and the Geotechnical Borings that ground 24 water is expected, account for reduced soil density. 25 5) For horizontal bends, the length of pipe to be restrained shall be calculated 26 as follows: 27 28 L= P A Q —cos A) 29 f(2We+Wp+W,,,) 30 31 Where: 32 A=Deflection angle 33 L=Length of pipe to be restrained on each side 34 P=internal pressure=working pressure plus surge allowance 35 A=Cross sectional area of pipe steel cylinder I.D. 36 We=Weight of prism of soil over the pipe 37 Wp=Weight of pipe 38 WW=Weight of water 39 f=Coefficient of friction between pipe and soil 40 3. Inside Diameter 41 a. The inside diameter, including the cement-mortar lining, shall be a minimum of 42 the nominal diameter of the pipe specified, unless otherwise indicated on the 43 Drawings. 44 4. Wall Thickness 45 a. The minimum pipe wall steel thickness shall be as designed, but not less than 46 0.25 inches or pipe D/240,whichever is greater for pipe and fittings,with no 47 minus tolerance,where D is the nominal inside pipe diameter. 48 b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe 49 wall. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 32 1 c. The minimum steel wall thickness shall also be such that the fiber stress shall 2 not exceed: 3 1) 50 percent of the minimum yield strength of the steel for working pressure 4 and 5 2) 75 percent of the minimum yield strength of the steel at the maximum 6 pressure(including transient pressure), nor the following, at the specified 7 working pressure: 8 Maximum Stress at Pipe Type Worldrig Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED 18,000 psi 9 10 d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel 11 thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the 12 nominal pipe diameter. 13 e. Pipe, fittings and specials shall be designed such that the maximum stresses in 14 the pipe due to thrust loading will not exceed 18,000 psi. Bend fittings over 15 15 degrees, pipe with outlets 24-inches and larger, main line tees, and woes shall 16 have the following minimum thickness: 17 1) 36-inch diameter and smaller= 0.25-inches 18 2) 37-inch to 60-inch diameter= 0.375-inches 19 5. Seams 20 a. Except for mill-type pipe, the piping shall be made from steel plates rolled into 21 cylinders or sections thereof with the longitudinal and girth seams butt welded 22 or shall be spirally formed and butt welded. 23 1) There shall be not more than 2 longitudinal seams. 24 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 25 except in specials and fittings. 26 6. Joint Length 27 a. Maximum joint length shall not exceed 50 feet. 28 b. Maximum joint length of steel pipe installed in casing shall meet the meet ; 29 reams not exceed 25 feet. 30 c. Manufactured random segments of pipe will not be permitted for straight runs 31 of pipe. 32 1) Closing piece segments, however, shall be acceptable. 33 7. Joint Bonds, Insulated Connections and Flange Gaskets 34 a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance 35 with Section 33 04 10. 36 8. Bend Fittings 37 a. All bend fittings shall be long radius(minimum of 2.5 times the pipe ID)to 38 permit passage of pipeline pigs. 39 9. Pipe Ends 40 a. Pipe ends shall be: 41 1) Lap welded slip joints 42 2) Butt strap joint 43 3) Flanged joint 44 4) Flexible coupled joint 45 5) Roll groove gasket joint CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:41749 Revised December 20,2012 33 11 14-16 BURIED STEEL PIPE AND FITTINGS Page 16 of 32 1 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 2 resist thrust forces. 3 1) Thrust at bends adjacent to casing shall be restrained by welding joints 4 through the casing and a sufficient distance each side of the casing. 5 c. Rubber Gasket Joint 6 1) Rubber gasketed joints(O-ring or Carnegie Joints)will only be allowed for 7 pipe sizes 3448-inch diameter and smaller. 8 2) Joints shall conform to AWWA C200 standard. 9 3) The joints shall consist of: 10 a) Bell 11 (1) Flared bell end formed and sized by forcing the pipe or a plug die 12 or by expanding on segmental dies. 13 b) Spigot 14 (1) Rolled spigot or carnegie shaped steel joint ring in accordance with 15 AWWA C200 and as shown as Item F or H in Figure 8-1 of the 16 AWWA M11. 17 4) The welded area of bell and spigot pipe ends shall be checked after forming 18 by the dye penetrant or magnetic particle method. 19 5) The difference in diameter between the interior diameter(I.D.)of the bell 20 and the outer diameter(O.D.)of the spigot shoulder at point of full 21 engagement with an allowable deflection shall be no more than 0.04 inches 22 as measured on the circumference with a diameter tape. 23 6) The gasket shall have sufficient volume to approximately fill the area of the 24 groove and shall conform to AWWA C200. 25 7) The joint shall be suitable for the specified test and/or surge pressure and 26 deflection. 27 8) Joints shall be of clearances such that water tightness shall be provided 28 under all operating and test conditions with a pipe diameter deflection of 29 five percent based upon the supplied pipe eeeAing. 30 9) Joints shall be electrically continuous. 31 d. Lap Welded Slip Joint 32 1) Lap welded slip joint shall be provided in all locations for pipe larger than 33 2-4 48-inches and where joints are welded for thrust restraint. 34 2) Lap welded slip joints may be welded from the inside or outside. 35 3) Ends of pipe, fittings and specials for field welded joints shall be prepared 36 with 1 end expanded in order to receive a plain end making a bell and plain 37 end type of joint. 38 a) Clearance between the surfaces of lap joints shall not exceed 1/8 inch at 39 any point around the periphery. 40 4) In addition to the provisions for a minimum lap of 1'/2 inches as specified in 41 AWWA C200,the depth of bell shall be such as to provide for a minimum 42 distance of 1 inch between the weld and the nearest tangent of the bell 43 radius when welds are to be located on the inside of the pipe. 44 e. Fittings with Flanges 45 1) Flanged joints shall be provided at connections to valves and where 46 indicated on the Drawings. 47 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 48 welds ground flush to accommodate the type of flanges provided. 49 3) Pipe flanges and welding of flanges to steel pipe shall conform to the 50 requirements of AWWA C207 and AWWA C206. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-17 BURIED STEEL PIPE AND FITTINGS Page 17 of 32 1 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 2 pipe class. 3 5) Flanges shall match the fittings or appurtenances which are to be attached. 4 6) Flanges shall be Class E with 275 psi working pressure in accordance with 5 AWWA C207 and drilled in accordance with ASME B16.1 Class 125 for 6 areas designated with a 225 test pressure. 7 7) When Isolation Flanges are required by the Drawings, Drillings shall 8 accommodate the required spacing for mylar sleeves according to Section 9 33 04 10. 10 f. Flexible Couplings 11 1) Flexible couplings shall be provided where specified on the Drawings. 12 2) Ends to be joined by flexible couplings shall be: 13 a) Plain end type, prepared as stipulated in AWWA C200. 14 b) Welds on ends to be joined by couplings shall be ground flush to 15 permit slipping the coupling in at least 1 direction to clear the pipe 16 joint. 17 c) Harness bolts and lugs shall comply with AWWA M11. 18 g. Butt Strap Closure Joints 19 1) Where necessary to make closure to pipe previously laid, closure joints 20 shall be installed using butt strap joints in accordance with AWWA C206 21 and applicable provisions of this Specification. 22 10. Polyurethane Coating 23 a. Applicator Qualifications 24 1) Equipment shall be certified by the coating manufacturer to meet the 25 requirements for: 26 a) Material mixing 27 b) Temperature control 28 c) Application rate 29 d) Ratio control for multi-part coatings 30 2) Equipment not meeting the written requirements of the coating 31 manufacturer shall be rejected for coating application until repairs or 32 replacement of the equipment is made to the satisfaction of the City. 33 3) Personnel responsible for the application of the coating system shall: 34 a) Provide certification of attendance at the coating manufacturer's 35 training class within the last 3 years 36 b) Be present during all coating application work and shall have 37 responsibility for controlling all aspects of the coating application 38 b. Surface Preparation 39 1) Remove visible oil, grease, dirt and contamination in accordance with 40 SSPC SP 1. 41 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, 42 gouges or delaminations in the metal by filing or grinding prior to abrasive 43 surface preparation. 44 3) In cold weather or when moisture collects on the pipe and the temperature 45 of the pipe is less than 4-5 60 degrees F, preheat pipe to a temperature 46 between 4-_fi Wand 90 degrees F and 5 degrees F above dew point. 47 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 48 produce the surface preparation cleanliness as required by coating 49 manufacturer and as specified. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-18 BURIED STEEL PIPE AND FITTINGS Page 18 of 32 1 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 2 air wash separator. 3 5) Blast media mixture and gradation shall be adequate to achieve a sharp 4 angular surface profile as required by coating manufacturer and to the 5 minimum depth specified. 6 6) Protect prepared pipe from humidity, moisture and rain. 7 7) Keep pipe clean, dry and free of flash rust. 8 a) Remove all flash rust, imperfections or contamination on cleaned pipe 9 surface by reblasting prior to primer application. 10 8) Complete priming and coating of pipe in a continuous operation the same 11 day as surface preparation. 12 9) Abrasive blast exterior surfaces in accordance with SSPC SP 1 ON AGE GE Ne 13 -2 5;to a -white metal blast cleaning with a minimum 3.0 mil angular 14 profile in bare steel. 15 c. Equipment 16 1) 2-component, heated airless spray unit in accordance with coating 17 manufacturer's recommendation 18 d. Temperature 19 1) Minimum 5 degrees F above dew point temperature 20 a) The temperature of the surface shall not be less than 60 degrees F 21 during application. 22 e. Humidity 23 1) Heating of pipe surfaces may be required to meet requirements of this 24 Section if relative humidity exceeds 80 percent. 25 f. Resin 26 1) Do not thin or mix resins;use as received. 27 2) Store resins at a temperature recommended by the coating manufacturer. 28 g. Application 29 1) Applicator shall be certified by the coating manufacturer and conform to 30 coating manufacturer's recommendations. 31 a) Thinning is not permitted. 32 2) Apply directly to pipe to achieve a total dry film thickness(DFT) of 35 33 mils. 34 3) Multiple-pass, 1 coat application process is permitted provided maximum 35 allowable recoat time specified by coating manufacturer is not exceeded. 36 4) Provide cutbacks in accordance with coating manufacturer's 37 recommendations as appropriate for the type of joint and heat shrink sleeve 38 to be used. 39 h. Recoating 40 1) Recoat only when coating has cured less than maximum time specified by 41 coating manufacturer. 42 2) When coating has cured for more than recoat time, brush-blast or 43 thoroughly sand the surface. 44 3) Blow-off cleaning using clean, dry, high pressure compressed air. 45 i. Curing 46 1) Do not handle pipe until coating has been allowed to cure,per 47 manufacturer's recommendations. 48 11. Joint Wrappers for Mortar Coated Steel Pipe 49 a. Joint wrappers shall be similar to those manufactured by Mar-Mac 50 Manufacturing Company. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-19 BURIED STEEL PIPE AND FITTINGS Page 19 of 32 1 12. Joint Primer for Holdback 2 a. Provide primer coating of coating and lining holdback area per manufacturer's 3 recommendation that is suitable for field welding. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL 6 A. Marking for Identification 7 1. For each joint of pipe and each fitting, plainly mark on 1 end: 8 a. Class for which it is designated 9 b. Date of manufacturer 10 c. Identification number 11 d. Top centerlines shall be marked on all specials 12 B. Factory Testing 13 1. Cement Mortar Lining and Coating - Shop-applied cement mortar linings and 14 coatings shall be tested in accordance with AWWA C205. 15 2. Polyurethane Coating- The polyurethane coating shall be tested in accordance with 16 AWWA C222. 17 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 18 1) Test coating system applied to the pipe for holidays according to the 19 procedures outlined in NACE SP0188 using a high voltage spark tester 20 (operating at 100 volts per mil), for the dry film thickness (DFT) specified 21 of 35 mil. 22 b. Adhesion Testing 23 1) Polyurethane coatings or linings shall have an adhesion to steel of59� 24 1,750 pounds per square inch, minimum. 25 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull 26 off equipment, sueh as 1 n TE Model 108 ef Delfesko Positest, in 27 accordance with ASTM D4541 and AWWA C222, except as modified in 28 this Section, 20 mm dolly size. 29 3) Adhesion testing records shall include: 30 a) Pipe identification 31 b) Surface tested(interior or exterior) 32 c) Surface temperature 33 d) Coating thickness 34 e) Tensile force applied 35 f) Mode of failure 36 g) Percentage of substrate failure relative of dolly surface 37 4) Glue dollies for adhesion testing to the coating surface and allowed to cure 38 for a minimum of 12 hours. 39 a) Because of high cohesive strength, score polyurethane coatings around 40 the dolly prior to conducting the adhesion test. 41 5) Failure shall be by adhesive and cohesive failure only. 42 a) Adhesive failure is defined as separation of the coating from the steel 43 substrate. 44 b) Cohesive failure is defined as failure within the coating, resulting in 45 coating remaining both on the steel substrate and dolly. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-20 BURIED STEEL PIPE AND FITTINGS Page 20 of 32 1 6) Retest partial adhesion and glue failure if the substrate failure is less than 2 50 percent relative of the dolly surface area and the applied tension was less 3 than the specified adhesion. 4 7) Glue failures in excess of the minimum required tensile adhesion are 5 accepted as meeting the specified adhesion requirements. 6 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and 7 lining independently(where applicable). 8 9) Frequency of adhesion testing in accordance with AWWA C222. 9 10) Randomly select repair patches on the polyurethane coating for adhesion 10 testing in a manner as described herein and at the discretion of the coating 11 inspector conducting the adhesion tests. 12 a) Adhesion of repairs shall be as specified by the coating manufacturer 13 for the type of repair. 14 C. Manufacturer's Technician for Pipe Installation 15 1. Pipe Manufacturer's Representative 16 a. If required by the Engineer or requested by the Contractor during construction, 17 the pipe manufacturer shall furnish the services of a factory trained, qualified, 18 job experienced technician to advise and instruct as necessary in pipe laying 19 and pipe jointing. 20 1) The technician shall assist and advise the Contractor in his pipe laying 21 operations and shall instruct construction personnel in proper joint 22 assembly and joint inspection procedures. 23 2) The technician is not required to be on-site full time; however,the 24 technician shall be regularly on-site during the first 2 weeks of pipe laying 25 and thereafter as requested by the Engineer, City or Contractor. 26 2. Polyurethane Coating Manufacturer's Representative 27 a. The pipe manufacturer shall provide services of polyurethane coating 28 manufacturer's representative and a representative from the heat shrink joint 29 manufacturer for a period of not less than 3 days at beginning of actual pipe 30 laying operations to advise Contractor and City regarding installation, including 31 but not limited to: 32 1) Handling and storage 33 2) Cleaning and inspecting 34 3) Coating repairs 35 4) Field applied coating 36 5) Heat shrink installation procedures 37 6) General construction methods and how they may affect pipe coating 38 b. Representative shall be required to return if, in the opinion of the Engineer,the 39 polyurethane coating or the Contractor's construction methods do not comply 40 with Contract Specifications. 41 1) Cost for the manufacturer's representatives to return to the site shall be at 42 no additional cost to the City. 43 D. Hydrostatic Pressure Testing 44 1. Perform hydrostatic pressure testing in accordance with AWWA C20O. 45 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 46 a. The internal test pressure shall be that which results in a fiber stress equal to 75 47 percent of the minimum yield strength of the steel used. CITY OF FORT WORTH Northside II 48-Inch Water TransmLssion Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-21 BURIED STEEL PIPE AND FITTINGS Page 21 of 32 1 b. Each joint of pipe tested shall be completely watertight under maximum test 2 pressure. 3 c. Test pressure shall be held for sufficient time to observe the weld seams, but 4 not less than two minutes. 5 d. Maintain a recording pressure gauge,reference number of pipe tested, etc. 6 1) The pipe shall be numbered in order that this information can be recorded. 7 3-: Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings 8 shall be tested by ydrostatic test, ultrasonic test, air test, or magnetic particle test. 9 Air test shall be made by pplying air to the welds at 10 pounds per square inch 10 pressure and checking for leaks around and through welds with a soap solution. In 11 addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic 12 testing by an independent certified welding inspector paid for b type 13 Manufacturer. 14 a. HydresWie test 15 b. Magnetie paffiele test 16 a aseaie 17 d. Radiegtaphy 18 e. Dye penetr-afA test 19 E. City Testing and Inspection 20 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 21 testing laboratory, which laboratory shall be selected and retained by the City. 22 a. Representatives of the City, City's laboratory, or the Engineer shall have access 23 to the work whenever it is in preparation or progress. 24 b. Pipe manufacturer shall provide proper facilities for access and for inspection. 25 c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior 26 to the pipe fabrication so that the City may advise the manufacturer as to the 27 City's decision regarding tests to be performed by an independent testing 28 laboratory. 29 d. Material, fabricated parts and pipe,which are discovered to be defective, or 30 which do not conform to the requirements of this Specification shall be subject 31 to rejection at any time prior to City's final acceptance of the product. 32 2. The inspection and testing by the independent testing laboratory anticipates that 33 production of pipe shall be done over a normal period of time and without "slow 34 downs" or other abnormal delays. 35 a. The pipe manufacturer shall coordinate their manufacturing schedule with the 36 Contractor and advise the Contractor of any changes in the schedule. 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 INSTALLATION 42 A. General CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2 Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-22 BURIED STEEL PIPE AND FITTINGS Page 22 of 32 1 1. Install steel pipe, fittings, specials and appurtenances as specified herein, as 2 specified in AWWA C604 and AWWA M11, in accordance with the pipe 3 manufacturer's recommendations and as required for the proper functioning of the 4 completed pipe line. 5 2. Lay pipe to the lines and grades as indicated in the Drawings. 6 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 7 4. For installation of carrier pipe within casing, see Section 33 05 24. 8 5. Inspect and test each joint for holidays polyurethane coated ape on just prior to 9 pipe being lowered into the ditch. 10 a. All damaged areas and holidays are to be repaired before the pipe is lowered 11 into the trench. 12 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 13 7. Maximum allowable pipe deflection is limited to: 14 a. 2 percent for mortar coated steel pipe 15 b. 3 percent for polyurethane coated steel pipe 16 8. Install bonds at all pipe joints,except for welded joints or insulated joints. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle pipe with care to avoid damage. 20 a. Pipe shall be handled at all times with suffieient a minimum of two non- 21 abrasive slings, belts or other equipment designed to prevent damage to the 22 coating or lining. 23 b. The spacing of pipe supports required to handle the pipe shall be adequate to 24 prevent cracking or damage to the lining or coating for joints over forty feet, a 25 spreader bar shall be used. 26 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to 27 lowering into the trench. 28 d. The equipment shall be kept in such repair that its continued use is not injurious 29 to the coating. 30 e. Do not lay pipe in wet conditions. 31 3. At the close of each operating day: 32 a. Keep the pipe clean and free of dcbris, dirt,animals and trash—during and after 33 the laying operation. 34 b. Effectively seal the open end of the pipe using a gasketed night cap. 35 C. Line Up at Bends 36 1. Line up pipe for joining so as to prevent damage thereto. 37 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 38 matter,rust and scale before placing spigot into bell. 39 2. Where abrupt changes in grade and direction occur, employ special shop fabricated 40 fittings for the purpose. 41 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 42 or direction of the line shall not be permitted. 43 3. Over-stabbed joints shall not be acceptable. A joint shall be considered over- 44 stabbed if the stabbed section is greater than the manufacturer's recommendation. 45 All over-stabbed joints shall be re-stabbed butt strapped. or welded. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-23 BURIED STEEL PIPE AND FITTINGS Page 23 of 32 1 D. Pipe Laying 2 1. Rubber Gasket Joints 3 a. Join rubber gasket joints in accordance with the manufacturer's 4 recommendations. 5 b. Clean bell and spigot of foreign material. 6 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 7 the pipe. 8 d. Engage spigot as far as possible in bell. Use joint spacers to prevent over- 9 stabbing the ball. 10 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 11 f. Check gasket with feeler gauge all around the pipe. 12 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 13 gaskets or approved equal. 14 2. Welded Joints 15 a. Weld joints in accordance with AWWA C2O6. 16 1) Contractor shall provide adequate ventilation for welders and for City's 17 representative to observe welds. 18 2) Welds shall be full circle fillet welds, unless otherwise specified. 19 3) Welding shall be completed after application of field applied joint coating 20 if weld after backfill is used. 21 b. Adequate provisions for reducing temperature stresses shall be the 22 responsibility of the Contractor. 23 c. After the pipe has been joined and properly aligned and prior to the start of the 24 welding procedure: 25 1) The spigot and bell shall be made essentially concentric by shimming or 26 tacking to obtain clearance tolerance around the periphery of the joint. 27 2) In no case shall the clearance tolerance be permitted to accumulate. 28 d. Before welding: 29 1) Thoroughly clean pipe ends. 30 2) Weld pipe by machine or by the manual shielded electric arc process. 31 3) Welding shall be performed so as not to damage lining or coating. 32 4) Cover the polyurethane coating as necessary to protect from weld splatter. 33 e. Furnish labor, equipment, tools and supplies, including shielded type welding 34 rod. 35 1) Protect welding rod from any deterioration prior to its use. 36 2) If any portion of a box or carton is damaged, reject the entire box or carton. 37 f. Hand Welding 38 1) The metal shall be deposited in successive layers. 39 2) Not more than 1/8 inch of metal shall be deposited in each pass. 40 3) Each pass except the final 1, whether in butt or fillet welds, shall be 41 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 42 dirt, slag or flux before the succeeding bead is applied. 43 4) Each pass shall be thoroughly fused into the plates at each side of the 44 welding groove or fillet and shall not be permitted to pile up in the center of 45 the weld. 46 5) Undercutting along the side shall not be permitted. 47 g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, 48 undercutting and/or any other defects. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2 Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.OI749 Revised December 20,2012 33 11 14-24 BURIED STEEL PIPE AND FITTINGS Page 24 of 32 1 h. If the ends of the pipe are laminated, split or damaged to the extent that 2 satisfactory welding contact cannot be obtained, remove the pipe from the line. 3 i. Furnish each welder employed with a steel stencil for marking the welds, so 4 that the work of each welder may be identified. 5 j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned 6 to him. 7 1) In the event any welder leaves the job,his stencil shall be voided and not 8 duplicated if another welder is employed. 9 k. Welders 10 1) Use only competent, skilled and qualified workmen. 11 a) Each welder employed by the Contractor shall be required to 12 satisfactorily pass a welding test in accordance with AWWA C206 13 before being allowed to weld on the line. 14 b) After each welder has qualified in the preliminary tests referred to 15 above, inspections shall be made of joints in the line. 16 c) Any welder making defective welds shall not be allowed to continue to 17 weld. 18 E. Interior Joint Grouting 19 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has 20 collected in the joint and moisten the concrete surfaces of the joint space by 21 spraying or brushing with a wet brush. 22 2. Fill the inside of the joint recess with a stiff cement mortar. 23 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots 24 are required, apply a bonding agent to mortar and steel surface prior to placing joint 25 mortar. 26 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure 27 that no voids remain in the joint space. 28 5. After the joint has been filled, level the surfaces of the joint mortar with the interior 29 surfaces of the pipe with a steel trowel so that the surface is smooth. 30 6. Interior joints of pipe 24-inch and shall have the bell buttered with mortar, 31 prior to inserting the spigot, such that when the spigot is pushed into position it will 32 extrude surplus mortar from the joint. 33 a. The surplus mortar shall be struck off flush with the inside of the pipe by 34 pulling a filled burlap bag or inflated ball through the pipe with a rope. 35 F. Exterior Joint Protection 36 1. Heat Shrink Sleeves 37 a. General 38 1) Buried pipe joints shall be field coated after pipe assembly in accordance 39 with AWWA C216, using Heat Shrink Sleeves. 40 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 41 coating by a minimum of 3 inches. 42 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 43 width will not be permitted. 44 b. Installation CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-25 BURIED STEEL PIPE AND FITTINGS Page 25 of 32 1 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and 2 other foreign contaminates with a wire brush in accordance with 3 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 4 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 5 a) Clean the full circumference of the pipe and a minimum of 6 inches 6 onto the existing coating. 7 2) Remove all loose or damaged pipe coating at joint and either repair the 8 coating as specified herein or increase the length of the joint coating, where 9 reasonable and practical. 10 3) Complete joint bonding of non-welded pipe joints before application of 11 joint coating. 12 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 13 bonds shall be filled with mastic sealant. 14 5) Store sleeves in shipping box until use is required. 15 a) Keep dry and sheltered from exposure to direct sunlight. 16 b) Store off the ground or concrete floors and maintain at a temperature 17 between 60 degrees F and 100 degrees F as recommended by the sleeve 18 manufacturer. 19 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 20 application. 21 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 22 recommended by the sleeve manufacturer. 23 a) Monitor pipe temperature using a surface temperature gauge, infrared 24 thermometer or color changing crayons. 25 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 26 or shields and do not permit the joint to cool. 27 8) Prime joint with specified primer and fill all cracks, crevices and gaps with 28 mastic filler in accordance with the manufacturer's recommendations for 29 the full circumference of the pipe. 30 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 31 degrees F and while maintaining the pipe temperature above the preheat 32 temperature specified. 33 10) Apply sleeve in accordance with the manufacturer's instructions and center 34 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 35 existing pipe coating. 36 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 37 around heaters. 38 a) Hold flame a minimum of 6 inches from the sleeve surface. 39 b) Periodically roll the coating on the pipe surface. 40 c) Heat from the center of the sleeve to the outer edge until properly 41 seated,then begin in the opposite direction. 42 d) Monitor sleeve for color change,where appropriate, or with appropriate 43 temperature gauges. 44 e) Take care not to excessively heat the parent coating. 45 12) Completed joint sleeve shall be fully bonded to the pipe and existing 46 coating surface,without voids, mastic beading shall be visible along the full 47 circumference of the sleeve, and there shall be no wrinkling or excessive 48 burns on the sleeves. 49 a) Sleeves which do not meet these requirements shall be removed and the 50 joint recoated as directed by the Engineer. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:101749 Revised December 20,2012 33 11 14-26 BURIED STEEL PIPE AND FITTINGS Page 26 of 32 1 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 2 13)Allow the sleeve to cool before moving,handling or backfilling. In hot 3 climates,provide shading from direct sunlight. 4 a) Water quenching will be allowed only when permitted by the sleeve 5 manufacturer. 6 2. Cement Mortar Coating: 7 a. Cement mortar coating shall be applied to the joints of cement mortar coated 8 steel pipe in accordance with AWWA C205. 9 b. Joint Diapers: 10 a) Make the exterior joint by placing a joint wrapper around the pipe and 11 secure in place with 2 metal straps. 12 b) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 13 inches wide for smaller pipe, hemmed on each side. 14 c) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths 15 encircling the pipe, leaving enough opening between ends to allow the 16 mortar to be poured inside the wrapper into the joint. 17 d) Fill the joint with mortar from 1 side in 1 continuous operation until it 18 has flowed entirely around the pipe. 19 e) During the filling g_f the joint, pat or manipulate the sides of the 20 wrapper to settle the mortar and expel any entrapped air. 21 f) Leave wrappers in place undisturbed until the mortar has set-up_ 22 g) Do not embed or backfill over pipe for a minimum of two hours to 23 allow mortar to set up.At the start of the project, excavate two joints of 24 pipe to verify mortar does not have shrinkage cracks. 25 G. Protective Welded Joints Coating System—Weld After Backfill 26 1. General 27 a. Application of protective coating at the pipe joints will be as follows: 28 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil 29 polyurethane coating 30 2) A field applied 60 mil by 6 inch wide strip of CANLJSA HCO Wrapid Tape 31 heat resistant tape at the location of the welding 32 3) A field applied 110 mil(full recovered thickness)by 18 inch wide 33 CANLJSA AquaWrap high shrink heat shrinkable joint sleeve 34 4) In lieu of the CANLJSA sleeve, contractor may use a single sleeve Berry 35 CPG-Covalence: Water wrap WAR 36 5) After the heat shrinkable joint sleeve is installed, backfill the trench and 37 then weld the joint. 38 b. The Contractor is responsible for his operations so that they do not damage the 39 factory applied coating system. 40 c. When applying the 3-layer-joint coating system for post welding the joints,the 41 Contractor must show that his operation will not damage the joint coating 42 system to the Engineer's satisfaction. 43 d. The Contractor will be required to fully uncover a maximum of 10 joints, 44 selected at random by the Engineer or City to visually inspect and test the joint 45 after welding. Any damage must be repaired. 46 1) If the Contractor's welding procedure damages the Slayer joint coating 47 system,the Contractor,at the direction of the Engineer, will be required to 48 modify his welding procedure. 49 2. Joint Coating(3 bayff) CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-27 BURIED STEEL PIPE AND FITTINGS Page 27 of 32 1 a. Apply 3 Lye Joint Coating System before Welding the Joint 2 b. Pipe Manufacturing and Heat Tape 3 1) A 35 mil thickness polyurethane coating shall be applied over entire length 4 of pipe. 5 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of 6 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of 7 the pipe, centered on the location of the welding, over a 35 mil factory 8 applied polyurethane coating. 9 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 10 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and 11 other foreign contaminates with a wire brush in accordance with 12 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 13 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 14 a) Clean the full circumference of the pipe and a minimum of 6 inches 15 onto the existing coating. 16 2) Remove all loose or damaged pipe coating at joint and either repair the 17 coating as specified herein or increase the length of the joint coating, where 18 reasonable and practical. 19 3) Complete joint bonding of pipe joints before application of joint coating. 20 a) Joint bonds shall be low profile bonds and all gaps and crevices around 21 the bonds shall be filled with mastic sealant. 22 4) Store sleeves in shipping box until use is required. 23 a) Keep dry and sheltered from exposure to direct sunlight. 24 b) Store off the ground or concrete floors and maintain at a temperature 25 between 60 degrees F and 100 degrees F as recommended by the sleeve 26 manufacturer. 27 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 28 application. 29 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 30 recommended by the sleeve manufacturer. 31 a) Monitor pipe temperature using a surface temperature gauge, infrared 32 thermometer or color changing crayons. 33 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 34 or shields and do not permit the joint to cool. 35 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with 36 mastic filler in accordance with the manufacturer's recommendations for 37 the full circumference of the pipe. 38 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 39 degrees F and while maintaining the pipe temperature above the preheat 40 temperature specified. 41 a) Apply sleeve in accordance with the manufacturer's instructions and 42 center the sleeve over the joint to provide a minimum of 3-inch overlay 43 onto the existing pipe coating. 44 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 45 around heaters. 46 a) Hold flame a minimum of 6 inches from the sleeve surface. 47 b) Periodically roll the coating on the pipe surface. 48 c) Heat from the center of the sleeve to the outer edge until properly 49 seated, then begin in the opposite direction. 50 d) Take care not to excessively heat the parent coating. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-28 BURIED STEEL PIPE AND FITTINGS Page 28 of 32 1 e) Monitor sleeve for color change,where appropriate, or with appropriate 2 temperature gauges. 3 10) Completed joint sleeve shall be fully bonded to the pipe and existing 4 coating surface,without voids, mastic beading shall be visible along the full 5 circumference of the sleeve, and there shall be no wrinkling or excessive 6 burns on the sleeves. 7 a) Sleeves which do not meet these requirements shall be removed and the g joint recoated as directed by the Engineer. 9 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 10 11) Allow the sleeve to cool before moving,handling or backfilling. 11 a) In hot climates, provide shading from direct sunlight. 12 b) Water quenching will be allowed only when permitted by the sleeve 13 manufacturer. 14 12)Holiday testing shall be performed using a high voltage holiday tester 15 (operating at 100 volts per mil) at each joint after field application of heat 16 shrinkable joint sleeve per SP0188. 17 a) If any holidays or cuts are detected,the sleeve shall be repaired using 18 the heat shrink sleeve manufacturer's recommendation. 19 b) The damaged area shall be covered with a minimum of 50-mm overlap 20 around the damaged area. 21 H. Protection of Buried Metal 22 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with 23 factory or field-applied polyurethane coatings or heat shrink sleeves,with 2 wraps 24 of wax tape and encase in flowable fill. 25 3.5 REPAIR 26 A. Repair and Field Touchup of Polyurethane Coating 27 1. For repair and field touch-up of polyurethane coating,apply: 29 b. Lifelast Durasheild 210,310 or 310 JARS 30 c. ITW—Futura Coatings Protec 11, or 31 d. Chemtane 2265, Chemline, Inc. St.Louis,Missouri, or 32 e. Carboline, Polygard 777, St.Louis,Missouri, or 33 f. Coating manufacturer's recommendation 34 2. Holidays 35 a. Remove all traces of oil, grease,dust, dirt and other debris. 36 b. Roughen area to be patched by sanding with rough grade sandpaper(40 grit). 37 c. Apply a 35 mil coat of repair material described above. 38 d. Work repair material into scratched surface by brushing or rolling in 39 accordance with manufacturer's recommendations. 40 e. Retest for Holiday. 41 3. Field Cuts or Large Damage 42 a. If in the opinion of the City the polyurethane coating is excessively damaged, 43 the pipe segment will be rejected until the coating system is removed and 44 replaced so that the system is in a like-new condition. 45 b. Remove burrs from field cut ends or handling damage and smooth out edge of 46 polyurethane coating. 47 c. Remove all traces of oil, grease,dust, dirt and other debris. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-29 BURIED STEEL PIPE AND FITTINGS Page 29 of 32 1 d. Roughen area to be patched with rough grade sandpaper (40 grit). 2 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 3 area to be patched. 4 f. Apply a 35 mil coat of repair material described above, in accordance with 5 manufacturer's recommendations. 6 g. Work repair material into scratched surface by brushing. 7 h. Feather edges of repair material into prepared surface. 8 i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field 9 cut. 10 j. Test repairs for holidays. 11 B. Patch of Cement Mortar Lining 12 1. Repair cracks larger than 1/16 inch. 13 2. Pipes with disbonded linings will be rejected. 14 3. Excessive patching of lining shall not be permitted. 15 4. Repair in accordance with AWWA C205 and as follows: 16 a. Apply bonding agent to patch area. 17 b. Patching of lining shall be allowed where area to be repaired does not exceed 18 100 square inches and has no dimension greater than 12 inches. 19 c. In general, there shall be not more than 1 patch in the lining of any joint of 20 pipe. 21 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 22 6. Do not install patched pipe until the patch has been properly and adequately cured, 23 unless approved by the City. 24 C. Patch of Mortar Coating: 25 1. Have the Pipe Manufacturer repair M joint of pipe that has exterior coating cracks 26 larger than 0.005 inch (a hairline)by using an approved method. If, in the opinion 27 of the Engineer or Owner,the pine is not suitable for repair,reject plainly mark, 28 and remove the pipe from the project site. 29 2. Remove, replace or reject anv disbonded coating. Apply bonding agent to patch 30 area. Excessive field-patching of coating shall not be permitted. Patching will not 31 be allowed where area to be repaired exceed 100 square inches or 12 inches in 32 I;reatest dimension shall not be accepted.Adequately cure patches. 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD QUALITY CONTROL 35 A. Field Tests and Inspections 36 1. Quality Control of Field Applied Polyurethane Coating 37 a. Surface Preparation 38 1) Visually inspect surface preparation to ensure cleanliness and dryness 39 requirements have been met. 40 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is 41 being achieved. 42 b. Visual 43 1) Visually inspect cured coating to ensure that the coating is completely 44 cured with no blisters, cracks, pinholes, missed areas, excessive roughness, 45 "sticky"or "gooey" areas. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-30 BURIED STEEL PIPE AND FITTINGS Page 30 of 32 1 2) Check to ensure that the coating completely covers the steel and existing 2 coating. 3 c. Thickness 4 1) Use a magnetic dry film thickness(DFT) gauge on cured coating to ensure 5 adequate thickness has been achieved according to SSPC PA 2. 6 a) If the thickness of the coating is below the minimum specified millage 7 anywhere along the length of the pipe,then adjustments must be made 8 to the spray system to correct the problem. 9 2) At a minimum,the thickness shall be measured for every 50 square feet of 10 sprayed area. 11 d. Adhesion 12 1) Perform the following procedure on a minimum of 1 joint per day: 13 a) Select area to test that has cured for at least 1 hour for fast setting 14 coatings. 15 b) Test and repair in accordance with AWWA C222 Dolly Pull-off Test. 16 e. Holiday Testing 17 1) Holiday testing shall be performed using a high voltage holiday tester at 18 each joint no sooner than 1 hour after field application of polyurethane 19 coating. 20 f. Inspection at Welding Joints 21 1) When applying the 3 layer joint coating system for post welding the joints, 22 the Contractor must show that his operation will not damage the joint 23 coating system to the Engineer's satisfaction. 24 2) The Contractor will be required to fully uncover a maximum of 10 joints, 25 selected at random by the Engineer or City to visually inspect and test the 26 joint after welding. 27 3) Any damage must be repaired. 28 4) If the Contractor's welding procedure damages the 3 layer joint coating 29 system,the Contractor,at the direction of the Engineer, will be required to 30 modify his welding procedure. 31 2. Weld Testing 32 a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in 33 accordance with AWWA C206 and set forth in AWS D.1.L,shall be performed 34 by the Contractor under the supervision and inspection of the City's 35 Representative or an independent testing laboratory, on all full welded joints. 36 1) Welds that are defective will be replaced or repaired, whichever is deemed 37 nccessary by the Engineer, at the Contractor's expense. 38 2) If the Contractor disagrees with the Engineer's interpretation of welding 39 tests, test sections may be cut from the joint for physical testing. The 40 Contractor shall bear the expense of repairing the joint, regardless of the 41 results of physical testing. 42 3) The procedure for repairing the joint shall be approved by the Engineer 43 before proceeding. 44 3. Deflection Testing 45 a. Prior to hydrostatic testing,the City's inspector shall perform deflection testing 46 at a minimum rate as 47 stated below. 48 b. City may reject any areas not meeting the deflection requirements of this 49 Specification. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 11 14-31 BURIED STEEL PIPE AND FITTINGS Page 31 of 32 1 c. The Contractor shall complete internal welding of joints welding inspections 2 and grout of the inside joints prior to measuring deflection The welding 3 inspections shall be done by an independent C WI 4 d. Deflection measurements shall be made by the Contractor in the presence of the 5 Owner's representative. 6 1) Welds that are defective will be replaced or repaired, whichever is deemed 7 necessary by the Engineer, at the Contractor's expense 8 2) Method for taking measurements shall be agreed to by the Owner and 9 Engineer in writing prior to installing the first joint of pipe 10 3) Measurements shall be recorded by the Contractor. 11 4) The deflection measurements shall be made no sooner than 5 days and no 12 later than 21 days after backfilling operations are complete 13 e. Deflection shall be determined with vertical measurements taken at the 14 locations indicated below. Locations where vertical measurements are taken 15 shall be clearly marked on the interior of the pipe. 16 1) For pipe joints 36 feet in length or less, vertical measurements shall be 17 taken at two locations, 1/4-distance from each pipe end. 18 2) For pipe joints longer than 36 feet, vertical measurements shall be taken at 19 3 locations including 1/4-distance from each pipe end and at the pipe 20 midpoint. 21 f. Correction of Pipe Not Complying with Deflection Requirements 22 1) If the average joint deflection of a single joint or any single measurement 23 fails to meet specifications,the entire joint shall be reworked in accordance 24 with the manufacturer's recommendations and as directed by the Owner at 25 no additional cost to the Owner. This may include uncovering the pipe, re- 26 compaction of the pipe bedding and repair of the coating. It is the 27 Contractor's responsibility to continuously measure and calculate pipe 28 deflection to verify it meets specification. 29 2) All costs associated with measuring for pipe deflection and any repairs or 30 rework associated with meeting these requirements shall be borne by fte 31 Contractor. 32 g. Pipe Deflection Reports 33 1) A monthly report shall be submitted as Record Data showing allowable 34 deflection and 1.5 times allowable deflection and the deflection 35 measurements and calculated average deflection for each location measured 36 per joint for each joint of pipe 37 2) It is the responsibility of the Contractor to verify that the nominal pipe 38 diameter meets specifications at all measured locations. Contractor shall 39 coordinate pie replacement with the pipe manufacturer for any pipe not 40 meeting the specified internal diameter 41 h. Average allowable pipe deflection shall not exceed 2% for polyurethane coated 42 "e and I%for mortar coated pipe In no case shall individual measurements 43 exceed 3%for polyurethane coated pipe and 2%for mortar coated pipe. These 44 measurements include the allowable tolerance for lining thickness variation. 45 Additionally flat spots or pipe with damaged lining shall be repaired. 46 4. Cleaning and Testing 47 a. Cleaning, disinfection,hydrostatic testing, and bacteriological testing of water 48 mains: 49 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the 50 water main as specified in Section 33 04 40. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 1—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 3311 14-32 BURIED STEEL PIPE AND FITTINGS Page 32 of 32 1 5. Closed Circuit Television(CCTV)Inspection 2 a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in 3 accordance with Section 33 01 31. 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.13.4,5,and 6—Added reference to Section 33 1105 and removed material specification for bolts,nuts,gaskets and flange coating 13 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 12 30-1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Pagel of8 I SECTION 33 12 30 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 2-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies 7 (Combination Air Valves) for potable water systems including: 8 a. Combination air-release and air/vacuum valve 9 b. Tap to water main 10 c. Lead-free Inlet piping and appurtenances 11 d. Vent piping and appurtenances 12 e. Vault enclosure and appurtenances 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. 2.2 C.l.f. Add design flow rate. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 —General Requirements 19 3. Section 33 05 13 —Frame, Cover and Grade Rings 20 4. Section 33 11 10—Ductile Iron Pipe 21 5. Section 33 11 11 —Ductile Iron Fittings 22 6. Section 33 11 14—Buried Steel Pipe and Fittings 23 7. Section 33 12 10—Water Services 1-Inch to 2-Inch 24 8. Section 33 12 20 —Resilient Seated(Wedge) Gate Valve 25 9. Section 33 39 20—Precast Concrete Manholes 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement 29 a. Measurement for this Item shall be per each. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under"Measurement" will be paid for at the unit price 33 bid per each "Water Air Release Valve& Vault" installed for: 34 1) Various inlet sizes 35 3. The price bid shall include: 36 a. Furnishing and installing Combination Air Valves with appurtenances as 37 specified in the Drawings 38 b. Air valve vault and appurtenances 39 c. Tapping the main 40 d. Isolation valves CITY OF FORT WORTH Northside H 48-Inch Water Transmission Ifain,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 12 30-2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 1 e. Fittings 2 f. Vent piping 3 g. Vent cover and/or enclosure 4 h. Vent enclosure and/or pipe bollard protection, if required 5 i. Excavation and backfill 6 1.3 REFERENCES 7 A. Definitions 8 1. Combination Air Valve: A device having the features of both an air-release valve 9 and an air/vacuum valve 10 2. Inlet: The opening at the base of the Combination Air Valve mechanism through 11 which air and water from the pipeline enters 12 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 13 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less 14 than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water 15 Act(P.L. 111-380). 16 5. Orifice: The opening in the Combination Air Valve mechanism through which air 17 is expelled from or admitted into the pipeline or piping system. Some valves may 18 have multiple orifices. 19 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the 20 orifice, through which air enters or exits the Air Valve 21 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet 22 to its termination point outside the vault 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Iron and Steel Institute(AISI). 28 3. ASTM International(ASTM): 29 a. A536, Standard Specification for Ductile Iron Castings. 30 4. American Water Works Association(AWWA): 31 a. C512,Air-Release, Air/Vacuum, and Combination Air Valves for Waterworks 32 Service. 33 b. M51,Air-Release, Air/Vacuum, and Combination Air Valves. 34 5. NSF International (NSF): 35 a. 61, Drinking Water System Components -Health Effects. 36 6. Reduction of Lead in Drinking Water Act 37 a. Public Law 111-380(P.L. 111-380) 38 1.4 ADAIINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 0133 00. 41 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 1230-3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Combination Air Valves 4 a. Application type 5 b. Working pressure rating 6 c. Test pressure rating 7 d. Surge pressure rating 8 e. Inlet size 9 f. Small orifice size 10 g. Large orifice size 11 2. Valve vault and appurtenances 12 3. Tapping appurtenances 13 4. Isolation valves 14 5. Fittings 15 6. Vent piping 16 7. Vent cover and/or enclosure 17 8. Vent enclosure and/or pipe bollard protection 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Combination Air Valves of the same size shall be the product of 1 24 manufacturer, unless approved by the City. 25 b. Combination air valves shall be in conformance with AWWA C512. 26 B. Certifications 27 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with 28 AWWA C512. 29 1.10 DELIVERY, STORAGE,AND HANDLING 30 A. Storage and Handling Requirements 31 1. Protect all parts such that no damage or deterioration will occur during a prolonged 32 delay from the time of shipment until installation is completed and the units and 33 equipment are ready for operation. 34 2. Protect all equipment and parts against any damage during a prolonged period at the 35 site. 36 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 37 strongly built and securely bolted thereto. 38 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 39 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 40 extremes in temperature. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 1230-4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 1 6. Secure and maintain a location to store the material in accordance with 2 Section 0166 00. 3 1.11 FIELD CONDITIONS [NOT USED] 4 1.12 WARRANTY 5 A. Manufacturer Warranty 6 1. Manufacturer's Warranty shall be in accordance with Division 1. 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 9 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed on the City's Standard Products List will be 12 considered as shown in Section 0160 00. 13 a. The manufacturer must comply with this Specification and related sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 3. The Combination Air Valve shall be new and the product of a manufacturer 17 regularly engaged in the manufacturing of air release/air vacuum valves having 18 similar service and size. 19 B. Description 20 1. Regulatory Requirements 21 a. Combination Air Valves shall meet or exceed the latest revisions of 22 AWWA C512 and shall meet or exceed the requirements of this Specification. 23 b. All Combination Air Valve components in contact with potable water shall 24 conform to the requirements of NSF 61. 25 c. All materials shall conform to the Reduction of Lead in Drinking Water 26 Act(P.L. 111-380). This Act defines "Lead-free" for pipes and other 27 appurtenances to be less than 0.25 percent lead. 28 C. Performance/Design Criteria 29 1. Capacities 30 a. Water Application=Potable Water 31 b. Working Pressure from 10 psi to 150 psi 32 c. Test Pressure=225 psi 33 d. Surge Pressure= 100 psi minimum, unless stated otherwise in the Contract 34 Documents 35 e. Size 36 1) Each orifice size must be sufficient to meet the requirements set forth in 37 AWWA M51 and indicated on the Drawings. 38 f. Design flow rate of pipeline is 40 MGD at 75 psi 39 2. Function 40 a. High volume discharge during pipeline filling 41 b. High volume intake through the large orifice 42 c. Pressurized air discharge CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 12 30-5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 1 d. Surge Dampening/Controlled discharge rates 2 1) The valve shall have an integral surge alleviation mechanism which shall 3 operate automatically to limit transient pressure rise or shock induced by 4 closure due to high velocity air discharge or the subsequent rejoining of the 5 separated water columns. The limitation of the pressure rise shall be 6 achieved by decelerating the approaching water prior to valve closure. 7 D. Materials 8 1. Combination Air Valve 9 a. Internal parts 10 1) Non-corroding material such as stainless steel or high density polyethylene 11 b. Valve body 12 1) AISI 304 stainless steel or ASTM A536 ductile iron 13 2) Equipped with intake and discharge flanges 14 c. Inlet/Discharge orifice area 15 1) Equal to the nominal size of the valve 16 E. Finishes 17 1. Finish Materials 18 a. Supply all ductile iron Combination Air Valves with a factory applied fusion 19 bonded epoxy coating with a final coating thickness of 16 mils minimum. 20 2.3 ACCESSORIES 21 A. For 2-inch Combination Air Valve Assemblies: 22 1. Tap 23 a. Tapping saddle and 2-inch corporation valve(C.C. thread with flare) in 24 accordance with Section 33 12 10 25 2. Inlet Piping 26 a. 2-inch outlet between the tap and the isolation valve with the following: 27 1) Threaded, lead-free brass piping 28 2) Threaded, lead-free brass tee 29 3) Threaded, lead-free brass hand wheel valves 30 3. Vent Piping 31 a. 4-inch minimum diameter, in accordance with the Drawings 32 4. Vent Screen 33 a. Stainless Steel(AISI 304) 34 5. Dropover Enclosure 35 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 36 6. Vault 37 a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 38 33 39 20. 39 b. Provide a 32-inch hinged cover with frame and grade ring in accordance with 40 Section 33 05 13. 41 c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 42 manufactured by Grinell, or equal, in accordance with the Drawings 43 B. For 3-inch to 8-inch Combination Air Valve Assemblies: 44 1. Tap 45 a. For 24-inch diameter mains: CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2--Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 1230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 1 1) Provide 24-inch blind flange outlet 2 b. For mains with 30-inch and greater diameter: 3 1) Provide 30-inch blind flange outlet 4 c. For ductile iron and PVC mains,provide mechanical joint x flange tee with 5 tapped flange. 6 2. Inlet Piping 7 a. Flanged ductile iron or steel, depending on main material, in accordance with 8 Drawings 9 b. Corporation stops shall be in accordance with Section 33 12 10 and with 10 Drawings. 11 3. Isolation Valves 12 a. Gate valve(flanged)in accordance with Section 33 12 20 with: 13 1) 2-inch operating nut,non-rising stem with enclosed miter gearing for 3- 14 inch and larger gate valves 15 4. Vent Piping 16 a. 4-inch minimum, ductile iron pipe, in accordance with Drawings 17 5. Vent Screen 18 a. Stainless Steel(AISI 304) 19 6. Dropover Enclosure 20 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 21 7. Vault 22 a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. 23 b. Manhole dimensions shall be in accordance with Drawings. 24 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 25 Section 33 05 13. 26 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 27 manufactured by Grinell, or equal, in accordance with the Drawings 28 C. Finishes 29 1. Primer Materials 30 a. Prime Vent Piping within vault, as well as above ground, for finish with a 31 product listed in on the City's Standard Products List in Section 0160 00, 32 unless otherwise stated in the Drawings. 33 2. Finish Materials 34 a. Paint Vent Piping within vault, as well as above ground,with a product listed in 35 on the City's Standard Products List in Section 01 60 00, unless otherwise 36 stated in the Drawings. 37 b. Color to be selected by the City. 38 2.4 SOURCE QUALITY CONTROL 39 A. Tests and Inspections 40 1. Testing and inspection of Combination Air Valves shall be in accordance with 41 AWWA C512. 42 B. Markings 43 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 1230-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. Install in accordance with manufacturer's recommendations and as shown on the 8 Drawings. 9 2. Above ground and vault interior ductile iron piping and valves shall be painted in 10 accordance with City requirements, unless otherwise stated in the Drawings. 11 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in 12 accordance with Section 33 11 10 and Section 33 11 11 respectively. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Inspections 17 1. Pipe the large and small orifices directly to the vent piping. There direct discharge 18 of an orifice to an underground vault. 19 2. The valve shall perform as intended with no deformation, leaking or damage of any 20 kind for the pressure ranges indicated. 21 3. Before acceptance of the installed valve, the City Field Operations Staff shall have 22 the opportunity to inspect and operate the valve. 23 4. The City will assess the ease of access to the operating nut and ease of operating the 24 corporation stop. 25 5. If access and operation of the valve and its appurtenances meet the City Standard 26 Detail, then the valve will be accepted as installed. 27 6. The Combination Air Valve assembly shall be free from any leaks. 28 B. Non-Conforming Work 29 1. If access and operation of the valve or its appurtenances does not meet the City's 30 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 31 the Contractor's expense. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 33 1230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 1 3.14 ATTACHMENTS (NOT USED) END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson General:Modified specification to reflect materials and equipment in City Standard Detail;Removed cast-in-place manhole references 4 CITY OF FORT WORTH Morthside 1148-Inch Rater Transmission Maui,Phase 2—Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01749 Revised December 20,2012 347113-1 TRAFFIC CONTROL Page] of6 1 SECTION 34 71 13 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 1.2.A.2. Portable Message Signs 9 2. 1.2.A.4 Portable Lon>zitudinal Traffic Barriers 10 3. 1.2.A.5 Detour Route 11 4. 1.5.11. Submittals 12 5. 1.10.A DELIVERY, STORAGE,AND HANDLING 13 6. 2.2.b Materials 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Installation of Traffic Control Devices 20 a. Measurement 21 1) Measurement for Traffic Control Devices shall be per month for the Project 22 duration. 23 a) A month is defined as 30 calendar days. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement" shall be paid for at the 27 unit price bid for "Traffic Control". 28 c. The price bid shall include: 29 1) Traffic Control implementation 30 2) Installation 31 3) Maintenance 32 4) Adjustments 33 5) Replacements 34 6) Removal 35 7) Police assistance during peak hours 36 2. Portable Message Signs 37 a. Measurement 38 1) Measurement for this Item shall be per week each message board 39 furnished by the Contractor for the duration of the project and for the 40 duration o the 41 message board will become property of the City of Fort`.North. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised November 22,2013 City Project Number:02506 3471 13-2 TRAFFIC CONTROL Page 2 of 6 1 b. Payment 2 1) The work performed and materials furnished in accordance to this Item and 3 measured as provided under"Measurement"shall be paid for at the unit 4 price bid per week for"Portable Message Sign"fenta4-uurchased. 5 c. The price bid shall include: 6 1) Delivery of Portable Message Sign to Site 7 2) Message updating 8 3) Sign movement throughout construction 9 4) Retu Delivery of the Portable Message Sign post-construction to the film 10 of Fort Worth. 11 3. Preparation of Traffic Control Plan Details 12 a. Measurement 13 1) Measurement for this Item be per each Traffic Control Detail prepared. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per each"Traffic Control Detail" 17 prepared. 18 c. The price bid shall include: 19 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 20 longer 21 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 22 (TMUTCD) 23 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 24 4) Incorporation of City comments 25 4. Portable Longitudinal Traffic Barriers 26 a. Measurement 27 1) Measurement for this Item be per linear foot of portable longitudinal 28 traffic barrier. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this 31 Item shall be paid for at the unit price bid per linear foot of"Portable 32 Longitudinal Traffic Barrier"installed. 33 c. The price bid shall include: 34 1) Equipment,labor,tools and incidentals for furnishing, installing, 35 moving, removing portable concrete traffic barriers or water ballasted 36 systems. 37 2) Adherence to TxDOT Standard Details 38 5. Detour Route 39 a. Measurement 40 1) Measurement for this Item be per each detour route installed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this 43 Item shall be paid for at the unit price bid per each "Detour Route" 44 installed. 45 c. The price bid shall include: 46 1) Traffic Control Signaee Implementation 47 2) Installation 48 3) Maintenance 49 4) Adjustments CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised November 22,2013 City Project Number:02506 3471 13-3 TRAFFIC CONTROL Page 3 of 1 5) Replacements 2 6) Removal 3 4 1.3 REFERENCES 5 A. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 10 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 11 Transportation, Standard Specifications for Construction and Maintenance of 12 Highways, Streets, and Bridges. 13 1.4 ADMINISTRATIVE REQUIREMENTS 14 A. Coordination 15 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 16 implementing Traffic Control within 500 feet of a traffic signal. 17 B. Sequencing 18 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 19 approved by the City and design Engineer before implementation. 20 1.5 SUBMITTALS 21 A. Provide the City with a current list of qualified flaggers before beginning flagging 22 activities. Use only flaggers on the qualified list. 23 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 24 Engineering Division, 311 W. 10th Street. The Traffic Control Plan(TCP) for the 25 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 26 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 27 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 28 Engineer. 29 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 30 Specifications. The Contractor will be responsible for having a licensed Texas 31 Professional Engineer sign and seal the Traffic Control Plan sheets. 32 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 33 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 34 changes to the Traffic Control Plan(s) developed by the Design Engineer. 35 G. Design Engineer will furnish standard details for Traffic Control. 36 H. Manufacturer's product data sheets for the portable message boards. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised November 22,2013 City Project Number:02506 3471 13-4 TRAFFIC CONTROL Page 4 of 6 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY,STORAGE,AND HANDLING 6 A. Upon completion of the project,the portable message signs shall be delivered to 7 the City of Fort Worth James Avenue Service Center at 5001 James Avenue. Any 8 damage to the portable message sign during construction shall be fixed by the 9 contractor prior to delivery to the City of Fort Worth. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [Ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 ASSEMBLIES AND MATERIALS 15 A. Description 16 1. Regulatory Requirements 17 a. Provide Traffic Control Devices that conform to details shown on the 18 Drawings,the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 19 Device List(CWZTCDL). 20 2. Materials 21 a. Traffic Control Devices must meet all reflectivity requirements included in the 22 TMUTCD and TxDOT Specifications—Item 502 at all times during 23 construction. 24 b. Electronic message boards shall be provided in accordance with the TMUTCD. 25 The portable message signs provided shall be RU2 Fast-3370 Series VMS 26 Series Speed Display Trailer,or approved equal. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 EXAMINATION [NOT USED] 31 3.2 PREPARATION 32 A. Protection of In-Place Conditions 33 1. Protect existing traffic signal equipment. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised November 22,2013 City Project Number:02506 3471 13-5 TRAFFIC CONTROL Page 5 of 6 1 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan (TCP)and install Traffic Control Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not make changes to the location of any device or implement any other changes to 6 the Traffic Control Plan without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 10 covering, or removing Devices. 11 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 12 and that retroreflective characteristics meet requirements during darkness and rain. 13 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 14 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 15 lights, signs, or other precautionary measures for the protection of persons or property),the 16 Inspector may order such additional precautionary measures be taken to protect persons 17 and property. 18 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 19 or in conflict with the proposed method of handling traffic or utility adjustments, can be 20 constructed during any phase. 21 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance of drivers entering the highway from driveways or side streets. 23 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 24 be erected and mounted on portable supports. 25 1. The support design is subject to the approval of the Engineer. 26 L Lane closures shall be in accordance with the approved Traffic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 28 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 29 approved by the Engineer,to be used for Traffic Control. 30 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 31 turn-ons, street light pole installation, or other construction will be done during peak traffic 32 times(AM: 7 am—9 am,PM: 4 pm-6 pm). 33 L. Flaggers 34 1. Provide a Contractor representative who has been certified as a flagging instructor 35 through courses offered by the Texas Engineering Extension Service, the American 36 Traffic Safety Services Association, the National Safety Council, or other approved 37 organizations. 38 a. Provide the certificate indicating course completion when requested. 39 b. This representative is responsible for training and assuring that all flaggers are 40 qualified to perform flagging duties. 41 2. A qualified flagger must be independently certified by 1 of the organizations listed 42 above or trained by the Contractor's certified flagging instructor. CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised November 22,20I3 City Project Number:02506 3471 13-6 TRAFFIC CONTROL Page 6 of 6 1 3. Flaggers must be courteous and able to effectively communicate with the public. 2 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 3 and follow the flagging procedures set forth in the TMUTCD. 4 5. Provide and maintain flaggers at such points and for such periods of time as may be 5 required to provide for the safety and convenience of public travel and Contractor's 6 personnel, and as shown on the Drawings or as directed by the Engineer. 7 a. These flaggers shall be located at each end of the lane closure. 8 M. Removal 9 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 10 and other Traffic Control Devices used for work-zone traffic handling in a timely 11 manner, unless otherwise shown on the Drawings. 12 3.4 REPAIR/RESTORATION [NOT USED] 13 3.5 RE-INSTALLATION [NOT USED] 14 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.7 SYSTEM STARTUP [NOT USED] 16 3.8 ADJUSTING [NOT USED] 17 3.9 CLEANING [NOT USED] 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 24 CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised November 22,2013 City Project Number:02506 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GG 4.06 14azar-dous Envifefimef4al Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC 6.09 Peffnits and Ufilftie5 GR-01 60 00 Product Requirements CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 OLD DECATUR ROAD-MCLEROY BLVD. TO LONGHORN RD. Parcel #22-PEI CITY PROJECT No. 01087 OLD DECATUR ROAD TRACT IAIA, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT DATE: GRANTOR: MINERVA PARTNERS, LTD GRANTOR'S MAILING ADDRESS (including County): 3811 TURTLE CREEK BLVD. SUITE 180 DALLAS, DALLAS COUNTY, TEXAS 75219-4461 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 permanent drainage easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said permanent drainage easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock rip-rap, drop structures and access ramps, and other erosion control measures in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the Facility and its appurtenances. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successors and assigns to warrant and forever defend all and singular the 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 GRANTOR: GRANTEE: City of Fort Worth MINERVA PATNERS, LTD. Fernando Costa, Assistant City Manager APPROVED AS TO FORM AND LEGALITY Leann Guzman, Assistant City Attorney 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 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev.06102/2014 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 22-PEI CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a permanent drainage easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said permanent drainage easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said permanent drainage easement being more particularly described by metes and bounds as follows: CONIlgENCING at a 1/2 inch iron rod with cap stamped "Landes & Associates" found in the south line of said 34.120 acre tract of land for the southwest corner of a 0.57 acre tract of land (by deed) dedicated to the City of Fort Worth as recorded in Volume 10416, Page 975 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Landes & Associates"being the intersection of the existing westerly right-of-way line of Old Decatur Road (a variable width right-of-way) with the existing north right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way), from which a 1/2 inch iron rod found for the northwest corner of said 0.57 acre tract of land bears North 15 degrees 29 minutes 01 seconds West, a distance of 987.83 feet; THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 41.00 feet to a R.O.W. marker set for the POINT OF BEGINNING of herein described permanent drainage easement, said R.O.W. marker being the intersection of the existing north right-of-way line of said Cromwell-Marine Creek Road with the proposed westerly right-of-way line of said Old Decatur Road; THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 36.90 feet to a point for corner; THENCE North 11 degrees 50 minutes 32 seconds East, a distance of 25.00 feet to a point for comer; THENCE South 78 degrees 09 minutes 28 seconds East, a distance of 40.00 feet to a point for corner; THENCE South 11 degrees 50 minutes 32 seconds West, a distance of 19.90 feet to a point for corner in the proposed westerly right-of-way line of said Old Decatur Road; Exhibit A Page 1 of 2 THENCE; South 43 degrees 10 minutes 45 seconds West, with the proposed westerly right-of- way line of said Old Decatur Road, a distance of 5.97 feet to the POINT OF BEGINNING and containing 992 square feet or 0.023 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF T Date: September 17, 2014P��'G' eRF ''� CURTIS SMITH 5494 n- S}\1 Curtis Smith S U R Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 22-PEI \ LINE TABLE LINE BEARING DISTANCE L-1 N 78'09'28"W 41.00' L-2 N 78'09'2 v 36.90' L-3 N 11'50'32 E 25.00' L-4 S 78'09'287 40.00' 00 50 0 100 L-5 S 11'50'32'W 19.90' 1/2"IRF I L-6 I S 43'10'45'1N 5.97' SCALE IN FEET GNP SVRVE� \ O �' c �(\ /\ST ADpjTl0 62 ALgXpNpgS RpG� No• o� Uldfi vo4 p.1t.T.0 REMAINDER OF go _ LOT 2 34.120 ACRES (BY DEED) �,Q�,g, G LOT 1 MINERVA PARTNERS, LTD. o o"k C.C.F. No. D203472554 ?0, o O.P.R.T.C.T. PERMANENT DRAINAGE ^o \ / BL°T ADD (;g g1% �'+i o 1% ` yOyUM sag- EASEMENT T T 992 SO. FT. OR CR®M�__ _ 0.023 ACRES w Z w ® LOT 3 LOT 1 LOT 2 AReN�R,/ O_ Y L-4� L-5 LOT _SIGHT-OF_ RR/\ Ro RIGHT-OF-WAY s' tEt�Pp`(1 WAY . ':. �� NCi o�-WAY �� DETAIL �t��®�i i �lb REMAINDER OF P.0•C. l LOT 27 22.150 ACRES (BY DEED) 1/2"CIRF -LANDES D L 1R C.C.F. No.RD204229409LTD P.U• D• & ASSOCIATES" LOT 28 A P.U. D.R.T.C.T. SET R.O.W. DETAIL MARKER (NOT TO SCALE) NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ACQUISITION SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS LOCATION SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION ®mow®�r City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT DRAINAGE EASEMENT le%. . OUT OF A REMAINDER of A Ga S TE'' f 34.120 ACRE TRACT OF LAND �_•'�� R�a•.�� SITUATED IN THE _ _ ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 C TIS�SMITM- CITY OF FORT WORTH, TARRANT COUNTY. TEXAS ._.._.,._ AS RECORDED IN C.C.F. No. D203472554 ;p� 5494 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS SS•..'' l Q' PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD I CITY PROJ. No. 01087 ACQUISITION AREA: 992 SQUARE FEET OR 0.023 ACRES CURTIS SMITH JOB No. KHA_1218.00 I DRAWN BY: JLC I CAD FILE: 22-PE1.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 17, 2014 EXHIBIT B PAGE 1 OF 1 SCALE: 1" - 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. Parcel #22-PE2 CITY PROJECT No. 01087 OLD DECATUR ROAD TRACT 1A1A, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT DATE` GRANTOR: MINERVA PARTNERS, LTD GRANTOR'S MAILING ADDRESS (including County): 3811 TURTLE CREEK BLVD. SUITE 180 DALLAS, DALLAS COUNTY, TEXAS 75219-4461 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 permanent drainage easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said permanent drainage easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B" Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/0212014 replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock rip-rap, drop structures and access ramps, and other erosion control measures in, upon, under and across a portion of the Property and more fully described in Exhibit UK attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the Facility and its appurtenances. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successors and assigns to warrant and forever defend all and singular the 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT DRAINAGE FACILITY EASEMENT Rev.06102/2014 GRANTOR: GRANTEE: City of Fort Worth MINERVA PATNERS, LTD. Fernando Costa, Assistant City Manager APPROVED AS TO FORM AND LEGALITY Leann Guzman, Assistant City Attorney 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 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/0212014 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.22-PE2 CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F.ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a permanent drainage easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said permanent drainage easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said permanent drainage easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod in concrete found in the west line of said 34.120 acre tract of land for the southeast corner of Lot 45, Block 52, Marine Creek Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 9272 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod being an exterior ell corner in the north right-of- way line of Cromwell-Marine Creek Road(a variable width right-of-way), from which a 1/2 inch iron rod found for the southwest corner of said Lot 45 bears North 78 degrees 08 minutes 19 seconds West, a distance of 114.47 feet, said 1/2 inch iron rod being the intersection of the existing north right-of-way line of said Cromwell-Marine Creek Road with the existing east right-of-way line of Bay Lake Drive (a 50.0' right-of-way); THENCE North 00 degrees 17 minutes 19 seconds West, with the west line of said 34.120 acre tract of land and with the east line of said Lot 45, a distance of 37.06 feet to a point for corner; THENCE South 78 degrees 09 minutes 28 seconds East, a distance of 50.00 feet to a point for corner; THENCE South 11 degrees 50 minutes 32 seconds West, a distance of 35.00 feet to a point for corner; THENCE South 78 degrees 09 minutes 28 seconds East, a distance of 174.55 feet to a point for corner in the proposed westerly right-of-way line of said Marine Creek Parkway, said point being the beginning of a non-tangent curve to the right having a radius of 483.00 feet, a central angle of 03 degrees 56 minutes 05 seconds, and whose chord bears North 86 degrees 49 minutes 46 seconds West, a distance of 33.16 feet; Exhibit A Page 1 of 2 THENCE with the proposed westerly right-of-way line of said Marine Creek Parkway and with said non-tangent curve to the right, an arc length of 33.17 feet to a R.O.W. marker set for comer in the south line of said 34.120 acre tract of land, said R.O.W. marker being the intersection of the proposed westerly right-of-way line of said Marine Creek Parkway with the existing north right-of-way of said Cromwell-Marine Creek Road; THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 183.17 feet to a point for the southwest corner of said 34.120 acre tract of land, said point being an interior ell corner in the existing north right-of-way line of said Cromwell-Marine Creek Road; THENCE North 00 degrees 17 minutes 19 seconds West, with the west line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 3.85 feet to the POINT OF BEGINNING and containing 2,625 square feet or 0.060 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7, 2014 OF T CURTIS SMITH 5494 Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 22—PE2 I ' �i 7.5' UTILITY EASEMENT CURVE TABLE LOT 41 I CABINET A, SLIDE 9272 ICURVEI RADIUS DELTA BEARING CHORD ARC vy^ry P.R.T.C.T. C-1 483.00 03'56 05" N 86'49 46"W 33.16 33.17 LOT 42�9R' � ui ev 30.0' PERMANENT UTILITY EASEMENT > VOLUME 10301, PAGE 794 I D.R.T.C.T. I I } 3 ALEXANDER F. ALBRIGHT SURVEY i Q 3 ; ° �`4 °� I ABSTRACT No. 1849 1 °® Y REMAINDER OF J 1 1 s.D' UTILITY EASEMENT 34.120 ACRES (BY DEED) LOT 44 I CABINET A, SLIDE 9272 MINERVA PARTNERS, LTD. I I EL P.R.T.C.T. C.C.F. No. D203472554 Q v I O.P.R.T.C.T. I i W 3 I m LOT 45 i PERMANENT DRAINAGE Q _L73 EASEMENT AREA 1/2"IRF ..... r•T 2.625 SO. FT. OR 1 I U o - :::.... 0.060 ACRES I W N 7.5 DRAINAGE �:$ 7 I I Z do UTILITY EASEMENT N 9'Z8"E PROPOSED I CAB. A. SLIDE 9272 8"Q9� r'""�� _»4,SS� RIGHT—OF—WAY I I a P.R.T.C.T. 28"w ' I I Q P.O BF SEE DETAIL 8`.l � IN CONCRETE R.O.W. MARKER SET C-1 CRO `'Y J L-1___,J IN :::: BLE MOTMNErCR� EK ROAD : :::::: LINE TABLE P.O.B. LINE BEARING DISTANCE 58-1 F IN CONCRETE IA 183�7' L-1 N 71rO8'I91V 114.47 I L-2 N 00'1719 37.06' L-3 S 78'09 28"E 50.00' DETAIL L-4 S 11'50 32"W 35.00' 00 50 0 100 (NOT TO SCALE) L-5 N 00.17.19'W 3.85' SCALE IN FEET NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. ACQUISITION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE LOCATION SYSTEM. NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION oRTwoRT City o f Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING PERMANENT DRAINAGE EASEMENT OUT OF A REMAINDER OF A �Q'; G 1 S T£R�,: 34.120 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 �-CURTIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN ~r 5494 Q: C.C.F. No. D203472554 ` p� OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS �i •.E 5.- PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 S ACQUISITION AREA: 2 625 SQUARE FEET OR 0.060 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 22—PE2.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 EXHIBIT B PAGE 1 OF 1 SCALE: 1" 100' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 " 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.22-ROW1 CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a 0.017 acre tract of land situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said 0.017 acre tract of land being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said 0.017 acre tract of land being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped"Landes &Associates" found in the south line of said 34.120 acre tract of land for the southwest comer of a 0.57 acre tract of land (by deed) dedicated to the City of Fort Worth as recorded in Volume 10416, Page 975 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Landes & Associates"being the intersection of the existing westerly right-of-way line of Old Decatur Road (a variable width right-of-way) with the existing north right-of-way line of Cromwell-Marine Creek Road(a variable width right-of-way); THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 41.00 feet to a R.O.W. marker set for the intersection of the existing north right-of-way line of said Cromwell-Marine Creek Road with the proposed northwesterly right-of-way line of said Old Decatur Road; THENCE North 43 degrees 10 minutes 45 seconds East, with the proposed northwesterly right- of-way line of said Old Decatur Road, a distance of 42.65 feet to a R.O.W. marker set for in comer the west line of said 0.57 acre tract of land, said R.O.W. marker being the intersection of the proposed northwesterly right-of-way line of said Old Decatur Road with the existing west right-of-way line of said Old Decatur Road, from which a 1/2 inch iron rod found for the northwest corner of said 0.57 acre tract of land bears North 15 degrees 29 minutes 01 seconds West, a distance of 946.83 feet; THENCE South 15 degrees 29 minutes 01 seconds East, with the west line of said 0.57 acre tract of land and with the existing west right-of-way line of said Old Decatur Road, a distance of 41.00 feet to the POINT OF BEGINNING and containing 747 square feet or 0.017 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: June 25, 2014 OF T CURTIS SMITH 5494 P �;�•..ess .. Curtis Smith S U Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 22—ROW1 LINE TABLE \ LINE BEARING I DISTANCE L-1 N 78'09'28"W 41.00' L-2 N 43"1 0'45"E 42.65' L-3 S 15'29'01"E 41.00' 100 50 0 �0� 1/2"IRF O SCALE IN FEET g"B to 01 ND C� ALEXA pg5 RP N�• BL. 'D I T1 G 62 ST FA --1 PA 38-Q13 s 8T C T F.R. LOT 2 REMAINDER OF 3 34.120 ACRES (BY DEED) °o;,*.r+ o -�3 LOT 1 MINERVA PARTNERS, LTD. �+;, `� C.C.F. No. D203472554 a'.,'o a o � it O.P.R.T.C.T. °� \' BLOCK DDIT10" 81 RIGHT-OF-WAY c�p�'r o T A GS 1 ACQUISITION AREA °y ,, Q FARICAg88_1 C1�PA 747 SO. FT. OR � V�;. vo1.U�$ P.R•T• ' CR�� 0.017 ACRES LOT 3 ` KEL LOT 1 A L 'MARINE (E?p_1�OF� RIGHT-OF-WAY MARKER 2 ``-_ �`►DrH RIC-=WEEK ROAD . � � eEX'S'N SET R.O.W. .:l.. R � / _ MARKER �1 WAS' - _ P.0.B. LOT 27 REMAINDER OF 1/2"CIRF -LANDES 22.150 ACRES (BY DEED) MARGAUX FOUR CORNERS, LTD. & ASSOCWTES` C.C.F. No. D204229409 LOT 28 D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. ACQUISITION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE LOCATION SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET " FORT WORTH, TEXAS 76102 EXHIBIT SHOWING RIGHT-OF-WAY ACQUISITION OF OUT OF A REMAINDER OF A •G15TE'•, { 34.120 ACRE TRACT OF LAND " `� �� '• SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 " -'" "' "'""""'""""'"" " CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CURTiS S TH AS RECORDED IN C.C.F. No. D203472554 :�o OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 / ACQUISITION AREA: 747 SQUARE FEET OR 0.017 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 22-ROW1.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JUNE 25, 2014 EXHIBR B PAGE 1 OF 1 SCALE: 1" i00' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. " 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 22-ROW2 CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a 4.416 acre tract of land situated in the Alexander F. Albright Survey,Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said 4.416 acre tract of land being a portion of the remainder of a 34.120 acre tract of land(by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said 4.416 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Landes & Associates" found in the south line of said 34.120 acre tract of land for the southwest corner of a 0.57 acre tract of land (by deed) dedicated to the City of Fort Worth as recorded in Volume 10416, Page 975 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Landes & Associates" being the intersection of the existing westerly right-of-way line of Old Decatur Road (a variable width right-of-way) with the existing north right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way), from which a 1/2 inch iron rod found for the northwest corner of said 0.57 acre tract of land bears North 15 degrees 29 minutes 01 seconds West, a distance of 987.83 feet; THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 482.21 feet to a R.O.W. marker set for the intersection of the existing north right-of-way line of said Cromwell-Marine Creek Road with the proposed easterly right-of-way line of Marine Creek Parkway (a proposed variable width right- of-way); THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 319.57 feet to a R.O.W. marker set for the intersection of the existing north right-of-way line of said Cromwell-Marine Creek Road with the proposed northwesterly right-of-way line of said Marine Creek Parkway, said R.O.W. marker being the beginning of a non-tangent curve to the left having a radius of 483.00 feet, a central angle of 04 degrees 49 minutes 14 seconds, and whose chord bears South 87 degrees 16 minutes 21 seconds East, a distance of 40.62 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said non-tangent curve to the left, an arc length of 40.64 feet to a R.O.W. marker set for comer; THENCE South 89 degrees 40 minutes 58 seconds East, with the proposed northwesterly right- of-way line of said Marine Creek Parkway a distance of 20.56 feet to a R.O.W. marker set for corner; Exhibit A Page 1 of 5 THENCE North 85 degrees 49 minutes 18 seconds East, with the proposed northwesterly right- of-way line of said Marine Creek Parkway, a distance of 63.79 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 128.00 feet, a central angle of 07 degrees 45 minutes 25 seconds, and whose chord bears North 86 degrees 32 minutes 35 seconds East, a distance of 17.32 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 17.33 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 23.00 feet, a central angle of 60 degrees 50 minutes 37 seconds, and whose chord bears North 52 degrees 14 minutes 27 seconds East, a distance of 23.30 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 24.43 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 73.00 feet, a central angle of 21 degrees 24 minutes 53 seconds, and whose chord bears North 10 degrees 00 minutes 41 seconds East, a distance of 27.13 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 27.28 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 178.00 feet, a central angle of 10 degrees 22 minutes 01 seconds, and whose chord bears North 05 degrees 52 minutes 45 seconds West, a distance of 32.16 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 32.21 feet to a R.O.W. marker set for comer; THENCE North 11 degrees 03 minutes 46 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 70.00 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 844.00 feet, a central angle of 07 degrees 19 minutes 49 seconds, and whose chord bears North 08 degrees 13 minutes 53 seconds West, a distance of 107.90 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the right, an arc length of 107.98 feet to a R.O.W. marker set for the beginning of a compound curve to the right having a radius of 1094.00 feet, a central angle of 14 degrees 42 minutes 19 seconds, and whose chord bears North 02 degrees 47 minutes 11 seconds East, a distance of 280.01 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the right, an arc length of 280.78 feet to a R.O.W. marker set for comer; Exhibit A Page 2 of 5 THENCE North 12 degrees 24 minutes 52 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 93.99 feet to a R.O.W. marker set for comer; THENCE North 15 degrees 46 minutes 25 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 474.31 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 1145.00 feet, a central angle of 31 degrees 12 minutes 19 seconds, and whose chord bears North 00 degrees 10 minutes 15 seconds East,a distance of 615.93 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 623.60 feet to a R.O.W. marker set for the intersection of the proposed west right-of-way line of said Marine Creek Parkway with the proposed westerly right-of-way line of said Old Decatur Road; THENCE North 15 degrees 25 minutes 54 seconds West, with the proposed westerly right-of- way line of said Old Decatur Road, a distance of 232.94 feet to a 5/8 inch iron rod with cap stamped"GORRONDONA" found in the north line of said 34.120 acre tract of land, said 5/8 inch iron rod with cap stamped "GORRONDONA" being in the south line a 7.5738 acre tract of land deeded to 607 Joint Venture as recorded in County Clerk's File No. D21 1 1 84330 of said Official Public Records of Tarrant County, Texas, said 607 Joint Venture has been merged into Harvey 607 Limited Partnership as shown in Certificate of Merger recorded in County Clerk's File No. D212123650 of said Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORRONDONA" also being the southwest corner of a proposed right-of-way acquisition by the City of Fort Worth in Lis Pendens Notice recorded in County Clerk File No. D213260230 of said Official Public Records of Tarrant County,Texas; THENCE North 89 degrees 48 minutes 31 seconds East, with the north line of said 34.120 acre tract of land and with the south line of said 7.5738 acre tract of land, a distance of 33.17 feet to a point in the existing westerly right-of-way line of said Old Decatur Road for the northeast corner of said 34.120 acre tract of land, said point also being the southeast corner of said 7.5738 acre tract of land; THENCE South 15 degrees 33 minutes 40 seconds East, with the east line of said 34.120 acre tract of land and with the existing west right-of-way line of said Old Decatur Road, a distance of 755.23 feet to a R.O.W. marker set for the intersection of the existing west right-of-way line of said Old Decatur Road with the proposed westerly right-of-way line of said Old Decatur Road, said R.O.W. marker being the beginning of a non- tangent curve to the left having a radius of 38.00 feet, a central angle of 28 degrees 30 minutes 59 seconds, and whose chord bears North 44 degrees 34 minutes 13 seconds West, a distance of 18.72 feet; Exhibit A Page 3 of 5 THENCE with the proposed westerly right-of-way line of said Old Decatur Road and with said non-tangent curve to the left, an arc length of 18.91 feet to a R.O.W. marker set for the intersection of the proposed west right-of-way line of said Old Decatur Road with the proposed southeasterly right-of-way line of said Marine Creek Parkway; THENCE South 53 degrees 04 minutes 44 seconds West, with the proposed southeasterly right- of-way line of said Marine Creek Parkway, a distance of 32.71 feet to a R.O.W. marker set for the beginning of a non-tangent curve to the right having a radius of 1255.00 feet, a central angle of 06 degrees 23 minutes 38 seconds, and whose chord bears South 12 degrees 34 minutes 36 seconds West, a distance of 139.98 feet; THENCE with the proposed east right-of-way line of said Marine Creek Parkway and with said non-tangent curve to the right, an arc length of 140.05 feet to a R.O.W. marker set for comer; THENCE South 15 degrees 46 minutes 25 seconds West, with the proposed east right-of-way line of said Marine Creek Parkway, a distance of 374.28 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 977.98 feet, a central angle of 05 degrees 08 minutes 45 seconds, and whose chord bears South 13 degrees 34 minutes 34 seconds West, a distance of 87.80 feet; THENCE with the proposed east right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 87.83 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 1145.00 feet, a central angle of 12 degrees 26 minutes 54 seconds, and whose chord bears South 05 degrees 09 minutes 17 seconds West, a distance of 248.28 feet; THENCE with the proposed east right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 248.77 feet to a R.O.W. marker set for comer; THENCE South 01 degrees 04 minutes 10 seconds East, with the proposed east right-of-way line of said Marine Creek Parkway, a distance of 236.46 feet to a R.O.W. marker set for comer; THENCE South 05 degrees 32 minutes 23 seconds East, with the proposed east right-of-way line of said Marine Creek Parkway, a distance of 80.93 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 367.00 feet, a central angle of 09 degrees 58 minutes 38 seconds, and whose chord bears South 15 degrees 48 minutes 52 seconds East, a distance of 63.83 feet; THENCE with the proposed east right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 63.91 feet to a R.O.W. marker set for comer; Exhibit A Page 4 of 5 THENCE South 20 degrees 48 minutes 11 seconds East, with the proposed east right-of-way line of said Marine Creek Parkway, a distance of 25.03 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 43.00 feet, a central angle of 37 degrees 01 minutes 43 seconds, and whose chord bears South 39 degrees 19 minutes 02 seconds East, a distance of 27.31 feet; THENCE with the proposed east right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 27.79 feet to the POINT OF BEGINNING and containing 192,341 square feet or 4.416 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7,2014 OF �. if - +yam CURTIS SMITH 5494 Q Curtis Smith •S U R'4F' Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 5 of 5 EXHIBIT "B " PARCEL No. 22—RO W2 MATCH LINE"A" :..:::::::{:::::: n i:...is.... :::i:i{:4=::ii:irrr=:' 1 ::: :::•::{.::::::::i .::: PROPOSED LINE TABLE U :::::::::::°::.:..........1 RIGHT-OF-WAY 1 . ::;:_: LINE BEARING DISTANCE 30.0' PERMANENT UTILITY EASEMENT :•• to L-1 N 85-49-18-E 63.79 E •.' ::{: VOLUME 10301, PAGE 794 = {'-' ' [ ' = - d L-3 S 2048'11 25.03' :... . ::::::............... o SET R.O.W. :.....{.........{::.::::::::.::. . M1 MARKER ....:........ ....:::::} ::::::::::::: ' N r_ PROPOSED C� : ;::`.} "-`} :::::.:;•;;- W ALEXANDER F. ALBRIGHT SURVEY y Q RIGHT-OF-WAY ................• .: ' ABSTRACT No. 1849 Of ..... } 1/2"IRF Tp Q SET R.O.W. ::::{:::::::. MARKER =:-:::•}::•:�::•:::. � �':::• � REMAINDER OF ` `{` Y I o RIGHT-OF-WAY 34.120 ACRES (BY DEED) z :{::::::::: c�:':;: cn ACQUISITION AREA ,o •-A MINERVA PARTNERS, LTD. v :::: ::j::"""': = 192,341 SO. FT. OR �% ,o • o . :. :. ; •' :: 4,416 ACRES 1 i!+ C.C.F. No. D203472554 0 . ......T 0 '1 o .:':' Vf 0: ?, O.P.R.T.C.T. g'::: :.�: �:I Lu 3:::. : 0 1 0 o L I W `J` .. 0�. `a r i S 89'40 58 E :: {......:1 -• w �?, -� 20.56' C-4 1 '.:::::::} (J a ''' : w N REMAINDER OF D"o°o .:. ........{ >:::::. w C-3 :.:}::::::::: r n l Z SET R.O.W. ::::{- :•::� Z 34.120 ACRES (BY DEED) p a 0 MARKER C-2 ]::°:;:::::I _ 0:..... MINERVA PARTNERS, LTD. o:: f C.C.F. No. D203472554 `; r_r^ C-1 L-1 :.:.. ..: . ... ::::F::::::::::) a .:::::: ;. w O.P.R.T.C.T. ,�' 1�c C� ;.....:::::.....:•::: SET R.O.W._.� .`:::..........: MARKER �M /� 7� 1.SET R.O.W. C-14i rY 0 }:::::':. MARKER :... ALL- zap,• -� ..`.,:�::::•:: :�:�:�::•. P.o.B. w � (A yAR�e �'hip .31c9.s70 SET R.O.W. PROPOSED Le WIDTH RIGHT C), E7p3T,lyG MARKER 8.09, RIGHT-OF-WAY OF_WAY) ©AD RIGHT_ -W OF_WAY 482-21' CURVE TABLE CURVE RADIUS DELTA BEARING CHORD ARC C-1 483.00' 04'49'14" S 87-16'21"E 40.62' 40.64' C-2 128.00' 07*45'25" N 86 3235 E 17.32' 17.33' P.o•C. C-3 23.00' 60'50'37" N 52'14'27E 23.30' 24.43' C-4 73.00' 21'24'53" N 10'00'41"E 27.13' 27.28' 1/2"CIRF "LANDES C-5 178.00' 10'22'01" N 05'52'45"W 32.16 32.21' & ASSOCIATES" C-6 1 844.00 1 OT19'49" IN 08'13'53"W 107.90' 107.98' C-7 1 1094.00' 1 14'42'19" IN 02'47'11"E 280.01' 280.78' ACQUISITION C-13 1 367.00' 1 09'58'38" IS 15'48'52"E 63.83' 63.91 LOCATION C-14 1 43.00' 1 3701'43" IS 39'19'02"E 27.31' 27.79' NOTES: SUBJECT TRACT & 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LOCATION OF ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 100 50 0 100 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION ,��. O.. .......... OUT OF A REMAINDER OF A hQ.: r STAR•. f 34.120 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _ CUfZTIS SM H AS RECORDED IN _��.�P 5Z P/Q: C.C.F. No. D203472554 0� OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 192,341 'UARE FEET OR 4.416 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRWN BY: JLC CAD FILE: 22-ROW2.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 1 OF 4 SCALE: 1" a 100' ]NO. 5494 TEXAS FIRM NO. 10106900 GORRONDQNA & ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 22—ROW2 MATCH LINN"B" CURVE TABLE CURVE RADIUS DELTA BEARING --I CHORD I ARC :: t::::•:y;}.;.:::}:: �►' " 234341 W 87C-7 1094.00' 144 S N 4 13 8 28736 :•::::•::::::::•::'06 " T �.0-11 977.98 05819 4 87.8 ...... C-12 1145.00' 24 ' " ' ' : : 30.0' PERMANENT UTILITY EASEMENT VOLUME 10301, PAGE 794 : ::t:• :•:•;:•{;.:•::.:••• fp D.R.T.C.T. :'J.:::::::•:/*''' ::. ;M JV ::.`;.': ... ...... .......... SET R.O.W. MARKER ::::::::{ .� PROPOSED SET R.O.W. w RIGHT-OF-WAY REMAINDER OF MARKER j o } ....l iz .......... V 34.120 ACRES (BY DEED) �, :: SET R.Q.W. RIGHT-OF-WAY MINERVA PARTNERS, LTD. v'. ::::::::....} MARKER C.C.F. No. D203472554 .t °� ACQUISITION AREA ry a+ .::.....;: 192.341 SO. FT. OR O.P.R.T.C.T. t� 4.416 ACRES ALEXANDER F. ALBRIGHT SURVEY 2 :;;:: : '`•'`i��`"' ABSTRACT No. 1849 SET R.O.W. : ::::.......V ': :'; MARKER REMAINDER OF "'W° 34.120 ACRES (BY DEED) W:::.�::::•:: :.... a° ....... ... N MINERVA PARTNERS, LTD. C.C.F. No. D203472554 PROPOSED •:•::: Q�f::::•:::•:::•::: V O.P.R.T.C.T. RIGHT-OF-WAY � ..... :........... ......... d w •'•:i:iii:•r:•: f............... co v `. '::i::::::::::::;: Ivy o 100 50 0 100 :::::::{:::::::+::' '::::::;: SCALE IN FEET MATCH LINVA" NOTES: ACQUISITION 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LOCATION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. i 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWOUH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING RIGHT-OF-WAY ACQUISITION �� OUT OF A REMAINDER OF A a ,.�G�STER�•:-I- 34.120 ACRE TRACT OF LAND SITUATED IN THE �' :U) ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 �'`°"°'°"- °" "' CITY OF FORT WORTH, TARRANT COUNTY, TEXAS UPCS SMIT AS RECORDED IN C.C.F. No. D203472554 poF5494 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS .<1 PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 S ACQUISITION AREA: 192 341 SQUARE FEET OR 4.416 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 22-ROW2.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 2 OF 4 SCALE: i" - 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 B17-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 22—ROW2 MATCH LINE"C" CURVE TABLE ........... .... CURVE RADIUS DELTA BEARING CHORD ARC :':::r:::........... t1; C-8 1145.00' 31'12 19 N 00'10 15 E 615.93' 623.60' {'::: :1: :: W O C-9 38.00' 28'30'59" N 4434'13-W 18.72' 18.91' C-10 1255.00' 06'23'38" S 1734'36'1N 139.98' 140.05' {. . . > ...... . ALEXANDER F. ALBRIGHT SURVEY cp :::::::::.::::y33 :: 0 o, ABSTRACT No. 1849 1 a 4 to cl LINE TABLE V :: :::::'�°::..........:::::: N �!::SET R.O,W.• W o� $ LINE BEARING DISTANCE ::::•:::•::.:.: Q r:: MARKER L-2 S 53'04 44 32.71' ;:•.......:....... '. PROPOSED ..._......: : ao ` RIGHT-OF-WAY ::::a .......... REMAINDER OF �,r:::::....... . ....... 34.120 ACRES BY DEED ° MINERVA PARTNERS, LTD. w 3 ......"•- a w�:::: C.C.F. No. D203472554 � o T !D O.P.R.T.C.T. C.1 Q........:: x RIGHT-OF-WAY -:;:;'w° W....:..... H .::.::•::•::' ACQUISITION AREA SET R.o.w. CL 192.341 SQ. FT. OR MARKER 4.416 ACRES Q a SET R.O.W. .... ........r...:::::: MARKER 30.0' PERMANENT :•%•::- ::........ UTILITY EASEMENT . VOLUME 10301, PAGE 697 D.R.T.C.T. S7'a f .. .. v ': 'F.::::. ::.' PROPOSED >� h :: :. :::.: RIGHT-OF-WAY C. .v 10 v� :. :.: ._::::�•::::::::}:::::::.::: :r REMAINDER OF 100 50 0 100 `� `` `% " i : :`:' 34.120 ACRES (BY DEED) :: f:::::::::f. .:: ::::'}........l...... :':' MINERVA PARTNERS, LTD. h ::':; ::;::;T:'::':::'::y::::i::::: y C.C.F. No. D203472554 SCALE IN FEET 2 : ': o.P.R.r.c.r. ....}:........ 1 MATCH LINE"B" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. ACQUISITION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE LOCATION SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING RIGHT-OF-WAY ACQUISITION E•, ...._ T� OUT OF A REMAINDER OF A Q :GOSTE' • , f 34.120 ACRE TRACT OF LAND '�` RF'• Y SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 °'-C TIS IS .MT CITY OF FORT WORTH, TARRANT COUNTY, TEXAS IT AS RECORDED IN C.C.F. No. D203472554 .:poF5494 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS Q .5..... PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 192,341 SQUARE FEET OR 4.416 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 22-ROW2.d.q REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 1 EXHIBIT B PAGE 3 OF 4 SCALE: 1" " 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 22—ROW2 REMAINDER OF ,\ w 7.5738 ACRES (BY DEED) N 89'48 31 E HARVEY 607 LIMITED PARTNERSHIP PROPOSED RIGHT—OF—WAY 33.17' MERGER DOC. C.C.F. D212123650 ACQUISITION BY CITY OF FORT FULLY DESCRIBED IN WORTH IN LIS PENDENS NOTICE C.C.F. No. D211184330 C.C.F. D213260230 O.P.R.T.C.T. O.P.R.T.C.T. — — •• �N FND 5/89RON ROD W/CAP O\100 50 0 100 STAMPED "GORRONDONA" < \ :... M Z �\ SCALE IN FEET =: n ' �'" ACQUISITION O- a ��\ LOCATION RIGHT-OF-WAY ACQUISITION AREA �' '' °�A. s� 192.341 SO. FT. OR t° '': 1 4.416 ACRES �'' °� SUBJECT TRACT & OCATION OF ACQUISITION REMAINDER OF SET R.O.W. 34.120 ACRES (BY DEED) MARKER �- Q MINERVA PARTNERS, LTD. ?,x \ C.C.F. No. D203472554 0 LA O.P.R.T.C.T. PROPOSED 9� RIGHT—OF—WAY :•:�•:•:\ :..N ALEXANDER F. ALBRIGHT SURVEY : :':::: w ABSTRACT No. 1849 ;. 0. CURVE TABLE iCURVEI RADIUS I DELTA BEARING CHORD ARC ""'. :r:r.t, C-8 1145.00 31'12 19 N 00'10 15 E 615.93 623.60- v' 7 NOTES: :::::i: :':::':'. 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ;;; r-;; ;;;; \ 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8- IRON ROD SET " 'k WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. ... .I......... :; 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS ..t• "'".{ :• SHOWN ARE SURFACE. I MATCH LINE"C" ForrWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION �E..O TF OUT OF A REMAINDER OF A 34.120 ACRE TRACT OF LAND SITUATED IN THE cl): ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 - cul IS~SMIT A CITY OF FORT WORTH. TARRANT COUNTY, TEXAS AS RECORDED IN C.C.F. No. D203472554 �r pQ5494 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS 4'••...... PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA- 192 341 SQUARE FEET OR 4.416 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 22—ROW2.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 1 EXHIBIT B PAGE 4 OF 4 SCALE: 1" m 100' N0. 5444 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-MCLEROY BLVD. TO LONGHORN RD. Parcel #22-TE1 CITY PROJECT No. 01087 OLD DECATUR ROAD TRACT 1A1A, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MINERVA PARTNERS, LTD GRANTOR'S MAILING ADDRESS (including County): 3811 TURTLE CREEK BLVD. SUITE 180 DALLAS, DALLAS COUNTY, TEXAS 75219-4461 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, and 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". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction&asement 01/09/2007 GRANTOR: MINERVA PARTNERS, LTD GRANTEE: City of Fort Worth MINERVA PARTNERS, LTD. Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public in and for the State of Texas Temporary Construction Easement 01/09/1007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 22-TE1 CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Landes & Associates" found in the south line of said 34.120 acre tract of land for the southwest comer of a 0.57 acre tract of land (by deed) dedicated to the City of Fort Worth as recorded in Volume 10416, Page 975 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Landes & Associates" being the intersection of the existing westerly right-of-way line of Old Decatur Road (a variable width right-of-way) with the existing north right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way), from which a 1/2 inch iron rod found for the northwest corner of said 0.57 acre tract of land bears North 15 degrees 29 minutes 01 seconds West, a distance of 987.83 feet: THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 77.90 feet to the POINT OF BEGINNING of herein described temporary construction easement, said point being the southwest corner of a proposed permanent drainage easement; THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 320.00 feet to a point for corner; THENCE North 11 degrees 50 minutes 32 seconds East, a distance of 3.00 feet to a point for corner; THENCE South 78 degrees 09 minutes 28 seconds East, a distance of 320.00 feet to a point for corner in the west line of said proposed permanent drainage easement; THENCE South 11 degrees 50 minutes 32 seconds West, with the west line of said proposed permanent drainage easement, a distance of 3.00 feet to the POINT OF BEGINNING and containing 960 square feet or 0.022 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 19, 2014 0 F T CURTIS SMITH �p 5494 Qom:' Q- Curtis Smith �ess�.... SUR Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 22—TE I >-< CURVE TABLE Q 3 CURVE I RADIUS I DELTA I BEARING I CHORD ARC C C-1 1 43.00' 1 24.49'49' IN 45.24.59-W 1 18.49' 1 1 B.63' Y "IRF O 1/2 v SuRVE� LINE TABLE Q = LINE BEARING DISTANCE R y Y ALg �G�$4,g L-1 N 78.09'281N 77.90' L-2 N 11'50'32"E 3.00' A Zp Q W Lu W N� 'as RACE No.REMAINDER OF L-3 s 11 SO32"w 3.00' p x1 N U 34.120 ACRES (BY DEED) o "O MINERVA PARTNERS, LTD. ; A Z N C.C.F. No. D203472554 moo°, G a O.P.R.T.C.T. °�o �" Q 0 RIGHT-OF-WAY .�rnV� Z o a TEMPORARY CONSTRUCTION a¢o o EASEMENT AREA Soy-41 y 960 SO. FT. OR `"_��° ° o k4, R,o WC'1 0.022 ACRES °� - Q �KER CROMwE<L A4, Rif O W S 7&09 28- RICHROT-OF w Y w NE C(�EE N 78.09.28 320.0p• i ►� KEx,O (A VARIgg 320.00• r c; LE W1pTH RIGHT-OF WAY) L-1 REMAINDER OF P.O.B. 22.150 ACRES (BY DEED) MARGAUX FOUR CORNERS, LTD. PROPOSED PERMANENT C.C.F. No. D204229409 DRAINAGE EASEMENT D.R.T.C.T. P.0.C. 1/2"CIRF -LANDES 100 50 0 100 & ASSOCIATES" SCALE IN FEET NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. JACQUISITION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE LOCATION SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION oar w®�a City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT (€ TF OUT OF A REMAINDER OF A �Q ; GtSTeR•'•:� 34.120 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 �CUTIS SMITH CITY OF FORT WORTH. TARRANT COUNTY. TEXAS __ __....._. AS RECORDED IN _t ^��Y 5494 -^ C.C.F. No. D203472554 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD I CITY PROJ. No. 01087 S ACQUISITION AREA: 960 SQUARE FEET OR 0.022 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 22-TE1.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 19, 2014 EXHIBIT B PAGE 1 OF 1 I SCALE: 1" m 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. Parcel #22-TE2 CITY PROJECT No. 01087 OLD DECATUR ROAD TRACT 1A1A, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MINERVA PARTNERS, LTD GRANTOR'S MAILING ADDRESS (including County): 3811 TURTLE CREEK BLVD. SUITE 180 DALLAS, DALLAS COUNTY, TEXAS 75219-4461 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, and 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". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth MINERVA PATNERS, LTD. Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 'Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 22-TE2 CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F.ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Landes & Associates" found in the south line of said 34.120 acre tract of land for the southwest corner of a 0.57 acre tract of land (by deed) dedicated to the City of Fort Worth as recorded in Volume 10416, Page 975 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Landes & Associates" being the intersection of the existing westerly right-of-way line of Old Decatur Road (a variable width right-of-way) with the existing north right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way), from which a 1/2 inch iron rod found for the northwest corner of said 0.57 acre tract of land bears North 15 degrees 29 minutes 01 seconds West, a distance of 987.83 feet; THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 482.21 feet to a R.O.W. marker set for the intersection of the existing north right-of-way line of said Cromwell-Marine Creek Road with the proposed east right-of-way line of Marine Creek Parkway (a proposed variable width right-of- way), said R.O.W. marker being the beginning of a curve to the right having a radius of 43.00 feet, a central angle of 37 degrees 01 minutes 43 seconds, and whose chord bears North 39 degrees 19 minutes 02 seconds West, a distance of 27.31 feet; THENCE with the proposed east right-of-way line of said Marine Creek Parkway and with said curve to the right, an arc length of 27.79 feet to a R.O.W. marker set for corner; THENCE North 20 degrees 48 minutes 11 seconds West,with the proposed east right-of-way line of said Marine Creek Parkway, a distance of 25.03 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 367.00 feet, a central angle of 09 degrees 58 minutes 38 seconds and whose chord bears North 15 degrees 48 minutes 52 seconds West, a distance of 63.83 feet; THENCE with the proposed east right-of-way line of said Marine Creek Parkway and with said curve to the right, an arc length of 63.91 feet to a R.O.W. marker set for corner; THENCE North 05 degrees 32 minutes 23 seconds West, with the proposed east right-of-way line of said Marine Creek Parkway, a distance of 80.93 feet to a R.O.W. marker set for corner; THENCE North 01 degrees 04 minutes 10 seconds West, with the proposed east right-of-way line of said Marine Creek Parkway, a distance of 236.46 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 1145.00 feet, a central angle of 08 degrees 55 minutes 01 seconds and whose chord bears North 03 degrees 23 minutes 21 seconds East, a distance of 178.02 feet; THENCE with the proposed east right-of- Exhibit A Page 1 of 2 way line of said Marine Creek Parkway and with said curve to the right, an arc length of 178.20 feet to the POINT OF BEGINNING of herein described temporary construction easement, said point being the beginning of a curve to the right having a radius of 1145.00 feet, a central angle of 02 degrees 33 minutes 28 seconds and whose chord bears North 09 degrees 07 minutes 35 seconds East, a distance of 51.11 feet; THENCE with the proposed east right-of-way line of said Marine Creek Parkway and with said curve to the right, an arc length of 51.12 feet to a point for corner; THENCE South 79 degrees 35 minutes 41 seconds East, a distance of 25.00 feet to a point for the beginning of a non-tangent curve to the left having a radius of 1120.00 feet, a central angle of 02 degrees 33 minutes 28 seconds and whose chord bears South 09 degrees 07 minutes 35 seconds West, a distance of 50.00 feet; THENCE with said non-tangent curve to the left, an arc length of 50.00 feet to a point for corner; THENCE North 82 degrees 09 minutes 09 seconds West, a distance of 25.00 feet to the POINT OF BEGINNING and containing 1,264 square feet or 0.029 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: June 30, 2014 \�eRFO��� ��- CURTIS SMITH 5494 Curtis Smith Registered Professional Land Surveyor No. 5494 �� S UR`IF Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 22-TE2 MATCH L/NE"A" I I I LINE TABLE PROPOSED LINE BEARING DISTANCE �_ Ft� IGHT-OF-WAY L-1 N 274811 25.03 30.0' PERMANENT UTILITY EASEMENT VOLUME 10301, PAGE 794 j I D.R.T.C.T. I I ALEXANDER F. ALBRIGHT SURVEY PROPOSED r ABSTRACT No. 1849 RIGHT-OF-WAY 1 } ; 0 1/2"IRF 4Q/�� ��� `' Y I �Q REMAINDER OF Q S Z En \ ��-A 34.120 ACRES (BY DEED) [L = MINERVA PARTNERS, LTD. �, \ G C.C.F. No. D203472554 I W ; 0 O.P.R.T.C.T. j W m VE� � %9y . a G�� A W REMAINDER OF o° 7 Z o 0 ACRES (BY DEED)p,o�- io $ VA PARTNERS, LTD. �.,ta a . No. D203472554 O.P.R.T.C.T. 0 o� I ��RO I I SET R. i WELLMARK w �A VARIAe'" i1l1IVC EArySh PROPOSED WIDTH RIGHTCREE�{J� "G RIGHT_OF�WAYRIGHT-OF-WAY -OF- '` •�dD N 8'09'28"W 4 CURVE TABLE ,7 82.21' CURVE RADIUS DELTA BEARING CHORD ARC C-1 43.00' 3T01'43" N 39'1902 27.31' 27.79' C-2 367.00' 09'58'38' N 15'48'52"W 63.83' 63.91' P.0•C• 1/2"CIRF "LANDES & ASSOCIATES" ACQUISITION LOCATION NOTES: SUBJECT TRACT & 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PUT. LOCATION OF ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 100 50 O 100 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, HAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT S........ OUT OF A REMAINDER OF A 1 S TF f 34.120 ACRE TRACT OF LAND �:•Q� �Fp•.�� SITUATED IN THE _ _ ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CURTIS �S_MIT." CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN r Q 5494 1 Q' C.C.F. No. D203472554 of OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 1,264 SQUARE FEET OR 0.029 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 22-TE2.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JUNE 25, 2014 EXHIBIT B PAGE 1 OF 2 SCALE: 1' m 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 22—TE2 CURVE TABLE I I CURVE RADIUS DELTA I BEARING I HORD ARC I I I I C-3 1145.00' 08'55'01" I N 03'23'21'E 1 178.02' 178.20' I C-4 1145.00' 02'33'28" 1 N 09'07'35"E 1 51.11' 51.12' I / C-5 1120.00' 02'33'28 S 09'07'35'1 1 50.00' 50.00' L-' 4 J / / 1 30.0' PERMANENT UTILITY EASEMENT / VOLUME 10301, PAGE 794 / D.R.T.C.T. LINE TABLE Q / PROPOSED LINE BEARING DISTANCE 3 RIGHT-OF-WAY L-2 S 79'35'41"E 25.00' k / L-3 N 82'09'091N 25.00' / U / REMAINDER OF / 34.120 ACRES (BY DEED) �/ TEMPORARY CONSTRUCTION MINERVA PARTNERS, LTD. (V w / EASEMENT AREA C.C.F. No. D203472554 I L-2 1,264 SO. FT. OR O.P.R.T.C.T. I 0.029 ACRES I I . . N ALEXANDER F. ALBRIGHT SURVEY Z ' I :::: v REMAINDER OF ABSTRACT No. 1849 lz L_3 34.120 ACRES (BY DEED) Q a 1 MINERVA PARTNERS, LTD. P.O.B. C.C.F. No. D203472554 1 O.P.R.T.C.T. PROPOSED I 1 RIGHT-OF-WAY n 1 1 U I I I I O. dam.'y d, Y I I O tD I I � En pN I I z I I 100 50 0 100 I I SCALE IN FEET MATCH LINE"A" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET ACQUISITION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. LOCATION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FORTWORTH City of Fort worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT ��c. .OF. T� OUT OF A REMAINDER OF A Sj .:' S T F' 34.120 ACRE TRACT OF LAND •'���' RFp �� SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 """ """" "."- CITY OF FORT WORTH, TARRANT COUNTY, TEXAS " CURTIS"SMI AS RECORDED IN :OP" 5494 C.C.F. No. D203472554 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS Q''•••.... PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 1 264 SQUARE FEET OR 0.029 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC ICAD FILE: 22-TE2.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JUNE 25, 2014 EXHIBIT B PAGE 2 OF 2 1 SCALE: 1" 700' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. Parcel # 22-TE3 CITY PROJECT No. 01087 OLD DECATUR ROAD TRACT 1A1A, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE; GRANTOR: MINERVA PARTNERS, LTD GRANTOR'S MAILING ADDRESS (including County): 3811 TURTLE CREEK BLVD. SUITE 180 DALLAS, DALLAS COUNTY, TEXAS 75219-4461 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, and 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°. Temporary Construction Easement 01/092007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth MINERVA PATNERS, LTD. Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 ACKNO:.'LEDGEM€NT 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 22-TE3 CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F.ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Landes & Associates" found in the south line of said 34.120 acre tract of land for the southwest comer of a 0.57 acre tract of land (by deed) dedicated to the City of Fort Worth as recorded in Volume 10416, Page 975 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Landes & Associates" being the intersection of the existing westerly right-of-way line of Old Decatur Road (a variable width right-of-way) with the existing north right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way), from which a 1/2 inch iron rod found for the northwest comer of said 0.57 acre tract of land bears North 15 degrees 29 minutes 01 seconds West, a distance of 987.83 feet; THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 801.78 feet to a R.O.W. marker set for the intersection of the existing north right-of-way line of said Cromwell-Marine Creek Road with the proposed westerly right-of-way line of Marine Creek Parkway (a proposed variable width right- of-way), said R.O.W. marker being the beginning of a non-tangent curve to the left having a radius of 483.00 feet, a central angle of 04 degrees 49 minutes 14 seconds, and whose chord bears South 87 degrees 16 minutes 21 seconds East, a distance of 40.62 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said non- tangent curve to the left, an arc length of 40.64 feet to a R.O.W. marker set for comer; THENCE South 89 degrees 40 minutes 58 seconds East, with the proposed northwesterly right-of-way line of said Marine Creek Parkway a distance of 20.56 feet to a R.O.W. marker set for corner; THENCE North 85 degrees 49 minutes 18 seconds East, with the proposed northwesterly right- of-way line of said Marine Creek Parkway, a distance of 63.79 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 128.00 feet, a central angle of 07 degrees 45 minutes 25 seconds, and whose chord bears North 86 degrees 32 minutes 35 seconds East, a distance of 17.32 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 17.33 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 23.00 feet, a central angle of 60 degrees 50 minutes 37 seconds, and whose chord bears North 52 degrees 14 minutes 27 seconds East, a distance of 23.30 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc Exhibit A Page 1 of 3 length of 24.43 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 73.00 feet, a central angle of 21 degrees 24 minutes 53 seconds, and whose chord bears North 10 degrees 00 minutes 41 seconds East, a distance of 27.13 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 27.28 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 178.00 feet, a central angle of 10 degrees 22 minutes 01 seconds, and whose chord bears North 05 degrees 52 minutes 45 seconds West, a distance of 32.16 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 32.21 feet to a R.O.W. marker set for corner; THENCE North 11 degrees 03 minutes 46 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 70.00 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 844.00 feet, a central angle of 07 degrees 19 minutes 49 seconds, and whose chord bears North 08 degrees 13 minutes 53 seconds West, a distance of 107.90 feet; THENCE with the proposed west right-of- way line of said Marine Creek Parkway and with said curve to the right, an arc length of 107.98 feet to a R.O.W. marker set for the beginning of a compound curve to the right having a radius of 1094.00 feet, a central angle of 14 degrees 42 minutes 19 seconds, and whose chord bears North 02 degrees 47 minutes 11 seconds East, a distance of 280.01 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the right, an arc length of 280.78 feet to a R.O.W. marker set for corner; THENCE North 12 degrees 24 minutes 52 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 21.56 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 77 degrees 35 minutes 08 seconds West, a distance of 25.00 feet to a point for corner; THENCE North 12 degrees 24 minutes 52 seconds East, a distance of 50.00 feet to a point for corner; THENCE South 77 degrees 35 minutes 08 seconds East, a distance of 20.00 feet to a point for corner THENCE North 12 degrees 24 minutes 52 seconds East, a distance of 22.57 feet to a point for corner; THENCE North 15 degrees 46 minutes 25 seconds East, a distance of 352.43 feet to a point for corner; THENCE South 74 degrees 13 minutes 35 seconds East, a distance of 5.00 feet to a point for corner in the proposed west right-of-way line of said Marine Creek Parkway; THENCE South 15 degrees 46 minutes 25 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 3 52.2 8 feet to a point for corner; Exhibit A Page 2 of 3 THENCE South 12 degrees 24 minutes 52 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 72.43 feet to the POINT OF BEGINNING and containing 3,124 square feet or 0.072 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 2, 2014 OF CURTIS SMITH Curtis Smith r ;�,p 5494 Pte: Registered Professional Land Surveyor No. 5494 phi''°'�ESS�°`'••�� Firm No. 10106900 Q Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 22—TE3 MATCH LINE"A" I I n I I PROPOSED LINE TABLE 30.0' PERMANENT UTILITY EASEMENT I �--*--° L-1 N 85'49 RIGHT-OF-WAY LINE BEARING 18 E 63.79 D.R.T.C.T. DISTANCE VOLUME 10301, PAGE 794 I I L-3 S 20.48'11"E 1 25.03 I I SET R.O.W. MARKER I I PROPOSED 0 I I ALEXANDER F. ALBRIGHT SURVEY RIGHT-OF-WAY I ABSTRACT No. 1849 1 }a 1/2-IRF a SET R.O.W. I a 3 MARKER I REMAINDER OF i Y 34.120 ACRES (BY DEED) Z I U g MINERVA PARTNERS, LTD. i ; IQ_ a %;� li C.C.F. No. D203472554 o P I ow ' o off+ ` �^ O.P.R.T.C.T. w o I �" I `Lu > I I W ► o o S 89'40'58'E I N T_ � G < p 20.56' c 3_4 � I i U REMAINDER OF oo T; SET R.O.W. I I W °w 34.120 ACRES (BY DEED) °,�g r��^ O MARKER C-2 I I Z o MINERVA PARTNERS, LTD. I o C.C.F. No. D203472554 �+�� v c c C-i L-1 I 2 a O.P.R.T.C.T. i�b SET R.O.W. 6 ''`� ,✓ C�®� MARKER cp EL�aMARINE� 8b_'72 8 W PROPOSED WIDTH RICHTCEE 8p1 78 EXISTIIy`RIGHT-OF_ RIGHT-OF-WAY OF_WAY) '3OAD WAY CURVE TABLE v CURVE RADIUS DELTA BEARING CHORD ARC C-1 483.00 04'49 14" S 8T 16'21"E 40.62 40.64' C-2 128.00 OT45 25 N 86'32'35 E 17.32' 17.33 P"0"C" C-3 23.00' 6050'37" N 52'14'27 E 23.30' -T4—.43r- 'E--4 73.00' 21'24'53" N 10'00'41"E 27.13' 27.28' 1/2"CIRF -LANDES C-5 178.00' 10'22'01" N 05.52.45-W 32.16' 32.21' ACQUISITION do ASSOCIATES" -E--6-1 844.00' OT19 49" N 08'13'53 107.90' 107.98'1 LOCATION C-7 1 1094.00' 1 14'42'19" 1 N 02'47'11"E I 26041' 280.78' NOTES: SUBJECT TRACT & 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LOCATION OF ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 100 50 0 100 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH. TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT �� OF T� OUT OF A REMAINDER OF A P 'G1STE 34.120 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 "'" ° CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CURTIS SMI H AS RECORDED IN t, 5494 C.C.F. No. D203472554 o� OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS ....... PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 3,124 SQUARE FEET OR 0.072 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 22-TE3.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 EXHIBIT B PAGE 1 OF 3 SCALE: i" - 100' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 " 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 22—TE3 MATCH LINE"B" f ;�• r CURVE TABLE / CURVE I RADIUS DELTA I BEARING I CHORD I ARC Q C-7 1 1094.00 14'42 19 N 074711 280.01 280.78 N o LINE TABLE REMAINDER OF LINE BEARING DISTANCE I / L-2 N 12'24 52 E 21.56 34.120 ACRES (BY DEED) f / L-3 N 7T35OB 25.0o MINERVA PARTNERS, LTD. Ju L-4 N 12 24 52"E 50.00 C.C.F. No. D203472554 N N L-5 §--7T-35'-0-8'E 20.00' O.P.R.T.C.T. 6� (0 F- � L-6 N 12'24'52"E 22.57' r'• • P L-B S 12 24 521N 72.43 h f h o /� 2 ` y a F /�(/o PROPOSED ' �.j I RIGHT-OF-WAY L-B L-5 �� TEMPORARY CONSTRUCTION EASEMENT AREA V6 3,124 SO. FT. OR 0.072 ACRES � P•0•B• ALEXANDER F. ALBRIGHT SURVEY L-3 I ABSTRACT No. 1849 jI j REMAINDER OF I r 34.120 ACRES (BY DEED) 3 I I MINERVA PARTNERS, LTD. ' �r i C.C.F. No. D203472554 PROPOSED y 1 O.P.R.T.C.T. RIGHT-OF-WAY T I I I 30.0' PERMANENT UTILITY EASEMENT I VOLUME 10301, PAGE 794 I I D.R.T.C.T. + I � I 1 I I I I I � 100 50 0 100 1 I I I � SCALE IN FEET MATCH LINE"A" NOTES: ACQUISITION 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LOCATION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH. TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT OF OUT OF A REMAINDER OF A Q` G1 Sze f 34.120 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CU�TIS SMITH �~ CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _ AS RECORDED IN C.C.F. No. D203472554 M.:po�54940 _� OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS .. PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD I CITY PROJ. No. 01087 S i ACQUISITION AREA: 3,124 SQUARE FEET OR 0.072 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 22-TE3.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 EXHIBIT B PAGE 2 OF 3 SCALE: 1" - 100' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 22—TE3 I I I I LINE TABLE I I BEARING DISTANCE I I \ RlS 74.13 35'E 5.00 I I I I > Q �o ALEXANDER F. ALBRIGHT SURVEY ABSTRACT No. 1849 IYo 4 cc PROPOSED a $ REMAINDER OF RIGHT-OF-WAY \ 34.120 ACRES (BY DEED) MINERVA PARTNERS, LTD. LIJ,a , C.C.F. No. D203472554 0 O.P.R.T.C.T. (� TEMPORARY CONSTRUCTION Imo EASEMENT AREA 3,124 SO. FT. OR 0.072 ACRES /�v 7 / / I 30.0' PERMANENT L17 ! / UTILITY EASEMENT / VOLUME 10301, PAGE 697 / D.R.T.C.T. ` e4► / // PROPOSED 40 / / RIGHT-OF-WAY (o - i i REMAINDER OF 100 50 0 100 N // 34.120 ACRES (BY DEED) fn h / / MINERVA PARTNERS, LTD. 2 ^ " C.C.F. No. D203472554 SCALE IN FEET G7 O.P.R.T.C.T. MATCH LINEW NOTES: ACQUISITION 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LOCATION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET " FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT �E OF T� OUT OF A REMAINDER OF A � kST£—' 34.120 ACRE TRACT OF LAND A p SITUATED IN THE _ ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 _ __ �CURTIS SMIT A CITY OF FORT WORTH. TARRANT COUNTY, TEXAS ....... _ _. AS RECORDED IN C.C.F. No. D203472554 r ,pQFe494 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 $ ACQUISITION AREA: 3.1 4 SQUARE FEET OR 0.072 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 22-TE3.dwa REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 EXHIBIT B PAGE 3 OF 3 1 SCALE: 1" - 100' INO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. " 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. Parcel #22-TE4 CITY PROJECT No. 01087 OLD DECATUR ROAD TRACT 1A1A, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MINERVA PARTNERS, LTD GRANTOR'S MAILING ADDRESS (including County): 3811 TURTLE CREEK BLVD. SUITE 180 DALLAS, DALLAS COUNTY, TEXAS 75219-4461 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, and 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" Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth MINERVA PATNERS, LTD. Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.22-TE4 CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Landes & Associates" found in the south line of said 34.120 acre tract of land for the southwest corner of a 0.57 acre tract of land (by deed) dedicated to the City of Fort Worth as recorded in Volume 10416, Page 975 of the Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Landes & Associates"being the intersection of the existing westerly right-of-way line of Old Decatur Road (a variable width right-of-way) with the existing north right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way), from which a 1/2 inch iron rod found for the northwest corner of said 0.57 acre tract of land bears North 15 degrees 29 minutes 01 seconds West, a distance of 987.83 feet; THENCE North 78 degrees 09 minutes 28 seconds West, with the south line of said 34.120 acre tract of land and with the existing north right-of-way line of said Cromwell-Marine Creek Road, a distance of 801.78 feet to a R.O.W. marker set for the intersection of the existing north right-of-way line of said Cromwell-Marine Creek Road with the proposed westerly right-of-way line of Marine Creek Parkway (a proposed variable width right- of-way), said R.O.W. marker being the beginning of a non-tangent curve to the left having a radius of 483.00 feet, a central angle of 04 degrees 49 minutes 14 seconds, and whose chord bears South 87 degrees 16 minutes 21 seconds East, a distance of 40.62 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said non- tangent curve to the left, an arc length of 40.64 feet to a RO.W. marker set for comer; THENCE South 89 degrees 40 minutes 58 seconds East, with the proposed northwesterly right-of-way line of said Marine Creek Parkway a distance of 20.56 feet to a R.O.W. marker set for corner; THENCE North 85 degrees 49 minutes 18 seconds East, with the proposed northwesterly right- of-way line of said Marine Creek Parkway, a distance of 63.79 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 128.00 feet, a central angle of 07 degrees 45 minutes 25 seconds, and whose chord bears North 86 degrees 32 minutes 35 seconds East, a distance of 17.32 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 17.33 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 23.00 feet, a central angle of 60 degrees 50 minutes 37 seconds, and whose chord bears North 52 degrees 14 minutes 27 seconds East, a distance of 23.30 feet; THENCE with the proposed northwesterly right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc Exhibit A Page 1 of 3 length of 24.43 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 73.00 feet, a central angle of 21 degrees 24 minutes 53 seconds, and whose chord bears North 10 degrees 00 minutes 41 seconds East, a distance of 27.13 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 27.28 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 178.00 feet, a central angle of 10 degrees 22 minutes 01 seconds, and whose chord bears North 05 degrees 52 minutes 45 seconds West, a distance of 32.16 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 32.21 feet to a R.O.W. marker set for comer; THENCE North 11 degrees 03 minutes 46 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 70.00 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 844.00 feet, a central angle of 07 degrees 19 minutes 49 seconds, and whose chord bears North 08 degrees 13 minutes 53 seconds West, a distance of 107.90 feet; THENCE with the proposed west right-of- way line of said Marine Creek Parkway and with said curve to the right, an are length of 107.98 feet to a R.O.W. marker set for the beginning of a compound curve to the right having a radius of 1094.00 feet, a central angle of 14 degrees 42 minutes 19 seconds, and whose chord bears North 02 degrees 47 minutes 11 seconds East, a distance of 280.01 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the right, an arc length of 280.78 feet to a R.O.W. marker set for comer; THENCE North 12 degrees 24 minutes 52 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 93.99 feet to a R.O.W. marker set for corner; THENCE North 15 degrees 46 minutes 25 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 474.31 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 1145.00 feet, a central angle of 07 degrees 37 minutes 53 seconds, and whose chord bears North 11 degrees 57 minutes 28 seconds East, a distance of 152.39 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 152.51 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 81 degrees 51 minutes 28 seconds West, a distance of 20.00 feet to a point for comer, said point being the beginning of a non-tangent curve to the left having a radius of 1125.00 feet, a central angle of 02 degrees 32 minutes 47 seconds, and whose chord bears North 06 degrees 52 minutes 08 seconds East, a distance of 50.00 feet; THENCE with said non-tangent curve to the left, an arc length of 50.00 feet to a point for comer; THENCE South 84 degrees 24 minutes 16 seconds East, a distance of 20.00 feet to a point for comer in the proposed west right-of-way line of said Marine Creek Parkway, said point being the beginning of a non-tangent curve to the right having a radius of 1145.00 feet, a central angle of 02 degrees 32 minutes 47 seconds, and whose chord bears South 06 degrees 52 minutes 08 seconds West,a distance of 50.88 feet; Exhibit A Page 2 of 3 THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said non-tangent curve to the right, an arc length of 50.89 feet to the POINT OF BEGINNING and containing 1,009 square feet or 0.023 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 2,2014 �E OF T CURTIS SMITH 5494 Q `� S U F114 Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 22—TE4 MATCII LINE"A" I n I I j PROPOSED LINE TABLE RIGHT–OF–WAY LINE BEARING DISTANCE 30.0' PERMANENT UTILITY EASEMENT I II+— L-1 N 85'49'G (STAN VOLUME 10301, PAGE 794 I I L-3 S 20'48'11'E 25.03 D.R.T.C.T. I I SET R.O.W. MARKER 0 PROPOSED I I ALEXANDER F. ALBRIGHT SURVEY RIGHT–OF–WAY c I ABSTRACT No. 1849 go SET R.O.W. I Q 1/2"IRF O MARKER I LL i>s REMAINDER OF Y �' 34.120 ACRES (BY DEED) z I a MINERVA PARTNERS, LTD. C.C.F. No. D203472554 o P I ow o o ` O.P.R.T.C.T. W 3 1 zF, LL, L m 0 S6 0 S 89'40'58"E I I G� J� Se ��` 20.56' C-4 I U I REMAINDER OF 00,6 SET .0 C z Z N 0 ACRES (BY DEED) °a>o��' (� VA PARTNERS, LTD. %��, a ., 0 . No. D203472554 Q a iQ0,' C-1 L-1 Q o: i a O.P.R.T.C.T. ° o ,A SET R.O.W. CROM'W MARKER I 2 V E'LC- R1�1 m M a 78 PROPOSED NGH E 28 RIGHT–OF–WAY (A VgRfgg(� WIDTH RIGHT ARE K R . 8 �Iy=RIGFIT–OF_ Q WAY CURVE TABLE CURVE RADIUS DELTA BEARING CHORD ARC C-1 483.00' 04'49 14" S 87-16-21-E 40.62 40.64' C-2 128.00' 07'45 25" N 86'32 35"E 17.32' 17.33' P.0•C• 7-3 23.00 60'5037" N 52'14'27'E 23.30 24.43 C-4 73.00 21-24-53- N 10-00'41"E 27.13 27.28 ACQUISITION 1/2"CIRF 'LANDES C-5 178.00' 10'22'01" N—05* --32 32.16' 32.21' LOCATION do ASSOCIATES" C-6 1 844.00' 1 67-1949' IVO 134 10 .90' 10798 7'1 280 'C-7 1094.00' 14'42'19' N 8 01' 28 .76 NOTES: SUBJECT TRACT & 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LOCATION OF ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT–OF–WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA' UNLESS OTHERWISE NOTED. 100 50 0 100 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT OFD OUT OF A REMAINDER OF A 34.120 ACRE TRACT OF LAND .:�� RFp•. 9� SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 ---••�•-••••__..._..___......___._-_ CITY OF FORT WORTH. TARRANT COUNTY. TEXAS URTIS SMIT AS RECORDED IN 3494 C.C.F. No. D203472554 y of OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS 5� PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 S ACQUISITION AREA: 1,009 SQUARE FEET OR 0.023 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 22–TE4.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 1 OF 3 SCALE: 1" 100' N0. Sa94 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 22—TE4 MATCH LINEW r � r a a r CURVE TABLE a CURVE RADIUS DELTA BEARING I CHORD ARC v 1 1' C-7 1094.00 14 42 19 N 02'47'11"E 280.01 280.78 v + r--�` a + � � r + + 30.0' PERMANENT UTILITY EASEMENT REMAINDER OF 2 ai VOLUME D.R.T.C.T.AGE 794 34.120 ACRES (BY DEED) MINERVA PARTNERS, LTD. rr C.C.F. No. D203472554 Q� PROPOSED O.P.R.T.C.T. �1+ RIGHT—OF—WAY I t$ vc� I ALEXANDER F. ALBRIGHT SURVEY ! Q ABSTRACT No. 1849 ! G~ Lij REMAINDER OF 34.120 ACRES (BY DEED) ik U MINERVA PARTNERS, LTD. ae Y I C.C.F. No. D203472554 PROPOSE:?— y� � �y O.P.R.T.C.T. RIGHT—OF WAV 1�g I I ti 1 I I I I I I I 100 50 0 100 SCALE IN FEET MATCH LINE"A" ACQUISITION NOTES: LOCATION 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PUT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT 51 OUT OF A REMAINDER OF A 34.120 ACRE TRACT OF LAND �" `� RF '• 9 C-9- SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CURTIS SMIT�� CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _. AS RECORDED IN G.C.F. No. D203472554 poF5494 :: y OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 S ACQUISITION AREA: 1,009 SQUARE FEET OR 0.023 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC I CAD FILE: 22—TE4.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 EXHIBIT B PAGE 2 OF 3 1 SCALE: 1" - 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 22—TE4 I CURVE TABLE I I CURVE RADIUS DELTA I BEARING I CHORD I ARC I C-8 1145.00' 0737'53" N 11'57'28`E 152.39 1 152.51' L-3 C-9 1125.00' 02.32'47` N 06'52'08"E 50.00' 50.00' I C-10 1145.00' 02'32'47"IS 06'52'08'WV 1 50.88' 1 50.89' 7p �,c ALEXANDER F. ALBRIGHT SURVEY oa ABSTRACT No. 1849 c� I ► �+ nZ LINE T LINE I BEARINGABLI DISTANCE } P.O.B. ° �� L-2 N 81.51'281 20.00' L-2 J I r G L-3 S 84'24'16"E 20.00 \ TEMPORARY CONSTRUCTION i i EASEMENT AREA 1��Q o 1.009 SO. FT. OR C/o II 0.023 ACRES " %r�o r O Q� 4REMAINDER OF PROPOSED 34.120 ACRES (BY DEED) RIGHT—OF—WAY o ` MINERVA PARTNERS, LTD. C.C.F. No. D203472554 SMARKEER O.P.R.T.C.T. a �W ZIP 1 Q � 30.0' PERMANENT v `� UTILITY EASEMENT VOLUME 10301, PAGE 697 PROPOSED D.R.T.C•T. RIGHT—OF—WAY f REMAINDER OF 100 50 0 100 t� 34.120 ACRES (BY DEED) r MINERVA PARTNERS. LTD. z r C.C.F. No. D203472554 SCALE IN FEET O.P.R.T.C.T, � MATCH LINEW ACQUISITION LOCATION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT LE . F•. T OUT OF A REMAINDER OF A G1 S T 34.120 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 -CURTIS��SMiT y CITY OF FORT WORTH, TARRANT COUNTY, TEXAS a,-- AS RECORDED IN 5494 C.C.F. No. D203472554 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS ASS• ''� PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. Na, 01087 ACQUISITION AREA: 1.00 SQUARE FEET OR 0.023 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 22—TE4.dwo REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 3 OF 3 1 SCALE: 1" - 100' INO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. Parcel #22-TE5 CITY PROJECT No. 01087 OLD DECATUR ROAD TRACT 1A1A, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MINERVA PARTNERS, LTD GRANTOR'S MAILING ADDRESS (including County): 3811 TURTLE CREEK BLVD. SUITE 180 DALLAS, DALLAS COUNTY, TEXAS 75219-4461 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, and 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". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth MINERVA PATNERS, LTD. Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attomey 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2Q_ Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 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 2®_, Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 22-TE5 CITY PROJECT No. 01087 OLD DECATUR ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD. as recorded in County Clerk's File No. D203472554 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest corner of said 34.120 acre tract of land and being in the south line of a 7.5738 acre tract of land (by deed) deeded to 607 Joint Venture as recorded in County Clerk's File No. D211184330 of said Official Public Records of Tarrant County, Texas, said 607 Joint Venture being merged into Harvey 607 Limited Partnership as shown in Certificate of Merger recorded in County Clerk's File No. D212123650 of said Official Public Records of Tarrant County, Texas, said point also being the northeast corner of Lot 1, Block 52, Marine Creek Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 9272 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod found for reference bears South 43 degrees 56 minutes 38 seconds West, a distance of 0.27 feet; THENCE North 89 degrees 48 minutes 31 seconds East, with the north line of said 34.120 acre tract of land and with the south line of said 7.5738 acre tract of land, a distance of 546.35 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the southwest corner of a proposed right-of-way acquisition by the City of Fort Worth in Lis Pendens Notice recorded in County Clerk File No. D213260230 of said Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORRONDONA" being in the proposed west right-of- way line of Old Decatur Road (a variable width right-of-way); THENCE South 15 degrees 25 minutes 54 seconds East, with the proposed west right-of-way line of said Old Decatur Road, a distance of 232.94 feet to a R.O.W. marker set for the intersection of the proposed west right-of- way line of said Old Decatur Road with the proposed west right-of-way line of Marine Creek Parkway (a proposed variable width right-of-way), said R.O.W. marker being the beginning of a curve to the right having a radius of 1145.00 feet, a central angle of 09 degrees 27 minutes 03 seconds and whose chord bears South 10 degrees 42 minutes 22 seconds East, a distance of 188.65 feet; THENCE with the west right-of-way line of said Marine Creek Parkway and with said curve to the right, an arc length of 188.87 feet to the POINT OF BEGINNING of herein described temporary construction easement, said point being the beginning of a curve to the right having a radius of 1145.00 feet, a central angle of 01 degrees 00 minutes 02 seconds and whose chord bears South 05 degrees 28 minutes 49 seconds East, a distance of 20.00 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the right, an arc length of 20.00 feet to a point for comer; Exhibit A Page 1 of 2 THENCE North 88 degrees 36 minutes 12 seconds West, a distance of 15.09 feet to a point for the beginning of a non-tangent curve to the left having a radius of 1130.00 feet, a central angle of 01 degrees 00 minutes 51 seconds and whose chord bears North 05 degrees 34 minutes 20 seconds West, a distance of 20.00 feet; THENCE with said non-tangent curve to the left, an arc length of 20.00 feet to a point for corner; THENCE South 88 degrees 36 minutes 12 seconds East, a distance of 15.13 feet to the POINT OF BEGINNING and containing 300 square feet or 0.007 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 518 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7, 2014 of r CURTIS SMITH oF5494 �O•..fSS��•�-1 Curtis Smith S Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 22-TE5 f REMAINDER OF PROPOSED RIGHT-OF-WAY 7.5738 ACRES (BY DEED) ACQUISITION BY CITY OF FORT HARVEY 607 LIMITED PARTNERSHIP WORTH IN US PENDENS NOTICE MERGER DOC. C.C.F. D212123650 C.C.F. D213260230 FULLY DESCRIBED IN O,P•R.T.C.T. C.C.F. No. D21 1 1 84330 p p O.P.R.T.C.T. N 89.48'31"E 546.35' �NZ O` OZ LOT 1 FIND 5/8-IRON ROD 40 ` f� P.O.I.. W/CAP STAMPED O r� FROM WHICH A "GORRONDONA" y 5/8"IRON ROD FND N L LOT 2 FOR REFERENCE BEAR L, 7"\ rp- S 4356'38'W - 0.27' •o � `' CURVE TABLE LOT 3 CURVE RADIUS DELTA BEARING CHORD ARC N � Oa C-1 1145.00' 09'27 03" S 10 42 22"E 188.65' 188.87' N 3 � 1145.00 01'00 02" S 05'28 49 E 20.00 20.00' to Q CD C-3 1130.Od 01'00 51" N 05!34'20-W 20.00' 20.00' ' 0%0 \ ,�y a� REMAINDER OF 4� & •��['\ ra y LINE TABLE 34.120 ACRES (BY DEED) ° Q �eN LINE BEARING I DISTANCE MINERVA PARTNERS, LTD. SET R.O.W. -S- L-1 N 88`36'1 2 15.09' C.C.F. NO. D203472554 MARKER Nip L-2 S 88`36-12-E 15.13' O.P.R.T.C.T.1 Ar 4y G w � p LOT 4 PROPOSED LOT 9 RIGHT-OF-WAY \ " A 0 LEXANDER F. ALBRIGHT SURVEY I+ ABSTRACT No. 1849 r '� 1 1 TEMPORARY CONSTRUCTION EASEMENT AREA L-2 I P.O,B, 300 SO. FT. OR 0.007 ACRES n 100 50 0 100 C-3 N 1 SCALE IN FEET L-1 0 D 4� D NOTES: ACQUISITION A D 7J LOCATION 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, ii N X Z I mC m 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 51W IRON ROD SET 1°G 0 j WITH BLUE CAP STAMPED 'GORRONDONA" UNLESS OTHERWISE NOTED. om>D :13 1 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE a� m I SYSTEM, HAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS s m I s►+owN ARE SURFACE. SUBJECT TR T & I ' LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT OF T� OUT OF A REMAINDER OF A Q :' S TE 34.120 ACRE TRACT OF LAND �F'•. 9 SITUATED IN THE �_ - ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 -FCURTIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS -_ -..... �. .., _.. AS RECORDED IN '.• 5494 P C.C.F. No. D203472554 y p� OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS S� PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD I CITY PROJ. No. 010IND. S U ACQUISITION AREA: 301 SQUARE FEET OR 0.007 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 22-TE5.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE i OF t SCALE: 1" a 100' 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-MCLEROY BLVD. TO LONGHORN RD. PARCEL # 23-TE1 CITY PROJECT No. 01087 BAY LAKE DRIVE LOT 45, BLOCK 52, MARINE CREEK HILLS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: PHILLIP P. MANIVANH GRANTOR'S MAILING ADDRESS (including County): 6300 BAY LAKE DRIVE FORT WORTH, TARRANT COUNTY, TEXAS 76179-4185 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 out of Lot 45, Block 52 of Marine Creek Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 9272 of the Plat Records of Tarrant County, Texas, said Lot 45 being deeded to Phillip P. Manivanh as recorded in County Clerk's File No. D206233569 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Phillip P. Manivanh GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2©_ Notary Public in and for the State of Texas Temporary Construction Easement 01/09(2007 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 Temporary Construction Easement 01109/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 23-TE1 CITY PROJECT No. 01087 BAY LAKE DRIVE LOT 45, BLOCK 52, MARINE CREEK HILLS EXHIBIT "A" Being a temporary construction easement out of Lot 45, Block 52 of Marine Creek Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 9272 of the Plat Records of Tarrant County, Texas, said Lot 45 being deeded to Phillip P. Manivanh as recorded in County Clerk's File No. D206233569 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod found for the southwest corner of said Lot 45, said 1/2 inch iron rod being the intersection of the north right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way) with the east right-of-way line of Bay Lake Drive ( a 50.0' right-of- way); THENCE North 11 degrees 31 minutes 38 seconds East, with the west line of said Lot 45 and with the east right-of-way line of said Bay Lake Drive, a distance of 0.61 feet to a point for the beginning of a curve to the left having a radius of 325.00 feet, a central angle of 01 degrees 07 minutes 38 seconds, and whose chord bears North 10 degrees 57 minutes 50 seconds East, a distance of 6.39 feet; THENCE with said curve to the left, with the west line of said Lot 45 and with the east right-of- way line of said Bay Lake Drive, an arc length of 6.39 feet to a point for corner; THENCE South 78 degrees 08 minutes 19 seconds East, a distance of 113.06 feet to a point for corner in the east line of said Lot 45, said point also being in the west line of a 34.120 acre tract of land (by deed) deeded to Minerva Partners, LTD., as recorded in County Clerk's File No. D203472554 of said Deed Records of Tarrant County, Texas; THENCE South 00 degrees 17 minutes 19 seconds East, with the east line of said Lot 45 and with the west line of said 34.120 acre tract of land, a distance of 7.16 feet to a 5/8 inch iron rod in concrete found for the southeast corner of said Lot 45, said 5/8 inch iron rod in concrete being in the west line of said 34.120 acre tract of land, said 5/8 inch iron rod in concrete also being an exterior ell corner in the north right-of-way line of said Cromwell-Marine Creek Road; THENCE North 78 degrees 08 minutes 19 seconds West, with the south line of said Lot 45 and with the north right-of-way line of said Cromwell-Marine Creek Road, a distance of 114.47 feet to the POINT OF BEGINNING and containing 796 square feet or 0.018 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. �� T Date: July 7, 2014 0 F STfR��" CURTIS SMITH 5494 P�!r Q- Slip,* F'�O Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " 10.0' UTILITY EASEMENT I CABINET A, SLIDE 9272 PARCEL No. 23-TE I P.R.T.C.T. I , --F-----------J---------- J 15.0' UTILITY EASEMENT I CABINET A, SLIDE 9272 LOT 46 w I P.R.T.C.T- I i LOT 44 5 S ro u BLOCK EK KILL I w W RIME CR SLIDE 9?-72 i 40 20 0 40 �rqq� Y MBINET A, T.C.T. I rq� Q Of CA P.R• I SCALE IN FEET 14 0 o I cq W F'4' �i I 7.5' DRAINAGE ti W I Q I _ .I & UTILITY EASEMENT m I LOT 45 1 CABINET A. SLIDE 9272 ' I I I PHILLIP P. MANIVANH P.R.T.C.T. C.C.F. No. D206233569 I TEMPORARY I D.R.T.C.T. I CONSTRUCTION SEE C-1 i EASEMENT AREA " I DETAIL A �`:- . is S..7B•08' 796 SO. FT. OR ig• 0.018 ACRES P.D.B. �:. :::. :. :::::::.::... 13,06' , N 78. ::::::.:::::::. ...... REMAINDER OF 1 2"IRF 08'1 '-'-::-`:::::. : L-2 34.120 ACRES (BY DEED) 7.5' DRAINAGE 1 14,4•"`"`"":::` :. " MINERVA PARTNERS, LTD. & UTILITY EASEMENT ^R FND 5/8"IR C.C.F. No. T.C.T. 2554 CABINET A SLIDE 9272 ` IN CONCRETE D.R.D20,3 P.R.T.C.T. ©�I A�^ (A VA`RIAAB` -ARII E C LINE TABLE E WIDTH REEK LINE BEARING DISTANCE ROAD L-1 N 11'31'38 E 0.61' RIGHT�OF_WA),� L-2 S DO'17'19"E 7.16' 1 _ : : CURVE TABLE ::`::":::`` CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH L�1 :`.''.:' :{ii C-1 325.00 01.0738 N 10'57'50 E 6.39 6.3g. N''' 76.p8�19;;�:a NOTES: 114,4 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE "•'•°°•• SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS DETAIL "A" SHOWN ARE SURFACE. NOT TO SCALE FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET ' FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT `� OF OUT OF LOT 45, BLOCK 52 MARINE CREEK HILLS AN ADDITION TO THE CU TIS -SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS --•,•-. ••1;-' .•••••H AS RECORDED IN �' p 5494 P•; CABINET A. SLIDE 9272 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PRO J. No. 01087 ACQUISITION AREA: 796 SQUARE FEET OR 0.01B ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JCE CAD FILE: 23—TEl.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 1 OF 1 1 SCALE: 1' 40' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. Parcel #24-PE CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD TRACT 11, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 permanent drainage easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said permanent drainage easement being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of the Deed Records of Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock rip-rap, drop structures and access ramps, and other erosion control measures in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the Facility and its appurtenances. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successors and assigns to warrant and forever defend all and singular the 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 GRANTOR: GRANTEE: City of Fort Worth MARINE CREEK OF TEXAS Fernando Costa, Assistant City Manager JOINT VENTURE APPROVED AS TO FORM AND LEGALITY Leann Guzman, Assistant City Attorney 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 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev.06102/2014 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 24-PE CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a permanent drainage easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said permanent drainage easement being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of the Deed Records of Tarrant County, Texas, said permanent drainage easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found with cap stamped "GORRONDONA" found in the east line of said 101.631 acre tract of land for the southeast comer of a 0.142 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. D214043216 of the Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORRONDONA" being the intersection of the existing south right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way) with the existing west right-of- way line of Marine Creek Parkway (a 120.0' right-of-way), from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the southwest corner of said 0.142 acre tract of land bears North 78 degrees 10 minutes 01 seconds West, a distance of 311.58 feet; THENCE South 01 degrees 04 minutes 10 seconds East, with the east line of said 101.631 acre tract of land and with the existing west right-of-way line of said Marine Creek Parkway, a distance of 1187.13 feet to a R.O.W. marker set for the intersection of the existing west right-of-way of said Marine Creek Parkway with the proposed west right-of-way way line of said Marine Creek Parkway; THENCE South 31 degrees 17 minutes 11 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 25.63 to a R.O.W. marker set for the beginning of a curve to the left having a radius 92.00 feet, a central angle of 35 degrees 40 minutes 17 seconds and whose chord bears South 13 degrees 27 minutes 03 seconds West, a distance of 56.36 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 57.28 feet to the POINT OF BEGINNING of the herein described permanent drainage easement, said point being the beginning of a curve to the left having a radius of 92.00 feet, a central angle of 15 degrees 06 minutes 08 seconds, and whose chord bears South 11 degrees 56 minutes 10 seconds East, a distance of 24.18 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 24.25 feet to a R.O.W. marker set for corner; THENCE South 19 degrees 29 minutes 14 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 29.59 feet to a point for comer; Exhibit A Page 1 of 2 THENCE South 89 degrees 33 minutes 45 seconds West, a distance of 160.69 feet to a point for corner; THENCE South 59 degrees 33 minutes 45 seconds West, a distance of 40.01 feet to a point for corner; THENCE North 30 degrees 26 minutes 15 seconds West, a distance of 51.67 feet to a point for corner; THENCE North 59 degrees 33 minutes 45 seconds East, a distance of 53.85 feet to a point for corner; THENCE North 89 degrees 33 minutes 45 seconds East, a distance of 160.05 feet to the POINT OF BEGINNING and containing 10,650 square feet or 0.244 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 23, 2014 OF T CURTIS SMITH oF549aor�P\`O Curtis Smith ti�..ess Registered Professional Land Surveyor No. 5494 S U R Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT 99B !? PARCEL No. 24—PE 0.142 w F AC R OU IS R1H F O �N DEED, �!M C.0 00 JO 100 No. 6 O . . . _ 7 1p•01-W 311.8_ –WAY CROM — CAFE IN FEET WEL�_M- _ FND 5/8 7IRON ROD - _____ - - rA v,�RUe� pR��E GRE TAMP WG RO RONDONAD PROPOSED DTM �fF OF-1y��ROAi) RIGHT–OF–WAY P.Q"C. I— PEMAIN�EASEMENTTR FND 5/8-IRON ROD _ CITY OF FORT WORTH W/CAP STAMPED /�OF VOLUME 17341, PAGE 272 "GORRONDONA" –V/AY D.R.T.C.T. I Q Y PARCEL No. 5 °0 # 101.631 ACRES (BY REED) a o ° 22.150 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE I MARGAUX FOUR CORNERS, LTD. VOLUME 11431, PAGE 293 r W 2 C.C.F. No. D204229409 < ° D.R.T.C.T. D.R.T.C.T. 3 Y W I Z ALEXANDER F. ALBRIGHT SURVEY = I° w " I W ABSTRACT No. 1849 Ix ? N a x 2 W I I I MATCH LINE"A" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT–OF–WAY LINE ARE A 5/8" IRON ROD SET ACQUISITION WITH BLUE CAP STAMPED "GORRONDONA' UNLESS OTHERWISE NOTED. LOCATION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE. LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET " FORT WORTH, TEXAS 76102 EXHIBIT SHOWING PERMANENT DRAINAGE EASEMENT .. F 101.631 ACREETRACT OFA LAND o' SITUATED IN THE __ ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 ___ CJR`�`IS SMITH-� CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN –�'; 5494 P VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY. TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROD. No. 01087 U ACQUISITION AREA: 10.650 SQUARE FEET OR 0.244 ACRES CURTIS SMITH JOB No. KHA-1218.00 I DRAWN BY: JLC CAD FILE: 24–PEI.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 1 EXHIBIT B PAGE 1 OF 3 SCALE: 1" - 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 24—PE MATCH LINE"A" # � IQ ° I Z a N X Z W I y X W Q PARCEL No. 5 I 22.150 ACRES (BY DEED) 101.631 ACRES (BY DEED) I^ Y MARGAUX FOUR CORNERS, LTD. MARINE CREEK OF TEXAS JOINT VENTURE C.C.F. No. D204229409 Q D.R.T.C.T. VOLUME 11431, PAGE 293 C c D.R.T.C.T. oLu � I � LLI v tx ALEXANDER F. ALBRIGHT SURVEY u' ABSTRACT No. 1849 C) o I v y " LLI I Z v I..L G I I I 100 50 0 100 SCALE IN FEET MATCH LINE"B" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET ACQUISITION WITH BLUE CAP STAMPED "GORRONDONA' UNLESS OTHERWISE NOTED. LOCATION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT DRAINAGE EASEMENT OF OUT OF A REMAINDER OF A 101.631 ACRE TRACT OF LAND � �� Rp•..�� SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 -CU IS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS - - •-•• AS RECORDED IN �': p 5494 I VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS SS!, 41 PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROD. No. 01087 ACQUISITION AREA: 10,650 SQUARE FEET OR 0.244 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 24-PE1.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23. 2014 IEXHIBIT B PAGE 2 OF 3 1 SCALE: 1" = 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 24—PE MATCH LINE CURVE TABLE CURVE I RADIUS I DELTA I BEARING CHORD ARC >.:c- C-1 92.00' 3540'17 S 13 27b3'W 56.36' 57.28' I I C-2 92.00' 15'06'08 S 11'56'10"E 24.18' 24.25' I^ Y I PARCEL No. 5 ( Q o J rn 101.631 ACRES (BY DEED) !`' a" ° w cn t MARINE CREEK OF TEXAS JOINT VENTURE ,� ° Y z °w N VOLUME 11431, PAGE 293 0 o W 0 m� D.R.T.C.T. 15 o LU 1 N �0 0 W N0 ALEXANDER F. ALBRIGHT SURVEY Z IN w " 1 w= Ori ABSTRACT No. 1849 In I z ` QL Z W Ln X tL 100 50 0 100 N S 31'17'11"W Q PERMANENT DRAINAGE 25.63' � SCALE IN FEET EASEMENT AREA SET R.O.W. MARKER 10,650 SO. FT. OR SET R.O.W. 0.244 ACRES MARKER P.0.B. Ry*�. N 89 33'45-E U LONGHORN 160.05' ROAD h�3.y8� ^::•. :-:: :: ::-::-::-i::i: (A 120.0' .............. : ::::;:::::::.::::. :::::::::.:::::::: SET R.O.W."." < RIGHT-OF-WAY) Q� MARKER• N 30'26'15"W—. ; :;_:r::-160.69' 51.67 O,age S 89"33'45"W .53 � RIGHT-OF-WAY PROPOSED / LINE TABLE RIGHT-OF-WAY' LINE I BEARING DISTANCE L-1 S 19'29'14"E 29.59' NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA" UNLESS OTHERWISE NOTED. ACOUISITION LOCATION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING OF PERMANENT DRAINAGE EASEMENT A,, ............ OUT OF A REMAINDER OF A �'.;.GISTER�•; 101.631 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 —_CURT S SMITH-_ CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN 5494 VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 SU ACQUISITION AREA: 10,650 SQUARE FEET OR 0.244 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 24-PEI.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 EXHIBIT B PAGE 3 OF 3 SCALE: 1' - 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 24-ROW1 CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a 0.062 acre tract of land situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said 0.062 acre tract of land being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of the Deed Records of Tarrant County, Texas, said 0.062 acre tract of land being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod found with cap stamped "GORRONDONA" found in the east line of said 101.631 acre tract of land for the southeast corner of a 0.142 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. D214043216 of the Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORR.ONDONA" being the intersection of the existing south right-of-way line of Cromwell- Marine Creek Road (a variable width right-of-way) with the existing west right-of-way line of Marine Creek Parkway(a 120.0' right-of-way); THENCE South 01 degrees 04 minutes 10 seconds East, with the east line of said 101.631 acre tract of land and with the existing west right-of-way line of said Marine Creek Parkway, a distance of 108.94 feet to a R.O.W. marker set for the intersection of the proposed west right-of-way line of said Marine Creek Parkway with the existing west right-of-way line of said Marine Creek Parkway; THENCE North 15 degrees 05 minutes 45 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 82.44 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 28.00 feet, a central angle of 19 degrees 00 minutes 53 seconds, and whose chord bears North 24 degrees 36 minutes 11 seconds West, a distance of 9.25 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 9.29 feet to a R.O.W. Marker set for the beginning of a compound curve to the left having a radius of 58.00 feet, a central angle of 38 degrees 24 minutes 20 seconds, and whose chord bears North 53 degrees 18 minutes 47 seconds West, a distance of 38.15 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the left, an arc length of 38.88 feet to a R.O.W. marker set for the intersection of the proposed west right-of-way line of said Marine Creek Parkway with the proposed south right-of-way line of said Cromwell-Marine Creek Road; Exhibit A Page 1 of 2 THENCE North 72 degrees 30 minutes 57 seconds West, with the proposed south right-of-way line of said Cromwell-Marine Creek Road, a distance of 50.96 feet to a R.O.W. Marker set for corner; THENCE North 78 degrees 39 minutes 10 seconds West, with the proposed south right-of-way line of said Cromwell-Marine Creek Road, a distance of 36.23 feet to a R.O.W. Marker set fort the beginning of a curve to the right having a radius of 526.00 feet, a central angle of 07 degrees 59 minutes 46 seconds, and whose chord bears North 74 degrees 39 minutes 17 seconds West, a distance of 73.35 feet; THENCE with the proposed south right-of-way line of said Cromwell-Marine Creek Road and with said curve to the right, an arc length of 73.41 feet to a R.O.W. marker set for corner in the south line of said 0.142 acre tract of land, said R.O.W. marker being the intersection of the proposed south right-of-way line of said Cromwell-Marine Creek Road with the existing south right-of-way line of said Cromwell-Marine Creek Road, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the southwest corner of said 0.142 acre tract of land bears North 78 degrees 10 minutes O1 seconds West, a distance of 98.30 feet; THENCE South 78 degrees 10 minutes 01 seconds East, with the south line of said 0.142 acre tract of land and with the existing south right-of-way line of said Cromwell-Marine Creek Road, a distance of 213.28 feet to the POINT OF BEGINNING and containing 2,695 square feet or 0.062 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7, 2014 OF l--- CURTIS SMITH p' 5494�Pr' Curds Smith SS!°•°��O Registered Professional Land Surveyor No. 5494 S U Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 24—ROWI 34.120 ACRES (BY DEED) MINERVA PARTNERS, LTD. R ED! W C.C.F. Do.D203472554 AY y 0.142 ROW ACRE (8Y DEED P.O.B. 100 50 0 100 • CITy OAF FORT y ) FND 5/8-IRON ROD C C'F FORT TO W/CAP STAMPED O.P•R 2�43216_ 'GORRONDONA' L-4 I ___ �-- RIOM!oF c SCALE IN FEET 7&100 0 1"E_ z, wAY LRCM WELL FND 5/13-IRON ROD _ L-3 ' .......3'28- -MARl F CR _ WG RRONDONA STAMPED SET R.O.W. - L,? C ........... w (A VAR14BLE NE CR RO MARKER WIDTH EEK --- SET R.O.W. �� ::::::s _ HT -OF AQ MARKER O. ) PERMANENT WATER PROPOSED MAIN EASEMENT C-1 "'CITY ' CITY OF FORT WORTH SET R.O.W. "' 006 RfGF/T VOLUME 17341, PAGE 272 r 0 } -WAY D.R.T.C.T. MARKER , � N RIGHT—OF—WAY Q ACQUISITION AREA SET R.o.w. 2,695 SO. FT. OR MARKER cr a 13 0.062 ACRES Q I a- o 0 22.150 ACRES (BY DEED) PARCEL No. 5 `Y U MARGAUX FOUR CORNERS, LTD. C.C.F. No. D204229409 101.631 ACRES (BY DEED) W m w 0 MARINE CREEK OF TEXAS JOINT VENTURE ¢ Cr o z VOLUME 11431, PAGE 293 3 U N r D.R.T.C.T. I o W r W ALEXANDER F. ALBRIGHT SURVEY I Z ABSTRACT No. 1849 <C LINE TABLE z LINE BEARING I DISTANCE rn L-1 N 15!05'45W 82.44' CURVE TABLE x I L-2 N 72.30.57'W 50.96' CURVE RADIUS DELTA BEARING CHORD ARC W L-3 N 78'39'1 YW 36.23' C-1 28.00' 19'00'53' N 24'36.11'W 9.25' 9.29' I L-4 N 78'10'Oi'W 98.30' C-2 58.00' 1 38'24'20- N 53.18.47-W 1 38.15' 38.88' C-3 526.00' 1 07-59-46- IN 74.39.17-W 1 73.35' 73.41' I ACQUISITION LOCATION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE. LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT—OF—WAY ACQUISITION � �•. T OUT OF A 101.631 ACRE TRACT OF LAND SITUATED IN THE -"-- `°••°'-- ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 C RTES �SMIT AS RECORDED IN .o- 549 VOLUME 11431, PAGE 293 ? Fss `O DEED RECORDS OF TARRANT COUNTY, TEXAS O ' •••.• PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 2,695 SQUARE FEET OR 0.062 ACRES I CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 24-ROWI.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 1 OF 1 SCALE: 1' - 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 24-ROW2 CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a 0.067 acre tract of land situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said 0.067 acre tract of land being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of the Deed Records of Tarrant County, Texas, said 0.067 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found with cap stamped "GORRONDONA" found in the east line of said 101.631 acre tract of land for the southeast corner of a 0.142 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. D214043216 of the Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORRONDONA" being the intersection of the existing south right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way) with the existing west right-of- way line of Marine Creek Parkway (a 120.0' right-of-way), from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the southwest corner of said 0.142 acre tract of land bears North 78 degrees 10 minutes 01 seconds West, a distance of 311.58 feet; THENCE South 01 degrees 04 minutes 10 seconds East, with the east line of said 101.631 acre tract of land and with the existing west right-of-way line of said Marine Creek Parkway, a distance of 1187.13 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described 0.067 acre tract of land, said R.O.W. marker being the intersection of the existing west right-of-way of said Marine Creek Parkway with the proposed west right-of-way way line of said Marine Creek Parkway; THENCE South 01 degrees 04 minutes 10 seconds East, with the east line of said 101.631 acre tract of land and with the existing west right-of--way line of said Marine Creek Parkway, a distance of 175.72 feet to a R.O.W. marker set for the intersection of the existing west right-of-way line of said Marine Creek Parkway with the proposed west right-of-way line of said Marine Creek Parkway, said R.O.W. marker being the beginning of a non-tangent curve to the left having a radius of 377.50 feet, a central angle of 05 degrees 40 minutes 00 seconds, and whose chord bears North 16 degrees 39 minutes 14 seconds West, a distance of 37.32 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said non-tangent curve to the left, an are length of 37.33 feet to a R.O.W. marker set for corner; Exhibit A Page 1 of 2 THENCE North 19 degrees 29 minutes 14 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 41.97 feet to a R.O.W. Marker set for the beginning of a curve to the right having a radius of 92.00 feet, a central angle of 50 degrees 46 minutes 25 seconds, and whose chord bears North 05 degrees 53 minutes 59 seconds East, a distance of 78.89 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the right, an arc length of 81.53 feet to a R.O.W.marker set for corner; THENCE North 31 degrees 17 minutes 11 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 25.63 feet to the POINT OF BEGIN?*JNG and containing 2,901 square feet or 0.067 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF T Date: July 7,2014 CURTIS SMITH 5494 Q� f-ss lam Curtis Smith S U R`� Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 24—ROW'2 0.142 ACRE ROW ACQUISM DEED) _"""'uIG Oti CC NO•D21 p 321���� 00 50 0 00 O.P,R.T.C.T. 216 1001 WAY CR A4 WELL— CALE IN FEET FND 5/8-IRON ROD __ - Alil CR W/CAP STAMPED _ (A V �� WIO rME "EE Fy �1� "GORRONDONA RIGHT-OF-WAY - P•0•C. TM R�Hr-OF-WAY) n�nD PERMANENT WATER l� MAIN EASEMENT FND 5/8"IRON ROD _ CITY OF FORT WORTH W/CAP STAMPED RAGM.. VOLUME 17341, PAGE 272 } "GORRONDONA" OF_WAY D.R.T.C.T, i a PARCEL No. 5 °� Q 3 a 101.631 ACRES (BY DEED) d o 22.150 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE Y MARGAUX FOUR CORNERS, LTD, VOLUME 11431, PAGE 293 r �'' LU C.C.F. No. D204229409 D.R.T.C.T. Uj o I D.R.T.C.T. z ALEXANDER F. ALBRIGHT SURVEY I° z ABSTRACT No. 1849 V cr Q I i I i 1 MATCH LINE"A" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" [RON ROD SET ACQUISITION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. LOCATION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE. LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION •, T OUT OF A REMAINDER OF A • ........,s TE' F_ { 101.631 ACRE TRACT OF LAND ' `� RF'• SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 C--------------- TIS�SMIT�~ CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _�_,.. .._. _ .. _..._ AS RECORDED IN . p 5494 /� VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS S PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 2 901 SQUARE FEET OR 0.067 ACRES CURTIS SMITH JOB No. KHA_1218.00 1DRAWN BY: JLC CAD FILE: 24-ROW2.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 1 EXHIBIT B PAGE 1 OF 3 1 SCALE: 1" 100' NO, 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76115 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 24—ROW2 MATCH LINE"A" 3 � I � of 3 I � 1 a Z x =_ W I � >- W 22.150 ACRES BY DEED PARCEL No. 5 I� � I � ) 101.631 ACRES (BY DEED) ^ Y MARGAUX FOUR CORNERS, LTD. MARINE CREEK OF TEXAS JOINT VENTURE < 3 C.C.F. No. D204229409 VOLUME 11431, PAGE 293 Q ' D.R.T.C.T. CL D.R.T.C.T. W LU U ALEXANDER F. ALBRIGHT SURVEY w I ABSTRACT No. 1849 C) o ci v " I W a 1.1. L I I I I 100 50 0 100 SCALE IN FEET MATCH LINE"B" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PUT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET ACQUISITION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. LOCATION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT—OF—WAY ACQUISITION ��C.•. ..... PF OUT OF A REMAINDER OF A 101.631 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 _ �CU�TIS I- CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _..,.. �._' I-, .__... AS RECORDED IN VOLUME 11431, PAGE 293 l f'•. SS 0 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 2,901 SQUARE FEET OR 0.067 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC I CAD FILE: 24—ROW2.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 2 OF 3 1 SCALE: 1" - 100' INO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 " 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 24-RO A'2 MATCH LINE"B" CURVE TABLE I CURVEI RADIUS DELTA I BEARING CHORD ARC Q \l C-1 377.50' 05'40'00" N 16'39'14"W 37.32' 37.33' C-2 92.00 50'46'25 N 05!53-59-E 78.89 81.53' I^ Y I t 110 T 3 Q u- o PARCEL No. 5 ( a ° 101.631 ACRES (BY DEED) ; v W j MARINE CREEK OF TEXAS JOINT VENTURE 1 ° LLI VOLUME 11431, PAGE 293 g � o Z 100 50 0 100 D.R.T.C.T. o U ^ I x ALEXANDER F. ALBRIGHT SURVEY z I ire w Z s I W SCALE IN FEET ABSTRACT No. 1849 R < 22.150 ACRES (BY DEED) N 3I'll 7'11"E MARGAUX FOUR CORNERS, LTD. 25.63' C.C.F. No. D204229409 P.0•B. D.R.T.C.T. SET R.O.W. SET R.O.W. _ MARKER MARKER EXISTING RIGHT-OF-WAY PROPOSED N IS RIGHT-OF-WAY RIGHT-OF-WAY ACQUISITION AREA `i LONGHORN ROAD 2.901 SO. FT. OR v 0.067 ACRES (A 120.0' RIGHT-OF-WAY) SET R.O.W. ;'.::•� MARKER O EXISTING RIGHT-OF-WAY — N 19'29'14"W o 41.97' SET MARKER R.O.W. to SET R.O.W. LOT 1 r MARKER .F. pC K I N gAD DIT ION O0 CRO D$0 24yy38 LoNG�CN2 P R•T'C'T I NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA" UNLESS OTHERWISE NOTED. ACQUISITION LOCATION 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION OUT OF A REMAINDER OF A ` ,. G 1 S TER--.. 101.631 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 __ CU TIS�ySMIT- CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN ��':� -5a4.94 VOLUME 11431, PAGE 293 ?oF DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 S ACQUISITION AREA: 2 901 SQUARE FEET OR 0.067 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 24-ROW2.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 3 OF 3 1 SCALE: i" - 100' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL #24-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 101.631 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Ventures as recorded in Volume 11431, Page 293 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Marine Creek of Texas GRANTEE: City of Fort Worth Joint Venture (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 24-TE1 CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 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 with cap stamped "GORRONDONA" found in the east line of said 101.631 acre tract of land for the southeast corner of a 0.142 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. D214043216 of the Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORRONDONA" being the intersection of the existing south right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way) with the existing west right-of- way line of Marine Creek Parkway (a 120.0' right-of-way), from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the southwest corner of said 0.142 acre tract of land bears North 78 degrees 10 minutes 01 seconds West, a distance of 311.58 feet; THENCE South 01 degrees 04 minutes 10 seconds East, with the east line of said 101.631 acre tract of land and with the existing west right-of-way line of said Marine Creek Parkway, a distance of 108.94 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described temporary construction easement, said R.O.W. marker being the intersection of the existing west right-of- way of said Marine Creek Parkway with the proposed west right-of-way way line of said Marine Creek Parkway; THENCE South 01 degrees 04 minutes 10 seconds East, with the existing west right-of-way line of said Marine Creek Parkway, and with the east line of said 101.631 acre tract of land, a distance of 170.69 feet to point for corner; THENCE North 04 degrees 26 minutes 47 seconds West, a distance of 169.76 feet to a point for corner; THENCE North 15 degrees 05 minutes 45 seconds West, a distance of 81.21 feet to a point for the beginning of a curve to the left having a radius of 18.00 feet, a central angle of 19 degrees 00 minutes 53 seconds, and whose chord bears North 24 degrees 36 minutes 11 seconds West, a distance of 5.95 feet; Exhibit A Page 1 of 3 THENCE with said curve to the left, an are length of 5.97 feet to a point for the beginning of a compound curve to the left having a radius of 48.00 feet, a central angle of 38 degrees 24 minutes 20 seconds, and whose chord bears North 53 degrees 18 minutes 47 seconds West, a distance of 31.58 feet; THENCE with said compound curve to the left, an arc length of 32.17 feet to a point for comer; THENCE North 72 degrees 30 minutes 57 seconds West, a distance of 30.88 feet to a point for corner; THENCE North 17 degrees 29 minutes 03 seconds East, a distance of 10.00 feet to a point for corner in the proposed south right-of-way line of said Cromwell-Marine Creek Road; THENCE South 72 degrees 30 minutes 57 seconds East, with the proposed south right-of-way line of said Cromwell-Marine Creek Road, a distance of 30.88 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 58.00 feet, a central angle of 38 degrees 24 minutes 20 seconds, and whose chord bears South 53 degrees 18 minutes 47 seconds East, a distance of 38.15 feet; THENCE with the proposed south right-of-way line of said Cromwell-Marine Creek Road and with said curve to the right, an are length of 38.88 feet to a R.O.W. marker set for the intersection of the proposed south right-of-way line of said Cromwell-Marine Creek Road with the proposed west right-of-way line of said Marine Creek Parkway, said R.O.W. marker being the beginning of a compound curve to the right having a radius of 28.00 feet, a central angle of 19 degrees 00 minutes 53 seconds, and whose chord bears South 24 degrees 36 minutes 11 seconds East, a distance of 9.25 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said compound curve to the right, an are length of 9.29 feet to a R.O.W. marker set for corner; THENCE South 15 degrees 05 minutes 45 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway a distance of 82.44 feet to the POINT OF BEGINNING and containing 2,412 square feet or 0.055 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 22, 2014 OF T Al CURTIS SMITH : p v' 5494 Q.;• � Curtis Smith �,�'°.FESS�°. '�o Registered Professional Land Surveyor No. 5494 S Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT 99 " PARCEL No. 24—TE f ALEXANDER F. ALBRIGHT SURVEY ABSTRACT No. 1849 60 30 0 60 0-742 gCRE ` EX ROW qC (8r DEED ��- cll OF FOR t4 TD l war SCALE IN FEET cc F No FORT WORTIi O P .r. 4043216 �. R.T,C T ROIL ` wEwLeM�RINE CR �nDTH R,c RFK ROAD 7810'01"W 311.58. ` KE� ` ` � _ P.0.C. FND 5/8IRON ROD-�- --_ � W/CAP STAMPED RIGHT_OF_ FND 5/81RON ROD NG 'GORRONDONA' _ L-3 a: ::.... W/CAP STAMPED _--__ C�� .••` .1.1-.1.1: 'GORRONDONA' ;: .PROPOSED .....:: .1 .1:7.1.1,:::•• C cl: ::: PERMANENT WATER RIGHT-OF-WAY MAIN EASEMENT p } CITY OF FORT WORTH 3 Q VOLUME 17341, PAGE 272 TEMPORARY CONSTRUCTION D.R.T.C.T. EASEMENT AREA C-2 2.412 So. FT. OR ° Y Y 0.055 ACRES C-1 W 3 LINE TABLE r o v S2 Q 4 LINE BEARING DISTANCE SET R.O.W. C:;:; :, a v a- 0 L-1 N 1605'45-W 81.21' MAKERS PARCEL No. tl L-2 N 7730'STW 30.88' f rn Lu v L-3 N 1T29'03"E 10.00' 101.631 ACRES (BY DEED) :::•: ° x LLI z L-4 S 7730'57'E 30.88' MARINE CREEK OF TEXAS JOINT VENTURE ` '' `" W o L-5 S 15.05'45"E B2.aa' VOLUME 11431, PAGE 293 ':. U _N D.R.T.C.T. LL! a CURVE TABLE .. p Z CURVE RADIUS DELTA BEARING CHORD ARC P•D•D C-1 18.00' 19'00'53" N 24'36'11'W 5.95' 5.97' k:;:;:;: SET R.O.W. Q C-2 48.00' 38'24'20" N 53'18'47-W 31.58' 32.17' N 04'26'47' 1V MARKER C-3 58.00' 38'24'20" S 53.18'47-E 38.15' 38.88' 169.76 C-4 28.00' 19'00'53" S 24'36'11"E 9.25' 9.29' $ 01.04'10'E 170.69' MATCH LINE"A" NOTES: ACQUISITION 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PUT. LOCATION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/a- IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA' UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE LOCATION OF ACQUISITION City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT .......... OUT OF A REMAINDER OF A °;. GISTE,Q��� 101.631 ACRE TRACT OF LAND SITUATED IN THE _�_ _ _� ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 U IS�SMIT CITY OF FORT WORTH, TARRANT COUNTY. TEXAS AS RECORDED IN I w Q 5494 VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS ........ PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROD. No. 01087 S ACQUISITION AREA: 2 412 SQUARE FEET OR 0.055 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 24-TEI.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 22. 2014 1 EXHIBIT B PAGE 1 OF 2 SCALE: 1" - 60' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 24—TE 1 MATCH LINE"A" TEMPORARY CONSTRUCTION z �:�: EASEMENT AREA O 2.412 SO. FT. OR �; I::; :W 0.055 ACRES 1.) :: o- klp^o o� � N o� PARCEL No. 5 <C 101.631 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE r VOLUME 11431, PAGE 293 Q 3 D.R.T.C.T. a o I Y I LLI LLI � o UN W a Z a � ALEXANDER F. ALBRIGHT SURVEY to ABSTRACT No. 1849 a Z sn X 60 30 0 60 W I SCALE IN FEET NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACOUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD SET LOCATION WITH BLUE CAP STAMPED -GORRONDONA- UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, MAD•-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. ij SUBJECT TRACT & LOCATION OF ACQUISITION o � City of Fort Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT F,, OUT OF A REMAINDER OF A 101.631 ACRE TRACT OF LAND `� :'�G R� .• SITUATED IN THE i ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS C IS SMIT AS RECORDED IN f'•.ap" 5494 VOLUME 11431, PAGE 293 p DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 $. ACQUISITION AREA: 2,412 SQUARE FEET OR 0.055 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC I CAD FILE: 24-TE1.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 22, 2014 EXHIBIT B PAGE 2 OF 2 SCALE: 1' = 60' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 - 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL# 24-TE2 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of the Deed Records of Tarrant County, Texas, said temporary construction easement being 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". Temporary Conshwtion Easement 01/092007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Marine Creek of Texas GRANTEE: City of Fort Worth Joint Venture (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01109/2007 ACKN OWL EDGEi111 ENT 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 120—. Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.24-TE2 CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD ALEXANDER F.ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 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 with cap stamped "GORRONDONA" found in the east line of said 101.631 acre tract of land for the southeast corner of a 0.142 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. D214043216 of the Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORRONDONA" being the intersection of the existing south right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way) with the existing west right-of- way line of Marine Creek Parkway (a 120.0' right-of-way), from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the southwest corner of said 0.142 acre tract of land bears North 78 degrees 10 minutes 01 seconds West, a distance of 311.58 feet; THENCE South 01 degrees 04 minutes 10 seconds East, with the east line of said 101.631 acre tract of land and with the existing west right-of-way line of said Marine Creek Parkway, a distance of 1362.84 feet to a R.O.W. marker set for the POINT OF BEGINNING of the herein described temporary construction easement, said R.O.W. marker being the intersection of the existing west right-of- way of said Marine Creek Parkway with the proposed west right-of-way way line of said Marine Creek Parkway; THENCE South 01 degrees 04 minutes 10 seconds East, with the existing west right-of-way line of said Marine Creek Parkway, and with the east line of said 101.631 acre tract of land, a distance of 9.67 feet to a point for the beginning of a curve to the left having a radius of 2920.93 feet, a central angle of 00 degrees 38 minutes 16 seconds, and whose chord bears South 01 degrees 23 minutes 18 seconds East, a distance of 32.51 feet; THENCE with the east line of said 101.631 acre tract of land, with the existing west right-of- way line of said Marine Creek Parkway and with said curve to the left, an arc length of 32.51 feet to a point for comer; THENCE North 19 degrees 19 minutes 37 seconds West, a distance of 81.08 feet to a point for comer; Exhibit A Page 1 of 2 THENCE South 89 degrees 33 minutes 45 seconds West, a distance of 156.06 feet to a point for comer; THENCE South 59 degrees 33 minutes 45 seconds West, a distance of 27.86 feet to a point for corner; THENCE North 30 degrees 26 minutes 15 seconds West, a distance of 8.00 feet to a point for the southwest corner of a proposed permanent drainage easement; THENCE North 59 degrees 33 minutes 45 seconds East, with the southeasterly line of said proposed permanent drainage easement, a distance of 40.01 feet to a point for comer; THENCE North 89 degrees 33 minutes 45 seconds East, with the south line of said proposed permanent drainage easement, a distance of 160.69 feet to a point for corner in the proposed west right-of-way line of said Marine Creek Parkway; THENCE South 19 degrees 29 minutes 14 seconds East, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 12.38 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 377.50 feet, a central angle of 05 degrees 40 minutes 00 seconds, and whose chord bears South 16 degrees 39 minutes 14 seconds East,a distance of 37.32 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the right, an arc length of 37.33 feet to the POINT OF BEGINNING and containing 3,239 square feet or 0.074 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 518 inch iron rod set with blue cap stamped"GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 23, 2014 CURTIS SMITH 5494 9ti0 S U R`IF'�o Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 24—TE2 0.147 A , CROW RE OF OUlsnlot4 QED) _ O.P.R.T,C. 43216 CROM WELL AR1 (A VN?148LE WIDTH IG CREEK N WAY) FND 5/8-IRON ROD 0.01tiy 311. Evsn"C _ W/CAP STAMPED _'T-OF WAY _ P.O.C. "GORRONDONA" �' 5/8 1RON ROD W/CAP STAMPED PROPIp SE "GORRONDONA" RIG „� AY } s�RVE� < N� Y cr r R F' A`N�• 1a4g a o A�EXANp,B�RA�� Y PARCEL No. 5 W 3 W 101.631 ACRES (BY DEED) U N MARINE CREEK OF TEXAS JOINT VENTURE c VOLUME 11431, PAGE 293 b W � Z 60 30 0 60 D.R.r.c.r. y cr N Q X W 2 SCALE IN FEET MATCH LINE"A NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET LOCATION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE. LOCATION OF ACQUISITION ORr wo City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT k` - . r.. OUT OF A REMAINDER OF A G'�S Te'••• ' 101.631 ACRE TRACT OF LAND �< '• 9 SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CITY OF FORT WORTH. TARRANT COUNTY, TEXAS CU �IS SMIT AS RECORDED IN Y�` ¢ 5494 Y y VOLUME 11431, PAGE 293 p DEED RECORDS OF TARRANT COUNTY, TEXAS SSA •S. .. PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 3 239 SQUARE FEET OR 0.074 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 24-TE2.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 EXHIBIT B PAGE 1 OF 2 SCALE: 1" - 60' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • B17-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 24—TE2 MATCH LINE"A" � SvRVE`t �`N F• A`$R��N 849 p,LEXA8 N 5 RACE o PARCEL No. 5 101.631 ACRES (BY DEED) Q MARINE CREEK OF TEXAS JOINT VENTURE a r VOLUME 11431, PAGE 293 N 3 60 30 0 60 D.R.T.C.T. " o r a PROPOSED W = Q 3 TEMPORARY RIGHT-OF-WAY ° o SCALE IN FEET CONSTRUCTION I o Z w EASEMENT AREA o 3,239 SQ. FT. OR _ _ _ _ _ _ I �' X o 0. 074 ACRES W V N W v / PROPOSED PERMANENT z DRAINAGE EASEMENT ; Fr Q N 89'33'45"E 160.69' \ ��j ":. :. .... .......+.....,,.. ..—..—..— —.... SET R.O.W. MARKER 5:8933'45"W :: 11.56.06'::_::::::': N 30'26'15'�IV '�'� Z C-2 8.00' t: ::: : P.O.B. LINE TABLE �i��'"'" L-1 SMARKER LINE BEARING DISTANCE O , L-1 S 01'04'10"E 9.67' �%�� .' L-2 S 59'33'45"W 27.86' }� ::' L-3 N 59'33'45"E 40.01' V L-4 S 19.29.14"E 12.38' CURVE TABLE ET CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-1 2920.93' 0038'16" S 01'23'78'E 32.51' 32.51' C-2 377.50' 05'40'00" S 16'39'14"E 37.32' 37.33' NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8' IRON ROD SET LOCATION WITH BLUE CAP STAMPED 'GORRONDOW UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE. LOCATION OF ACQUISITION FORTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT F., lF OUT OF A REMAINDER OF As 7e 101.631 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 RTIS_SMI__ CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _ ••--•• AS RECORDED IN yy.,o� 54 "P.;iz VOLUME 11431, PAGE 293 FS 1p DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 3,239 SQUARE FEET OR 0.074 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC CAD FILE: 24-TE2.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 EXHIBIT B PAGE 2 OF 2 1 SCALE: V 60' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 ,LACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL# 24-TE3 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 101.631 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/092007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Marine Creek of Texas GRANTEE: City of Fort Worth Joint Venture (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/092007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.24-TE3 CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F.ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT"A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 101.631 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 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 point for the most easterly southeast corner of said 101.631 acre tract of land, said point being the northeast corner of a 2,112 square foot tract of land(by deed) deeded to TXU Gas Company as recorded in Volume 14403, Page 448 of said Deed Records of Tarrant County, Texas, said point being in the west right-of-way line of Marine Creek Parkway(a 120.0' right-of-way), said point also being the beginning of a non-tangent curve to the right having a radius of 2954.79 feet, a central angle of 01 degrees 07 minutes 39 seconds, and whose chord bears North 20 degrees 05 minutes 41 seconds West, a distance of 57.55 feet, from which a 5/8 inch iron rod found for the southeast corner of said 2,112 square foot tract of land bears South 21 degrees 39 minutes 21 seconds East, a distance of 50.21 feet, said 5/8 inch iron rod being the northeast corner of an 89.033 acre tract of land(by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11781, Page 1657 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod also being in the west right-of-way line of said Marine Creek Parkway and from which a tee-post with cap stamped"Survey"found for the northwest corner of said 2,112 square foot tract of land bears North 79 degrees 08 minutes 30 seconds West, a distance of 49.09 feet, said tee-post with cap stamped "Survey" also being an angle point in the south line of said 101.631 acre tract of land; THENCE with said non-tangent curve to the right, with the east line of said 101.631 acre tract of land and with the west right-of-way line of said Marine Creek Parkway, an arc length of 57.55 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 70 degrees 58 minutes 01 seconds West, a distance of 30.00 feet to a point for the beginning of a non-tangent curve to the right having a radius of 2954.79 feet, a central angle of 00 degrees 58 minutes 10 seconds, and whose chord bears North 19 degrees 02 minutes 29 seconds West, a distance of 50.00 feet; THENCE with said non-tangent curve to the right, an arc length of 50.00 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 70 degrees 58 minutes 01 seconds East, a distance of 30.00 feet to a point for corner in the east line of said 101.631 acre tract of land, said point being in the west right-of-way line of said Marine Creek Parkway, said point also being the beginning of a non-tangent curve to the left having a radius of 2924.79 feet, a central angle of 00 degrees 58 minutes 46 seconds, and whose chord bears South 19 degrees 02 minutes 29 seconds East, a distance of 50.00 feet; THENCE with said non-tangent curve to the left, with the east line of said 101.631 acre tract of land and with the west right-of-way line of said Marine Creek Parkway, an arc length of 50.00 feet to the POINT OF BEGINNING and containing 1,500 square feet or 0.034 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7, 2014 OF T co CURTIS SMITH r 5494 0'`�SS1��:�0 SUR`� Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 LINE TABLE EXHIBIT "B " LINE BEARING DISTANCE L-, S 7U58 o1-w 30.00' PARCEL No. 24—TE3 L-2 I N 70'58'01"E 1 30.00' CURVE TABLE TEMPORARY CURVE RADIUS I DELTA ANGLE I CHORD BEARING CHORD LENGTH ARC LENGTH CONSTRUCTION C-1 2924.79 01'07'39" N 20'05 41 57.55 57.55 EASEMENT AREA C-2 2954.79' 1 00'58'10" 1 N 19.02.29-W 50.00' 50.00 C-3 2924.79 00-58-46- S 19'02 29 E 1 50.00' 50.00 1,500 SO. FT. OR IN 0.034 ACRES REMAINDER OF %w ' ' PARCEL No. 5 40 20 0 40 101.631 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE :' VOLUME 11431, PAGE 293 � :::.:... .... SCALE IN FEET D.R.T.C.T. _ N P.O.B. VARIABLE WIDTH �Ll PIPELINE EASEMENT ENSERCH CORPORATION VOLUME 7094, PAGE 908 Np- D.R.T.C.T. n la FND TEE-POST W/CAP N 79•08,3p P•0•C. s STAMPED "SURVEY" 49.09' "W � O N REMAINDER OF TRACT I 89.033 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE c� VOLUME 11781, PAGE 1657 , D.R.T.C.T. S�RVE� FND 5/8"IR �^ ROCjNl 2,112 SQUARE FEET (BY DEED) R �1.N 15 C3 TXU GAS COMPANY PAGE 448 p,NOg,�RNc 0 VOLUME 5764, PAGE 463 D.R.T.C.T. NOTES: ACQUISITION 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LOCATION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SUBJECT TRACT & SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS LOCATION OF ACQUISITION SHOWN ARE SURFACE. oRTwoBT City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT 0 OUT OF A PORTION OF A REMAINDER OF A 101.631 ACRE TRACT OF LAND �`�G �.ER<"p• SITUATED IN THE _ ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 _ - - _ ~ T RTIS SMI C H CITY OF FORT WORTH, TARRANT COUNTY. TEXAS AS RECORDED IN , 5494 �r VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS �' ••.. . �� PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 1 500 SQUARE FEET OR 0.034 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JCE I CAD FILE: 24-TE3.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 1 OF 2 1 SCALE: 1" - 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL # 24-TE4 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE. GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 101.631 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Ventures as recorded in Volume 11431, Page 293 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/092007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 0]/09/2007 GRANTOR: Marine Creek of Texas GRANTEE: City of Fort Worth Joint Venture (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement /)]/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 24-TE4 CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 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 with cap stamped "GORRONDONA" found v1 the east line of said 101.631 acre tract of land for the southeast corner of a 0.142 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. D214043216 of the Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORRONDONA" being the intersection of the existing south right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way) with the existing west right-of- way line of Marine Creek Parkway (a 120.0' right-of-way), from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the southwest corner of said 0.142 acre tract of land bears North 78 degrees 10 minutes 01 seconds West, a distance of 311.58 feet; THENCE South 01 degrees 04 minutes 10 seconds East, with the east line of said 101.631 acre tract of land and with the existing west right-of-way line of said Marine Creek Parkway, a distance of 630.20 feet to the POINT OF BEGINNING of the herein described temporary construction; THENCE South 01 degrees 04 minutes 10 seconds East, with the existing west right-of-way line of said Marine Creek Parkway, and with the east line of said 101.631 acre tract of land, a distance of 200.00 feet to a point for corner; THENCE South 88 degrees 55 minutes 50 seconds West, a distance of 5.00 feet to a point for corner; THENCE North 01 degrees 04 minutes 10 seconds West, a distance of 200.00 feet to a point for corner; THENCE North 88 degrees 55 minutes 50 seconds East, a distance of 5.00 feet to the POINT OF BEGINNING and containing 1,000 square feet or 0.023 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF Date: September 23,20 4 G7Q'��G,�f CURTIS SMITH �.Q 5494 Q•,' PFfSS �M• Curtis Smith 4 SU?'I Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 24-TE4 0.142 ACRE'° _ Row ACOU1SMO DEED) C.C.F No FORT I'wO�H (� _ O.P.R.T�043216 `i RoMrWELL' MAR1N N '&1''_� _ _ VAR�LE WIDTH R►c,,rCREEK ROgD FND 5/8-IRON ROD 01�N 31 1, EX1 � W/CAP STAMPED Pn "GORRONDONA" RJR�-WAY P.O•C. FND 5/8"IRON ROD p�,, •� _ W/CAP STAMPED R 'OSED "GORRONDONA" _DF_WAY SuRVE� Q F• P�"BR1GH 849 �o �Of p,LxXANPgS RAGS N� I ; a 3 Y PARCEL No. 5 0 W 101.631 ACRES (BY DEED) a ° W '0 MARINE CREEK OF TEXAS JOINT VENTURE •° v U N VOLUME 11431, PAGE 293 ° 60 30 0 60 D.R.T.C.T. Z s N X W Q SCALE IN FEET 1 MATCH LINE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACOUISITION LOCATION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE. LOCATION OF ACQUISITION City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT ,` OF �y OUT OF A REMAINDER OF A �Q ;�G%S T ERA:. �y 101.631 ACRE TRACT OF LAND SITUATED IN THE �'_� �__ , '• ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CU S SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED RECORDED IN -r 5494 Q_ VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS ss� PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 1,000 SQUARE FEET OR 0.023 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 24-TE4.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 EXHIBIT B PAGE 1 OF 2 SCALE: 1" a 60' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT 99B 99 PARCEL No. 24—TE4 MATCH LINE ci O IO O 60 30 0 60 SCALE IN FEET N W 50-E ,\G\Al 4c3 IAO. 3: C)ll-0 Y '51 N < .. 0 TEMPORARY CONSTRUCTION C4 EASEMENT AREA 1.000 SO. FT. OR 0.023 ACRES Lu CC N Lu — PARCEL No. 5 Z C) 101.631 ACRES (BY DEED) 0 *.%[ a! MARINE CREEK OF TEXAS JOINT VENTURE z tn < VOLUME 11431. PAGE 293 D.R.T.C.T. S W55'50"W 5.00' NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACOUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8- IRON ROD SET LOCATION WITH BLUE CAP STAMPED 'GORRONDOW UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & it LOCATION OF ACQUISITION City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT -('�.•.......... OUT OF A REMAINDER OF A 't-..-*' \S T A, ..-•S;cl 101.631 ACRE TRACT OF LAND q RF SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY. ABSTRACT No. 1849 C TIS SMI.T CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 11431. PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD I CITY PROJ. No. 0108 ACQUISITION AREA: 1,000 SQUARE FEET OR 0.023 ACRES - CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JLC — CAD FILE, 24—TE4-dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 EXHIBIT 8 PAGE 2 OF 2 1 SCALE: 1" - 60' NO. 5494 TEXAS FIRM NO. 101069001 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL# 24-TE5 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of the Deed Records of Tarrant County, Texas, said temporary construction easement being 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". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, 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. [SIGNATLFRES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Marine Creek of Texas GRANTEE: City of Fort Worth Joint Venture (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 24-TE5 CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 101.631 acre tract of land (by deed) being further described as Parcel No. 5 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 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 with cap stamped "GORRONDONA" found in the east line of said 101.631 acre tract of land for the southeast corner of a 0.142 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. D214043216 of the Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "GORRONDONA" being the intersection of the existing south right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way) with the existing west right-of- way line of Marine Creek Parkway (a 120.0' right-of-way), from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the southwest corner of said 0.142 acre tract of land bears North 78 degrees 10 minutes 01 seconds West, a distance of 311.58 feet; THENCE South 01 degrees 04 minutes 10 seconds East, with the east line of said 101.631 acre tract of land and with the existing west right-of-way line of said Marine Creek Parkway, a distance of 1162.84 feet to the POINT OF BEGINNING of the herein described temporary construction; THENCE South 01 degrees 04 minutes 10 seconds East, with the existing west right-of-way line of said Marine Creek Parkway and with the east line of said 101.631 acre tract of land, a distance of 24.29 feet to a R.O.W. marker set for the intersection of the existing west right-of-way of said Marine Creek Parkway with the proposed west right-of-way way line of said Marine Creek Parkway; THENCE South 31 degrees 17 minutes 11 seconds West, with the proposed west right-of-way line of said Marine Creek Parkway, a distance of 25.63 to a R.O.W. marker set for the beginning of a curve to the left having a radius 92.00 feet, a central angle of 35 degrees 40 minutes 17 seconds and whose chord bears South 13 degrees 27 minutes 03 seconds West, a distance of 56.36 feet; THENCE with the proposed west right-of-way line of said Marine Creek Parkway and with said curve to the left, an arc length of 57.28 feet to a point for the northeast corner of a proposed permanent drainage easement; THENCE South 89 degrees 33 minutes 45 seconds West, with the north line of said proposed permanent drainage easement, a distance of 160.05 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 00 degrees 26 minutes 15 seconds West, a distance of 18.00 feet to a point for comer; THENCE North 89 degrees 33 minutes 45 seconds East, a distance of 91.18 feet to a point for corner; THENCE North 59 degrees 33 minutes 45 seconds East, a distance of 79.77 feet to a point for comer; THENCE North 31 degrees 17 minutes 11 seconds East, a distance of 50.45 feet to the POINT OF BEGINNING and containing 4,970 square feet or 0.114 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. . of r Date: September 23,2014 �i ...... Ff- CURTIS SMITH <`• °,p 5494 Curtis Smith �ryP S 1...... Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 24—TE5 60 30 0 60 0 14?qC ` EXI� $Tjtic; R�r_OF� _ o7W ACQUIgjT�DEED) _ �w4y SCALE IN FEET C,C F Nc FORT TO DP•R.TC043216 cRomw ` :T. FI /� ` _ _ E WIDTH RIGMOF �1 R"�^Fy 0.0 AD FND 5/8-IRON ROD _ �"�_ EXtt P.Q.C. W/CAP STAMPED RtGHT_OF G FND 5/8"IRON ROD _ _1 -__WAY GORRONDONA" ��- � ` _ W/CAP STAMPED PROPOSED "GORRONDONA" PERMANENT WATER RIGHT-OF-WAY MAIN EASEMENT _ Q CITY OF FORT WORTH VOLUME 17341, PAGE 272 - D.R.T.C.T. `O• a a I� T 3 Q 3 4 C o PARCEL No. 5 y' Y 101.631 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE o v W VOLUME 11431, PAGE 293 o N N D.R.T.C.T. `� W W Z ALEXANDER F. ALBRIGHT SURVEY d ABSTRACT No. 1849 MATCH LINE"A" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACOUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET LOCATION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE. LOCATION OF ACQUISITION City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT AI ........ OUT A REMAINDER OF A A ER�O 101.631 ACRE TRACT OF LAND SITUATED IN THE _ ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 �C�-TIS -SMIT-~- CITY OF FORT WORTH, TARRANT COUNTY. TEXAS AS RECORDED IN - VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS •FESS• PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROD. No. 01087 ACQUISITION AREA: 4,970 SQUARE FEET OR 0.114 ACRES CURTIS SMITH FNo. KHA1218.00 DRAWN BY: JLC CAD FILE: 24-TE5.dw REGISTERED PROFESSIONAL LAND SURVEYOR E: SEPTEMBER 23, 2014 1 EXHIBIT B PAGE 1 OF 2 1 SCALE: 1" a 60' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 24—TE5 MATCH LINE"A" CURVE TABLE S 01'04'10'E CURVE I RADIUS I DELTA I BEARING I CHORD ARC 1162.84' C-1 92.00' 35'40'17- S 13.27.03'WN 56.36' 57.2$' PARCEL No. 5 101.631 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE VOLUME 11431. PAGE 293 p•0•B• D.R.T.C.T. S 01'04910"E N 31.17'11"E 24.29' c�J� TEMPORARY CONSTRUCTION 50.45 sMARKERw EASEMENT AREA E:: �� 4,970 S0. FT. OR .0g"� S 31'17'1 IV ��G ►�� 0.114 ACRES y�°5 •�. ':` 25.63' SET R.O.W. l..::::_:•:::•::::•:::•.:•:: r MARKER k N' 89'33'45"E 91.18' : AG ... ..... .... .... R., N 00"26 15"W = 18.00 / ::::':`;::: •::_S..89'33'45'11V• 160.05'_::•::•_:•:;_::: r V / V / Z Q PROPOSED PERMANENT y \ DRAINAGE EASEMENT IW Y o tE uj I w a � o \ // PROPOSED V N RIGHT-OF-WAY w a Z Q 60 30 0 60 SCALE IN FEET I NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8* IRON ROD SET LOCATION WITH BLUE CAP STAMPED *GORRONDONA' UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION ® rw® r City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT N�- . T OUT A REMAINDER OF A A �� G ���CJ� 101.631 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 C WTiS SMIT_ CITY OF FORT WORTH, TARRANT COUNTY, TEXAS .. - _..... AS RECORDED IN r r;� 5494 VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS ..••.. PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 S ACQUISITION AREA: 4 970 SQUARE FEET OR 0.114 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JLC CAD FILE: 24-TE5.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 EXHIBIT 8 PAGE 2 OF 2 SCALE: 1" m 60' NO. 5494 TEXAS FIRM NO. 1010690.0 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-MCLEROY BLVD. TO LONGHORN RD. Parcel #25-PE2 CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD TRACT 11Q, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT DATE: GRANTOR: MARGAUX FOUR CORNERS LTD GRANTOR'S MAILING ADDRESS (including County): 14801 QUORUM DRIVE, SUITE 160 DALLAS, DALLAS COUNTY, TEXAS 75254-7589 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 permanent drainage easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four corners, Ltd. as recorded in County Clerk's File No. D204229409 of the Deed Records of Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock rip-rap, drop structures and access ramps, and other erosion control measures in, upon, under and across a portion of the Property and more fully described in Exhibit °A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the Facility and its appurtenances. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successors and assigns to warrant and forever defend all and singular the 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 GRANTOR: GRANTEE: City of Fort Worth MARGAUX FOUR Fernando Costa, Assistant City Manager CORNERS LTD APPROVED AS TO FORM AND LEGALITY Leann Guzman, Assistant City Attorney 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 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 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 PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 25-PE2 CITY PROJECT No. 01087 CROMWELL-MARINE CREEK ROAD ALEXANDER F.ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a permanent drainage easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four corners, Ltd. as recorded in County Clerk's File No. D204229409 of the Deed Records of Tarrant County, Texas, said permanent drainage easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "C&B" found for the southwest corner of said 22.150 acre tract of land, said 5/8 inch iron rod with cap stamped "C&B" being the intersection of the existing north right-of-way line of Longhorn Road (a 120.0' right-of-way) with the existing east right-of-way line of Marine Creek Parkway (a 120.0' right-of-way); THENCE North 01 degrees 04 minutes 10 seconds West, with the west line of said 22.150 acre tract of land and with said existing east right-of-way line of Marine Creek Parkway, a distance of 45.00 feet to a point for corner, from which a PK nail in asphalt found for the northwest corner of said 22.150 acre tract of land bears North 01 degrees 04 minutes 10 seconds West, a distance of 1146.65 feet; THENCE North 89 degrees 33 minutes 45 seconds East, a distance of 90.00 feet to a point for corner; THENCE South 00 degrees 26 minutes 15 seconds East, a distance of 45.00 feet to a point for corner in the south line of said 22.150 acre tract of land and said existing north right- of-way line of Longhorn Road; THENCE South 89 degrees 33 minutes 45 seconds West, with the south line of said 22.150 acre tract of land and with said existing north right-of-way line of Longhorn Road, a distance of 89.50 feet to the POINT OF BEGINNING, and containing 4,039 square feet or 0.093 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7,2014 4%E OF P 1000' kST CURTIS SMITH Curtis Smith C" ,p 9494 � fSS Registered Professional Land Surveyor .S Texas No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 25-•PE2 FND PK \ O NAIL IN ASPHALT NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. \ 7- 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8- IRON ROD SET \ Q WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. \ {�� 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ` SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. s \ y�G� LINE TABLE \ p I LINE BEARING DISTANCE ,�O Q L-1 N 01'04'10"W 45.00' L-2 N 89'33'45"E 90.00' -� L-3 S 00'26'15"E 45.00' \ L-4 S 89'33'45"W 89.50' \ C( a CL LL REMAINDER OF Y of 22.150 ACRES (BY DEED) w o M�C.0 F. No.RD204229409L�' H� S�RVE� V _ D.R.T.C.T. R N Z V- �a W A�E.��NN sjocl 150 75 0 150 Z <� AB EE 011 PERMANENT DRAINAGE SCALE IN FEET EASEMENT AREA 2 4,039 SQ. FT. OR 0.093 ACRES c� z L-2 r J ::: J :ACQUISMON L-4 EXISTING RIGHT—OF—WAY CATION P.O.B. LONGHORN ROAD FND 5/8-IR SUBJECT TRACT & W/CAP (120.0' RIGHT—OF—WAY) LOCATION OF ACQUISITION STAMPED "C&B" oRTWORT City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A PERMANENT DRAINAGE EASEMENT '(�-.......... OUT OF AP ,tfp�o f�� 22.150 ACRE TRACT OF LAND al�liv�TT SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 TIS CU SM CITY OF FORT WORTH, TARRANT COUNTY. TEXAS CURTIS SM. AS RECORDED IN C.C.F. No. D204229409 p©F5494 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD I CITY PROJ. No. 01087 S ACQUISITION AREA: 4,039 SQUARE FEET OR 0.093 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: RK CAD FILE: 25—ROW.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 EXHIBIT B PAGE 1 OF 1 SCALE: 1" - 150' IND. 5494 TEXAS FIRM N0. 10106900 GORRONDONA & ASSOCIATES, INC. " 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 " 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL#25-PE3 CITY PROJECT No. 01087 CROMWELL MARINE CREEK ROAD TRACT 11111,ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT NO. 1849 STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT PEDESTRIAN ACCESS EASEMENT DATE: GRANTOR: MARGAUX FOUR CORNERS LTD GRANTOR'S MAILING ADDRESS: 14801 QUORUM DRIVE, SUITE 160 DALLAS,DALLAS COUNTY, TEXAS 75254-7589 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH,TAR.RANT COUNTY,TEXAS 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent pedestrian access easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four Corners, Ltd. as recorded in County Clerk's File No. D204229409 of the Deed Records of Tarrant County, Texas, said permanent pedestrian access easement being more particularly described in Exhibits"A"and "B". Permanent Pedestrian Access Easement 1 Rev.03/2012 GRANTOR, for the CONSIDERATION paid to GRANTOR, hereby GRANTS, SELLS, AND CONVEYS to GRANTEE, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, and public use for pedestrian and non- motorized vehicles ("Pedestrian Access")upon, under and across that portion of the PROPERTY more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, such access to be used for public access; together with the right and privilege of GRANTEE to at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Pedestrian Access for use by the public . TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE, and GRANTEE's successors and assigns forever; and GRANTOR does hereby bind itself and its successor and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Pedestrian Access Easement 2 Rev.03/2012 GRANTOR: MARGAUX FOUR GRANTEE: CITY OF FORT WORTH CORNERS LTD By: By: Fernando Costa Assistant City Manager (Person authorized to sign,title) APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, on this day personally appeared known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of , a for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE this_day of 20 Notary Public in and for the State of Texas Permanent Pedestrian Access Easement 3 Rev.0312012 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 Permanent Pedestrian Access Easement 4 Rev.03/2012 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.25-PE3 CITY PROJECT No. 01087 CROMWELL-MARINE CREEK ROAD ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a permanent pedestrian access easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four Comers, Ltd. as recorded in County Clerk's File No. D204229409 of the Deed Records of Tarrant County, Texas, said permanent pedestrian access easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for the southwest comer of said 22.150 acre tract of land, said 5/8 inch iron rod with cap stamped "Carter & Burgess" being the intersection of the existing north right-of-way line of Longhorn Road(a 120.0' right-of-way) with the existing east right-of-way line of Marine Creek Parkway(a 120.0' right-of-way); THENCE North 01 degrees 04 minutes 10 seconds West, with the west line of said 22.150 acre tract of land and with the existing east right-of-way line of said Marine Creek Parkway, a distance of 87.76 feet to a point for comer, from which a PK nail in asphalt found for the northwest corner of said 22.150 acre tract of land bears North 01 degrees 04 minutes 10 seconds West, a distance of 1103.89 feet, said PK nail being the intersection of the east right-of-way line of said Marine Creek Parkway with the south right-of-way line of Cromwell-Marine Creek Road (a variable width right-of- way); THENCE South 07 degrees 35 minutes 31 seconds East, a distance of 37.31 feet to a point for the beginning of a non-tangent curve to the left having a radius of 381.00 feet, a central angle of 06 degrees 25 minutes 58 seconds, and whose chord bears South 15 degrees 28 minutes 19 seconds East,a distance of 42.75 feet; THENCE with said non-tangent curve to the left, an arc length of 42.78 feet to a point for the beginning of a compound curve to the left having a radius of 31.00 feet, a central angle of 19 degrees 54 minutes 48 seconds, and whose chord bears South 28 degrees 38 minutes 43 seconds East,a distance of 10.72 feet; THENCE with said compound curve to the left, an arc length of 10.77 feet to a point for comer in the south line of said 22.150 acre tract of land, said point also being in the existing north right-of-way line of said Longhorn Road; Exhibit A Page 1 of 2 THENCE South 89 degrees 33 minutes 45 seconds West, with the south line of said 22.150 acre tract of land and with the existing north right-of-way line of said Longhorn Road, a distance of 19.84 feet to the POINT OF BEGINNING and containing 617 square feet or 0.014 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7, 2014 OF T �P��G CURTIS SMITH r`.° 5494 SUR`� Curtis Smith Registered Professional Land Surveyor Texas No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 Cep EXHIBIT_p B 99 \` VIIELL_�,q�' PARCEL ` FND PK - �V�'�� wip�,y RicNE C,'E�RK 0< NAIL IN o ASPHALT �-OF-WAY) D 9 fir/' NOTES: ` - O0^ 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PUT. `` 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET ly WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. Oy a 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE �! Q I SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE Y I CURVE TABLE 0 CURVE I RADIUS DELTA ANGLE rS HORD BEARING CHORD LENGTH ARC LENGTH ".40 g C-1 381.00' 06'25'58" S 15'28'19'E 10'— 42.78' y<. C-2 31.00' 19'5448 28 38'43"E 10.72' 10.77 I r� LL- Y O LINE TABLE I^ LINE BEARING DISTANCE W 1-I L-1 N 01'04'10"W 87.76' 1 j L-2 S 07'35'31"E 1 37.31' �Y L-3 S 89.33.45-W 1 19.84' 150 _ 75 0 150 U W v I o REMAINDER OF I. SCALE IN FEET 22.150 ACRES (BY DEED) Z o MARGAUX FOUR CORNERS, LTD. Z C.C.F. D229409 3 D.R.T.C.T. G�� SuRVBY C G � I ABsl 'No�Na• 1849 Z PERMANENT PEDESTRIAN ACCESS EASEMENT AREA L-2 617 SO. FT. OR 0.014 ACRES `-C-1 C-2 ACQUISITION EXISTING RIGHT-OF-WAY LOCATION 3 P.0.B. L- LONGHORN ROAD FND 5/8"IR SUBJECT TRACT & W/CAP STAMPED (120.0' RIGHT-OF-WAY) LOCATION OF ACQUISITION "CARTER & BURGESS" FORT WORTH City o f Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF PERMANENT PEDESTRIAN ACCESS EASEMENT ��........... �'�c� OUT OF A � G\STE4; • 22.150 ACRE TRACT OF LAND �: o SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CU S I T .. CITY OF FORT WORTH, TARRANT COUNTY, TEXAS SMI.. AS RECORDED IN C.C.F. No. D204229409 r �0 5494 42: DEED RECORDS OF TARRANT COUNTY, TEXAS •......,..... PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROD. No. 01087 ACQUISITION AREA: 617 SQUARE FEET OR 0.014 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JCE CAD FILE. 25-PE3.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 1 EXHIBIT B PAGE 1 OF 1 1 SCALE 1" a 150' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 25-ROW CITY PROJECT No. 01087 CROMWELL-MARINE CREEK ROAD ALEXANDER F.ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a 0.419 acre tract of land situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four comers, Ltd. as recorded in County Clerk's File No. D204229409 of the Deed Records of Tarrant County, Texas, said 0.419 acre tract of land being more particularly described by metes and bounds as follows: BEGINNING at a PK nail found in asphalt for the northwest comer of said 22.150 acre tract of land, said PK nail being the intersection of the existing east right-of-way line of Marine Creek Parkway (a 120.0' right-of-way) with the existing south right-of-way line of Cromwell-Marine Creek Road(a variable width right-of-way); THENCE South 78 degrees 10 minutes 03 seconds East,with the north line of said 22.150 acre tract of land and with said existing south right-of-way line of Cromwell-Marine Creek Road, a distance of 590.76 feet to an "X" cut in concrete found for the northeast corner of said 22.150 acre tract of land, said"X" cut in concrete being the intersection of said existing south right-of-way line of Cromwell-Marine Creek Road with the existing west right-of-way line of Old Decatur Road(a variable width right-of-way); THENCE South 29 degrees 39 minutes 41 seconds East, with the east line of said 22.150 acre tract of land and with said existing west right-of-way line of Old Decatur Road, a distance of 37.88 feet to a R.O.W. marker set for the intersection of said existing west right-of-way line of Old Decatur Road with the proposed south right-of-way line of Cromwell-Marine Creek Road; THENCE South 60 degrees 20 minutes 19 seconds West, with said proposed south right-of-way line of Cromwell-Marine Creek Road, a distance of 3.39 feet to a R.O.W. marker set for corner; THENCE North 59 degrees 59 minutes 08 seconds West, with said proposed south right-of-way line of Cromwell-Marine Creek Road, a distance of 28.34 feet to a R.O.W. marker set for comer; THENCE North 78 degrees 09 minutes 11 seconds West, with said proposed south right-of-way line of Cromwell-Marine Creek Road, a distance of 32.93 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 494.00 feet, a central angle of 05 degrees 40 minutes 32 seconds and whose chord bears North 80 degrees 59 minutes 27 seconds West, a chord distance of 48.91 feet; Exhibit A Page 1 of 3 THENCE with said curve to the left and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 48.93 feet to a R.O.W. marker set for the beginning of a reverse curve to the right having a radius of 526.00 feet, a central angle of 05 degrees 40 minutes 32 seconds and whose chord bears North 80 degrees 59 minutes 27 seconds West,a chord distance of 52.08 feet; THENCE with said reverse curve to the right and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 52.10 feet to a R.O.W. marker set for comer; THENCE North 78 degrees 09 minutes 11 seconds West,with said proposed south right-of-way line of Cromwell-Marine Creek Road, a distance of 212.69 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 856.00 feet, a central angle of 10 degrees 21 minutes 50 seconds and whose chord bears North 83 degrees 20 minutes 06 seconds West, a chord distance of 154.63 feet; THENCE with said curve to the left and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 154.84 feet to a R.O.W. marker set for corner; THENCE South 84 degrees 44 minutes 58 seconds West,with said proposed south right-of-way line of Cromwell-Marine Creek Road, a distance of 58.70 feet to a R.O.W. marker set for the beginning of a curve to the left having a radius of 128.00 feet, a central angle of 04 degrees 58 minutes 38 seconds and whose chord bears South 82 degrees 15 minutes 39 seconds West,a chord distance of 11.12 feet; THENCE with said curve to the left and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 11.12 feet to a R.O.W. marker set for the beginning of a compound curve to the left having a radius of 18.00 feet, a central angle of 17 degrees 01 minutes 29 seconds and whose chord bears South 71 degrees 15 minutes 35 seconds West, a chord distance of 5.33 feet; THENCE with said compound curve to the left and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 5.35 feet to a R.O.W. marker set for comer in the west line of said 22.150 acre tract of land, said R.O.W. marker being the intersection of said proposed south right-of-way line of Cromwell-Marine Creek Road with said existing east right-of-way line of Marine Creek Parkway; THENCE North 01 degrees 04 minutes 10 seconds West, with the west line of said 22.150 acre tract of land and with said existing east right-of-way line of Marine Creek Parkway, a distance of 65.96 feet to the POINT OF BEGINNING, and containing 18,244 square feet or 0.419 acres of land,more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7, 2014 ks Curtis SmithCURTIS SMITH 5494 P`:' Registered Professional Land Surveyor �'.�; •°.F'ess%°.?`..0 Texas No. 5494 S U R� Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 25—ROIL CRQA4INRLL_P. B - (A vAR�eL M oR1NE CREEK N ASFH�IL R!y STING � TH RIGHT—OF WAY ) RIGI{t fXISTpNG \�\ r SET R.0.1N.:::.::........1, OF WAY \\` MARKER•::•::•: :•:: EXHIBIT "B " PARCEL No. 25—ROW CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C-1 494.00' 05'40'32" N 80'59'27"W 48.91' 48.93' C-2 526.00' 05'40'32" N 80'59'27"W 52.08' 52.10' C-3 856.00' 10'21'50" N 83'20'06"W 154.63' 154.84' C-4 128.00' 04'58'38" S 82'15'39"W 11.12' 11.12' C-5 18.00' 17'01'29" S 71'15'35"W 1 5.33' 1 5.35' LINE TABLE LINE BEARING DISTANCE L-1 S 29'39'41"E 37.88' L-2 S 60'20'19"W 3.39' L-3 N 59'59'08"W 28.34' L-4 N 78'09'11"W 32.93' L-5 N 78'09'11"W 212.69' L-6 S 84'44'58"W 58.70' L-7 N 01'04'10"W 65.96' ACQUISITION LOCATION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8- IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION ORTWORT City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING RIGHT—OF—WAY ACQUISITION ��-.. .. OUT OF A Q,.�!S TE''•., { 22.150 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CURTIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ......-.••.•• - .•-.••_ .•-.�. C.C.F.No.D204229409 `•p� 5494 :O DEED RECORDS OF TARRANT COUNTY, TEXAS • PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 s ACQUISITION AREA: 18,244 SQUARE FEET OR 0.419 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: RK ICAD FILE: 25—ROW.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2014 1 EXHIBIT B PAGE 2 OF 2 1 SCALE: 1" = 120' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL# 25-TE1 CITY PROJECT No. 01087 CROMWELL-MARINE CREEK ROAD TRACT 11Q, ALEXANDER F. ALRIGHT SURVEY, ABSTRACT No. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARGAUX FOUR CORNERS, LTD. GRANTOR'S MAILING ADDRESS (including County): 614801 QUORUM DRIVE #160 DALLAS, DALLAS COUNTY, TEXAS 75254-7589 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four Corners, Ltd. as recorded in County Clerk's File No. D204229409 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Margaux Four Comers, Ltd. GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01109/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.25-TE1 CITY PROJECT No. 01087 CROMWELL-MARINE CREEK ROAD TRACT 11Q,ALEXANDER F.ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four Comers, Ltd. as recorded in County Clerk's File No. D204229409 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 PK nail found in asphalt for the northwest corner of said 22.150 acre tract of land, said PK nail being the intersection of the existing east right-of-way line of Marine Creek Parkway (a 120.0' right-of-way) with the existing south right-of-way line of Cromwell-Marine Creek Road (a variable width right-of-way); THENCE South 01 degrees 04 minutes 10 seconds East, with the west line of said 22.150 acre tract of land and with the existing east right-of-way line of said Marine Creek Parkway, a distance of 1191.65 feet to a 5/8 inch iron rod with cap stamped "C&B" found for the southwest corner of said 22.150 acre tract of land, said 5/8 inch iron rod with cap stamped"C&B"being the intersection of said existing east right-of-way line of Marine Creek Parkway with the existing north right-of-way line of Longhorn Road (a 120.0' right-of-way); THENCE North 89 degrees 33 minutes 45 seconds East, with the south line of said 22.150 acre tract of land and with the existing north right-of-way line of said Longhorn Road, a distance of 89.50 feet to the POINT OF BEGINNING, said point being the southeast corner of a proposed permanent drainage easement; THENCE North 00 degrees 26 minutes 15 seconds West, with the east line of said proposed permanent drainage easement, a distance of 15.00 feet to a point for corner; THENCE North 89 degrees 33 minutes 45 seconds East, a distance of 270.00 feet to a point for comer; THENCE South 00 degrees 26 minutes 15 seconds East, a distance of 15.00 feet to a point for corner in the south line of said 22.150 acre tract of land, said point being in the existing north right-of-way line of said Longhorn Road; THENCE South 89 degrees 33 minutes 45 seconds West,with the south line of said 22.150 acre tract of land and with the existing north right-of-way line of said Longhorn Road, a distance of 270.00 feet to the POINT OF BEGINNING, and containing 4,050 square feet or 0.093 acres of land,more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 17, 2014 �� 0� Tc� CURTIS SMITH 5494 Curtis Smith S U g` Registered Professional Land Surveyor Texas No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 25—TE 1 CRoM�E��_M (VARIABLE wro �NE CREEK RIGHT OF WAY) ROAD P.U.C. FIND PK NAIL �� 180 90 0 180 IN ASPHALT J I N� SVR�E SCALE IN FEET I A�-8R 1 B49 F • I o � U)1 REMAINDER OF rZ. O .. Z 22.150 ACRES (BY DEED) TA Q o m q MARGAUX FOUR CORNERS, LTD. \ G} "'I C.C.F. No. D204229409 \ �� °- n D.R.T.C.T. �0 ;u m I :y-T k 3m ONOTES.. S LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. n 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8' IRON ROD SET \ I D WITH BLUE CAP STAMPED 'GORRONDONA' UNLESS OTHERWISE NOTED. 0R\ O D �I 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE \ v SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS �I SHOWN ARE SURFACE 9� < TEMPORARY CONSTRUCTION EASEMENT AREA 4,050 SQ. FT. OR 0 0.093 ACRES PROPOSED PERMANENT 0.090 ACRES (BY DEED) DRAINAGE EASEMENT CITY OF SAGINAW 0° I C.C.F. No. D209049254 o z N 00'26'15'W D.R.T.C.T. 15.00' 270.00' S 00'26'15'E m N 89'33'45'E 15.00' S 89'33'45"W — — — — —IN 89'389.50' 270.00' LONGHORN ROAD P.U.B. (120.0' RIGHT–OF--WAY) City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT 10� OUT OF A 22.150 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 _ CURTIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS - ----- AS RECORDED IN y`°~�~ pY 5494 �Z— C.C.F. No. D204229409 0 DEED RECORDS OF TARRANT COUNTY, TEXAS .�• PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 s ACQUISITION AREA: 4 050 SQUARE FEET OR 0.093 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: RCS CAD FILE 25—TCEI.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 17, 2014 EXHIBIT B PAGE 1 OF i 1 SCALE 1' a 180' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL# 25-TE2 CITY PROJECT No. 01087 CROMWELL-MARINE CREEK ROAD TRACT 11Q, ALEXANDER F. ALRIGHT SURVEY, ABSTRACT No. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARGAUX FOUR CORNERS, LTD. GRANTOR'S MAILING ADDRESS (including County): 614801 QUORUM DRIVE#160 DALLAS, DALLAS COUNTY, TEXAS 75254-7589 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four Corners, Ltd. as recorded in County Clerk's File No. D204229409 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Margaux Four Corners, Ltd. GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 25-TE2 CITY PROJECT No. 01087 CROMWELL-MARINE CREEK ROAD TRACT 11Q,ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, and being a portion of the remainder of a 22.150 acre tract of land (by deed) deeded to Margaux Four Comers, Ltd. as recorded in County Clerk's File No. D204229409 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a R.O.W. marker set for corner in the west line of said 22.150 acre tract of land, said R.O.W. marker being the beginning of a non-tangent curve to the right having a radius of 18.00 feet, a central angle of 17 degrees 01 minutes 29 seconds and whose chord bears North 71 degrees 15 minutes 35 seconds East, a chord distance of 5.33 feet, said R.O.W. marker also being the intersection of the existing east right-of-way line of Marine Creek Parkway(a 120.0' right-of- way) with the proposed south right-of-way line of Cromwell-Marine Creek Road, from which a PK nail in asphalt found for the northwest corner of said 22.150 acre tract of land bears North 01 degrees 04 minutes 10 seconds West, a distance of 65.96 feet, said PK nail being the intersection of said existing east right-of-way line of Marine Creek Parkway with the existing south right-of- way line of Cromwell-Marine Creek Road(a variable width right-of-way); THENCE with said non-tangent curve to the right and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 5.35 feet to a R.O.W. marker set for the beginning of a compound curve to the right having a radius of 128.00 feet, a central angle of 04 degrees 58 minutes 38 seconds and whose chord bears North 82 degrees 15 minutes 39 seconds East, a chord distance of 11.12 feet; THENCE with said compound curve to the right and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 11.12 feet to a R.O.W. marker set for comer; THENCE North 84 degrees 44 minutes 58 seconds East, with said proposed south right-of-way line of Cromwell-Marine Creek Road, a distance of 58.70 feet to a R.O.W. marker set for the beginning of a curve to the right having a radius of 856.00 feet, a central angle of 10 degrees 21 minutes 50 seconds and whose chord bears South 83 degrees 20 minutes 06 seconds East, a chord distance of 154.63 feet; THENCE with said curve to the right and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 154.84 feet to a R.O.W. marker set for comer; Exhibit A Page 1 of 3 THENCE South 78 degrees 09 minutes 11 seconds East, with said proposed south right-of-way line of Cromwell-Marine Creek Road, a distance of 212.69 feet to a R.O.W. marker set for the beginning of curve to the left having a radius of 526.00 feet, a central angle of 05 degrees 20 minutes 02 seconds and whose chord bears South 80 degrees 49 minutes 13 seconds East, a chord distance of 48.95 feet; THENCE with said curve to the left and with said proposed south right-of-way line of Cromwell-Marine Creek Road, an arc length of 48.97 feet to a point for the northwest corner of a proposed permanent drainage easement; THENCE South 28 degrees 53 minutes 15 seconds West, with the northwest line of said proposed permanent drainage easement, a distance of 11.87 feet to a point for the beginning of a non-tangent curve to the right having a radius of 537.00 feet, a central angle of 04 degrees 51 minutes 06 seconds and whose chord bears North 80 degrees 34 minutes 44 seconds West,a chord distance of 45.46 feet; THENCE with said non-tangent curve to the right, an arc length of 45.47 feet to a point for corner; THENCE North 78 degrees 09 minutes 11 seconds West, a distance of 212.69 feet to a point for the beginning of a curve to the left having a radius of 845.00 feet, a central angle of 10 degrees 19 minutes 13 seconds and whose chord bears North 83 degrees 18 minutes 48 seconds West, a chord distance of 152.00 feet; THENCE with said curve to the left, an arc length of 152.20 feet to a point for corner; THENCE South 84 degrees 44 minutes 58 seconds West, a distance of 64.99 feet to a point for corner; THENCE South 01 degrees 04 minutes 10 seconds East, a distance of 967.12 feet to a point for corner; THENCE North 88 degrees 55 minutes 50 seconds East, a distance of 10.00 feet to a point for comer; THENCE South 01 degrees 04 minutes 10 seconds East, a distance of 105.22 feet to a point for corner in the north line of a proposed permanent drainage easement; THENCE South 89 degrees 33 minutes 45 seconds West, with the north line of said proposed permanent drainage easement, a distance of 20.00 feet to a point for corner in the west line of said 22.150 acre tract of land and being in said existing east right-of-way line of Marine Creek Parkway, said point also being the northwest corner of said proposed permanent drainage easement, from which a 5/8 inch iron rod with cap stamped "C&B" found for the southwest corner of said 22.150 acre tract of land bears South O1 degrees 04 minutes 10 seconds East, a distance of 45.00 feet; Exhibit A Page 2 of 3 THENCE North 01 degrees 04 minutes 10 seconds West, with the west line of said 22.150 acre tract of land and with said existing east right-of-way line of Marine Creek Parkway, a distance of 1080.69 feet to the POINT OF BEGINNING, and containing 17,135 square feet or 0.393 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 30, 2014 .. OF T -�� CURTIS SMITH 5494 FSS\Qr�: l0 Curtis Smith 2Q S Registered Professional Land Surveyor Texas No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 25—TE2 Q CROA4W,, 'M FND PK NAIL w IN ASPHALT I�AR wrfl R/R HTC E(;REEK R U) .� SET R.O.W. EXISTING OAD F- MARKER RIGHT—OF—WAY WAY _ SET R.O.W. MARKER PROPOSED L-2 C-3 RIGHT—OF—WAY O ..............:•:•::y::t::::::::::::.:....... SET R.O.W. < ' L—5 C--6 ....... L-3 MARKER Q :•. o '� ':>::........... • 212 9. :•::=......:.... C-4 �.�L cl:ha]C e:. .E 8.09 1 j .-C_;i:::;:: 'pl-- 0 N 7 PRPERMANENT DRAINAGE EASEMENT 3 04 o ccoo TEMPORARY � EXISTING / ° RIGHT—OF—WAY Y FI -<::: CONSTRUCTION a �a W = EASEMENT AREA / W 2 17,135 SQ. FT. OR 0.393 ACRES U o o REMAINDER OF W a >0 22.150 ACRES (BY DEED) :. MARGAUX FOUR CORNERS, LTD. o C.C.F. No. D204229409 Q o :_ ° D.R.T.C.T. #ss N A �8 120 60 0 120 Np. SCALE IN FEET MATCHLINE FonWoRTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT OF OUT OF A �Q , G\STEQ 22.150 ACRE TRACT OF LAND �. Fa•_9� SITUATED IN THE _ ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 C - IS -SMIT CITY OF FORT WORTH, TARRANT COUNTY, TEXAS -•------•- AS RECORDED IN C p 5494 - C.C.F. No. D204229409 S\ l DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 S ACQUISITION AREA: 17,135 SQUARE FEET OR 0.393 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: RK CAD FILE: 25—TCE2.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 30, 2014 1 EXHIBIT B PAGE 1 OF 3 1 SCALE 1" - 120' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 25—TE2 MATCHLINE D3 z� N O i:i W= C7 ::.. N DER f� �0- 1 C7 TEMPORARY CONSTRUCTION Y co :::;; EASEMENT AREA 17,135 SQ. FT. OR 0 0.393 ACRES REMAINDER OF Y �I 22.150 ACRES (BY DEED) w = 0 ° MARGAUX FOUR CORNERS, LTD. W 2 o C.C.F. No. D204229409 cn D.R.T.C.T. L1J o ". ;t z v O 0;:_: N 88'55 50 E Q z 10.00' W w r- N 4 N p PROPOSED PERMANENT O — DRAINAGE EASEMENT ZO 60 ZO (n S 89.33'45"W SCALE IN FEET 20.00' FND 5/8"IR W/CAP STAMPED "Cdc6" LONGHORN ROAD EXISTING (120.0' RIGHT—OF—WAY) RIGHT—OF—WAY City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT ��...O .. T� OUT OF A - 22.150 ACRE TRACT OF LAND SITUATED IN THE �' �_�_ �_'• ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 ---- -wRTIS SMIT__.• CITY OF FORT WORTH, TARRANT COUNTY, TEXAS --�•• ----•- AS RECORDED IN 5494 C.C.F. No. D204229409 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 17,135 SQUARE FEET OR 0.393 ACRES CURTIS SMITH JOB No. KHA-1218.00 I DRAWN BY: RK CAD FILE. 25—TCE2.dW REGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 30, 2014 1 EXHIBIT B PAGE 2 OF 3 SCALE: 1" m 120' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 25—TE2 CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C-1 18.00' 17'01'29" N 71'15'35"E 5.33' 5.35' C-2 128.00' 04'58'38" N 82'15'39'E 11.12' 11.12' C-3 856.00' 10'21'50" S 83'20'06"E 154.63' 154.84' C-4 526.00' 05'20'02" S 80'49'13"E 48.95 48.97' C-5 537.00' 04'51'06" N 80'34'44"W 45.46' 45.47' C-6 845.00' 10-19-13- N 83'18.48"W 152.00' 152.20' LINE TABLE LINE BEARING DISTANCE C-1 L-1 N 01'04'1O"W 65.96' C-2 L-2 L-2 N 84'44'58"E 58.70' '3 L-3 S 78'09'11"E 212.69' � ...'"'''"' `' L-4 S 28'53'15"W 11.87' •ri :: :...'SET R.O.W. - MARKER L-5 S 84'44'58"W 64.99' DETAIL "A" NOT TO SCALE ACQUISITION LOCATION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA' UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SUBJECT TRACT & SHOWN ARE SURFACE. LOCATION OF ACQUISITION ® ®�T City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT �.. ... F OUT OF A ��': G\STER� 22.150 ACRE TRACT OF LAND :: o SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849CU TIS SMIT_ _ CITY OF FORT WORTH, TARRANT COUNTY, TEXAS C.C.F.No . D204229409 .•p0 5494 DEED RECORDS OF TARRANT COUNTY, TEXAS •.. SS\ l PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD I CITY PROD. No. 01087 S ACQUISITION AREA: 17,1 5 SQUARE FEET OR 0.393 ACRES CURTIS SMITH JOB No. KHA-1218.00 I DRAWN BY: RK CAD FILE: 25—TCE2.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 30, 2014 EXHIBIT B PAGE 3 OF 3 SCALE: 1".; 120' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD - McLEROY BLVD. TO LONGHORN RD. PARCEL No. 26-SE CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORT H PERMANENT SLOPE EASEMEI:T DATE: GRANTOR: MARINE CREEK PARKWAY PARTNERS, LLC GRANTOR'S MAILING ADDRESS (including County): 1518 LEGACY DRIVE, SUITE 110 FRISCO, COLLIN COUNTY, TEXAS 75034-6047 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 permanent slope easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said permanent slope easement being a portion of a 14.135 acre tract of land (by deed) deeded to Marine Creek Parkway Partners, LLC as recorded in County Clerk's File No. D213144052 of the Official Public Records of Tarrant County, Texas, said permanent slope easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, the use and passage on, over, across, below and along the easement situated in Tarrant County, Texas, for the construction, operation, maintenance, upgrade and repair of a Permanent Slope Easement on the property. PERMANENT SLOPE EASEMENT Rev.1012013 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of slope maintenance. Grantor shall agree not to modify or alter the property in any manner, which would jeopardize the integrity of the slope without Grantee's written consent. Any alteration or damage to the slope shall be repaired at Grantor's sole cost and expense. TO HAVE AND TO HOLD the above described easement, together with all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SLOPE EASEMENT Rev.10/2013 GRANTOR: Marine Creek Parkway GRANTEE: City of Fort Worth Partners, LLC (Person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2d___ Notary Public in and for the State of Texas PERMANENT SLOPE EASEMENT Rev.10/2013 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 PERMANENT SLOPE EASEMENT Rev.1012013 OLD DECATUR ROAD--McLEROY BLVD TO LONGHORN ROAD PARCEL No. 26-SE CITY PROJECT No. 01087 MARINE GREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a permanent slope easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said permanent slope easement being a portion of a 14.135 acre tract of land (by deed) deeded to Marine Creek Parkway Partners, LLC as recorded in County Clerk's File No. D213144052 of the Official Public Records of Tarrant County, Texas, said permanent slope easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the southeast corner of said 14.135 acre tract of land, from which a 1/2 inch iron rod found for reference bears South 79 degrees 26 minutes 22 seconds East, a distance of 0.40 feet; THENCE South 89 degrees 33 minutes 24 seconds West, with the south line of said 14.135 acre tract of land, a distance of 500.05 feet to a 1/2 inch iron rod with capped stamped "Pacheco Koch" found for the southwest corner of said 14.135 acre tract of land, said 1/2 inch iron rod with cap stamped "Pacheco Koch" being in the easterly right-of-way line of Marine Creek Parkway (a 120.0' right-of-way), said 1/2 inch iron rod with cap stamped "Pacheco Koch" also being the beginning of a non-tangent curve to the right having a radius of 2804.79 feet, a central angle of 01 degrees 58 minutes 10 seconds and whose chord bears North 21 degrees 22 minutes 19 seconds West, a distance of 96.40 feet; THENCE with said non- tangent curve to the right, with the westerly line of said 14.135 acre tract of land and with the easterly right-of-way line of said Marine Creek Parkway, an arc length of 96.41 feet to the POINT OF BEGINNING of the herein described permanent slope easement, said point being the beginning of a non-tangent curve to the right having a radius of 2804.79 feet, a central angle of 14 degrees 02 minutes 39 seconds and whose chord bears North 13 degrees 21 minutes 55 seconds West, a distance of 685.79 feet; THENCE with said non-tangent curve to the right, with the westerly line of said 14.135 acre tract of land and with the easterly right-of-way line of said Marine Creek Parkway, an are length of 687.51 to a point for the most southerly northwest corner of said 14.135 acre tract of land, said point being the southwest corner of Lot 1, Block 1 of Longhorn Crossing Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D209243338 of the Plat Records of Tarrant County, Texas; THENCE North 89 degrees 33 minutes 24 seconds East, with the westerly line of said 14.135 acre tract of land and with the south line of said Lot 1, a distance of 20.11 feet to a point for the beginning of a non-tangent curve to the left having a radius of 2784.79 feet, a central angle of 05 degrees 58 minutes 00 seconds and whose chord bears South 09 degrees 22 minutes 08 seconds East, a distance of 289.87 feet; Exhibit A, Page 1 of 2 THENCE with said non-tangent curve to the left, an arc length of 290.00 feet to a point for corner; THENCE South 77 degrees 38 minutes 52 seconds West, a distance of 5.00 feet to a point for the beginning of a non-tangent curve to the left having a radius of 2789.79 feet, a central angle of 05 degrees 01 minutes 51 seconds and whose chord bears South 14 degrees 52 minutes 03 seconds East, a distance of 244.88 feet; THENCE with said non-tangent curve to the left, an arc length of 244.95 feet to a point for comer; THENCE South 72 degrees 37 minutes 47 seconds West, a distance of 5.00 feet to a point for the beginning of a non-tangent curve to the left having a radius of 2794.79 feet, a central angle of 03 degrees 00 minutes 16 seconds and whose chord bears South 18 degrees 53 minutes 07 seconds East, a distance of 146.53 feet; THENCE with said non-tangent curve to the left, an arc length of 146.55 feet to a point for comer; THENCE South 69 degrees 37 minutes 29 seconds West, a distance of 10.00 feet to the POINT OF BEGINNING and containing 10,994 square feet or 0.252 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: April 20,2015 OF CoW CURTIS SMITH Curtis Smith r •:°.pb 54s4����2 �i� �'o•'--L� Registered Professional Land Surveyor No. 5494 O'''�.URvF, Firm No. 10106900 Exhibit A,Page 2 of 2 EXHIBIT "B " PARCEL No. 26—SE I � NS SuRN�� ALBR1G�8�9 A�'pklD RAGS NO. 14.135 ACRES (BY DEED) MARINE CREEK PARKWAY PARTNERS, LLC INSTRUMENT NO. D213144052 O.P.R.T.C.T. Q w REMAINDER OF Z PARCEL No. 3 142.461 ACRES (BY DEED) J MARINE CREEK OF TEXAS JOINT VENTURE VOLUME 11431. PAGE 293 = I D.R.T.C.T. I—• FROM W I H 1/2"IR Q FND FOR REFRENCE BEARS S 79'26'22"E. 0.40' PARCEL No. 26—SE S 89'33'24 W 500.05' SUBJECT TRACT & LOCATION OF EASEMENT v NE LENP WIDTH E4S EN T LURE CORPORA TIO N _ — _ _ D.R.T.C.T.AGE 908 NOTES: 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. SCALE IN FEET FoRTWoRTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF PERMANENT SLOPE EASEMENT ,........., OUT OF A Alt G\S7f •�� 14.135 TRACT OF LAND (BY DEED) SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 .•'I••'•' "" " CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CU TIS SMUT AS RECORDED IN 844 INSTRUMENT No. D213144052 O OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD. TO LONGHORN RD CITY PROJ. No. 01087 EASEMENT AREA: 10,994 SQUARE FEET OR 0.252 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: RCS I CAD FILE: 26—SE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: APRIL 20, 2015 EXHIBIT B PAGE 1 OF 4 1 SCALE: 1" •• 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-498-1768 EXHIBIT "B " PARCEL No. 26-SE MATCH LINE "B" ' C-4 :: � L-3 CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-1 2804.79' 01158'10" N 21'22'19"W 96.40' 96.41' C-2 2804.79' 14'02'39" N 13'21'55"W 685.79' 687.51' C-4 2789.79' 05'01'51" S 14'52'03"E 244.88' 244.95 C-5 2794.79' 1 03'00'16" 1 S 18'53'07"E 146.53' 146.55' PERMANENT LINE TABLE a SLOPE LINE BEARING DISTANCE EASEMENT AREA L-3 S 72'37'47"W 5.00' :- 10,994 SQ. FT. ., ::.. OR 0.252 ACRES L-4 S 6937'29W' 10.00 14.135 ACRES (BY DEED) ...:.� MARINE CREEK PARKWAY PARTNERS, LLC �r INSTRUMENT NO. D213144052 Q �j L-4 O.P.R.T.C.T. � P.O.B. Rir,"I PARCEL No. 26-SE J No, 1 VARIABLE WIDTH SUBJECT TRACT & � 9 `, \ \�_� ENSERCH CORPORATION LOCATION OF EASEMENT o � - _ VOLUME 7094, PAGE 908 Q o _ _ D.R.T.C.T. r S 89'33'24W 500.05' �FND 1 j2"IR W/ CAP STAMPED "PACHECO KOCH" REMAINDER OF s7-i 142.461AACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE VOLUME 11431, PAGE 293 D.R.T.C.T. LOT 7 BLOCK A 1 TERRACE LANDING C.C.F. No. D213093211 P.R.T.C.T. NOTES: 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. SCALE IN FEET oar � T City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING PERMANENT SLOPE EASEMENT •, „ T� 14.135 TRACT OUT (BY DEED) �`PQFG,STfR<iQ y SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CURTIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ............I....••• ...! ••••• AS RECORDED IN 5494 INSTRUMENT No. D213144052 'o S <1� OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD. TO LONGHORN RD CITY PROJ. No. 01087 EASEMENT AREA: 10.994 SQUARE FEET OR 0.252 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: RCS CAD FILE: 26-SE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: APRIL 20, 2015 EXHIBIT B PAGE 2 OF 4 SCALE: 1" - 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 26—SE MATCH LINE "C" ..... CURVE TABLE wCURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-2 2804.79 14 02 39 N 13 21 55'W 685.79 687.51 ... C-3 2784.79' 05'58'00" S 09'22'08"E 289.87' 290.00' C-4 2789.79' 05'01'51" S 14'52`03"E 244.88' 244.95' `. ., LINE TABLE �► LINE BEARING DISTANCE L-2 SV(tVE� L-2 S 77'38'52"W 5.00' A9 NOER F C��No G 1 g 14.135 ACRES (BY DEED) PERMANENT MARINE CREEK PARKWAY PARTNERS, LLC INSTRUMENT NO. D213144052 (T� EASEMENT AREA O.P.R.T.C.T. o 10,994 SQ. FT. OR 0.252 ACRES .{ PARCEL No. 26—SE SUBJECT TRACT do LOCATION OF EASEMENT MATCH LINE "B" NOTES: 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, MAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING PERMANENT SLOPE EASEMENT OF r OUT OF A Q i S T 14.135 TRACT OF LAND (BY DEED) A` SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CA�;.SMITH S CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ••• .. •AS RECORDED 1N x` 4 INSTRUMENT No. D213144052 0 ss\ �P OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS � PROJECT: OLD DECATUR ROAD—McLEROY BLVD. TO LONGHORN RD CITY PROJ. No. 01087 U EASEMENT AREA: 10,994 SQUARE FEET OR 0.252 ACRES CURTIS SMITH JOB No. KHA-1218.00 IDRAWN BY: RCS ICAD FILE: 26—SE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: APRIL 20, 2015 EXHIBIT B PAGE 3 OF 4 SCALE: 1" m 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-498-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 26—SE I I 10.0' AERIAL I—UTILITY EASEMENT I C.C.F. No. D209243338 I P.R.T.C.T. I I LOT 1 101 I CR 1 �ppI'TION N ".0ssliv 243338 \ PARCEL No. 26-SE Q � p I g09 SUBJECT TRACT & 1 LOCATION OF EASEMENT 5.0' WATER EASEMENT cc C.C.F. No. D209243338 I P.R.T.C.T. w :... CURVE TABLE w ;:;::::':. CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH C-2 2804.79' 14'02'39" N 13'21'55'W 685.79' 687.51' C--3 2784.79' 05'58'00" S 09'22'08"E 289.87' 290.00' LINE TABLE Z =:-:::i LINE BEARING DISTANCE :';� 14.135 ACRES (BY DEED) L-1 N 89'33'24"E 20.11' MARINE CREEK PARKWAY PARTNERS, LLC Q =''� INSTRUMENT NO. D213144052 c� 7:...... 1 O.P.R.T.C.T. S�RyEY PERMANENT SLOPE A�-EXAN B�SRp,G "i EASEMENT AREA 10,994 SQ. Fr. : :: :. OR 0.252 ACRES :.. MATCH LINE "C" NOTES: 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE FACTOR OF 1.0001375289116. SCALE IN FEET ®RT � T City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING PERMANENT SLOPE EASEMENT „QF OF A 14.135 TRACT OUT LAND (BY DEED) �', �RFa��� SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 """ .S S.."•"" CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CURTIS SMITH AS RECORDED IN 5494 v INSTRUMENT No. D2 1 3 1 44052 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY, TEXAS ' ••.......• PROJECT: OLD DECATUR ROAD—McLEROY BLVD. TO LONGHORN RD CITY PROJ. No. 01087 S U EASEMENT AREA: 10,994 SQUARE FEET OR 0.252 ACRES ICURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: RCS I CAD FILE: 26-SE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: APRIL 20, 2015 EXHIBIT B. PAGE 4 OF 4 1 SCALE 1" - 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-MCLEROY BLVD. TO LONGHORN RD. PARCEL#27-TE2 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11 R, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of Parcel 3 being a 142.461 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of the Deed Records of Tarrant County, Texas, and 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". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth MARINE CREEK OF TEXAS Fernando Costa JOINT VENTURE Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 27-TE2 CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of Parcel 3 being a 142.461 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of the Deed Records of Tarrant County,, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped "PACHECO KOCH" found in the existing northeasterly right-of-way line of Marine Creek Parkway (a 120.0' right-of-way) for the southwest corner of a 14.135 acre tract of land (by deed) deeded to Marine Creek Parkway Partners, LLC as recorded in County Clerk's File No. D213144052 of the Official Public Records of Tarrant County, Texas, said 1/2 inch iron rod with camp stamped "PACHECO KOCH"being in the southwesterly line of said 142.461 acre tract of land; THENCE North 89 degrees 33 minutes 24 seconds East, with the south line of said 14.135 acre tract of land, a distance of 3.24 feet to a point for corner; THENCE South 22 degrees 46 minutes 01 seconds East, a distance of 40.15 feet to a point for corner in the northwest line of Lot 7, Block A, Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D213093211 of the Plat Records of Tarrant County, Texas; THENCE South 55 degrees 59 minutes 42 seconds West, with the northwest line of said Lot 7, a distance of 3.06 feet to a point for the northwest corner of said Lot 7, said point being in the existing northeasterly right-of-way line of said Marine Creek Parkway, said point also being the beginning of a non-tangent curve to the right having a radius of 2804.79 feet, a central angle of 00 degrees 51 minutes 27 seconds and whose chord bears North 22 degrees 46 minutes 01 seconds West, a distance of 41.97 feet, from which a 1/2 inch iron rod with cap stamped "USA INC" found for the south corner of Lot 6 and for the west corner of Lot 5, Block A of said Terrace Landing bears a chord bearing of South 25 degrees 04 minutes 27 seconds East, a distance of 183.90 feet; THENCE with the southwesterly line of said 142.461 acre tract of land and with the northeasterly right-of-way line of said Marine Creek Parkway, an arc length of 41.97 feet to the POINT OF BEGINNING and containing 125 square feet or 0.003 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 23, 2014 .... T CURTIS SMITH o� 5494 P Curtis Smith ��;' •°.Foss Registered Professional Land Surveyor No. 5494 S U Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 27-TE2 CURVE TABLE CURVE I RADIUS DELTA BEARING CHORD ARC C-1 2804.79 03.45.26" S 25.04.27-E 183.90' 183.93 ALEXANDER F. ALBRIGHT SURVEY C-2 2804.79' 00.51-27" N 22.46.01"W 41.97 41.97' ABSTRACT No. 1849 14.135 ACRES (BY DEED) TEMPORARY CONSTRUCTION MARINE CREEK PARKWAY PARTNERS, LLC P.0.B. EASEMENT AREA 1 INSTRUMENT NO. D2 1 3 1 44052 1/2"CIRF 125 SO. FT. OR O.P.R.T.C.T. "PACHECO KOCH" 0.003 ACRES 0 1-L-2 RE ND1 — — — r- �ARlNE 142.48 A OF7 r CREEK ORES No- �o \ L-3 VOLUME 11431 TEX,e�� DEED) \ 0. �� \\ LOBTLOCI�DING D , PAGE JOINT sR11 C r LINE BEARIN TABLE I DISTANCE \ y��'� \\ TE No!Dg1 gp9 /7VARLABLE L-1 N 89.33'24E 3.24' G C.0 F C.1- LOT 13 L-2 S 22.46'01"E 40.15' \ BLOCK WIDTH L-3 S 55'59'42W 3.06' ?c 9:i 0 0 ENSERCHECORPORATION +� \\ vd, O VOLUME 7094• PAGE 908 D.R.T.C.T. \\ 1/2"ON ROD \,\ �,0� 5 0 LOT 8 W/CAP STAMPED y "USA INC" FND \\ WALL MAINTENANCE EASEMENT C.C.F. No. D213093211 \\�. P.R.T.C.T. �j 4 100 50 0 100 10.0 BUILDING LINE AND UTILITY EASEMENT C.C.F. No. D213093211 P.R.T.C.T. SCALE IN FEET \ NOTES; ACQUISITION LOCATION ION 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8- IRON ROD SET \ WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-133, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET " FORT WORTH. TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT � .,.�...., T� OUT OF A PORTION OF A REMAINDER OF A 142.461 ACRE TRACT OF LAND SITUATED IN THE _© ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 �—CURTIS_SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN r'�y £549944 VOLUME 11431, PAGE 293 ?t~ DEED RECORDS OF TARRANT COUNTY, TEXAS = PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 S ACQUISITION AREA: 125 SQUARE FEET OR 0.003 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: RCS CAD FILE: 27-TE2.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23. 2014 EXHIBIT B PAGE I OF 1 1 SCALE: 1" = 100• NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 " 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL #28-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11L, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: TXU GAS COMPANY GRANTOR'S MAILING ADDRESS (including County): PO BOX 650205 DALLAS, DALLAS COUNTY, TEXAS 75265-0205 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 2,112 square foot tract of land (by deed) deeded to TXU Gas Company as recorded in Volume 14403, Page 448 of the Deed Records of Tarrant County, Texas, and being further described in Volume 5764, Page 463 of said 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: TXU Gas Company GRANTEE: City of Fort Worth (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/092007 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 Temporary Construction Easement 01/092007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.28-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F.ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 2,112 square foot tract of land (by deed) deeded to TXU Gas Company as recorded in Volume 14403, Page 448 of the Deed Records of Tarrant County, Texas, and being further described in Volume 5764, Page 463 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod found for the southeast corner of said 2,112 square foot tract of land, said 5/8 inch iron rod being the northeast corner of an 89.033 acre tract of land(by deed) further described as Tract 1 being deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11781,Page 1657 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod also being in the west right-of-way line of Marine Creek Parkway(a 120.0' right-of-way); THENCE North 79 degrees 07 minutes 18 seconds West, with the south line of said 2,112 square foot acre tract of land and with the north line of said 89.033 acre tract of land, a distance of 10.67 feet to a point for corner, from which a PK nail found for the southwest corner of said 2,112 square foot tract of land bears North 79 degrees 07 minutes 18 seconds West, a distance of 39.26 feet, said PK nail also being an angle point in the north line of said 89.033 acre tract of land; THENCE North 21 degrees 39 minutes 21 seconds West, a distance of 44.55 feet to a point for the beginning of a curve to the right having a radius of 2933.79 feet, a central angle of 00 degrees 06 minutes 33 seconds, and whose chord bears North 20 degrees 36 minutes 20 seconds West, a distance of 5.59 feet; THENCE with said curve to the right, an arc length of 5.59 feet to a point for comer in the north line of said 2,112 square foot tract of land, said point being in the south line of a 101.631 acre tract of land (by deed) further described as parcel No. 5 being deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of said Deed Records of Tarrant County, Texas, from which a tee-post with cap stamped "Survey" found for the northwest comer of said 2,112 square foot tract of land bears North 79 degrees 08 minutes 30 seconds West, a distance of 38.54 feet, said tee-post with cap stamped"Survey"also being an angle point in the south line of said 101.631 acre tract of land; Exhibit A Page 1 of 2 THENCE South 79 degrees 08 minutes 30 seconds East,with the north line of said 2,112 square foot tract of land and with the south line of said 101.631 acre tract of land, a distance of 10.55 feet to a point for the northeast corner of said 2,112 square foot tract of land, said point being the southeast corner of said 101.631 acre tract of land, said point also being in the west right-of-way line of said Marine Creek Parkway; THENCE South 21 degrees 39 minutes 21 seconds East, with the east line of said 2,112 square foot tract of land and with the west right-of-way line of said Marine Creek Parkway, a distance of 50.21 feet to the POINT OF BEGINNING and containing 452 square feet or 0.010 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 23,2014 OF TF f RF�'��in CURTIS SMITH ` 5494 �r Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B _ LINE TABLE REMAINDER OF PARCEL No. 28—TEI LINE BEARING DISTANCE PARCEL No. 5 L-1 N 79"07'18"W 10.67 101.631 ACRES (BY DEED) L-2 N 21'39'21"W 44.55' MARINE CREEK OF TEXAS JOINT VENTURE L-3 S 79.08'30"E 10.55' VOLUME 11431, PAGE 293 D.R.T.C.T. L-4 S 21'39'21"E 50.21' CURVE TABLE CURVE RADIUS I DELTA ANGLE CHORD BEARING I CHORD LENGTH ARC LENGTH C-1 2933.79' 1 00'06'33" N 20'36`20"W 1 5.59' 5.59' VARIABLE WIDTH PIPELINE EASEMENT N 79'08' 'W ENSERCH CORPORATION 30 VOLUME 7094, PAGE 908 38.54' D.R.T.C.T_ �'3 TEMPORARY FND TEE—POST W/CAP CONSTRUCTION STAMPED "SURVEY" C-1 EASEMENT AREA 452 SO. FT. OR 0.010 ACRES 2,112 SQUARE FOOT (BY DEED "� TXU GAS COMPANY VOLUME 144043, PAGE 448 PK NAIL N 7g 0��18-w E_1 �,, VOLUME 576 GE P.O.B. D.R.T.C.T. FND 5/8"IR a 0 O. REMAINDER OF TRACT I 89.033 ACRES (BY DEED) Z� MARINE CREEK OF TEXAS JOINT VENTURE VOLUME 11781, D D.R.T.C.T.AGE 1657 C.T l 0, g,OGM 49 �. ' PNQ�R FPG,I p't NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET 40 2O O 4O WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SCALE IN FEET SHOWN ARE SURFACE. \ oar W R City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A or TEMPORARY CONSTRUCTION EASEMENT . . ..... OUT OF A PORTION OF A REMAINDER OF A G 1 S TE��, f� 2.112 SQUARE FOOT TRACT OF LAND SITUATED IN THE � "O � ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 �CU__TIS S__MIT - CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _.___..... . AS RECORDED IN r VOLUME 14403. PAGE 448 AND VOLUME 5764, PAGE 463 ° ?'05494 DEED RECORDS OF TARRANT COUNTY, TEXAS . PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 S ACQUISITION AREA: 452 SQUARE FEET OR 0.010 ACRES CURTIS SMITH JOB No. KHA-1218.00 I DRAWN BY: JCE CAD FILE: 28—TEI.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23. 2014 1 EXHIBIT B PAGE 1 OF 2 SCALE: 11" 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-MCLEROY BLVD. TO LONGHORN RD. PARCEL# 29-TE1 CITY PROJECT No. 01087 COMANCHE PEAK DRIVE LOT 7, BLOCK A, TERRACE LANDING CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: D.R. HORTON-TEXAS, LTD. GRANTOR'S MAILING ADDRESS (including County): 4500 MERCANTILE PLAZEA DR., SUITE 104 FORT WORTH, TARRANT COUNTY, TEXAS 76137 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 out of Lot 7, Block A of Terrace Landing, an addition to the city of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D213093211 of the Plat Records of Tarrant County, Texas, said Lot 7 being deeded to D.R. Horton-Texas, LTD. as recorded in County Clerk's File No. D206014290 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: D.R. Horton-Texas, LTD. GRANTEE: City of Fort Worth (Person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2Q_ Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 29-TE1 CITY PROJECT No. 01087 COMMANCHE PEAK DRIVE LOT 7, BLOCK A, TERRACE LANDING EXHIBIT "A" Being a temporary construction easement out of Lot 7, Block A of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D213093211 of the Plat Records of Tarrant County, Texas, said Lot 7 being deeded to D.R. Horton-Texas, LTD. as recorded in County Clerk's File No. D206014290 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped"USA INC" found for the south corner of Lot 6 of said Block A, said 1/2 inch iron rod with cap stamped "USA INC" being the west corner of Lot 5 of said Block A, said 1/2 inch iron rod with cap stamped "USA INC" being in the northeasterly right-of-way line of Marine Creek Parkway (a 120' right-of-way), said 1/2 inch iron rod with cap stamped "USA INC" also being the beginning of a non-tangent curve to the right having a radius of 2804.79 feet, a central angle of 01 degrees 13 minutes 32 seconds, and whose chord bears North 26 degrees 20 minutes 24 seconds West, a distance of 60.00 feet; THENCE with said non-tangent curve to the right, with the southwesterly line of said Lot 6 and with the northeasterly right-of-way line of said Marine Creek Parkway, an arc length of 60.00 feet to the POINT OF BEGINNING of herein described temporary construction easement, said point being the south corner of said Lot 7 and the west corner of said Lot 6, said point also being the beginning of a non-tangent curve to the right having a radius of 2804.79 feet, a central angle of 02 degrees 31 minutes 54 seconds, and whose chord bears North 24 degrees 27 minutes 41 seconds West, a distance of 123.92 feet, THENCE with said non-tangent curve to the right, with the southwesterly line of said Lot 7 and with the northeasterly right-of-way line of said Marine Creek Parkway, an arc length of 123.93 feet to a point for the most southerly northwest corner of said Lot 7„ from which a 1/2 inch iron rod with cap stamped "Pecheco Koch" found for the southwest corner of a 14.135 acre tract of land (by deed) deeded to Marine Creek Parkway Partners, LLC as recorded in Instrument No. D213144052 of the Official Public Records of Tarrant County, Texas, bears a chord bearing of North 22 degrees 46 minutes 01 seconds West, a distance of 41.97 feet, said 1/2 inch iron rod with cap stamped "Pecheco Koch" also being in the northeasterly right-of-way line of said Marine Creek Parkway; Exhibit A Page 1 of 2 THENCE North 55 degrees 59 minutes 42 seconds East, with the northwesterly line of said Lot 7, a distance of 12.22 feet to a point for the beginning of a non-tangent curve to the left having a radius of 2792.79 feet, a central angle of 02 degrees 34 minutes 43 seconds, and whose chord bears South 24 degrees 26 minutes 16 seconds East, a distance of 125.68 feet; THENCE with said non-tangent curve to the left, an arc length of 125.69 feet to a point for comer in the southeasterly line of said Lot 7, said point being in the northwesterly line of said Lot 6; THENCE South 64 degrees 16 minutes 23 seconds West, with the southeasterly line of said Lot 7 and with the northwesterly line of said Lot 6, a distance of 12.00 feet to the POINT OF BEGINNING and containing 1,498 square feet or 0.034 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7, 2014 CURTIS SMITH NW Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "A " PARCEL No. 29-TE f CURVE TABLE 14.135 ACRES (BY DEED) CURVE RADIUS I DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH MARINE CREEK PARKWAY PARTNERS, LLC C-1 2804.79' 1 01'13'32' N 26.20.24 60.00 60.00' INSTRUMENT NO. D213144052 C-2 2804.79 1 02'31'54' N 24'27'41'W 123.92' 123.93' O.P.R.T.C.T. C-3 2804.79' 1 00'51'27' N 2246'01"W 41.97' 41.97' FND 1/2-CIR C-4 2792.79 02'34'43 S 24'2616-E 125.68' 125.69' *PACHECO KOCH' SEE REMAINDER OF LINE TABLE DETAIL A PARCEL No. 3 LINE BEARING DISTANCE o f 142.461 ACRES (BY DEED) TEMPORARY L-1 N 55'59'42'E 12.22' �d MARINE CREEK OF TEXAS JOINT VENTURE CONSTRUCTION L-2 S 64'16 23'W 1 12.00' VOLUME 11431, PAGE 293 EASEMENT AREA ` D.R.T.C.T. 1,498 SO. FT. OR 0.034 ACRES .A �0- �\ LOT 7 D.R. HORTON--TEXAS, LTD. ' C.C.F. No. D206014290 °� D.R.T.C.T. 50 25 0 50 .k:i ::.::. ` +\ SCALE IN FEET ,..,,... vo "A" '�,-� i2 �i•(001 DETAIL �\ \ �- N°��o o G~; NOT TO SCALE P'�'B' � � IDS-OF.'Os. Q7 10.0' BUILDING LIN;;k UTILITY EASEMEC.C.F. No. D2130v �� �E,Zg P.R.T.C.T. 0 5.0' WALL \� NOo•MAINTENANCE EASEMENT C.C.F. No. D213093211 D T /r P.R.T.C.T. ���� BLOCK A �Q����\ TERRACE LANDING \°�C.C.F. No. D213093211 �� �\�` NOTES: P.R.T.C.T. -J\- 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA' UNLESS OTHERWISE NOTED. / �• 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT OF` T LOT 7,�BLOCK A A, G\S�f�FO 9 TERRACE LANDING E AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS C TIS Siv11T AS RECORDED IN �P 5494 ;= C.C.F. No. D213093211 PLAT RECORDS OF TARRANT COUNTY, TEXAS EsS PROJECT: OLD DECATUR ROAD @McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 L S ACQUISITION AREA: 1,498 SQUARE FEET OR 0.034 ACRES CURTIS SMITH JOB No. KHA_1218.00 I DRAWN BY: JCE I CAD FILE: 29—TEI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE JULY 7, 2014 1 EXHIBIT B PAGE 1 OF 1 1 SCALE: 1' m 50' N0. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL# 31-TE1 CITY PROJECT No. 01087 5945 COMANCHE PEAK DRIVE LOT 1, BLOCK D, TERRACE LANDING CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: D.R. HORTON-TEXAS, LTD. GRANTOR'S MAILING ADDRESS (including County): 4500 MERCANTILE PLAZEA DR., SUITE 104 FORT WORTH, TARRANT COUNTY, TEXAS 76137 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 out of Lot 1, Block D of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D213093211 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to D.R. Horton-Texas, LTD. as recorded in County Clerk's File No. D206014290 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 Exhibit "A°, and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: D.R. Horton-Texas, LTD. GRANTEE: City of Fort Worth (Person authorized to sign, title) Femando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2Q_ Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 31-TE1 CITY PROJECT No. 01087 5945 COMMANCHE PEAK DRIVE LOT 1,BLOCK D,TERRACE LANDING EXHIBIT "A" Being a temporary construction easement out of Lot 1, Block D of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D213093211 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to D.R. Horton-Texas, LTD. as recorded in County Clerk's File No. D206014290 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped"RPLS 4818" found for the most westerly comer of said Lot 1, said 1/2 inch iron rod with cap stamped "RPLS 4818" also being the intersection of the northeasterly right-of-way line of Marine Creek Parkway(a 120' right-of-way) with the southeasterly right-of-way line of Woodbine Cliff Drive(a 50.0' right-of-way); THENCE North 12 degrees 20 minutes 13 seconds East, with the northwesterly line of said Lot 1 and with the southeasterly right-of-way line of said Woodbine Cliff Drive, a distance of 7.07 feet to a point for comer, from which a 1/2 inch iron rod with cap stamped "RPLS 4818" found for the most northwesterly corner of said Lot 1 bears North 12 degrees 20 minutes 13 seconds East, a distance of 21.21 feet; THENCE South 32 degrees 39 minutes 47 seconds East, passing at a distance of 14.14 feet a point for the north corner of a 5.0' Wall Maintenance Easement as recorded in said County Clerk's File No. D213093211of said Plat Records of Tarrant County, Texas, in all, a distance of 40.00 feet to a point for comer in the southeasterly line of said Lot 1, said point also being in the northwesterly line of Lot 2 of said Block D, said point also being in the northeasterly line of said 5.0' Wall Maintenance Easement; THENCE South 57 degrees 20 minutes 13 seconds West, with the southeasterly line of said Lot 1 and with the northwesterly line of said Lot 2, a distance of 5.00 feet to a point for the south corner of said Lot 1, said point being the west corner of said Lot 2, said point also being in the northeasterly right-of-way line of said Marine Creek Parkway; THENCE North 32 degrees 39 minutes 47 seconds West,with the southwesterly line of said Lot 1 and with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 35.00 feet to the POINT OF BEGINNING and containing 188 square feet or 0.004 acres of land,more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF T Date: September 25, 2014 CURTIS SMITH r 5494 op SUR`�� Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 3 f—TE f OWNER: D.R. HORTON—TEXAS. LTD. 1 F��• C.C.F. No. D206014290 D.R.T.C.T. Qv / LINE TABLE LINE BEARING DISTANCE 1/2"CIRF �i- / L-1 S 32°39'47"E 40.00' RPLS 4818 // L-2 S 57'20'13"W 5.00' N 1720'1 3'E 21.21' L-3 N 32'39'47"W 35.00' N 1220113"E 7.07' P.O.B. 1/2"CIRF 'RPLS 4818" \ �i7' �� G Oy�� \ �•°' 0 TEMPORARYGF Q \ CONSTRUCTION EASEMENT AREA 188 SO. FT. OR 0.004 ACRES \\ ,� •�3'�', \ c 10.0' BUILDING LINE AND \\ \,Q •�rA \ \ �y�� UTILITY EASEMENT . C.C.F. No. D213093211 �� P.R.T.C.T. D� o. .0, 60 30 0 60 T 660!!6�� \\\ \ SCALE IN FEET 1.NOTES:LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8• IRON ROD SET \ \ WITH BLUE CAP STAMPED 'GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH. TEXAS 76102 EXHIBIT SHOWING A OF 71 TEMPORARY CONSTRUCTION EASEMENT ;,. .• � OUT OF GSTEQ�,. LOT 1. BLOCK D �:. p.: TERRACE LANDING _...._...._..........-.____.._.._.._ _ AN ADDITION TO THE _ CURTIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS --- - -�- AS RECORDED IN _ 5494 C.C.F. No. D2 1 30932 1 1 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 $U ACQUISITION AREA: 188 SQUARE FEET OR 0.004 ACRES CURTIS SMITH JOB No. KHA_1218.00 IDRAWN BY: JCE CAD FILE: 31 —TEl.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 25. 2014 1 EXHIBIT B PAGE 1 OF 1 1 SCALE: V 60' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES. INC. • 7524 ,LACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-MCLEROY BLVD. TO LONGHORN RD. PARCEL#32-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11N, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of Tract 1 being a 89.033 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11781, Page 1657 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/09/1007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Marine Creek of Texas GRANTEE: City of Fort Worth Joint Venture (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2Q_ Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 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 120—. Notary Public in and for the State of Texas Temporary Construction Easement 01/09n007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 32-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of Tract 1 being an 89.033 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11781, Page 1657 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 with cap stamped "Carter & Burgess" found for comer in the northeasterly line of said 89.033 acre tract of land, said 5/8 inch iron rod with cap stamped "Carter & Burgess" being the southeast corner of a 5.726 tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 12975, Page 300 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Carter & Burgess" also being in the southwesterly right-of-way line of Marine Creek Parkway (a 120.0' right-of- way), from which a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for corner in the northeasterly line of said 89.033 acre tract of land bears North 32 degrees 36 minutes 58 seconds West, a distance of 120.00 feet, said 5/8 inch iron rod with cap stamped "Carter & Burgess" being the northeast corner of said 5.726 acre tract of land, said 5/8 inch iron rod with cap stamped "Carter & Burgess" also being in the southwesterly right-of-way line of said Marine Creek Parkway; THENCE South 32 degrees 36 minutes 58 seconds East, with the northeasterly line of said 89.033 acre tract of land and with the southwesterly right-of-way line of said Marine Creek Parkway, a distance of 151.32 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 32 degrees 36 minutes 58 seconds East, with the northeasterly line of said 89.033 acre tract of land and with the southwesterly right-of-way line of said Marine Creek Parkway, a distance of 362.00 feet to a point for comer; THENCE South 57 degrees 23 minutes 02 seconds West, a distance of 3.00 feet to a point for corner; THENCE North 32 degrees 36 minutes 58 seconds West, a distance of 362.00 feet to a point for comer; THENCE North 57 degrees 23 minutes 02 seconds East, a distance of 3.00 feet to the POINT OF BEGINNING and containing 1,086 square feet or 0.025 acres of land, more or less. Exhibit A Page 1 of 2 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 23, 2014 OF T CURTIS SMITH °p 5494 EsS�� �O ..0 Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " , NN PARCEL No. 32—TE I SUBJECT TRACT & LOCATION OF ACQUISITION CIK D G FND 5/8•CIR � BLO �NDIN 211 -CARTER do BURGESS* �j, TERCE D2C T 93 p�R C.C,F. 140' ,T. ti p,\J,b pLBR\ a49 \'moo 'moo. � A AB y � P.0.C. \0, A s FND 5/8-CIR "CARTER do BURGESS" O� . V' OA � F � i REMAINDER OF TRACT I 89.033 ACRES (BY DEED) �? MARINE CREEK OF TEXAS JOINT VENTURE P.O.B. VOLUME 11781, PAGE 1657 D.R.T.C.T. N 5723'02"E 3.00' TEMPORARY 60 30 0 60 ` CONSTRUCTION y EASEMENT AREA 1,086 SQ. FT. OR 0.025 ACRES SCALE IN FEET NOTES: y 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 6+�V►0• 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8- IRON ROD SET WITH BLUE CAP STAMPED -GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE MATC H L I N E 00. ; SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT OUT OF A PORTION OF A REMAINDER OF A G`ST 89.033 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 `- S MITH CITY OF FORT WORTH, TARRANT COUNTY. TEXAS _CU Y IS S AS RECORDED IN 5494 VOLUME 11781. PAGE 1657 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 S U R`I ACQUISITION AREA: 1.086 SQUARE FEET OR 0.025 ACRES CURTIS SMITH JOB No. KHA-1218.00 I DRAWN BY: JCE CAD FILE: 32—TEl.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 1 EXHIBIT B PAGE 1 OF 2 SCALE: 1" m 60' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 - 817-496-1424 FAX 817-496-1768 EXHIBIT "B PARCEL No. 32—TEI ""Loa -0 I-G LOD � 2 11 MATCHLINE \,o Dzi 3093: ol TOPACE ool TEMPORARY N T.C.T. O CONSTRUCTION Ir\ EASEMENT AREA 1.086 SO. FT. OR 0.025 ACRES C�) LQ 0 �-A'o 13LOC 5 or c) IALADING 1 93 :k\ ��,\ :9 SLIDE O s 0 TERRACE tp :k% t, *00 1 - A - A13iNET T.C.T (fij p- .0 -0 -% S X"57*23*02"W 3.00, ER GO AL130 NO 60 30 0 60 BSA SCALE IN FEET NOTES' 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACQUISITION LOCATION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED •GORRONDO • UNLESS OTHERWISE NOTED. SUBJECT TRACT & 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE LOCATION OF ACQUISITION SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. oar Wow City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT OUT OF A PORTION OF A REMAINDER OF A 89.033 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 cu TIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN 494 VOLUME 11781, PAGE 1657 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 s ACQUISITION AREA. 1 086 SQUARE FEET OR 0.025 ACRES CURTIS SMITH JOB No. KFL4,_1218.00 IDRAWN BY. JCE [CAD FILE: 32-TE1.dwa REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2014 1 EXHIBIT B PAGE 2 OF 2 1 SCALE: 1• - 60' IND. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-49-6--1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL#32-TE2 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11N, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259-1921 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of Tract 1 being an 89.033 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11781, Page 1657 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Marine Creek of Texas GRANTEE: City of Fort Worth Joint Venture (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 120— Notary Public in and for the State of Texas Temporary Construction Easement 01/092007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 32-TE2 CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of Tract 1 being an 89.033 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11781, Page 1657 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 point for the northeast comer of Lot 1, Block 1 of Eagle Mountain- Saginaw I.S.D. High School No. 3 Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in County Clerk's File No. D209287150 of the Plat Records of Tarrant County, Texas, said point being the intersection of the south line of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company LLC, as recorded in Volume 2200, Page 309 of said Deed Records of Tarrant County, Texas, with the southwesterly right-of-way line of Marine Creek Parkway (a 120.0' right-of-way), from which a 1/2 inch iron rod found for reference bears South 68 degrees 19 minutes 23 seconds East, a distance of 0.30 feet; THENCE North 32 degrees 39 minutes 56 seconds West, with the southwesterly right-of-way line of said Marine Creek Parkway, a distance of 88.68 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the southeast corner of said 89.033 acre tract of land and being the intersection of the north line of said 19.07 acre tract of land with the southwesterly right-of-way line of said Marine Creek Parkway; THENCE South 89 degrees 37 minutes 48 seconds West, with the south line of said 89.033 acre tract of land and with the north line of said 19.07 acre tract of land, a distance of 65.00 feet to a point for corner; THENCE North 00 degrees 22 minutes 12 seconds West, a distance of 50.00 feet to a point fo corner; Exhibit A Page 1 of 2 THENCE North 89 degrees 37 minutes 48 seconds East, a distance of 33.46 feet to a point for corner in the northeasterly line of said 89.033 acre tract of land, said point also being in the southwesterly right-of-way line of said Marine Creek Parkway, from which a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for corner in the northeasterly line of said 89.033 acre tract of land bears North 32 degrees 36 minutes 58 seconds West, a distance of 840.88 feet, said 5/8 inch iron rod with cap stamped "Carter & Burgess" being the southeast corner of a 5.726 tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 12975, Page 300 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Carter & Burgess" also being in the southwesterly right-of-way line of said Marine Creek Parkway; THENCE South 32 degrees 36 minutes 58 seconds East, with the northeasterly line of said 89.033 acre tract of land and with the southwesterly right-of-way line of said Marine Creek Parkway, a distance of 59.12 feet to the POINT OF BEGINNING and containing 2,461 square feet or 0.057 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7,2014 ,�� OF T 1�f CURTIS SMITH p�5494 �O..Zss, �' L SUR`�� Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 RIGHT—OF—WAY EXHIBIT "B " 5.726 ACRES (BY DEED) PARCEL No. 32—TE2 MARINE CREEK OF TEXAS JOINT VENTURE FND 5/8'CIR VOLUME 12975, PAGE 300 FND do BURGESS' ACOUiSmON D.R.T.C.T. LocAnoN SVRV0 ti LOCATION OF ACQUISITION R F' plg o,GN 84g , '9 p,NgE C� N � ♦� � A�Ex pgS�RP / N 89'37'48"E p TEMPORARY 33.46' CONSTRUCTION EASEMENT 2,461 SO. FT. OR — —:. . S -}y 0.057 ACRES REMAINDER OF TRACT I f: :: -: :: ar. `0, 00 89.033 ACRES (BY DEED) N g C,q c ...........:::::........................ MARINE CREEK OF TEXAS JOINT VENTURE b� �:::�:�:::�::•.:�:.;:•:;•:::-:::•::•:;•:::•:::::�:::.. � o E s VOLUME 11781, PAGE 1657 ip D.R.T.C.T. z ....... ...... .S 89'37'48 ti REMAINDER OF 19.07 ACRES (BY DEED) ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No. D209327919 VOLUME 2200, PAGE 309 D.R.T.C.T. P.O.C. FND 1/2'IR FOR REFERENCE BEARS 40 20 0 40 S 68'19'23'E 0.30' SCALE IN FEET LOT 1 S.D. NOTES' HLpCB SAGINA�ITIpN 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. N,j,A1 N 3 8DD p 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8' IRON ROD SET E M%, 01i �' g2 5 WITH BLUE CAP STAMPED 'GORRONDONA' UNLESS OTHERWISE NOTED. E KI g 5 F pNo' T2C.T• 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE C.C• P.R' SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT =° OUT OF A PORTION OF A REMAINDER OF A �^i.•'G S TE`•• , f 89.033 ACRE TRACT OF LAND RF SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CU— IS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ....._... ......................... AS RECORDED IN Q 5494 VOLUME 11781, PAGE 1657 DEED RECORDS OF TARRANT COUNTY, TEXAS SSA• PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROD. No. 01087 ACQUISITION AREA: 2 461 SQUARE FEET OR 0.057 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JCE CAD FILE: 32—TE2.dwg REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 EXHIBIT B PAGE 1 OF 1 SCALE: 1" - 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES. INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL#33-TE1 CITY PROJECT No. 01087 5901 COMANCHE PEAK DRIVE LOT 12, BLOCK D,TERRACE LANDING CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: D.R. HORTON-TEXAS, LTD. GRANTOR'S MAILING ADDRESS (including County): 6751 NORTH FREEWAY FORT WORTH, TARRANT COUNTY, TEXAS 76131-2802 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 out of Lot 12, Block D of Terrace Landing, an addition to the city of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D213093211 of the Plat Records of Tarrant County, Texas, said Lot 12 being deeded to D.R. Horton-Texas, LTD. as recorded in County Clerk's File No. D206014290 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 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 purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance Temporary Construction Easement 01/09/2007 by Grantee, all rights granted within the described Temporary Construction 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, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: D.R. Horton-Texas, LTD. GRANTEE: City of Fort Worth (Person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/092007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 33-TE1 CITY PROJECT No. 01087 5901 COMMANCHE PEAK DRIVE LOT 12,BLOCK D,TERRACE LANDING EXHIBIT "A" Being a temporary construction easement out of Lot 12, Block D of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D213093211 of the Plat Records of Tarrant County, Texas, said Lot 12 being deeded to D.R. Horton-Texas, LTD. as recorded in County Clerk's File No. D206014290 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 point for the most easterly south corner of said Lot 12, said point also being an angle point in the northwesterly right-of-way line of Goodland Terrace (a variable width right-of-way), from which a 1/2 inch iron rod found for reference bears a radial bearing of North 00 degrees 53 minutes 28 seconds West, a distance of 0.46 feet; THENCE North 77 degrees 39 minutes 47 seconds West, with the south line of said Lot 12 and with the northwesterly right-of- way line of said Goodland Terrace, a distance of 21.21 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 77 degrees 39 minutes 47 seconds West, with the south line of said Lot 12 and with the northwesterly right-of-way line of said Goodland Terrace, a distance of 7.07 feet to a point for the most westerly south corner of said Lot 12, said point also being the intersection of the northwesterly right-of-way of said Goodland Terrace with the northeasterly right-of-way line of Marine Creek Parkway(a 120.0' right-of-way); THENCE North 32 degrees 39 minutes 47 seconds West, with the southwesterly line of said Lot 12 and with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 34.97 feet to a point for the west corner of said Lot 12, said point also being the south corner of Lot 11 of said Block D, from which a 1/2 inch iron rod with cap stamped "USA INC" found for the west corner of said Lot 11, bears North 32 degrees 39 minutes 47 seconds West, a distance of 50.10 feet, said 1/2 inch iron rod with cap stamped "USA INC" being the south corner of Lot 10 of said Block D, said 1/2 inch iron rod with cap stamped "USA INC" also being in the northeasterly right- of-way line of said Marine Creek Parkway; THENCE North 57 degrees 20 minutes 13 seconds East, with the northwesterly line of said Lot 12 and with the southeasterly line of said Lot 11, a distance of 5.00 feet to a point for corner in the northeasterly line of a 5.0' Wall Maintenance Easement as recorded in said County Clerk's File No. D213093211 of said Plat Records of Tarrant County, Texas; Exhibit A Page 1 of 2 THENCE South 32 degrees 39 minutes 47 seconds East, with the northeasterly line of said 5.0' Wall Maintenance Easement, a distance of 39.97 feet to the POINT OF BEGINNING and containing 187 square feet or 0.004 acres of land, more or less Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 26, 2014 �� OF T CURTIS SMITH —._ 5494 Per FEss\' S U Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " LINE TABLE PARCEL No. 33—TE 1 LINE I BEARING DISTANCE L-1 N 7739'47"W 21.21' 10.0' BUILDING LINE AND L-2 N 7T39'47 W 7.07' \\ \ O� L-3 N 3239'47"W 13"E 3.00' UTILITY B IL EASEMENT L-4 N 5T20'13"E 5.00' \\ C.C.F. No. D213093211 �O� 1\0 \\ P.R.T.C.T. L-5 S 32 39'47'E 39.97 \\\ $LpCKDI�G \\ ° �� 2! \\ EggACE D,2 30932 \ o�i� o. 1/2"CIRF \\ MAINTENANCE EASEMENT �1 v 40-\ 'USA INC' `�C.C.F. No. D213093211 , P.R.T.C.T. '` 1Dc� \400 v .9� ° Ixtuo P.O.B. TEMPORARY CONSTRUCTION EASEMENT AREA 187 SO. FT. OR oy L_2 0.004 ACRES 10.0, UTILITY AND WALL MAINTENANCE EASEMENT 40 20 0 40 C.C.F. No. D213093211 �` P � P.R.T.C.T. V V SCALE IN FEET C? lP yp4 al 1.T NOES LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. BLOCK LADING 95 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET �CE L ID 7 419 WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. T�.R $L 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE CA13I149T p.R.T'C'T' SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202• ALL DISTANCES AND AREAS SHOWN ARE SURFACE. City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH. TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT :,E.. .. OUT OF LOT 12, BLOCK D TERRACE LANDING P AN ADDITION TO THE N CU TIS SMITE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS -- C.C.F.No C D213093211 ¢ �0 549 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 187 SQUARE FEET OR 0.004 ACRES CURTIS SMITH JOB No. KHA_1218.00 IDRAWN BY: JCE CAD FILE: 33 —TEl.dwq REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 26, 2014 1 EXHIBIT B PAGE 1 OF 1 SCALE: 1" - 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL#34-TE CITY PROJECT No. 01087 COMANCHE PEAK DRIVE LOT 1, BLOCK E, TERRACE LANDING CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: LUCAS WILLIAMS AND WIFE, JESSICA WILLIAMS GRANTOR'S MAILING ADDRESS (including County): 5825 COMANCHE PEAK DRIVE FORT WORTH, TARRANT COUNTY, TEXAS 76179 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 out of Lot 1, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to Lucas Williams and wife, Jessica Williams as recorded in County Clerk's File No. D213050426 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B°. Temporary Construction Easement 01/09/1007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Constriction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth Lucas Williams Fernando Costa Assistant City Manager GRANTOR: APPROVED AS TO FORM AND LEGALITY Jessica Williams Assistant City Attorney ACYNOWLEDGEMENT 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 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 Temporary Construction Easement 01/09/2007 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 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 .920—, Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 34-TE CITY PROJECT No. 01087 COMMANCHE PEAK DRIVE LOT 1, BLOCK E,TERRACE LANDING EXHIBIT "A" Being a temporary construction easement out of Lot 1, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to Lucas Williams and wife, Jessica Williams as recorded in County Clerk's File No. D213050426 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the most westerly corner of said Lot 1, said point also being the intersection of the southeasterly right-of-way line of Goodland Terrace (a variable width right-of- way) with the northeasterly right-of-way line of Marine Creek Parkway (a 120' right-of-way), from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears a radial bearing of North 04 degrees 3 8 minutes 58 seconds West, a distance of 0.44 feet; THENCE North 12 degrees 20 minutes 13 seconds East, with the northwesterly line of said Lot 1 and with the southeasterly right-of-way line of said Goodland Terrace, a distance of 28.28 feet to a point for the northwest corner of said Lot 1, said point being an angle point in the southeasterly right-of-way line of said Goodland Terrace, from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears a radial bearing of North 46 degrees 19 minutes 39 seconds East, a distance of 0.67 feet; THENCE North 57 degrees 20 minutes 13 seconds East, with the northwesterly line of said Lot 1 and with the southeasterly right-of-way line of said Goodland Terrace, a distance of 9.90 feet to a point for corner; THENCE South 12 degrees 20 minutes 13 seconds West, a distance of 36.63 feet to a point for corner; THENCE South 32 degrees 39 minutes 47 seconds East, a distance of 29.10 feet to a point for corner in the southeasterly line of said Lot 1, said point being in the northwesterly line of Lot 2, Block E, of said Terrace Landing; THENCE South 57 degrees 20 minutes 13 seconds West, with the southeasterly line of said Lot 1 and with the northwesterly line of said Lot 2, a distance of 4.00 feet to a point for the southwest corner of said Lot 1, said point being the west corner of said Lot 2, said point also being in the northeasterly right-of-way line of said Marine Creek Parkway; Exhibit A Page 1 of 2 THENCE North 32 degrees 39 minutes 47 seconds West, with the southwesterly line of said Lot 1 and with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 35.00 feet to the POINT OF BEGINNING and containing 355 square feet or 0.008 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 17,2014 OF CURTIS SMITH 5494 Qom: ess SUR`�F' Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B LINE TABLE PARCEL No. 34—TE LINE BEARING DISTANCE L-1 N 12'20'13"E 28.28' �� r! L-2 N 57'20'1 3"E 9.90' L-3 S 12'20'13"W 36.63' L-4 S 32'39'47"E 29.10' L-5 I S 57'20'13"W 1 4.00' ~O �\Gx\/ L-6 N 32'39'47"W 35.00' �\o0 DETAIL 'A' / .'� \�V'\\ 10.0' UTILITY EASEMENT NOT .. SCALE POINT FROM WHICH �O \,Q� / �' \ CABINET A, SLIDE 11935 , A 1/2-CIRF 'USA INC' �Y' •' \Q 6 \ P.R.T.C.T. i:;•; BEARS N 4619'39'E 0.67' �p �i'O� P �C� SEE P�S\L�\'113 \ 1/2-CIRF DETAIL "B"-�, \�,� `� 1'S 'USA INC" 10.0' WALL ` MAINTENANCE EASEMENT '�!� GPS S5\Go O.�G�• / \\\ \ �O CABINET A, SLIDE 11935 '� :::: s( / \ •O ;:-;'};:•:{;•;; P.O.B. POINT FROM WHICH ` SEE" A 1/2"CIRF "USA INC' :� \ DETAIL A"/ BEARS N 04'38'58°W 0.44' / \ 10.0' UTILITY EASEMENT TEMPORARY loo' A. SLIDE 11935 E `\ \ o CONSTRUCTION P.R.T.C.T. ING EASEMENT AREA \\ L-5 BL OCK E L.414D ' g35 \\ 355 SQ. FT. OR `\ `\ g,FJC LI 0.008 ACRES \\\ \\ �'�' A� s DE \` J DETAIL "B" C� \\`\ \\\CABINET A' .T•C•T• �G NOT TO SCALE \\ `\ 3.0' WALL �MAINTENANCE EASEMENT \ 1/2"CIRF gyp• \\/\ CABINET A, SLIDE 11935 ` �'L .:::": /O I� P.R.T.C.T. `\ \ "USA INC" .: \ !y \ \ NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA' UNLESS OTHERWISE NOTED. 40 20 0 40 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE SCALE IN FEET FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT (F-..0�. T LOT 1,BLOCK E '`�P�F G`5 TeRF+� TERRACE LANDING AN ADDITION TO THE µ~~CUM^ IS—SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _.... ...._._.. ._ CABINETRA,OSLIDE 11935 r .,po 549'4 PLAT RECORDS OF TARRANT COUNTY, TEXAS ... PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 S ACQUISITION AREA: 355 SQUARE FEET OR 0.008 ACRES CURTIS SMITH JOB No. KHA_1218.00 I DRAWN BY: CTA I CAD FILE: 34—TE.DWG ]REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 1 EXHIBIT B PAGE 1 OF 1 1 SCALE: 1' 40' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL #35-TE CITY PROJECT No. 01087 COMANCHE PEAK DRIVE LOT 6, BLOCK E, TERRACE LANDING CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: TIMOTHY NATHAN CHATTERLEY AND KIRBY ROSE CHATTERLEY GRANTOR'S MAILING ADDRESS (including County): 5805 COMANCHE PEAK DRIVE FORT WORTH, TARRANT COUNTY, TEXAS 76179 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 out of Lot 6, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said Lot 6 being deeded to Timothy Nathan Chatterley and Kirby Rose Chatterley as recorded in County Clerk's File No. D209314689 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "By'. 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". Temporary Constrootion Easement 01/09/x007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth Timothy Nathan Chatterley Fernando Costa Assistant City Manager GRANTOR: APPROVED AS TO FORM AND LEGALITY Kirby Rose Chatterley Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 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 20_ Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 35-TE CITY PROJECT No. 01087 COMMANCHE PEAK DRIVE LOT 6,BLOCK E,TERRACE LANDING EXHIBIT "A" Being a temporary construction easement out of Lot 6, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said Lot 6 being deeded to Timothy Nathan Chatterley and Kirby Rose Chatterley as recorded in County Clerk's File No. D209314689 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the south corner of said Lot 6, said point being the west comer of Lot 7, Block E, of said Terrace Landing, said point also being in the northeasterly right-of-way line of Marine Creek Parkway(a 120' right-of-way), from which a point for the southwest corner of Lot 8, Block E, of said Terrace Landing bears South 32 degrees 39 minutes 47 seconds East, a distance of 125.22 feet, and from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears South 32 degrees 39 minutes 47 seconds East, a distance of 125.22 feet and North 74 degrees 39 minutes 57 seconds West,a distance of 0.63 feet; THENCE North 32 degrees 39 minutes 47 seconds West, with the southwesterly line of said Lot 6 and with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 50.00 feet to a point for the west corner of said Lot 6, said point being the south corner of Lot 5, Block E, of said Terrace Landing, from which a point for the most westerly corner of Lot 1, Block E, of Terrace Landing and the intersection of the northeasterly right-of-way line of said Marine Creek Parkway with the southeasterly right-of-way line of Goodland Terrace (a variable width right-of-way) bears North 32 degrees 39 minutes 47 seconds West, a distance of 235.00 feet, and from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 32 degrees 39 minutes 47 seconds West, a distance of 235.00 feet and North 04 degrees 38 minutes 58 seconds West, a distance of 0.44 feet; THENCE North 57 degrees 20 minutes 13 seconds East, with the northwesterly line of said Lot 6 and with the southeasterly line of said Lot 5, a distance of 4.00 feet to a point for comer; THENCE South 32 degrees 39 minutes 47 seconds East, a distance of 50.00 feet to a point for corner in the southeasterly line of said Lot 6, said point being in the northwesterly line of said Lot 7; Exhibit A Page 1 of 2 THENCE South 57 degrees 20 minutes 13 seconds West, with the southeasterly line of said Lot 6 and with the northwesterly line of said Lot 7, a distance of 4.00 feet to the POINT OF BEGINNING and containing 200 square feet or 0.005 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF T Date: July 17, 2014 Al Q FG S rFR � CURTIS SMITH 5494 9 0FES.S.\-�O SUR�� Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B 99 LINE TABLE M ATC H L I N E PARCEL No. 35—TE LINE BEARING DISTANCE L-1 N 32'39'47"W 50.00' / \\ L-2 N 5T20'1 3"E 4.00' L-3 S 32'39`47"E 50.00 `\ \ o� L-4 S 57'20'13"W 4.00' ti \ k4. \ / \ `l 10.0' UTILITY EASEMENT / \\ � ` CABINET A. SLIDE 11935 ` P.R.T.C.T. v "� ` ,� ro P-����,, moo. y� 100, b,16 TEMPORARY CONSTRUCTION / EASEMENT AREA \ `\ / 200 $Q. FT. OR ` \ 10.0' UTILITY EASEMENT CABINET A, SLIDE 11935 0.005 ACRES ' �O� `� P.R.T.C.T. P.O.B. `\\ L-4 BLOC pi ; 935,,\\ TIE SLIpE �� CABINET p.R•T•C•T I LOT 9 kp i DETAIL "A" moo- '� �� �����\`\\ ` LOT 8 NOT TO SCALE 1/2'CIRF Lt \\\ \\\ 3.0' WALL ? 'USA INC• MAINTENANCE EASEMENT \\ `ly `\CABINET A, SLIDE 11935 40 20 0 40 � P.R.T.c.T. SEE POINT FROM WHICH `, `, DETAIL "A" SCALE IN FEET A 1/2°CIRF 'USA INC• \ -.,— ............... BEARS N 74'39'5719 0.63'-,. —' REMAINDER OF NOTES: PARCEL No. 3 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 142.461 ACRES (BY DEED) 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8• IRON ROD SET MARINE CREEK OF TEXAS JOINT VENTURE WITH BLUE CAP STAMPED 'GORRONDOW UNLESS OTHERWISE NOTED. VOLUME 11431, PAGE 293 D.R.T.C.T. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT ...Q....• OUT OF SEE' P LOT 6, BLOCK E '� ' RF '•.v TERRACE LANDING ' AN ADDITION TO THE C_.._TI S S M IT- CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ___ _ _ AS RECORDED IN —� �� 5494 Q: CABINET A, SLIDE 11935 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD I CITY PROD. No. 01087 ACQUISITION AREA: 200 SQUARE FEET OR 0.005 ACRES CURTIS SMITH JOB No. KHA-1218.00 I DRAWN BY: CIA CAD FILE: 35—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE JULY 17, 2014 1 EXHIBIT B PAGE 1 OF 2 1 SCALE: 1• m 40' ]NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT 99B 99 PARCEL No. 35—TE /�O DETAIL "B" NOT TO SCALE 10.0' UTILITY EASEMENT CABINET A. SLIDE 11935 P.R.T.C.T. /2-CIRF ,4v! N 'USA INC" 0, POINT FROM WHICH 10.0' WALL A 1/2*CIRF "USA INC MAINTENANCE EASEMENT BEARS N 04!38'58-W 0.44 �171 CABINET A. SLIDE P.R.T.C.T. SEE DETAIL "B*,-' 10.0' UTILITY EASEMENT \0, CABINET A, SLIDE 11935 Ix. P.R.T.C.T. 3.0' WALL MAINTENANCE EASEMENT CABINET A, SLIDE 11935 B \ P.R.T.C.T. j3L ]�AIOJNG \01 I 935\ cp S1,11% C C.T. 13,NgT T 40 20 0 40 SCALE IN FEET MATCHLINE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8- IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. I FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A 0 F TEMPORARY CONSTRUCTION EASEMENT ............. OUT OF S T LOT 6, BLOCK E TERRACE LANDING AN ADDITION TO THE Cuwls SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN 5494 CABINET A, SLIDE 11935 PLAT RECORDS OF TARRANT COUNTY, TEXAS ......... PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 200 SQUARE FEET OR 0.005 ACRES CURTIS SMITH JOB No. KHA1218.00 I DRAWN BY: CTA CAD FILE: 35—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 1 EXHIBIT B PAGE 2 OF 2 SCALE: 1" — 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA& ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL#36-TE CITY PROJECT No. 01087 COMANCHE PEAK DRIVE LOT 7, BLOCK E, TERRACE LANDING CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: SHAUN O'SULLIVAN GRANTOR'S MAILING ADDRESS (including County): 5801 COMANCHE PEAK DRIVE FORT WORTH, TARRANT COUNTY, TEXAS 76179 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 out of Lot 7, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said Lot 7 being deeded to Shaun O'Sullivan as recorded in County Clerk's File No. D209282006 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit °B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the frights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth Shaun O'Sullivan Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.36-TE CITY PROJECT No. 01087 COMMANCHE PEAK DRIVE LOT 7,BLOCK E,TERRACE LANDING EXHIBIT "A" Being a temporary construction easement out of Lot 7, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said Lot 7 being deeded to Shaun O'Sullivan as recorded in County Clerk's File No. D209282006 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the south corner of said Lot 7, said point being the west comer of Lot 8, Block E, of said Terrace Landing, said point also being in the northeasterly right-of-way line of Marine Creek Parkway (a 120' right-of-way), from which a point for the southwest corner of said Lot 8 bears South 32 degrees 39 minutes 47 seconds East, a distance of 60.53 feet, and from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears South 32 degrees 39 minutes 47 seconds East, a distance of 60.53 feet and North 74 degrees 39 minutes 57 seconds West, a distance of 0.63 feet; THENCE North 32 degrees 39 minutes 47 seconds West,with the southwesterly line of said Lot 7 and with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 64.69 feet to a point for the west comer of said Lot 7, said point being the south corner of Lot 6, Block E, of said Terrace Landing, from which a point for the most westerly corner of Lot 1, Block E, of said Terrace Landing and the intersection of the northeasterly right-of-way line of said Marine Creek Parkway with the southeasterly right-of-way line of Goodland Terrace (a variable width right-of-way) bears North 32 degrees 39 minutes 47 seconds West, a distance of 285.00 feet, and from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 32 degrees 39 minutes 47 seconds West, a distance of 285.00 feet and North 04 degrees 38 minutes 58 seconds West, a distance of 0.44 feet; THENCE North 57 degrees 20 minutes 13 seconds East, with the northwesterly line of said Lot 7 and with the southeasterly line of said Lot 6, a distance of 4.00 feet to a point for corner; THENCE South 32 degrees 39 minutes 47 seconds East, a distance of 64.29 feet to a point for corner in the southeasterly line of said Lot 7, said point being in the northwesterly line of said Lot 8; Exhibit A Page 1 of 2 THENCE South 51 degrees 39 minutes 50 seconds West, with the southeasterly line of said Lot 7 and with the northwesterly line of said Lot 8, a distance of 4.02 feet to the POINT OF BEGINNING and containing 258 square feet or 0.006 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF T Date: July 17, 2014 CURTIS SMITH _ 5494 P 0 9 �FESS�a�:� tip'• •� Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B �s LINE TABLE MATCH LI N E PARCEL No. 36—TE LINE BEARING DISTANCE L-1 N 32'39'47"W 64.69' Dc \\ L-2 N 57'20'13"E 4.00' L-3 S 32'39'47"E 64.29' Q''k h �� \ Ojj L-4 S 51'39'50"W 4.02' \ \ V 100, ` �J \ 10.0' UTILITY EASEMENT CABINET A. SLIDE 11933 \ \ P.R.T.C.T. \ (�•i 0. y 2j �C i �O I L-2 0 �` \\\\ \ \ ����OQ `\ 10.0' UTILITY EASEMENT ��,g�� \ CABINET A, SLIDE 11935 9 P,R.T.C.T. ` G Cl. OCC E ING LAN 5 3 � � � � I LOT 9 CONSTRUCTION ! �\\\\ 000- TE�tR'�AE SLIDE I DETAIL "A" EASEMENT AREA ` �Ii� R•T• NOT TO SCALE ET C.T. 258 SO. FT. OR ' \\ CA P• 0.006 ACRES •••�•f.,....•.•• \ \ ` L-4 LOT 8 :s \1/2"CIRF'., P•0•B. 'USA INC' `•, 3.0' WALL N`� ` MAINTENANCE EASEMENT \\ *, P R.T. \ CABINETLIDE 11935 3) 40 20 0 40 �o \\ \\ SEE POINT FROM WHICH`sue• \\ \\ DETAIL "A" SCALE IN FEET A 1/2"CIRF "usA wc" !� [ ............ BEARS N 74'39'57"W 0.63'•. REMAINDER OF NOTES: PARCEL No. 3 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 142.461 ACRES (BY DEED) 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET MARINE CREEK TEXAS JOINT VENTURE 11 WITH BLUE CAP STAMPED "GORRONDONA' UNLESS OTHERWISE NOTED. VOLUME 11431, PAGE 293 D.R.T.C.T. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE — — — SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT „ ::�•. 1 OUT OF Q : S TE •- LOT 7, BLOCK E RFp:.�un TERRACE LANDING I..--------- _. AN ADDITION TO THE C TIS SMITH~ CITY OF FORT WORTH, TARRANT COUNTY. TEXAS _.__. AS RECORDED IN t'Y;° 5494 CABINET A, SLIDE 11935 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 S ACQUISITION AREA: 258 SQUARE FEET OR 0.006 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: CTA CAD FILE: 36—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 EXHIBIT B PAGE i OF 2 SCALE: 1” a 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT 99B 99 PARCEL No. 36—TE DETAIL "B" NOT TO SCALE 10.0' UTILITY EASEMENT ................... CABINET A. SLIDE 11935 0q *P P.R.T.C.T. 1/2"CIRF N 'USA INC" C) V POINT FROM WHICH 10.0' WALL A 1/2-CIRF 'USA INC- k-- Vd BEARS N 0,V38*58W 0.44' 1 MAINTENANCE EASEMENT fl CABINET A. SLIDE 1("bo. P.R.T.C.T. ............ SEE DETAIL "B".., ool 10.0' UTILITY EASEMENT ool CABINET A. SLIDE 11935 0, 6z P.R.T.C.T. ool f- �f- .0 O. 3.0' WALL MAINTENANCE EASEMENT CABINET A. SLIDE 11935 \ P.R.T.C.T. 13COC G DITq 'Sly\01 LAN 1935 IE pgA SLIDE TF \\CA,311 4gT P. T C.T 40 20 0 40 SCALE IN FEET MATCH LINE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8' IRON ROD SET WITH BLUE CAP STAMPED 'GORRONDONA' UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. oc WORT City of Fort Worth 1000 THRDCKMORTON STREET FORT WORTH. TEXAS 76102 EXHIBIT SHOWING A O TEMPORARY CONSTRUCTION EASEMENT F, OUT OF LOT 7, BLOCK E TERRACE LANDING .1.:__....._ AN ADDITION TO THE cu CITY OF FOR T WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN 5494 CABINET A, SLIDE 11935 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 258 SQUARE FEET OR 0.006 ACRES-----T— CURTIS SMITH JOB No. KHA1218.00 DRAWN BY: CIA CAD FILE: 36—TE.DWG—REGISTERED PROFESSIONAL LAND SURVEYOR DATE. JULY 17, 2014 EXHIBIT B PAGE 2 OF 2 1 SCALE: 1" - 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES,_ INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL# 37-TE CITY PROJECT No. 01087 COMANCHE PEAK DRIVE LOT 8, BLOCK E, TERRACE LANDING CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE. GRANTOR: SUSANA MACIAS GRANTOR'S MAILING ADDRESS (including County): 5737 COMANCHE PEAK DRIVE FORT WORTH, TARRANT COUNTY, TEXAS 76179 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 out of Lot 8, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said Lot 8 being deeded to Susana Macias as recorded in County Clerk's File No. D211133803 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 Exhibit °A°, and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01104f1007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Constriction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth Susana Macias Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09(1007 ACItNOWLEUGEMENT 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 201. Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.37-TE CITY PROJECT No. 01087 COMMANCHE PEAK DRIVE LOT 8,BLOCK E,TERRACE LANDING EXHIBIT "A" Being a temporary construction easement out of Lot 8, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said Lot 8 being deeded to Susana Macias as recorded in County Clerk's File No. D211133803 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the southwest corner of said Lot 8, said point being in the westerly line of a 142.461 acre tract of land (by deed), further described as Parcel No. 3 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of said Deed Records of Tarrant County, Texas, said point also being in the northeasterly right-of-way line of Marine Creek Parkway (a 120' right-of-way), from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 74 degrees 39 minutes 57 seconds West, a distance of 0.63 feet; THENCE North 32 degrees 39 minutes 47 seconds West, with the southwesterly line of said Lot 8 and with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 60.53 feet to a point for the most westerly corner of said Lot 8, said point being the south corner of Lot 7, Block E, of said Terrace Landing, from which a point for the most westerly corner of Lot 1, Block E, of Terrace Landing and the intersection of the northeasterly right-of-way line of said Marine Creek Parkway with the southeasterly right-of-way line of Goodland Terrace (a variable width right-of- way) bears North 32 degrees 39 minutes 47 seconds West, a distance of 349.69 feet, and from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 32 degrees 39 minutes 47 seconds West, a distance of 349.69 feet and North 04 degrees 38 minutes 58 seconds West, a distance of 0.44 feet; THENCE North 51 degrees 39 minutes 50 seconds East, with the northwesterly line of said Lot 8 and with the southeasterly line of said Lot 7, a distance of 4.02 feet to a point for comer; THENCE South 32 degrees 39 minutes 47 seconds East, a distance of 63.45 feet to a point for corner in the south line of said Lot 8; Exhibit A Page 1 of 2 THENCE South 89 degrees 34 minutes 37 seconds West, with the south line of said Lot 8, a distance of 4.73 feet to the POINT OF BEGINNING and containing 248 square feet or 0.006 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA" unless otherwise:noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF Date: July 17, 2014 �Q ��STe;�.. CURTIS SMITH 5494 P Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " M AT C H L I N E PARCEL No. 37—TE COMANCHE PEAK DRIVE BLpC LANDIN 935 (120' RIGHT—OF—WAY) \ \ �� ��� \\ 10.0' UTILITY EASEMENT R • Lt CABINET A, SLIDE 11935 P.R.T.C.T. T NET �!, T•C•T. ------------ o XSLISANA MACIAS LOT 10 L-2 / C.C.F. No. D21 1 1 33803 I I / D.R.T.C.T. DETAIL "A" NOT TO SCALE , 10.0' UTILITY EASEMENT ..:-:?:::•::•::,:: \ CABINET A. SLIDE 11935 :::. : :::::::: •.- 01 � :\ \ P.R.T.C.T. LOT 9 LOT 8 •.� �•...•:::,/2-GIBE; �� "SSA• TEMPORARY u'\ ..L-4 CONSTRUCTION its `, 3.0' WALL •. • EASEMENT AREA MAINTENANCE EASEMENT 248 SO. FT. OR :CABINET A. SLIDE 11935 \� 0.006 ACRES P.R.T.C.T. SEE ` ` — — — — — — DETAIL "A"—/� REMAINDER PARCEL No. 3 3 L-4 142.461 ACRES (BY DEED) P.O.B. MARINE CREEK OF TEXAS JOINT VENTURE POINT FROM WHICH VOLUME 11431, PAGE 293 A 1/2"CIRF -USA INC" D.R.T.C.T. BEARS N 74'39'57"W 0.63' — — — — — — REMAINDER OF 19.07 ACRES (BY DEED) 40 20 0 40 ONCOR ELECTRIC DELIVERY COMPANY, LLC VOLUME 2200, PAGE 309 D.R.T.C.T. SCALE IN FEET NOTES: LINE TABLE 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LINE BEARING DISTANCE 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET L-1 N 3239'47"W 60.53' WITH BLUE CAP STAMPED 'GORRONDONA" UNLESS OTHERWISE NOTED. L-2 N 51'39'50"E 4.02' 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS L-3 S 32'39'47"E 63.45' SHOWN ARE SURFACE. L-4 S 89'34'37"W 4.73' Fouftm City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A ` TEMPORARY CONSTRUCTION EASEMENT �i. •........... P OUT of f.1'' GtiSTeR�.� LOT 8, BLOCK E TERRACE LANDING -J' AN ADDITION TO THE ^C ^~TI S S M I T A CITY OF FORT WORTH, TARRANT COUNTY, TEXAS _.,... ._... _.. . . ... w._..._ '• AS RECORDED IN 1' P 5494 CABINET A. SLIDE 11935 PLAT RECORDS OF TARRANT COUNTY, TEXAS S PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROD. No. 01087 S ACQUISITION AREA: 248 SQUARE FEET OR 0.006 ACRES CURTIS SMITH JOB No. KHA_1218.O0 DRAWN BY: CTA CAD FILE: 37—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 1 EXHIBIT B PAGE 1 OF 2 1 SCALE: 1" a 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 37—TE 10.0' UTILITY EASEMENT CABINET A, SLIDE 11935 P.R.T.C.T. \ POINT FROM WHICH f 10.0' WALL o \ A 1/2"CIRF "USA INC" -MAINTENANCE EASEMENT \\ BEARS N 04'38'58'1W 0.44:.. f CABINET A, SLIDE 11935 \ A P.R.T.C.T. 7, \ DETAIL "B" ` SEE NOT TO SCALE DETAIL "B j 10.0' UTILITY EASEMENT � / \\\\ �� CABINET A, SLIDE 11935 '� \ \ 1/2"CIRF \ \ P.R.T.C.T. \ 0 "USA INC('0'. �, \ \ �r `\ `\ 3.0' WALL y IO \ MAINTENANCE EASEMENT CABINET A, SLIDE 11935 E \\\\ /� \ \ P.R.T.C.T. BLACANDI 935\. ` rJ . \ -� ERRACE SLIpE 1 \CABINET P t r.C•T• ` \ O� 10.0' UTILITY EASEMENT \ \� \ CABINET A, SLIDE 11935 \ P.R.T.C.T. \ \ \ \ J � .01 � 40 20 0 40 Q� SCALE IN FEET MATCHLINE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8* IRON ROD SET WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. FORT WORTH City o f Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT .............. OUT OF LOT B. BLOCK E p TERRACE LANDING _ :..._.__...._....w........ a..„ AN ADDITION TO THE CU TES SMIT CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ._.._.,._. _ .� ._.... ....M. CABINET A. SLIDE 11935 r poF5494 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 248 SQUARE FEET OR 0.006 ACRES CURTIS SMITH JOB No. KHA 1218.00 DRAWN BY: CTA CAD FILE: 37-TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 EXHIBIT 8 PAGE 2 OF 2 1 SCALE: 1" 40' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL#38-TE CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11R02A, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: MARINE CREEK OF TEXAS JOINT VENTURE GRANTOR'S MAILING ADDRESS (including County): 20014 PARK RANCH SAN ANTONIO, BEXAR COUNTY, TEXAS 78259 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 142.461 acre tract of land (by deed), further described as Parcel No. 3 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of said 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01[/09/2007 GRANTOR: Marine Creek of Texas GRANTEE: City of Fort Worth Joint Venture (Person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/0912007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.38-TE CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 142.461 acre tract of land (by deed), further described as Parcel No. 3 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the southwest corner of Lot 8, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said point being in the southwesterly line of said Parcel No. 3, said point also being in the northeasterly right-of-way line of Marine Creek Parkway (a 120' right-of-way), from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 74 degrees 39 minutes 57 seconds West, a distance of 0.63 feet, and from which a point for the most westerly comer of Lot 1, Block E, of said Terrace Landing and for the intersection of the northeasterly right-of-way line of said Marine Creek Parkway with the southeasterly right-of-way line of Goodland Terrace (a variable width right-of-way) bears North 32 degrees 39 minutes 47 seconds West, a distance of 410.22 feet, and from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 32 degrees 39 minutes 47 seconds West, a distance of 410.22 feet and North 04 degrees 38 minutes 58 seconds West, a distance of 0.44 feet; THENCE North 89 degrees 34 minutes 37 seconds East, with the south line of said Lot 8, passing at a distance of 79.74 feet, a point for the southeast comer of said Lot 8, said point being the southwest corner of Lot 9, Block E, of said Terrace Landing, in all, a distance of 93.92 feet to a point for corner; THENCE South 00 degrees 25 minutes 23 seconds East, a distance of 30.00 feet to a point for corner in a south line of said Parcel No. 3, said point being in the north line of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of said Deed Records of Tarrant County,Texas; THENCE South 89 degrees 34 minutes 37 seconds West, with a south line of said Parcel No. 3 and with the north line of said 19.07 acre tract of land, a distance of 75.00 feet to a point for the most westerly southwest corner of said Parcel No. 3, said point being the intersection of the north line of said 19.07 acre tract of land with the northeasterly right-of--way line of said Marine Creek Parkway; Exhibit A Page 1 of 2 THENCE North 32 degrees 39 minutes 47 seconds West, with the southwesterly line of said Parcel No. 3 and with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 35.47 feet to the POINT OF BEGINNING and containing 2,534 square feet or 0.058 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped "GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF T Date: July 17, 2014 �P ��SZeR F� CURTIS SMITH 5494 SUR`� Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B LINE TABLE MATCH LI N E PARCEL No. 38—TE LINE BEARING DISTANCE L-1 I S 00'25'23"E 1 30.00' L-2 IN 32'39'47"W 1 35.47' Vo� COMANCHE PEAK DRIVE N,` SvR �a�9 \ (120' RIGHT-OF-WAY) AL8 Rp,C� N°� ----------------- . gS 10.0' UTILITY EASEMENT 100' UTILITY EASEMENT CABINET A SLIDE 11935 P.R.T.C.T. Bj,B�TIDI;1936 P R.T.CDE 11935 Tg BMA• SLIDE I LOT 10 ' / CABIN F.R. DETAIL "A" �� p�k\\` \\ LOT 8 NOT TO SCALE 3.0' WALL LOT 9 ...... P \ MAINTENANCE EASEMENT ••' � ` •••• S� ',P`��, CABINET A. SLIDE 11935 �\ �\ P.R.T.C.T. p'p 1/2"CIRF \o USA P.O.B. 93.92`; POINT FROM WHICH i •O 79.74' r /a A 1/2"CIRF 'USA INC- �� BEARS N 74'39'57W 0.63' � 1 N 89'34'37"E 93.92' .....,-,.................. :;;:-:ie.74`:::::::;::::::::::;::.:::.:;: :: REMAINDER OF PARCEL No. 3 SEE ;:;;::;fir 142.461 ACRES BY DEED) J MARINE CREEK OF DETAIL A `i0 ': . :... :::: :.:-: . ....... ...... :::�.J TEXAS JOINT VENTURE TEMPORARY ::� VOLUME D�R.T.C:PAGE 293 CONSTRUCTION .. ... ......... .:... ::::::::.::.: ::::: — ......................_... .......... EASEMENT AREA S 89'34'37"W 75.00' 2.534 SO. FT. OR 0.058 ACRES REMAINDER OF 40 20 0 40 \ 19.07 ACRES (BY DEED) \ ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No. D209327919 VOLUME 2200, PAGE 309 SCALE IN FEET D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET LOCATION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION a rwa r City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT ....... OUT OF A TRACT REMAINDER OF 1�fRFO SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 "" """'-'_""'"_""' CITY OF FORT WORTH. TARRANT COUNTY, TEXAS " C "TIS "SM H AS RECORDED IN 4" VOLUME 11431, PAGE 293 Ffs �0 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 2 534 SQUARE FEET OR 0.058 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: CTA CAD FILE: 38-TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 EXHIBIT B PAGE 1 OF 2 1 SCALE: 1" - 40' NO. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " QQQ�Q.G PARCEL No. 38—TE 10.0' UTILITY EASEMENT CABINET A, SLIDE 11935 P.R.TC.T. I i L/ / 7 / \` POINT FROM WHICH I 10.0' WALL O A 1/2"C1RF 'USA INC" �-MAINTENANCE EASEMENT `� BEARS N 04'38'58'W 0.44'.• j CABINET A, SLIDE 1193 5 P.R.T.C.T. DETAIL "B" - SEE / NOT TO SCALE `� DETAIL "B j / 110.0' UTILITY EASEMENT / . C CABINET A. SLIDE 11935 1/2"CIRF P.R.SLID 0. "USA INC" 3.0' WALL y �O �\ MAINTENANCE EASEMENT CABINET A, SLIDE 11935 Fi oa ::: �\ P.R.T.C.T. BLOCK NDINr' 35`` a... 1�Y !iw ..•••• -9 RACE LA E � � � TE SID / ET All C• / `\CABIN P.R•T. T' / / Q� / / �\ 10.0' UTILITY EASEMENT .,gyp CABINET A, SLIDE 11$3a ` P.R.T.C.T. 40 20 0 40 SCALE IN FEET MATC H L I N E NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET LOCATION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. _ SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A OF TEMPORARY CONSTRUCTION EASEMENT �E T OUT OF A PORTION OF A REMAINDER OF A �� 4 G S Tt 142.461 ACRE TRACT OF LAND SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 ---�••••_.._.____ ____ CITY OF FORT WORTH, TARRANT COUNTY, TEXAS C TIS SMIT AS RECORDED IN ;�Q 54 4 VOLUME 11431. PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS ••......s PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 2,534 SQUARE FEET OR 0.058 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: CTA I CAD FILE: 38-TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 EXHIBIT B PAGE 2 OF 2 1 SCALE: 1" - 41 N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL#39-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11 B03, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: ONCOR ELECTRIC DELIVERY COMPANY, LLC GRANTOR'S MAILING ADDRESS (including County): PO BOX 219071 DALLAS, DALLAS COUNTY, TEXAS 75221-9071 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company LLC, as recorded in County Clerk's File No. D209327919 of the Deed Records of Tarrant County, Texas, being further described in Volume 2200, Page 309 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B,y. 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". Temporary Construction Easement 01/09/1007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON MF,FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Oncor Electric Delivery GRANTEE: City of Fort Worth Company LLC (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2Q_ Notary Public in and for the State of Texas Temporary Construction Easement 01/09!1007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.39-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company LLC, as recorded in County Clerk's File No. D209327919 of the Deed Records of Tarrant County, Texas, being further described in Volume 2200, Page 309 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the intersection of the south line of said 19.07 acre tract of land with the southwesterly right-of-way line of Marine Creek Parkway (a 120.0' right-of-way), said point being the northeast corner of Lot 1, Block 1 of Eagle Mountain-Saginaw I.S.D. High School No. 3 Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in County Clerk's File No. D209287150 of the Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for reference bears South 68 degrees 19 minutes 23 seconds East, a distance of 0.30 feet; THENCE South 89 degrees 37 minutes 32 seconds West, with the south line of said 19.07 acre tract of land and with the north line of said Lot 1, a distance of 5.91 feet to a point for corner; THENCE North 32 degrees 39 minutes 56 seconds West, a distance of 82.83 feet to a point for corner; THENCE South 57 degrees 20 minutes 04 seconds West, a distance of 5.00 feet to a point for corner; THENCE North 32 degrees 37 minutes 51 seconds West, a distance of 9.00 feet to a point for corner in the north line of said 19.07 acre tract of land, said point also being in the south line of an 89.033 acre tract of land(by deed)further described as Tract 1 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11781, Page 1657 of said Deed Records of Tarrant County,Texas; Exhibit A Page 1 of 2 THENCE North 89 degrees 37 minutes 48 seconds East, with the north line of said 19.07 acre tract of land and with the south line of said 89.033 acre tract of land, a distance of 11.82 feet to a point for the intersection of the north line of said 19.07 acre tract of land with the southwesterly right-of-way line of said Marine Creek Parkway, said point also being the southeast corner of said 89.033 acre tract of land, from which a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for comer in the northeasterly line of said 89.033 acre tract of land bears North 32 degrees 36 minutes 58 seconds West, a distance of 900.00 feet, said 5/8 inch iron rod with cap stamped "Carter & Burgess" being the southeast corner of a 5.726 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 12975, Page 300 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Carter & Burgess" also being in the southwesterly right-of-way line of said Marine Creek Parkway; THENCE South 32 degrees 39 minutes 56 seconds East, with the southwesterly right-of-way line of said Marine Creek Parkway, a distance of 88.68 feet to the POINT OF BEGINNING and containing 480 square feet or 0.011 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. 0 F T Date: July 7, 2014 A,¢;poi s'rfRFFf� CURTIS SMITH 5494 9fyo.Fessk°< S Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT 9t B 9t LINE TABLE PARCEL No. 39—TEI LINE BEARING DISTANCE L-1 S 89'37'32"W 5.91' FND 5/8"CIR L-2 S 57'20'04"W 5.00' RIGHT-OF-WAY "CARTER do BURGESS" L-3 N 32'37'51"W 9.00' 5.726 ACRES (BY DEED) L-4 N 89'37'48"E 11.82' MARINE CREEK OF TEXAS JOINT VENTURE VOLUME 12975, PAGE 300 ACQUISITION D.R.T.C.T. / !/� Loa rON SURVE� \ ���• �0. SUBJECT TRACT & LOCATION OF ACQUISITION / / F, P��XPN�gS RA�� NO• �, 0, 4 l J REMAINDER OF TRACT I 89.033 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE TEMPORARY VOLUME 11781, PAGE 1657 D.R.T.C.T. CONSTRUCTION L-4 EASEMENT AREA 480 SO. FT. OR L-3 0.011 ACRES REMAINDER OF L-2 �' 19.07 ACRES BY DEED) ` ONCOR ELECTRIC DELIVERY COMPANY, LLC Z '°• P.O• 2B C.C.F. No. D209327919 FOR REFERENCE BEARS VOLUME 2200, PAGE 309 � ��:::. S 68'19'23"E 0.30' KV TOWER D.R.T.C.T. • � ` Qp �--- �� 410'+/- 40 20 0 40 L-1 SCALE IN FEET LOT 1 NOTES: 1. A LEGAL 2. ROW MARKERS DESCRIPTION ALONG PROPOSED RIGHT—OF—WAY LINE I RE AT R 5/8" IRON ROD SET HLDCK 3AGINAAITjpN \ WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. �(o1INTA1 No. 3 A7D50 3. SYSTEM,BEARINGS NAD-83,DT THE COORDINATES CENTRAL ZONE EN TO THE DISTANCES TEXAS AND AREAS E HIGH 5 F 0No• D2�T 8 SHOWN RE SURFACE. C.C• p,R.T• oRT WORT City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT . .�F � OUT OF A PORTION OF A :.�G;ST ER•.; REMAINDER OF 19.07 ACRE TRACT OF LAND •v SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 """ "" CITY OF FORT WORTH, TARRANT COUNTY, TEXAS C TIS SMIT AS RECORDED IN t' p 5494 :'Q: VOLUME 2200, PAGE 309 DEED RECORDS OF TARRANT COUNTY, TEXAS .•SS... : PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 480 SQUARE FEET OR 0.011 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: JCE CAD FILE: 39—TE1.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 1 EXHIBIT 8 PAGE i OF 1 I SCALE: 1" 40' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 ij OLD DECATUR ROAD-MCLEROY BLVD. TO LONGHORN RD. PARCEL #40-TE CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11B01, ALEXANDER F. ALBR:IGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: ONCOR ELECTRIC DELIVERY COMPANY, LLC GRANTOR'S MAILING ADDRESS (including County): STATE & LOCAL TAX DEPARTMENT PO BOX 219071 DALLAS, DALLAS COUNTY, TEXAS 75221 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in Volume 2200, Page 309 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/09/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Oncor Electric Delivery GRANTEE: City of Fort Worth Company, LLC (Person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/09/2007 THENCE North 31 degrees 46 minutes 28 seconds West, with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 37.18 feet to the POINT OF BEGINNING and containing 622 square feet or 0.014 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 17,2014 �i CURTIS SMITH 5494 Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.38-TE CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 142.461 acre tract of land (by deed), further described as Parcel No. 3 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the southwest comer of Lot 8, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas, said point being in the southwesterly line of said Parcel No. 3, said point also being in the northeasterly right-of-way line of Marine Creek Parkway (a 120' right-of-way), from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 74 degrees 39 minutes 57 seconds West, a distance of 0.63 feet, and from which a point for the most westerly corner of Lot 1, Block E, of said Terrace Landing and for the intersection of the northeasterly right-of-way line of said Marine Creek Parkway with the southeasterly right-of-way line of Goodland Terrace (a variable width right-of-way) bears North 32 degrees 39 minutes 47 seconds West, a distance of 410.22 feet, and from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 32 degrees 39 minutes 47 seconds West, a distance of 410.22 feet and North 04 degrees 38 minutes 58 seconds West, a distance of 0.44 feet; THENCE North 89 degrees 34 minutes 37 seconds East, with the south line of said Lot 8, passing at a distance of 79.74 feet, a point for the southeast corner of said Lot 8, said point being the southwest comer of Lot 9, Block E, of said Terrace Landing, in all, a distance of 93.92 feet to a point for corner; THENCE South 00 degrees 25 minutes 23 seconds East, a distance of 30.00 feet to a point for comer in a south line of said Parcel No. 3, said point being in the north line of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 34 minutes 37 seconds West, with a south line of said Parcel No. 3 and with the north line of said 19.07 acre tract of land, a distance of 75.00 feet to a point for the most westerly southwest corner of said Parcel No. 3, said point being the intersection of the north line of said 19.07 acre tract of land with the northeasterly right-of-way line of said Marine Creek Parkway; Exhibit A Page 1 of 2 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 Temporary Construction Easement 01/09/2007 THENCE North 32 degrees 39 minutes 47 seconds West, with the southwesterly line of said Parcel No. 3 and with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 35.47 feet to the POINT OF BEGINNING and containing 2,534 square feet or 0.058 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA" unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. OF T Date: July 17, 2014 `P '\STfR F� CURTIS SMITH 5494 Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT t t B 9t LINE TABLE MATC H L I N E PARCEL No. 38-TE LINE BEARING DISTANCE L-1 S 00'25'23"E 30.00 ` L-2 N 32'3947"W 35.47' COMANCHE PEAK DRIVE A`�yCA SVR 4g (120' RIGHT-OF-WAY) AgS�FtP �p - -------------- 10.0' UTILITY EASEMENT — --- CABINET A. SLIDE 11935 t'i �V ABI UTILITY EASEMENT \� P.R.T.C.T. QCK G CABINET A SLIDE 11935 � gL LAp0I 11935 I P.R.T.C.T. TgR�'p8 S1,110 LOT 10 CAHINS P,g.T• DETAIL "A" !�0.�� p�k`\` \\ LOT 8 NOT TO SCALE 3.0' WALL LOT 9 , Y � b �p �, MAINTENANCE EASEMENT S� ?� CABINET A. SLIDE 11935 \0 �\ �\ P.R.T.C.T. USA INC •..•. P.O.B. :,rp 93.92': POINT FROM WHICH •O 79 74' A 1/2"CIRF 'USA INC" ,.� 9 BEARS N 74'39'57 W 0.63' �` N 89'34'37"E 93.92' _ _ T....TI.................. :•.. 79.74':•::•:::::::::::':::::::.:::.::':: =:-: REMAINDER OF PARCEL No. 3 SEE :;:: ::`.�� 142.461 ACRES BY DEED) MARINE CREEK OF DETAIL A �? :.::.: :-::: �� TEXAS JOINT VENTURE ::::::� VOLUME 11431, PAGE 293 TEMPORARY :::: : :: D.R.T.C.T. CONSTRUCTION '.� .......::::....:• ... ..........:•:;':::•::� ........ .................. .................... . EASEMENT AREA S 89'34'37"W 75.00' 2,534 SO. FT. OR 0.058 ACRES REMAINDER OF \ 19.07 ACRES (BY DEED) 40 ZO 0 40 \ ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No. D209327919 VOLUME 2200, PAGE 309 SCALE IN FEET D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET LOCATION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT ® 41 s OUT OF A PORTION OF A REMAINDER OF A a :•`G 15 T f Q•.-f 142.461 ACRE TRACT OF LAND ,_�� Fa•.y� SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY. ABSTRACT No. 1849 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS C TIS SM H AS RECORDED IN "� »"...4.. »» �» VOLUME 11431, PAGE 293 FES p; O DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD ICITY PROJ. No. 01087 ACQUISITION AREA: 2,534 SQUARE FEET OR 0.058 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: CTA I CAD FILE: 38—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 EXHIBIT B PAGE i OF 2 ISCA LE: 1" 40' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " QQ P.C3\Q10 PARCEL No. 38—TE 10.0' UTILITY EASEMENT CABINET A, SLIDE 11935 I i 1 \ o POINT FROM WHICH I 10.0' WALL ` A 1/2"CIRF "USA INC" P~`MAINTENANCE EASEMENT \� BEARS N 04'38.58"W 0.44'.• / CABINET A, SLIDE 11935/ P.R.T.C.T. DETAIL "B" SEE / NOT TO SCALE , , DETAIL "B:,, moo. .. Ile \` 10.0' UTILITY EASEMENT Ile � \o\\ � CABINET A, SLIDE 11935 \ 1/2"CIRF \\ �\ P.R.T.C.T. 0 'USA INC' o0 �, \ 3.0' WALL y �O MAINTENANCE EASEMENT \�\ J ,o� \�CABINET A. SLIDE 11935 13 LO C K E D I N G 5�\ P.R.T.C.T. ...•............ -.-- -� `\ RACE LAIDE 193 ET A' S C•T• Ile ABIN r '�,v. Ile \O,n A \� \ 10.0' UTILITY EASEMENT \ CABINET A. SLIDE 11935 � P.R.T.C.T. \ \ I �\ \ \ Ile 6 Ile 40 20 0 40 SCALE IN FEET MATC H L.I N E NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET LOCATION WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & LOCATION OF ACQUISITION I wo City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING TEMPORARY CONSTRUCTION EASEMENT ..�......, OUT OF A PORTION OF A REMAINDER OF A i_;•G�STER•.,•+ 142.461 ACRE TRACT OF LAND F 9 SITUATED IN THE ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 °•••-"°"---"""'- - CITY OF FORT WORTH, TARRANT COUNTY, TEXAS C TIS SMIT AS RECORDED IN C" ;4p 54 4 VOLUME 11431, PAGE 293 DEED RECORDS OF TARRANT COUNTY, TEXAS fSS ''-L PROJECT: OLD DECATUR ROAD-McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA. 2 534 SQUARE FEET OR 0.058 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: CTA CAD FILE: 38—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 EXHIBIT B PAGE 2 OF 2 SCALE: 1' 40' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL#39-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11 B03, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: ONCOR ELECTRIC DELIVERY COMPANY, LLC GRANTOR'S MAILING ADDRESS (including County): PO BOX 219071 DALLAS, DALLAS COUNTY, TEXAS 75221-9071 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company LLC, as recorded in County Clerk's File No. D209327919 of the Deed Records of Tarrant County, Texas, being further described in Volume 2200, Page 309 of said 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/09/1007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Oncor Electric Delivery GRANTEE: City of Fort Worth Company LLC (person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 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 Temporary Construction Easement 01/091L007 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OFTARRANT § 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No.39-TE1 CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY,ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company LLC, as recorded in County Clerk's File No. D209327919 of the Deed Records of Tarrant County, Texas, being further described in Volume 2200, Page 309 of said Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the intersection of the south line of said 19.07 acre tract of land with the southwesterly right-of-way line of Marine Creek Parkway (a 120.0' right-of--way), said point being the northeast corner of Lot 1, Block 1 of Eagle Mountain-Saginaw I.S.D. High School No. 3 Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in County Clerk's File No. D209287150 of the Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for reference bears South 68 degrees 19 minutes 23 seconds East, a distance of 0.30 feet; THENCE South 89 degrees 37 minutes 32 seconds West, with the south line of said 19.07 acre tract of land and with the north line of said Lot 1, a distance of 5.91 feet to a point for corner; THENCE North 32 degrees 39 minutes 56 seconds West, a distance of 82.83 feet to a point for corner; THENCE South 57 degrees 20 minutes 04 seconds West, a distance of 5.00 feet to a point for corner; THENCE North 32 degrees 37 minutes 51 seconds West, a distance of 9.00 feet to a point for comer in the north line of said 19.07 acre tract of land, said point also being in the south line of an 89.033 acre tract of land(by deed)further described as Tract 1 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11781, Page 1657 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 2 THENCE North 89 degrees 37 minutes 48 seconds East, with the north line of said 19.07 acre tract of land and with the south line of said 89.033 acre tract of land, a distance of 11.82 feet to a point for the intersection of the north line of said 19.07 acre tract of land with the southwesterly right-of-way line of said Marine Creek Parkway, said point also being the southeast corner of said 89.033 acre tract of land, from which a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for corner in the northeasterly line of said 89.033 acre tract of land bears North 32 degrees 36 minutes 58 seconds West, a distance of 900.00 feet, said 5/8 inch iron rod with cap stamped "Carter & Burgess" being the southeast comer of a 5.726 acre tract of land (by deed) deeded to Marine Creek of Texas Joint Venture as recorded in Volume 12975, Page 300 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Carter & Burgess" also being in the southwesterly right-of-way line of said Marine Creek Parkway; THENCE South 32 degrees 39 minutes 56 seconds East, with the southwesterly right-of-way line of said Marine Creek Parkway, a distance of 88.68 feet to the POINT OF BEGINNING and containing 480 square feet or 0.011 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7,2014 CURTIS SMITH °,ppF5494oaQ. ,Ess N...•�-1 S U•R`I Curtis Smith Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " LINE TABLE PARCEL No. 39-TEI LINE BEARING DISTANCE L-1 S 89'37'32"W 5.91' FND 5/8-CIR L-2 S 5T20'04"W 5.00' RIGHT-OF-WAY "CARTER do BURGESS" L-3 N 32'37'51"W 9.00' 5.726 ACRES (BY DEED) L-4 N 89'37'48"E 11.82' MARINE CREEK OF TEXAS JOINT VENTURE VOLUME 12975, PAGE 300 ACQUISITION D.R.T.C.T. / (/� LOCATION Sv(ZvE� \ 0# SUBJECT TRACT & is LOCATION OF ACQUISITION y'\' REMAINDER OF TRACT I 89.033 ACRES (BY DEED) MARINE CREEK OF TEXAS JOINT VENTURE TEMPORARY VOLUME 11781, PAGE 1657 D.R.T.C.T. CONSTRUCTION L-4 EASEMENT AREA 480 SO. FT. OR — 0.011 ACRES L-3 REMAINDER OF L-2 s' 19.07 ACRES BY DEED) ONCOR ELECTRIC DELIVERY COMPANY, LLC ti ;q P.O.B. %P,�.:i. FND 1/2"IR C.C.F. No. D209327919 "' ' VOLUME 2200, PAGE 309 j �'�'"� FOR REFERENCE BEARS � �'�:•:. S 68'19'23"E 0.30' D.R.T.C.T. KV TOWER 410'+/— " 40 20 0 40 — — — — — L-1 SCALE IN FEET LOT 1 NOTES: 1. A LEGAL 2. ROW MARKERS RALONG PROPOSED RIGHT—OF—WAY OELINE THIS RE AT5/8" IRON ROD SET HLOC gA,INADITION.\ WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. E OUJT 1 Np. 3 8D 50 3 SYSTEM,BEARINGS NAD-83,DT THE ORTH CENTRAL ZONE REFERENCED 4202. ALLHDISTANCES COORDINATE AND AREAS EAIGS CHONo' D20 T. SHOWN RE SURFACE. II C.C•F- F.R.T.C' FORT WORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT °a �� � OUT OF A PORTION OF A S T REMAINDER OF 19.07 ACRE TRACT OF LAND SITUATED IN THE � ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 _ C !Z4 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ..._AS RECORDED IN VOLUME 2200, PAGE 309 .•p DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 ACQUISITION AREA: 480 SQUARE FEET OR 0.011 ACRES CURTIS SMITH JOB No. KHA_1218.00 DRAWN BY: JCE CAD FILE: 39—TE1.dw REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7. 2014 EXHIBIT B PAGE 1 OF 1 SCALE: 1" 40' N0. 5494 TEXAS FIRM NO 10106900 GORRONDONA dt ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 OLD DECATUR ROAD-McLEROY BLVD. TO LONGHORN RD. PARCEL #40-TE CITY PROJECT No. 01087 MARINE CREEK PARKWAY TRACT 11B01, ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT NO. 1849 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: ONCOR ELECTRIC DELIVERY COMPANY, LLC GRANTOR'S MAILING ADDRESS (including County): STATE & LOCAL TAX DEPARTMENT PO BOX 219071 DALLAS, DALLAS COUNTY, TEXAS 75221 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 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 Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in Volume 2200, Page 309 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 Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 01/09J2007 It is further agreed and understood that Grantee will be permitted the use of said easement for purpose of ROAD RECONSTRUCTION. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: Oncor Electric Delivery GRANTEE: City of Fort Worth Company, LLC (Person authorized to sign, title) Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney 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 expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of a 20_ Notary Public in and for the State of Texas Temporary Construction Easement 01/09/2007 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 Temporary Construction Easement 01/09/2007 OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN ROAD PARCEL No. 40-TE CITY PROJECT No. 01087 MARINE CREEK PARKWAY ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 EXHIBIT "A" Being a temporary construction easement situated in the Alexander F. Albright Survey, Abstract No. 1849, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 19.07 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of the Deed Records of Tarrant County, Texas, further described in Volume 2200, Page 309 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the most westerly southwest corner of a 142.461 acre tract of land (by deed), further described as Parcel No. 3 deeded to Marine Creek of Texas Joint Venture as recorded in Volume 11431, Page 293 of said Deed Records of Tarrant County, Texas, said point being the intersection of the north line of said 19.07 acre tract of land with the northeasterly right-of-way line of Marine Creek Parkway (a 120' right-of-way), from which the southwest corner of Lot 8, Block E of Terrace Landing, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11935 of the Plat Records of Tarrant County, Texas bears North 32 degrees 39 minutes 47 seconds West, a distance of 35.47 feet, and from which a 1/2 inch iron rod with cap stamped "USA Inc." found for reference bears North 32 degrees 39 minutes 47 seconds West, a distance of 35.47 feet and North 74 degrees 39 minutes 57 seconds West, a distance of 0.63 feet; THENCE North 89 degrees 34 minutes 37 seconds East, with the north line of said 19.07 acre tract of land and with a south line of said Parcel No. 3, a distance of 23.42 feet to a point for corner; THENCE South 31 degrees 46 minutes 28 seconds East, a distance of 25.00 feet to a point for corner; THENCE South 58 degrees 13 minutes 32 seconds West, a distance of 20.00 feet to a point for corner in the northeasterly right-of-way line of said Marine Creek Parkway, from which a point for the northwest corner of Lot 1, Block I of said Terrace Landing bears South 31 degrees 46 minutes 28 seconds East, a distance of 50.99 feet, and from which a 5/8 inch iron rod with cap stamped "C&B" found for reference bears South 31 degrees 46 minutes 28 seconds East, a distance of 50.99 feet, and North 37 degrees 46 minutes 46 seconds East, a distance of 0.98 feet; Exhibit A Page 1 of 2 THENCE North 31 degrees 46 minutes 28 seconds West, with the northeasterly right-of-way line of said Marine Creek Parkway, a distance of 37.18 feet to the POINT OF BEGINNING and containing 622 square feet or 0.014 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) R.O.W. markers along proposed right-of-way line are a 5/8 inch iron rod set with blue cap stamped"GORRONDONA"unless otherwise noted. (3) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 17, 2014 OF p Cij r'Q- o CURTIS SMITH 5494 P•r Curtis Smith S U Registered Professional Land Surveyor No. 5494 Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 40—TE BLOCK AO 1936 `EXp,N� vR��Y LOT 8 TED C SLIDE I LOT 9 CABIrjE pAg.T•C•T' ALA C� NO• 3.0' WALL DETAIL "A' A�S�RA MAINTENANCE EASEMENT NOT TO SCALE CABINET A. SLIDE 11935 �. P.R.T.C.T. �\......... POINT FROM WHICH REMAINDER OF \�1/2"CIRF ' - A 1/2"CIRF "USA INC" SEE PARCEL No. 3 "USA INC" '. BEARS N 74'39'S7"W 0.63' DETAIL "A° 142.461 ACRES (BY DEED) ` MARINE CREEK OF TEXAS JOINT VENTURE VOLUME 11431, PAGE 293 L-2 D.R.T.C.T. KV TOWER .•............... REMAINDER OF _..v'�` +/- 90' 19.07 ACRES TEMPORARY CONSTRUCTION ONCOR ELECTRIC DEED) EASEMENT AREA 622 SO. FT. OR DELIVERY COMPANY, LLC 0.014 ACRES ��s� C.C.F. No. D209327919 POINT FROM WHICH VOLUME 2200, PAGE 309 A 5/8"CIRF "C&B" D.R.T.C.T. BEARS N 3746'46"E 0.98' 0 3.0' WALL �� �� �� MAINTENANCE EASEMENT LOT 2 �\ CABINET A SLIDE 11935 � P.R.T.C.T. �{ I C gyp, �� �� 10.0' UTILITY EASEMENT BLOC LANDIN I9g5 CABINET A. SLIDE 11935 SCE S P.R.T.C.T. TEST A� SLID C•T- 40 20 0 40 ��� ��` \`� LOT 1 CABIZ� P.ft �9 SCALE IN FEET J ��. LINE TABLE LINE BEARING DISTANCE NOTES: L-1 N 32.39'47"W 35.47' 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. L-2 N 89.34'37"E 23.42' 2. ROW MARKERS ALONG PROPOSED RIGHT—OF—WAY LINE ARE A 5/8" IRON ROD SET L-3 S 31.46'28"E 25.00' WITH BLUE CAP STAMPED "GORRONDONA" UNLESS OTHERWISE NOTED. 3. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE L-4 S 58.13'32°W 20.00' SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS L-5 S 31.46'28"E 50.99' SHOWN ARE SURFACE. L-6 I N 31.46'28"W I 37.18' FoRTWORTH City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT A SHOWING TEMPORARY CONSTRUCTION EASEMENT ��...�F.. T� OUT OF A PORTION OF A =G S T£ REMAINDER OF A 19.07 ACRE TRACT OF LAND RF '•.v SITUATED IN THE _ ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT No. 1849 CURTIS SMITE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN V 5494 C.C.F. No. D209327919 :;'p SS 0 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: OLD DECATUR ROAD—McLEROY BLVD TO LONGHORN RD CITY PROJ. No. 01087 S ACQUISITION AREA: 622 SQUARE FEET OR 0.014 ACRES CURTIS SMITH JOB No. KHA-1218.00 DRAWN BY: CTA CAD FILE: 40—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 17, 2014 1 EXHIBIT B PAGE 1 OF 1 I SCALE: 1" 40' N0. 5494 TEXAS FIRM NO. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 �.� �—a.r Y r S` a `_ ^9. �r '. • ' ` t` �__� i .T� * w OLD DECATUR ROAD IMPROVEMEI�ITS // MCLE�OY BOULEVARD TO LONGHORN ROAD CITY OF FORT VIIORTH TEXAS Engincmrcrs EOTECHNICAL gaO�ECT I x 0812-1795 ', I�R�JINTTF�I �' Kimley-Horn and Associates E N G I N E E R I N G REPORT LandTec Engineers, LLC Geotechnical 6 Environmental Engineering ' Construction Materials Testing laboratory Testing En inEErs September 19, 2012 Ms. Dana LeClaire, P.E. Project Manager Kimley-Hom and Associates, Inc. 2201 W. Royal Lane Suite 275 Irving, Texas 75063 GEOTECHNICAL ENGINEERING REPORT OLD DECATUR ROAD McLEROY BOULEVARD to LONGHORN ROAD FORT WORTH, TEXAS Dear Ms. LeClaire: The results of our geotechnical engineering study including pavement design for the proposed section of Old Decatur Road in north Fort Worth are presented in the following report. This work was performed in general accordance with our Proposal No. 3177 and the Master Service Agreement. Thank you for this opportunity to provide engineering services on this project. If you have any questions, please let us know. Sincerely, OF rF .N e..►.N►N.PM ... .+� j S D. BAKER ....N NN.NI.• .. +yew^♦'♦ •.• OD60 �fC1S11 R��� Thomas D. Baker, P.E., RPLS Principal LandTec Engineers, LLC TBPE Firm No. F-000329 TBPLS Firm No. 100956-00 Distribution: Dana LeClaire, P.E., Kimley-Horn and Associates- pdf+ 4 bound LANDTEC ENGINEERS. LLC 1700 Robert Road Suite 101 Mansfield,Texas 76063 817.572.2818 Fax 817.453.9984 1795 Old Decatur Rd-McLeroy to Longhom-FW.doc TABLE OF CONTENTS Section Page No. Report Summary 1 Introduction 1 1.1 Project Description and Overview 1 1.2 Purpose and Scope 1 1.3 Report Format 3 2 Field Exploration and Laboratory Testing 4 2.1 Field Exploration 4 2.2 Laboratory Testing 5 3 Subsurface Conditions 6 3.1 Subsurface Stratification 6 3.2 Shallow Subsurface Seepage Observations 7 3.3 Material Characteristics 8 3.4 Area Geology 8 4 Subgrade Recommendations 10 4.1 General Subgrade Considerations 10 4.2 Pavement Subgrade 10 4.3 Subgrade Requirements 13 5 Pavement Design 14 5.1 General Information 14 5.2 Pavement Design Input Parameters 14 5.3 Jointed Reinforced Concrete Pavement Sections 15 6 Earthwork 16 6.1 General 16 6.2 Subgrade Preparation 16 6.3 Placing of Fill Material 17 6.4 Moisture and Density Control 18 6.5 Trench Backfill 20 6.6 Acceptance of Imported Fill 21 6.7 Excavations 21 LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc i TABLE OF CONTENTS (Continued) 7 Recommended Testing and Frequency 24 7.1 General 24 7.2 Earthwork 24 7.3 Pavement Subgrade 24 7.4 Trench Backfill 25 7.5 Summary of Testing 25 8 General Comments & Conditions 27 APPENDIX A— Plan of Borings, Boring Logs & General Notes APPENDIX B — Subgrade Stabilization and Swell Tests APPENDIC C — Existing Pavement Core Information APPENDIX D — Pavement Design Analysis Printout LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc II REPORT SUMMARY The following is a brief summary of the principal findings in the geotechnical engineering report for the reconstruction of Old Decatur Road, McLeroy Boulevard to Longhorn Road in Fort Worth, Texas. The proposed arterial road project is approximately 4,000 linear feet in length. The new section will consist of reinforced concrete pavement. The SUMMARY is intended to be a brief overview and the report text provides specific information. 1. The proposed subgrade vertical alignment includes minor cut and fill sections. Other sections of the subgrade will be near existing grade. 2. Potential subgrade soil types will vary from approximately 1 to 3 feet of high plasticity clays and medium plasticity lean (limy) clays overlying weathered limestone ROCK. Where subgrade is achieved by filling along the roadway, the soil types are expected to vary considerably from clays to weathered limestones. 3. Installation of utilities and preparation of final subgrade will encounter hard limestone ROCK. The contractor should be prepared to excavate into the hard ROCK. Depending on cut/fill grades along the roadway, the contractor will have to under-cut the ROCK to achieve final subgrade elevation. 4. Jointed Reinforced Concrete pavement sections have been analyzed using the latest version of the City of Fort Worth Pavement Design Manual (PDM) and the computer program WinPAS (Pavement Analysis Software. A pavement thickness of 10.0 inches was determined and is recommended for Old Decatur Road. 5. Pavement subgrade stabilization methods discussed in the report include traditional lime with a minimum stabilization thickness of 8 inches. 6. Where weathered limestone is encountered when grading to final subgrade, it should be under-cut and crushed stone flexible base material should be placed to support the new concrete pavement. 7. Recommendations are provided for earthwork along the new roadway including soil types, placement procedures, compaction and testing. Please see the report text and appendices for the specific information. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc III I INTRODUCTION 1.1 Project Description and Overview This report presents the results of a geotechnical engineering study for the proposed re- construction of Old Decatur Road in north Fort Worth, Texas. The project extends from McLeroy Boulevard on the north to Longhorn Road on the south, approximately 4,000 linear feet. Geotechnical services were also provided for another section of Old Decatur Road from W.J. Boaz Road to McLeroy Boulevard at the same time and is reported in a separate report (see Report No. 1794). Borings were drilled along the future route to determine the general soil and rock conditions for the roadway and for the proposed utilities. Core samples were obtained from the existing roadway pavement. Soil tests performed for this project include Atterberg Limits, sieve analysis, unit dry weight moisture, swell and soluble sulfate. A series of tests with increasing percentages of lime versus soil pH were performed. The proposed arterial street will be constructed using Jointed Reinforced Concrete Pavement placed on either a lime stabilized subgrade where clays remain as final subgrade elevation, or, the rock will have to be under-cut to install flexible base material for support of the concrete pavement. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop recommendations for the type subgrade treatment and provide a pavement design for the new roadway project. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and, (3) LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 1 performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. Deliverables for the geotechnical engineering report include engineering analysis and evaluation of the field and laboratory data based on available project concepts. Information provided is as follows: • Plan of borings illustrating the approximate location of each boring • A log of each boring indicating the boring number, depth of each strata, soil description, laboratory tests, and groundwater information • Provide results of the core samples taken within the existing pavement • Description of the field exploration and laboratory testing • Laboratory test results included on the boring logs and/or summary sheets/tables • A discussion of subsurface soil and groundwater conditions • Subgrade stabilization recommendations including type and depth of stabilization with recommended percentages, compaction and moisture content for the stabilized subgrade • Pavement design for Jointed Reinforced Concrete Pavement (JRCP) on stabilized subgrade following the latest version of the City of Fort Worth Pavement Design Manual • Provide Kimley-Horn and Associates, Inc. with four (4) copies of the geotechnical engineering report with a pdf version. The scope of services did not include an environmental assessment such as a Phase I for determining the presence or absence of wetlands, or hazardous or toxic materials in the soil, bedrock, surface water, groundwater, or air on or below, or around this site. Any statements in this report or on the boring logs regarding odors, colors, and unusual or suspicious items or conditions are strictly for informational purposes. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 2 1.3 Report Format The first sections of the report describe the field and laboratory phases of the geotechnical engineering study. The remaining sections present our recommendations to guide design and construction. Boring logs, laboratory test results, general information and tables are presented in the appendices at the end of the report. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 3 2 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials along the proposed roadway were explored by a total of four borings drilled to a depth of 10 feet on September 4, 2012. Since the borings for Old Decatur Road from W.J. Boaz Road to McLeroy Boulevard were identified as B-1 through B-4, the borings for this section of the roadway are labeled B-5 through B-8. The boring logs and a key to terms and descriptions on the logs are provided in Appendix A. The borings were drilled with a truck mounted drilling rig using continuous flight augers. Soil descriptions on the boring logs are a compilation of field data as well as from laboratory testing of samples. The stratification lines represent the approximate boundary between soil types and the transition can be gradual. Periodic observations were made in the borings to observe for shallow subsurface seepage. Water level readings, made at the completion of the borings, are noted on the respective logs. Water levels measurements refer only to those observed at the times and places indicated, and can vary with time, geologic condition, construction activity, rainfall and other factors. Relatively undisturbed samples of cohesive soils encountered in the borings were taken using a thin wall Shelby tube sampler. Depths at which these samples were taken designated "U" are indicated in the "Sample" column of the boring logs. Estimates of the consistency of the cohesive soil samples were obtained in the field using a hand penetrometer. The result of a hand penetrometer reading is recorded at a corresponding depth in the 'Penetrometer, TSF" column of the boring logs. When the capacity of the hand penetrometer is exceeded, the value of 4.5+ is recorded. The weathered and unweathered limestones were evaluated in place by the Texas Department of Transportation (TxDOT) cone penetrometer test. Either the number of blows required to produce 12 inches of penetration, or the inches of penetration due to LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 4 100 blows of the hammer are noted on the boring log designated "T" in the "Penetration Resistance" column. Core samples of the existing pavement were made in accessible locations along this section of Old Decatur Road. See Appendix C for the core sample results. 2.2 Laboratory Testing Representative samples of the soils were tested in the geotechnical soils laboratory. Liquid limit and plastic limit tests (Atterberg limits) and percent passing No. 200 sieve were performed on soil samples from the borings in order to classify them according to the Unified Soil Classification (USC) System. Strength properties of the soil were evaluated by performing unconfined compression tests. The results of these tests are reported as Qu values (in tons per square foot). Moisture and density determinations were also made on samples to determine the in situ conditions. Results of the laboratory tests including classification, strength, unit weight and moisture are presented on each respective boring log in Appendix A. Soluble sulfate tests were performed on representative samples of the anticipated subgrade soils. A series of pH versus percent lime tests were performed on a typical subgrade soil sample to guide selection of the percent lime for subgrade stabilization. In this case hydrated lime selected. Swell tests were performed on representative samples of the clay soil. Results of the geotechnical laboratory tests are included in Appendix B. IANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 5 2 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials along the proposed roadway were explored by a total of four borings drilled to a depth of 10 feet on September 4, 2012. Since the borings for Old Decatur Road from W.J. Boaz Road to McLeroy Boulevard were identified as B-1 through B-4, the borings for this section of the roadway are labeled B-5 through B-8. The boring logs and a key to terms and descriptions on the logs are provided in Appendix A. The borings were drilled with a truck mounted drilling rig using continuous flight augers. Soil descriptions on the boring logs are a compilation of field data as well as from laboratory testing of samples. The stratification lines represent the approximate boundary between soil types and the transition can be gradual. Periodic observations were made in the borings to observe for shallow subsurface seepage. Water level readings, made at the completion of the borings, are noted on the respective logs. Water levels measurements refer only to those observed at the times and places indicated, and can vary with time, geologic condition, construction activity, rainfall and other factors. Relatively undisturbed samples of cohesive soils encountered in the borings were taken using a thin wall Shelby tube sampler. Depths at which these samples were taken designated "U" are indicated in the "Sample" column of the boring logs. Estimates of the consistency of the cohesive soil samples were obtained in the field using a hand penetrometer. The result of a hand penetrometer reading is recorded at a corresponding depth in the "Penetrometer, TSF" column of the boring logs. When the capacity of the hand penetrometer is exceeded, the value of 4.5+ is recorded. The weathered and unweathered limestones were evaluated in place by the Texas Department of Transportation (TxDOT) cone penetrometer test. Either the number of blows required to produce 12 inches of penetration, or the inches of penetration due to LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 4 100 blows of the hammer are noted on the boring log designated "T" in the "Penetration Resistance" column. Core samples of the existing pavement were made in accessible locations along this section of Old Decatur Road. See Appendix C for the core sample results. 2.2 Laboratory Testing Representative samples of the soils were tested in the geotechnical soils laboratory. Liquid limit and plastic limit tests (Atterberg limits) and percent passing No. 200 sieve were performed on soil samples from the borings in order to classify them according to the Unified Soil Classification (USC) System. Strength properties of the soil were evaluated by performing unconfined compression tests. The results of these tests are reported as Qu values (in tons per square foot). Moisture and density determinations were also made on samples to determine the in situ conditions. Results of the laboratory tests including classification, strength, unit weight and moisture are presented on each respective boring log in Appendix A. Soluble sulfate tests were performed on representative samples of the anticipated subgrade soils. A series of pH versus percent lime tests were performed on a typical subgrade soil sample to guide selection of the percent lime for subgrade stabilization. In this case hydrated lime selected. Swell tests were performed on representative samples of the clay soil. Results of the geotechnical laboratory tests are included in Appendix B. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 5 3 SUBSURFACE CONDITIONS 3.1 Subsurface Stratification Specific types and depths of subsurface strata encountered in the borings are shown on the attached boring logs. The general subsurface conditions encountered in the borings consist of the following. The borings encountered dark brown to brown clay and tan and brown lean clay (limy clay) with limestone fragments and rocks within the upper approximately one to three feet in the borings. The clays are underlain by hard to very hard tan weathered limestone ROCK with tan clay seams and layers to the completion depth at 10 feet below existing grade. Hard gray limestone (ROCK) was encountered in Boring B-6 from approximately 9 feet to the completion depth at 10 feet. Texas Cone Penetrometer (TCP) tests performed in the tan weathered limestone and gray limestone (ROCK) revealed penetration values of less than one inch to approximately two inches per 100 blows. The subsurface descriptions presented here are of a generalized nature and describe only the major stratification and features. The individual boring logs included in Appendix A should be reviewed for specific information. Table 3-1 General Summary of Subsurface Soil Conditions Stratum Approx. Thickness and General Description of Material General No. (Approx. Depth to Characteristics Bottom of Stratum) 1 to 3 ft. (1 to 3 ft) Brown to Dark Brown Clays and Lean Clays Plasticity Index (CL-CH)with calcareous nodules, limestone (PI) 17 to 43;very fragments and rocks stiff to hard 2 Encountered approximately 1 Tan Weathered Limestone(ROCK)with Hard to V. Hard to 3 feet below existing grade some tan clay seams and layers (ROCK) and extended to the bottom of Borings 5, 7 and 8 3 Encountered approximately 9 Gray Limestone(ROCK) Hard to very hard ft. below existing grade and ROCK extended to bottom of Boring 6 at 10 feet LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 6 3.2 Shallow Subsurface Seepage Observations Shallow subsurface seepage was not observed during our drilling activities on September 4, 2012. Experience with similar stratigraphic conditions indicates that water tends to flow along the top and through the upper weathered zone of the limestone and that the quantity of groundwater seepage into the foundation excavation will vary with area rainfall. Shallow subsurface seepage can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Water traveling through the soil (subsurface water) is often unpredictable. This could be due to seasonal changes in shallow subsurface water and due to the unpredictable nature of subsurface seepage paths. Therefore, it is necessary during construction for the contractor to be observant for shallow subsurface seepage in excavations in order to assess the situation and make necessary changes and/or recommendations. Table 3-2 Shallow Subsurface Seepage Observations Boring No. Depth to Seepage Depth of Shallow Perched Water at Observed During Completion of Drilling (See Note 1) Drilling i B-5 through B-8 None observed None observed Note 1: Shallow perched seepage water levels can vary over time and with rainfall conditions. Therefore, at the time of construction the water level can be different than observed when the borings were drilled. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 7 3 SUBSURFACE CONDITIONS 3.1 Subsurface Stratification Specific types and depths of subsurface strata encountered in the borings are shown on the attached boring logs. The general subsurface conditions encountered in the borings consist of the following. The borings encountered dark brown to brown clay and tan and brown lean clay (limy clay) with limestone fragments and rocks within the upper approximately one to three feet in the borings. The clays are underlain by hard to very hard tan weathered limestone ROCK with tan clay seams and layers to the completion depth at 10 feet below existing grade. Hard gray limestone (ROCK) was encountered in Boring B-6 from approximately 9 feet to the completion depth at 10 feet. Texas Cone Penetrometer (TCP) tests performed in the tan weathered limestone and gray limestone (ROCK) revealed penetration values of less than one inch to approximately two inches per 100 blows. The subsurface descriptions presented here are of a generalized nature and describe only the major stratification and features. The individual boring logs included in Appendix A should be reviewed for specific information. Table 3-1 General Summary of Subsurface Soil Conditions Stratum Approx.Thickness and General Description of Material General No. (Approx. Depth to Characteristics Bottom of Stratum) 1 1 to 3 ft.(1 to 3 ft) Brown to Dark Brown Clays and Lean Clays Plasticity Index (CL-CH)with calcareous nodules, limestone (PI)17 to 43;very fragments and rocks stiff to hard 2 Encountered approximately 1 Tan Weathered Limestone(ROCK)with Hard to V. Hard to 3 feet below existing grade some tan clay seams and layers (ROCK) and extended to the bottom of Borings 5,7 and 8 3 Encountered approximately 9 Gray Limestone(ROCK) Hard to very hard ft. below existing grade and ROCK extended to bottom of Boring 6 at 10 feet LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 6 3.2 Shallow Subsurface Seepage Observations Shallow subsurface seepage was not observed during our drilling activities on September 4, 2012. Experience with similar stratigraphic conditions indicates that water tends to flow along the top and through the upper weathered zone of the limestone and that the quantity of groundwater seepage into the foundation excavation will vary with area rainfall. Shallow subsurface seepage can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Water traveling through the soil (subsurface water) is often unpredictable. This could be due to seasonal changes in shallow subsurface water and due to the unpredictable nature of subsurface seepage paths. Therefore, it is necessary during construction for the contractor to be observant for shallow subsurface seepage in excavations in order to assess the situation and make necessary changes and/or recommendations. Table 3-2 Shallow Subsurface Seepage Observations Boring No. Depth to Seepage Depth of Shallow Perched Water at w6k- Observed During Completion of Drilling (See Note 1) Drilling B-5 through B-8 None observed None chserved Note 1: Shallow perched seepage water levels can vary over time and with rainfall conditions. Therefore, at the time of construction the water level can be different than observed when the borings were drilled. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 7 3.3 Material Characteristics The dark brown and brown clay have measured Liquid Limits (LL's) of 47 to 70 and Plasticity Index (PI) values of 20 to 43. The tan lean limy clay with limestone fragments had a PI value of approximately 17. Classifications range from "CL" to "CH" according to the Unified Soil Classification (USC) System. The plasticity index (PI) of the future subgrade soils indicates suitability for use of hydrated lime slurry for the stabilization additive of the pavement subgrade. Unconfined compressive strengths ranging from 0.6 ton per square foot (tsf) to 7 tsf were measured in compression tests on the very stiff to hard clays. Classification and strength test results are presented on the individual boring logs in Appendix A. Swell tests indicated swell values of 0.8 to 6.6 percent for the currently dry clay soils. Test results are presented in Appendix B. Sulfate tests revealed values of approximately 100 to 140 mg/L (ppm). See summary of results in Table 3-3. Published information on sulfate-induced heave in lime or cement treated soils tend to indicate that there is low potential for sulfate induced heave where levels of soluble sulfates are below approximately 3,000 ppm (per TxDOT research) in the soil and proper drainage is maintained. Chemical stabilization of the future subgrade soils should not create a potential for sulfate induced heave of the subgrade soils based on the test results performed for this project and provided that proper drainage of the stabilized soils is maintained. Table 3-3 Summary of Soluble Sulfate Tests (TxDOT 145E) Boring Depth, Sulfate, No. Feet Mg/L B-6 1-2 100 B-8 1-2 140 LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 8 3.4 Area Geology Based on observations and geological maps, the subject area generally lies within the Fort Worth Formation overlying the Duck Creek Formation. The Fort Worth formation is composed of alternating layers of limestone and clay, and is approximately 25 feet thick. The residual clays typically a few feet deep, are expansive and can undergo significant shrink-swell potential with changes in moisture content. The limestone ROCK is hard. The Duck Creek Formation is approximately 60 feet thick and is composed of alternating limestone and shale layers. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 9 4 SUBGRADE RECOMMENDATIONS 4.1 General Subgrade Considerations The following paragraphs provide information for subgrade preparation for the proposed roadway. Jointed Reinforced Concrete Pavement will be used for this project over a stabilized subgrade. Since clay and limestone were encountered in the borings for this project, the actual subgrade soil type will be dependent on the amount of cut and fill along the roadway. The final subgrade soil type could consist of medium to highly plastic clays, limestone rock or a mixture of clay and limestone rock. Due to the presence of shallow tan weathered limestone ROCK, it is anticipated the subgrade with contain a significant amount of limestone rock, especially after utilities are installed. Where the final subgrade soil type is clay or at least 50 percent clay, a stabilized subgrade is recommended. However, this will depend on the amount and size of rock remaining at final grade. For sections of the road where the subgrade is composed of mainly weathered limestone, the typically approach is to undercut the limestone and place flexible base material to provide uniform support for the concrete pavement. In some cases other methods and/or combinations of methods are available for providing a quality subgrade to support the concrete pavement. 4.2 Pavement Subgrade Once the subgrade elevations have been achieved in the field, the subgrade should be observed to determine the overall soil and/or rock conditions. The soil should be sampled to determine the final overall subgrade conditions and the Plasticity Index (PI). It is anticipated that limestone rock will exist as final subgrade over a significant amount of the final subgrade. In order to provide recommendations for subgrade stabilization, the following information is provided for planning purposes during this stage of the design process. As described previously, the anticipated subgrade soils were evaluated, however, the final subgrade LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 10 soil type and stabilization requirements are unknown due to future utility excavations and general grading along the roadway. Laboratory testing of the anticipated subgrade soils consisted of Atterberg limits tests and percent passing No. 200 sieve. In addition, a series of soil-lime-pH tests with selected liquid and plastic limit tests were conducted on the natural subgrade soils in order to determine optimum stabilization additive contents for the purpose of soil stabilization below paving. Test results are included in APPENDIX B and present data for hydrated lime as the recommended stabilization additive. This information was used along with engineering judgment and experience to estimate an application rate for soil treatment. Based on the test results, an application rate of approximately 40 pounds of lime per square yard of surface area for the 8-inch subgrade thickness is recommended at this time. The estimated application rate is based on a soil unit dry weight of 100 pcf and 6 percent stabilization additive. This application rate can be used for estimating purposes. The actual application rate should be determined at the time of construction by sampling the finish subgrade soil and testing to determine the optimum stabilization content. The stabilized subgrade should extend a minimum of 12 inches outside the curb line. This will improve the support for the edge of the pavement and also lessen the "edge effect" associated with shrinkage during dry periods. Construction of the stabilized subgrade should follow the most recent version of Section 32 11 29, Lime Treated Base Courses of the new City of Fort Worth Standard Construction Specification Documents, Revised July 1, 2011 or later versions. The subgrade should be compacted to a minimum of 95 percent of Standard Proctor (ASTM D 698) at a moisture content ranging from optimum to four (4) percentage points above optimum (0 to +4). The moisture content and density of the completed subgrade section must be maintained until the paving is complete. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 11 If the completed subgrade is machine milled to achieve a smooth, level surface, depth checks must be performed again to verify the milling machine has not reduced the minimum required subgrade thickness. Depending on the outcome of the additional depth checks, the Engineer may require the subgrade to be reworked with additional stabilization additive. Once the subgrade is completed, any area of the finished subgrade that is below the final desired grade (shy of grade) based on survey, blue tops, string line, laser, etc.(and meets the minimum required thickness) will not be allowed to have lime treated soil (trimmings) added to achieve grade. This is also called "scabbing on material' and will not be allowed. Any low area will require additional depth of pavement. The Contractor should make provisions for maintaining the approved compacted subgrade in a moist condition for the curing time of three to five days, depending on weather conditions and as directed by the engineer. The requirement is to maintain the in situ moisture, approximately two (2) percentage points above optimum throughout the treated section. This is to be accomplished either by regular watering or by addition of an asphalt emulsion material at the rate of 0.10 to 0.20 gallons per square yard as determined by the Engineer. The asphalt emulsion used should be of the type and grade shown as on the plans or as approved by the Engineer. During this curing time, all construction vehicles should be prohibited from the subgrade. The contractor should maintain the completed subgrade within the limits of the contract in good condition, satisfactory to the Engineer as to grade, crown and cross section until such time as the next course is constructed. All irregularities or other defects that may occur shall be repaired by the Contractor. Stabilized subgrade design is directed toward "stiffness and strength". The important measurement is stiffness, i.e., the Resilient Modulus, which is the value used for the subgrade in pavement design. Since this is a critical value in the design process, and one selected based on typical values for lime stabilized subgrade, the actual "in place" constructed value must be equal to or exceed the design value. A common method to determine the in-situ modulus is the Dynamic Cone Penetrometer (DCP) test which can be performed in the field on the compacted and cured lime stabilized subgrade. The LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 12 latest version of the City of Fort Worth Pavement Design Manual recommends this test be performed to collect actual field data for lime stabilized subgrade. The test verifies the field modulus value is at least that used in design. The contractor can achieve the required moisture content and density requirement for the stabilized subgrade, however, measurement of these two criteria are uniquely different. One measure does not necessarily confirm the other since the contractor can achieve the compaction specification on the wet or dry side of optimum moisture content. The DCP test is a quick, efficient field test resulting in direct correlation with the Resilient Modulus, which should be incorporated into the construction phase testing to provide subgrade strength baseline data for the City of Fort Worth. One DCP test per each 1000 linear feet for the project is recommended. These tests will not be used to determine compliance or non-compliance at this time, but, only to include in the City's database for stabilized subgrade. 4.3 Subgrade Requirements General recommendations for subgrade and paving materials are provided as follows: • Lime Stabilized Subgrade — Follow the latest version of the City of Fort Worth, Section 32 11 29, Lime Treated Base Courses and apply the hydrated lime at an application rate of approximately 40 pounds of hydrated lime per square yard for the 8 inch thickness. The actual amount of lime stabilization will be dependent on the final subgrade soil type. Compact to a minimum of 95 percent of Standard Proctor (ASTM D 698) at a moisture content between optimum and four percentage points above optimum (0 to +4). • Crushed Limestone Flexible Base Material - TxDOT Item 247, Type A, Grade 1. If flexible base material is required for this project, the material should be compacted to a minimum of 95 percent of Modified Proctor (ASTM D 1557), at or slightly above optimum moisture. If re-cycled concrete base material is used it must comply with the requirements of Item 247, Type F. • Compacted Subgrade — After achieving final grades the subgrade must be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test (ASTM D 698) to a moisture content ranging from optimum to four (4) percentage points above optimum (0 to +4). LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhom-FW.doc 13 5 PAVEMENT DESIGN AND RECOMMENDATIONS 5.1 General Information The latest draft version of the COFW Pavement Design Manual (PDM) following the June 6, 2012 meeting has been used to determine the minimum Jointed Reinforced Concrete Pavement (JRCP) thickness for this arterial street. 5.2 Pavement Design Input Parameters Pavement thickness analyses were performed using the computer program WinPAS (Pavement Analysis Software) Version 1.0.4. The program is based upon the 1993 AASHTO "Guide for the Design of Pavement Structures". Reference to AASHTO indicates American Association of Highway Transportation Officials. Information provided in Table 5-1 includes the input data for performing the design. Table 5-1 Pavement Design Input Summary, Reinforced Concrete Pavement WinPAS Design Design Parameter Old Decatur Road (Arterial) Design Life 30 years Annual Growth Rate 2.5% Reliability 85% Design ESAL's 13,170,000 Initial Serviceability 4.5 Terminal Serviceability 2.5 Overall Standard Deviation 0.39 Load Transfer,J 3.0 Drainage Coefficient 1.0 Design CBR(raw subgr.) 3.0 Design CBR (stabilized) 15.0 Subgrade Resilient Modulus (untreated) 4,118 psi Subgrade Resilient Modulus(treated) 12,391 psi Effective Modulus of Subgr. Reaction,k 220 psi/in Loss of Support 0.0 Subgrade Stabilization Thickness 8.0 in LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 14 Concrete Modulus of Elasticity(3,600 psi concrete) 4,000,000 psi Concrete Modulus of Rupture(3,600 psi concrete) 620 psi 5.3 Jointed Reinforced Concrete Pavement Sections Based on the results of our pavement design analysis, the following pavement sections are provided for 3,600 psi (28-day compressive strength) Jointed Reinforced Concrete Pavement for Old Decatur Road. Table 5-2 Jointed Reinforced Concrete Pavement Section Roadway Pavement Thickness Lime Stabilized Subgrade Thickness Old Decatur Road 10.0 inches minimum McLeroy Blvd.to Longhorn Rd. inches(minimum) 8.0 inches(minimum) The latest rebar requirement per the June 6, 2012 meeting with COFW Pavement Design Committee will require #4 rebar on 18 inch spacing each way for the 10 inch thick pavement. Contraction joints will need to be each 18 ft. max, with dummy saw joints alternating with doweled contraction joints. Expansion joints should be placed at all intersections, beginning and ending of all horizontal curves, where pavements abut structures or similar items, and otherwise at a maximum spacing of 300 feet. As indicated here, the rebar requirements, spacing, etc. are preliminary and based on a meeting with the pavement design committee June 6, 2012. The new PDM requires the Civil Consultant provide a detailed jointing plan. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 15 6 EARTHWORK 6.1 General Excavations along the roadway will encounter moderate to high plasticity clays and weathered limestone ROCK depending on the amount of cut and fill. The limestone rock should be broken down to a maximum rock size of 4-inches when used as fill material. Rock should be excluded from the top one (1) foot of final grade in fill sections. Based on prior experience in another phase of Old Decatur Road, north of W. J. Boaz Road, the weathered limestone ROCK will be difficult to excavate and will often come out of the ground in large boulders and slabs. Some of the rock may have to be hauled offsite. The excavated materials should be blended and mixed in order to create a homogeneous mixture of soils with suitable shear strength, stability and low shrink-swell potential. During earthwork operations, some adjustment in the method of placement, mixing, processing, discing, watering and compaction will be required in order to achieve the desired engineering properties. Site earthwork should be monitored by the project geotechnical engineer working with the engineer's field testing representative and the earthwork contractor. Rocks larger than about four (4) inches in diameter should generally be excluded for fill sections. General site grading should be such that water will not pond under or next to paving following periods of rainfall. Water standing near structures may result in greater magnitudes of movement than have been anticipated. In general, a slope of one and one-half to three percent should be maintained along the ground surface both during and after construction. 6.2 Subgrade Preparation Stripping should consist of the removal of all topsoil, roots, vegetation and rubbish not removed by the clearing and grubbing operation. The actual stripping depth should be based on field observations with particular attention given to old drainage areas, uneven topography, and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 16 Clay soils have poor subgrade characteristics and can become soft and pump with an increase in moisture content. If soft clay soils are encountered at the time of construction, they will need to be undercut and replaced with suitable fill material. If conditions at this depth are soft and wet, additional soils will have to be removed down to firm soil. The firm soil should be scarified to a minimum depth of 8 inches and recompacted to a minimum of 95 percent of maximum dry density at moisture contents between optimum and 5 percentage points above optimum, as determined by ASTM D 698 (Standard Proctor), in accordance with procedures recommended previously in this section. The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar equipment weighing approximately 25 tons. The proof rolling operations should be observed by the project geotechnical engineer or his representative. Slopes which will receive fill should be loosened by scarifying or plowing to a depth of not less than six inches. The fill material should be benched into the existing slope in such a manner as to provide adequate bonding between the fill and slope, as well as to allow the fill to be placed in horizontal lifts. The traffic of heavy equipment, including heavy compaction equipment, may create pumping and general deterioration of the soil. Occasionally some soils have to be excavated, mixed and dried, and replaced. At times, excavating and replacing with selected soils and/or chemically treated materials is required before an adequate subgrade can be achieved. Therefore, it should be anticipated that some construction difficulties will be encountered during periods when these soils are saturated. 6.3 Placing of Fill Material Fill materials should be placed on a properly prepared subgrade as specified. The combined excavation, placing, and spreading operation should be done in such a manner to obtain blending of material, and to provide that the materials, when compacted in the fill will have the most practicable degree of compaction and stability. IANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 17 Materials excavated from cut sections and/or borrow sources and hauled to construct fills must be mixed and not segregated, except where such segregated soil zones are required. All fill should be placed in horizontal lifts. Filling along (parallel to) slopes should not be permitted. In areas where slopes will be constructed using fill, the fill should extend beyond finished contours and cut back to grade. If the surface of the fill is too smooth and hard to bond properly with a succeeding layer, the surface should be roughened and loosened by discing before the layer is placed. Where fill is to be placed next to existing fill, that fill should be removed to unweathered, dense material. Each layer should be benched and disced as adjoining lifts are placed. Material hauling equipment should be so routed over the fill surface to distribute the added compaction afforded by the rolling equipment, and to prevent the formation of ruts on the fill surface. The surface of the fill should be graded to drain freely and maintained throughout construction. During the dumping and spreading process, the contractor should maintain at all times a force of men adequate to remove all roots and debris and all rocks greater than four inches in maximum dimension from the fill materials. No rocks should be allowed within the final eight inches of subgrade. In the event of slides in any part of the fill prior to final acceptance of the work, the contractor should remove material from the slide area and should rebuild such portion of the fill as requested by the engineer. 6.4 Moisture and Density Control Following the spreading and mixing of the fill, it should be processed by discing throughout its thickness to break up and provide additional blending of materials. Discing should consist of at least two passes of the disc plow. Additional passes of the disc plow should be made necessary to accomplish breaking up and blending the fill. The recommended loose lift thickness is eight inches. The moisture content of the soil should be adjusted, if necessary, by either aeration or the addition of water to bring the moisture content within the specified range. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. IANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 18 Any layers which become damaged by weather conditions should be reprocessed to meet specification requirements. The compacted surface of a layer of fill should be lightly loosened by discing before the succeeding layer is placed. When the moisture content and the condition of the fill layer are satisfactory, compaction should be made with a tamping-foot roller (sheepsfoot with cleaner teeth) similar to a Caterpillar 815 or 825 Compactor. The tamping-foot length should be a minimum of eight inches. Vibratory tamping foot rollers (sheepsfoot rollers) may be required for compaction of some types of fill material, particularly the sandy soils. The roller should weigh no less than 2,000 pounds per linear foot of drum width. The fill material should be compacted to a minimum of 95 percent of the maximum dry density as determined by the moisture-density relations test method ASTM Designation D 698. The moisture content should range between two percentage points below optimum to five percentage points above optimum (-2 to +5) for soils with a plasticity index (PI) of less than 20. For soils with a PI of 20 or greater, the moisture content should range between optimum and five percentage points above optimum (0 to +5). The moisture content ranges specified are to be considered as maximum allowable ranges. The contractor may have to maintain a more narrow range (within the maximum allowable) in order to consistently achieve the specified density for some soils or under some conditions. The moisture content and density of all fill material should be maintained at the specified range of moisture and density. Fill behind below-grade walls should be compacted with hand-operated tampers or light compaction equipment immediately adjacent to the wall. A loose lift thickness of four to six inches is typically required for hand-operated tampers. Backfill on structures receiving fill on both sides should be kept within two feet of the opposite side. Field density tests should be taken as each lift of fill material is placed. A minimum of one field density/moisture content test should be performed each 250 linear feet of lane direction. A minimum of two tests per lift should be required. Horizontal and vertical control of each moisture-density test location is recommended. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnical engineering technician working in conjunction with the project LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 19 Materials excavated from cut sections and/or borrow sources and hauled to construct fills must be mixed and not segregated, except where such segregated soil zones are required. All fill should be placed in horizontal lifts. Filling along (parallel to) slopes should not be permitted. In areas where slopes will be constructed using fill, the fill should extend beyond finished contours and cut back to grade. If the surface of the fill is too smooth and hard to bond properly with a succeeding layer, the surface should be roughened and loosened by discing before the layer is placed. Where fill is to be placed next to existing fill, that fill should be removed to unweathered, dense material. Each layer should be benched and disced as adjoining lifts are placed. Material hauling equipment should be so routed over the fill surface to distribute the added compaction afforded by the rolling equipment, and to prevent the formation of ruts on the fill surface. The surface of the fill should be graded to drain freely and maintained throughout construction. During the dumping and spreading process, the contractor should maintain at all times a force of men adequate to remove all roots and debris and all rocks greater than four inches in maximum dimension from the fill materials. No rocks should be allowed within the final eight inches of subgrade. In the event of slides in any part of the fill prior to final acceptance of the work, the contractor should remove material from the slide area and should rebuild such portion of the fill as requested by the engineer. 6.4 Moisture and Density Control Following the spreading and mixing of the fill, it should be processed by discing throughout its thickness to break up and provide additional blending of materials. Discing should consist of at least two passes of the disc plow. Additional passes of the disc plow should be made necessary to accomplish breaking up and blending the fill. The recommended loose lift thickness is eight inches. The moisture content of the soil should be adjusted, if necessary, by either aeration or the addition of water to bring the moisture content within the specified range. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 18 Any layers which become damaged by weather conditions should be reprocessed to meet specification requirements. The compacted surface of a layer of fill should be lightly loosened by discing before the succeeding layer is placed. When the moisture content and the condition of the fill layer are satisfactory, compaction should be made with a tamping-foot roller (sheepsfoot with cleaner teeth) similar to a Caterpillar 815 or 825 Compactor. The tamping-foot length should be a minimum of eight inches. Vibratory tamping foot rollers (sheepsfoot rollers) may be required for compaction of some types of fill material, particularly the sandy soils. The roller should weigh no less than 2,000 pounds per linear foot of drum width. The fill material should be compacted to a minimum of 95 percent of the maximum dry density as determined by the moisture-density relations test method ASTM Designation D 698. The moisture content should range between two percentage points below optimum to five percentage points above optimum (-2 to +5) for soils with a plasticity index (PI) of less than 20. For soils with a PI of 20 or greater, the moisture content should range between optimum and five percentage points above optimum (0 to +5). The moisture content ranges specified are to be considered as maximum allowable ranges. The contractor may have to maintain a more narrow range (within the maximum allowable) in order to consistently achieve the specified density for some soils or under some conditions. The moisture content and density of all fill material should be maintained at the specified range of moisture and density. Fill behind below-grade walls should be compacted with hand-operated tampers or light compaction equipment immediately adjacent to the wall. A loose lift thickness of four to six inches is typically required for hand-operated tampers. Backfill on structures receiving fill on both sides should be kept within two feet of the opposite side. Field density tests should be taken as each lift of fill material is placed, A minimum of one field density/moisture content test should be performed each 250 linear feet of lane direction. A minimum of two tests per lift should be required. Horizontal and vertical control of each moisture-density test location is recommended. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnical engineering technician working in conjunction with the project LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 19 geotechnical engineer. The contractor should assist the technician in taking tests to the extent of furnishing labor and equipment to prepare the areas for testing and curtailing operations in the vicinity of the test area during testing. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the sole responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. In general, final fill or cut slopes constructed in the soils at the site should be maintained on slopes no steeper than 4 horizontal to 1 vertical (4H:1 V). In some cases a 4H:1 V slope may not be stable depending on the soil type, height of slope and subsurface seepage issues. In these cases, a site specific slope analysis will be required, especially for slopes over about 8 feet. All slopes, whether temporary construction slopes or permanent fill slopes, should be designed to allow drainage at planned areas where erosion protection can be provided, instead of allowing surface water to flow down unprotected slopes. Vegetative ground cover should be provided as soon as practical on completed slopes. 6.5 Trench Backfill Trench backfill for utilities should be properly placed and compacted. Dense or dry backfill can swell and create a mound along the ditch line while loose or wet backfill can settle and form a depression along the ditch line. Distress to overlying structures, pavements, sidewalks, etc. can occur if heaving or settling happens. A granular bedding material is recommended for pipe bedding. Clean coarse sand or well graded crushed rock make good bedding materials. Care should be taken to prevent the backfilled trench from becoming a French Drain and piping surface or subsurface water beneath structures or pavements. The use of concrete cut-off collars or clay plugs may be required to prevent this from occurring. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 20 Trench backfill should be placed in horizontal lifts. The backfill should be compacted in uniform lifts of 8 to 12 inches and be tested for moisture and density. We recommend that each lift be tested with spacing of 250 feet along the trench. Compaction should be to a minimum of 95 percent and a maximum of 100 percent of Standard Proctor density (ASTM D698) at a moisture content ranging from one percentage point below optimum to four percentage points above optimum (-1 to +4). 6.6 Acceptance of Imported Fill The owner must approve any soil hauled onto this project from off-site sources by obtaining a written and notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification must be furnished to the owner prior to furnishing soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as fill on this project. 6.7 Excavations Excavations for utilities, pipelines, foundations, bore pits for pipe jacking and open cuts could encounter unstable soils and shallow subsurface seepage. In general, suitable temporary excavation slopes across the site will vary. Due to the variable subsurface conditions and groundwater, one slope angle will not be stable at all locations across this large site. Some soil conditions at the site will become unstable using typical slope angles. Unstable soils include, but are not necessarily limited to, (1) jointed, fissured, and slickensided materials; (2) soils with pockets or layers of sand or gravel; (3) limestone with vertical and angular fracture planes; and (4) soils and rocks with groundwater seepage occurring. Slopes in these types of soils may become unstable during periods of wet weather or as loads are applied to the top and/or along the slope. The stability is also affected by weather conditions, excavation depth, adjacent structures, construction equipment, and the length of time the excavation will remain open. Caution is advised when making excavations since cave-ins could occur and create an unsafe worker condition. IANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-Fw.doc 21 Soils can typically be excavated with conventional earthmoving equipment. However, excavation equipment varies and field conditions may vary. Generally the weathering process is erratic and variations in the weathered and unweathered limestone rock or profile can occur in short vertical and horizontal distances. Therefore, it is possible that some weathered and unweathered rock will be difficult to excavate and will require difficult excavation techniques. Excavations will encounter hard to very hard limestone (ROCK) in some sections of the roadway. Penetration into and through the rock typically requires large heavy duty track hoes with rock tooth buckets, the use of hoe ram attachments and rock saws. Foundation installation will require rock tooth auger bits, and could also require core barrels, drop chisels and other hard rock tools. Excavations should be shored to provide stability up-slope and to protect construction workers. In all cases, the requirements of the Occupational Safety and Health Administration (OSHA) must be followed. It is important for the contractor to monitor the slope stability by observation and measurement, and to prevent excessive loads (especially heavy vibratory loads) from being applied to the slope. The contractor should be responsible for maintaining the slopes in a safe condition during construction and the use of slope stability monitoring equipment is recommended. This report has not been prepared for trench safety and/or excavation and fill slope design. In the Federal Register, Volume 54, No. 209 (October 1989), the United States Department of Labor, Occupational Safety and Health Administration (OSHA) amended its "Construction Standards for Excavations, 29 CFR, part 1926, Subpart P". This document was issued to better insure the safety of workmen entering trenches or excavations. It is mandated by this federal regulation that excavations, whether they be utility trenches, basement excavation or footing excavations, be constructed in accordance with the new OSHA guidelines. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. The contractor's LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 22 "responsible person", as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. We are providing this information solely as a service to our client. LandTec Engineers, LLC does not assume responsibility for construction site safety or the contractor's or other parties' compliance with the local, state, and federal safety or other regulations. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 23 7 RECOMMENDED TESTING AND FREQUENCY 7.1 General The following field and laboratory testing, and frequencies are recommended. These are not intended to encompass all testing requirements for the project, but merely to guide in the overall quality control of the project and are not necessarily limited to the following. 7.2 Earthwork Fill material placed within the roadway and embankment areas should be compacted in maximum of eight (8) inch loose lifts to a minimum of 95% of Standard Proctor at a moisture content ranging from two (2) percentage points below optimum to five (5) percentage points above optimum (-2 to +5) for soils with a Plasticity Index (PI) of 20 or less. For soils with PI over 20, the moisture content should be optimum to five over (0 to +5). Field density tests should be performed on the compacted fill at the rate of one test per each 250 linear feet of lane direction per lift. A minimum of two (2) tests per lift should be required, regardless of the area. 7.3 Pavement Subgrade Once the final grades are achieved, the subgrade should be observed to determine the soil type. Subgrade samples should be obtained and tested in the laboratory to determine the appropriate stabilization additive and optimum content needed. During application and mixing, depth checks and gradation tests should be made by the testing laboratory. Gradation tests should be performed for each 250 linear feet of roadway per lane direction with a minimum of one test per section. A check for correct depth of stabilization should also be made. Compact the stabilized subgrade to a density of not less than 95 percent of the maximum dry density determined by Standard Proctor (ASTM D698) at a moisture content ranging from optimum to four percentage points above optimum (0 to +4). Maintain the moisture content and integrity of the completed subgrade section until the pavement is placed. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 24 Field density tests should be taken at the rate of one test per each 250 linear feet of lane direction with a minimum of two (2) tests per section. 7.4 Trench Backfill Trench backfill for utilities should be properly placed and compacted. Dense or dry backfill can swell and create a mound along the ditch line. Loose or wet backfill can settle and form a depression along the ditch line. Distress to overlying structures, pavements, sidewalks, etc. can occur if heaving or settling happens. A granular bedding material is recommended for pipe bedding. Clean coarse sand, well rounded pea gravel, or well graded crushed rock make good bedding materials. Care should be taken to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures or pavements. The use of concrete cut-off collars or clay plugs may be required to prevent this from occurring. If the on-site soils are used for trench backfill, they should be compacted to between 95 and 100 percent of Standard Proctor (ASTM D 698) at a moisture content ranging from optimum to four percentage points above optimum (0 to +4). Field density tests should be taken at the rate of one test per lift, per each 250 linear feet of trench. 7.5 Summary of Testing General Earthwork Density: Minimum of 95% of Standard Proctor Moisture: -2 to +5 (soils with PI < 20) & 0 to +5 (soils with PI >20) Lift Thickness: 8 inch loose lifts Field Density Tests: 1 test per each 250 linear feet of lane direction per lift Subgrade Sampling Upon the completion of final subgrade and after installation of utilities, sample the subgrade each 250 linear feet per lane direction to eight (8) inch depth or as directed by the geotechnical engineer. Perform pH tests versus the selected stabilization additive for several different percentages, i.e. 2, 4, 6 and 8 percent, on selected representative samples. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 25 7 RECOMMENDED TESTING AND FREQUENCY 7.1 General The following field and laboratory testing, and frequencies are recommended. These are not intended to encompass all testing requirements for the project, but merely to guide in the overall quality control of the project and are not necessarily limited to the following. 7.2 Earthwork Fill material placed within the roadway and embankment areas should be compacted in maximum of eight (8) inch loose lifts to a minimum of 95% of Standard Proctor at a moisture content ranging from two (2) percentage points below optimum to five (5) percentage points above optimum (-2 to +5) for soils with a Plasticity Index (PI) of 20 or less. For soils with PI over 20, the moisture content should be optimum to five over (0 to +5). Field density tests should be performed on the compacted fill at the rate of one test per each 250 linear feet of lane direction per lift. A minimum of two (2) tests per lift should be required, regardless of the area. 7.3 Pavement Subgrade Once the final grades are achieved, the subgrade should be observed to determine the soil type. Subgrade samples should be obtained and tested in the laboratory to determine the appropriate stabilization additive and optimum content needed. During application and mixing, depth checks and gradation tests should be made by the testing laboratory. Gradation tests should be performed for each 250 linear feet of roadway per lane direction with a minimum of one test per section. A check for correct depth of stabilization should also be made. Compact the stabilized subgrade to a density of not less than 95 percent of the maximum dry density determined by Standard Proctor (ASTM D698) at a moisture content ranging from optimum to four percentage points above optimum (0 to +4). Maintain the moisture content and integrity of the completed subgrade section until the pavement is placed. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 24 Field density tests should be taken at the rate of one test per each 250 linear feet of lane direction with a minimum of two (2)tests per section. 7.4 Trench Backfill Trench backfill for utilities should be properly placed and compacted. Dense or dry backfill can swell and create a mound along the ditch line. Loose or wet backfill can settle and form a depression along the ditch line. Distress to overlying structures, pavements, sidewalks, etc. can occur if heaving or settling happens. A granular bedding material is recommended for pipe bedding. Clean coarse sand, well rounded pea gravel, or well graded crushed rock make good bedding materials. Care should be taken to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures or pavements. The use of concrete cut-off collars or clay plugs may be required to prevent this from occurring. If the on-site soils are used for trench backfill, they should be compacted to between 95 and 100 percent of Standard Proctor (ASTM D 698) at a moisture content ranging from optimum to four percentage points above optimum (0 to +4). Field density tests should be taken at the rate of one test per lift, per each 250 linear feet of trench. 7.5 Summary of Testing General Earthwork Density: Minimum of 95% of Standard Proctor Moisture: -2 to +5 (soils with PI < 20) & 0 to +5 (soils with PI >20) Lift Thickness: 8 inch loose lifts Field Density Tests: 1 test per each 250 linear feet of lane direction per lift Subgrade Sampling Upon the completion of final subgrade and after installation of utilities, sample the subgrade each 250 linear feet per lane direction to eight (8) inch depth or as directed by the geotechnical engineer. Perform pH tests versus the selected stabilization additive for several different percentages, i.e. 2, 4, 6 and 8 percent, on selected representative samples. IANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 25 Lime Stabilized Subgrade Density: Minimum of 95% of Standard Proctor ASTM D698 Moisture: 0 to +4 Lift Thickness: 8 inches Field Density Tests: 1 test each 250 linear feet of roadway per lane direction Field Gradation: 1 per each 250 linear feet per lane direction Depth Check: 1 per each 250 linear feet per lane direction Trench Backfill Density: Minimum of 95% and Maximum of 100% of Standard Proctor (ASTM D 698) Moisture: -1 to +4 Lift Thickness: 8 to 12 inches Field Density Tests: 1 test per lift each 250 linear feet of trench; 1 test per lift each 2,500 square feet of surface area for culvert backfill; in fill sections under paving, the top 2 feet of backfill must be compacted to a minimum of 100%. Crushed Limestone Flexible Base Density: Minimum of 95% of Modified Proctor ASTM D1557 Moisture: -1 to +3 Lift Thickness: 8 inches (maximum) Field Density Tests: 1 test per each 250 linear feet per lane direction with minimum of 2 tests per lift LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 26 8 GENERAL COMMENTS and CONDITIONS In any geotechnical study, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the boring. However, during construction, anomalies in the subsurface conditions are quite often revealed. Therefore, it is recommended that the project geotechnical engineer be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the project geotechnical engineer to stay abreast with the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction observation commence at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contract directly with the geotechnical / materials engineer. This results in a clear, direct line of communication between the owner or his representative and the geotechnical/ materials engineer. The services described in this report were performed consistent with generally accepted geotechnical engineering principles and practices. No other warranty, expressed or implied, is made. These services were performed in agreement with our client. This report is solely for the use and information of our client unless otherwise noted. Any reliance on this report by a third party is at such party's sole risk. Opinions and recommendations contained in this report apply to conditions existing when services were performed and are intended only for the client, purposes, locations, time frames, and project parameters indicated. We do not warrant the accuracy of information supplied by others, or the use of segregated portions of this report. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 27 The conclusions and recommendations in this report are invalid if: • the road is relocated; • the report is used for adjacent or other property, roads or buildings; • grades, ground-water levels, or both, change between the issuance of this report and construction; • any other change is implemented that materially alters the project from that proposed when this report was prepared The boring logs do not provide a warranty of the conditions that may exist at the entire site. The extent and nature of subsurface soil and ground-water variations may not become evident until construction begins. Variations in soil conditions between borings could possibly exist between or beyond the points of exploration or groundwater elevations may change, both of which may require additional studies, consultation, and possible design revisions. Any person associated with this project who observes conditions or features of the site or surrounding areas that are different from those described in this report should report the differences immediately for consideration and evaluation. This report was prepared solely for the use of our client and should be reviewed in its entirety. It is recommended that LandTec Engineers be retained to review those portions of the plans and specifications for this project that pertain to geotechnical recommendations contained in this report as a means to determine whether the recommendations have been interpreted as intended. This is typically done when the plans are at the 50 to 75 percent design level. LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 28 APPENDIX A W MCLEROY BOULEVARD LEGEND BORING LOCATION B-1 CORE LOCATION � C-1 � 7 O .i G CROA,f WE-t E CREEK ROAD F rn rn rn 1 LONGHORN ROAD f C-5 wit '.I NQg; BORING AND CORING LOCATIONS ARE APPROXIMATE. PLAN OF BORINGS B I , OLD DECATUR RD C-6 MCLEROY BOULEVARD TO LONOHORN RD - } n n " FORT WORTH, TEXAS i F .�:Mr101a m,= IMF R.® F,�drasuraan:-,rF M.o.r ,o. FIGURE Al w,.r�a ,wr soar m waw 1® F! f � • F .. 1 • ��, w � t�".4 s ._ 1 ° ' r�s ♦�y, ,rte ��� Ra .sue' . S ` 4 , �w m y m . z W MCLEROY BOULEVARD G w °e At 3dd. CROMWELL MARINE CREEK ROAD LONGHORN ROAD' Project: Old Decatur Road McLeroy Blvd.to Longhorn Rd. BORING LOG Fort Worth,Texas B-5 Project Number: 1795 Sheet 1 of 1 Location: See Plan of Borings y Surface El.:Unknown o 0 0 a N o d o a J O O A P.�4 U z MATERIAL DESCRIPTION x A LEAN CLAY,brown to light brown w/tan,very stiff w/calcareous nodules&limestone Ul , fi-agnents 4.5+ 18.8 95.8 47 27 20 92 2.0 2.0 WEATHERED LIMESTONE,(ROCK),tan, hard,dry w/tan clay seams T3 100/ 2.25" 5 A4 TS 100/ 10 10.0 1.5" N 15 F U F zz a a C7 0d O z 0 20 F 0 x .Wa a A 0 a c� 3 25 o Completion Depth: 10 ft Remarks: Dry @ Completion. I I 0 Date: 9/4/12 LANDTEC Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. The FIGURE A3 stratification lines represent the approximate boundary between soil types and the transition can be gradual.. Project: Old Decatur Road McLeroy Blvd.to Longhorn Rd. BORING LOG Fort Worth,Texas B_( Project Number: 1795 Sheet 1 of 1 Cn Location: See Plan of Borings 6 _ x w y Surface El.:Unknown o 0 8 _ s s 00 2 b `w y� a c A a Cd m o c U :� a a a. Z a MATF,RML DESCRIPTION x A LEAN CLAY,brown to light brown w/tan,very stiff wAimestone fragments&rocks& U1 , w/organics 4.5+ 9.1 94.5 39 17 22 51 0.6 2.0 CLAY,brown,very stiff w/calcareous nodules U2 3.0 4.5+ 16.9 110.3. 65 22 43 76 7.7 WEATHERED LIMESTONE,(ROCK),tan, hard,dry w/tan clay seams T3 100/ s� 5 A4 w w 9.0 TS LM ESTONE,(ROCK),gray,hard to very hard loo/ 10.0 .7s• 10 N I a 15 F Q UU F A z a U P. Cz7 a z x CD 0 0 20 F w U U a A O h a _Wn W� C7 3 25 o Completion Depth: 10 ft Remarks: Dry @ Completion. 0 0 1 Date: 9/4/12 0 w LAN DTEC Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. The FIGURE A4 stratification lines represent the approximate boundary between soil types and the transition can be gradual. Project: Old Decatur Road McLeroy Blvd.to Longhorn Rd. BORING LOG Fort Worth,Texas B_7 Project Number: 1795 Sheet 1 of 1 rn Location: See Plan of Borings ° (D U K w Surface El.: Unknown o 0 S _ �° u b ids v C 'a O p N.+ N 3 O a O U z° v� MATERIAL DESCRIPTION x CLAY,brown,very stiff w/limestone fragments U 1 &rocks 1.0 4.5+ 18.1 104.8 70 29 41 90 j 4.0 WEATHERED LIMESTONE,(ROCK),tan, hard,dry w/tan clay seams A2 T3 100/ 1.75' 5 I A4 TS 100/ 10 10.0 1.25• N 15 Q W F z a .a a 0 I Q 0 20 F W U U O h rn I W_r a C7 3 25 o Completion Depth: 10 ft Remarks: Dry @ Completion. 0 Date: 9/4/12 z 0 m LAIIIDTEC Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. The FIGURE A5 stratification lines represent the approximate boundary between soil types and the transition can be gradual. Project: Old Decatur Road McLeroy Blvd.to Longhorn Rd. BORING LOG Fort Worth,Texas B_g Project Number: 1795 Sheet 1 of 1 C40 Location: See Plan of Borings Y _ e o eb aXi ; 0 w En Surface El.:Unknown o 0 0 E5 E d ' c E fin p a b 3 v " C A R. y �' U N cd a L4 cd MATERIAL DESCRIPTION x LEAN CLAY,tan,limy,very stiff w/limestone fragments&rocks Ul . 4.5+ 13.3 108.5 31 14 17 93 3.1 2.0 WEATHERED LIMESTONE,(ROCK),tan, hard,dry w/tan clay seams T3 100/ .s• 5 A4 U5 100/ 10 10.0 '5. N N 15 O Q U F A d a o. cZ7 a x z 0 0 20 F a a a 0 0 rn �a 3 25 o Completion Depth: 10 ft Remarks: Dry @ Completion. ccD Date: 9/4/12 a 0 m LMDTEC Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. The FIGURE A6 stratification lines represent the approximate boundary between soil types and the transition can be gradual. GENERAL NOTES DRILLING AND SAMPLING SYMBOLS: U Thin-Walled Tube-3"O.D., Unless otherwise noted A Auger Sample S Split Spoon-2"O.D., Unless otherwise noted W Wash Sample C Core Barrel T TxDOT Cone Penetrometer(TCP) RELATIVE DENSITY CONSISTENCY OF COARSE-GRAINED SOILS: OF FINE-GRAINED SOILS: Penetration Resistance Relative Unconfined Blows/foot Density Compressive Consistency Strenqth, Qu, tsf 0-4 Very Loose Less than 0.25 Very Soft 4-10 Loose 0.25 to 0.50 Soft 10-30 Medium Dense 0.50 to 1.00 Firm 30-50 Dense 1.00 to 2.00 Stiff over 50 Very Dense 2.00 to 4.00 Very Stiff 4.00 and higher Hard TERMS CHARACTERIZING SOIL STRUCTURE: Slickensided Having inclined planes of weakness that are slick and glossy in appearance. Fissured Containing shrinkage cracks,frequently filled with fine sand or silt; usually more or less vertical. Laminated Composed of thin layers of varying color and texture. Interbedded Composed of alternate layers of different soil types. Calcareous Containing appreciable quantities of calcium carbonate. Well graded Having wide range in grain sizes and substantial amounts of all intermediate particle sizes. Poorly graded Predominantly of one grain size, or having a range of sizes with some intermediate size missing. NOTE: Slickensided and fissured clays may have lower unconfined compressive strengths because of planes of weakness or cracks in the soil. The consistency rating of such soils are based on penetrometer readings. DEGREE OF WEATHERING: Unweathered Rock in its natural state before being exposed to atmospheric agents. Slightly Weathered Noted predominantly by color change with no disintegrated zones. Weathered Complete color change with zones of slightly decomposed rock. Severely Weathered Complete color change with consistency,texture, and general appearance approaching soil. SUBSURFACE CONDITIONS: Soil and rock descriptions on the boring logs are a compilation of field data as well as from laboratory testing of samples. The stratification lines represent the approximate boundary between materials and the transition can be gradual. Water level observations have been made in the borings at the times indicated. It must be noted that fluctuations in the groundwater level may occur due to variations in rainfall, hydraulic conductivity of soil strata, construction activity,and other factors. Hardness terms for soil and rock are for relative comparison of the various samples, and are not intended to be used as an indication of the ease or difficulty of excavation or of excavation stability. Hardness terms on the logs may be based upon a combination of the test and observation methods listed above, and upon field observations. LANDTEC ENGINEERS Figure A7 CLASSIFICATION OF SOILS Criteria for Assigning Group Symbols and Group Names Using Soil Classification Laboratory Tests Group Group Name Symbol GRAVELS CLEAN Cu z 4 and 1 <_ C,<_ 3 GW Well-graded More than 50% GRAVELS Gravel of coarse Less than 5% Cu:5 4 and 1 z C�z 3 GP Poorly-graded fraction fines Gravel retained on GRAVELS Fines classify as ML or MH GM Silty Gravel No. 4 sieve WITH FINES More than Fines classify as CL or CH GC Clayey Gravel 12%of fines SANDS CLEAN Cu z 6 and 1 <_ Cc:5 3 SW Well-graded Sand 50% or more of SANDS coarse fraction Less than 5% Cu<_ 6 and 1 >_ C,z 3 SP Poorly-graded retained on fines Sand No. 4 sieve SANDS Fines classify as ML or MH SM Silty Sand WITH FINES More than Fines classify as CL or CH SC Clayey Sand 12%fines SILTS AND Inorganic PI >7 and plots on or above"A" CL Lean Clay CLAYS line Liquid limit less PI <4 and plots below"Kline ML Silt than 50% Organic Liquid limit—ovendried OL Organ c Cla Liquid limit—not dried ` 0'75 Or anic Silt SILTS AND Inorganic PI plots on or above"A" line CH Fat Clay CLAYS Liquid limit PI plots below"A" line MH Elastic Silt more than 50% Organic Liquid limit—ovendried 75 OH Organ c Silt Liquid limit—not dried ` 0' Orcianic Silt Highly fibrous Primary organic matter, dark in color, and organic Pt Peat organic soils odor SOIL GRAIN SIZE U.S.Standard Sieve 6' 3' 3!4' 4 10 40 200 Boulders Cobbles Coarse I Fine I Coarse I Med um Fine Silt Clay 152 76.2 19.1 4.76 2.00 0.420 0.074 0.002 millimeters PLASTICITY CHART 60 50 CH of OH x 40 J w 0 30 P u CL or OL g20 W o ON a 10 7M K7 ML OL 4. °0 1a 16 20 30 40 50 60 70 80 so 100 110 LIQUID LIMIT(LL) LANDTEC ENGINEERS Figure A8 APPENDIX B SUMMARY OF RESULTS SWELL TESTS Old Decatur Road McLeroy Blvd. to Longhorn Rd. Fort Worth, Texas Project No. 1795 September 18, 2012 Initial Final Dry Overburden Boring Depth, Material Moisture, Moisture, Wgt, Pressure, No. Ft. Desc. % % pct Swell,% psf B-6 2-3 CLAY 24.5 33.4 101.5 6.6 250 B-8 1-2 LE. CLAY 18.2 29.5 96.5 0.8 125 LANDTEC ENGINEERS 1795 Old Decatur Rd-McLeroy to Longhorn-FW.doc 131 ASTM D6276 Sample Location: Boring B-6 @ 2-3 ft Sample Date: 9/4/12 Raw Treated Liquid Limit: 67 Liquid Limit: 60 Plastic Limit: 21 Plastic Limit: 45 Plasticity Index: 46 Plasticity Index: 15 (-)200 Mesh Sieve, %: 88 Chemical Modifier: Lime Classification (USCS): CH Trial Percentage Addition: 6% 13.0 12.8 12.6 C1 12.4 0 12.0 2 3 4 5 6 7 8 o Percent Lime z z 0 x v z 0 a 0 - OUR IErrM MO REPORTS ARE KR THE U=USPA USE OF TAE QAWTO WNW TIE ARE AoofESn®.AAO WKY OILY M rK SAA%U TESTED TEST FWXXTS ME ROT*MSSARSY MMT W OF TREOUAUw a M4MEMTLr®EMM&OR MOM W^" w v pH Lime Series LANDTEC ENGINEERS Project: Old Decatur Road 1700 Robert Road, Suite 101 McLeroy Blvd.to Longhorn Rd. a En InEErS Mansfield, Texas 76063 Fort Worth,Texas Number: 1795 Date: 9/4/2012 o. APPENDIX C Table 1 SUMMARY OF PAVEMENT CORE SAMPLES OLD DECATUR ROAD Core No. Approximate Approximate Asphalt Base Material Thickness, Thickness, inches inches C-1 1 % 61/2 C-2 1 % 8 C-3 3 9 C-4 41/2 5 C-5 9 '/z 8 C-6 3 Y2 8 Core C-1 through C-3: Old Decatur Road —W.J. Boaz Rd. to McLeroy Blvd. Core C-4 through C-6: Old Decatur Road — McLeroy Blvd. to Longhorn Rd. Note: See Plan of Borings for the existing pavement core sample locations. LANDTEC ENGINEERS Table 1 Old Decatur Rd.docx C �. o WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth, Texas Company. Kinley-Horn and Associates, Inc. Contractor: n/a Project Description: Old Decatur Road, Fort Worth Location: From McLeroy Blvd.to Longhorn Rd. Rigid Pavement Design/Evaluation PCC Thickness 10.01 Inches Load Transfer,J 3.00 Design ESALs 13,151,084 Mod.Subgrade Reaction, k 225 ps(fln Reliability 85.00 percent Drainage Coefficient,Cd 1.00 Overall Deviation 0.39 Initial Serviceability 4.50 Modulus of Rupture 620 psi Terminal Serviceability 2.50 Modulus of Elasticity 4,000,000 psi Modulus of Subgrade Reaction(k-value)Determination Resilient Modulus of the Subgrade 4,118.2 psi Resilient Modulus of the Subbase 12,391.0 psi Subbase Thickness 8.00 inches Depth to Rigid Foundation 10.00 feet Loss of Support Value(0,1,2,3) 0.0 Modulus of Subgrade Reaction 225.10 psilin Engineer: LandTec Engineers ' ERVICES geotechnical and environmental engineering construction materials testing laboratory testing d - - LANDTEC ENGINEERS, LLC 1700 Robert Road, Suite 101 Mansfield, Texas 76063 p. 817-572-2818 f. 817-453-9984 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 11 48 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Jackson Construction, Ltd Offeror MM//DBE ffV( NON-MM//DBE PROJECT NAME: Old Decatur Road and Marine Creek Parkwa BID DATE y 04/21/2016 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 22 % 1 .807 % 02506 j Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being 1considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORTWORTH_ ATTACHMENT 1A 'To- Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE aoal. Attach N NCTRCA Certificate o SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E Supreme Sawing and Concrete $92,248.00 Seal, Inc. Cutting and PO Box 800596 Joint Balch Springs, TX 75180 1 ❑ ❑ sealing 972-557-9858 Tarrant Concrete Concrete Redi $642,005.10 PO Box 6194 Mix Fort Worth, TX 76115 1 1-1 ❑ Phone: 817-588-9284 Fax: 817-927-8381 GJ Seeding Seeding & $71,656.00 1080 S. Burleson Blvd Grassing Burleson, TX 76028 1 ❑ El Phone: 817-426-8284 Fax: 888-761-2077 GJ Seeding Landscaping $59,403.25 1080 S. Burleson Blvd Burleson, TX 76028 Phone: 817-426-8284 ❑ ❑ Fax: 888-761-2077 Reynolds Asphalt & HMAC $8,190.00 Construction Co PO Box 370 Euless, TX 76039 ❑ ❑ Phone: 817-267-3131 Fax: 817-267-7022 Reynolds Asphalt & Asphalt $140,041.00 Construction Co Paving PO Box 370 Euless, TX 76039 ! ❑ Q Phone: 817-267-3131 Fax: 817-267-7022 Rev.5/30/12 FOR�TVYORTH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate o SUBCONTRACTORISUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W s M Work Purchased Telephone/Fax r B B B B E E E E JM MATERIALS, INC. Aggregates: $320,400.00 PO BOX 199 Sand/Gravel/Dirt ALVORD, TX 76225 ✓ /Topsoil, Etc 940-427-2033 PHONE C ❑ ❑ 940-427-2789 FAX JM MATERIALS, INC. Hauling by $154,569.00 PO BOX 199 Dump Truck ALVORD, TX 76225 t ❑ ❑ ✓ 940-427-2033 PHONE 940-427-2789 FAX Manholes - $34,733.00 Forterra Pipe & Precast, Inc. Supplies PO Box 842481 Dallas, TX 75284 ❑ ❑ ✓ 972-653-5678 PHONE 972-264-6236 FAX Forterra Pipe & Precast, Pipe & Pipe $309,062.00 Inc. Fittings PO Box 842481 , ❑ ❑ ✓ Dallas, TX 75284 972-653-5678 PHONE 972-264-6236 FAX CROSSROADS, LP Traffic $41,280.00 5012 DAVID STRICKLAND Control RD ✓ and FORT WORTH, TX 76119 El 1:1 Barricades 817-634-0044 PHONE 817-634-0048 FAX CROSSROADS, LP Signs and $43,165.00 5012 DAVID Advertisin STRICKLAND RD g FORT WORTH, TX 76119 �_ El F-1 ✓ Specialtie 817-634-0044 PHONE s 817-634-0048 FAX Rev.5/30/12 FOR WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate 0 SUBCONTRACTORISUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E ELK ENGINEERING CATHODIC $33,725.00 ASSOCIATES, LLC PROTECTION 8950 FORUM WAY t ✓ FORT WORTH, TX 76140 I ❑ ❑ PHONE: 817-568-8585 FAX: 817-568-8590 US TREN-TECH, LLC TRENCH $500.00 828 HOWELL DR SAFETY COPPELL, TX 75019 ✓ DESIGN PHONE: 972-304-2171 ❑ ❑ FAX: 304-2171 ROAD MASTER Pavement $55,564.00 STRIPING, LLC Markings 1301 S. MCKINNEY and RICE, TX 75155 ti ❑ ❑ ✓ Striping PHONE: 903-326-4530 FAX: 903-326-4671 MAGNUM MANHOLE & CAMERA/TV $15,165.00 UNDERGROUND CO. INSPECTION 428 N. FIRST ST GARLAND, TX 75040 �� ❑ ❑ ✓ PHONE: 972-276-2048 FAX: 972-276-5318 FORTERRA PRESSURE PIPE & PIPE $405,678.00 PIPE FITTINGS PO BOX 842481 DALLAS, TX 75284-2481 F-1 El ✓ PHONE: 972-653-5678 FAX: 972-264-6236 BEAN ELECTRICAL, INC. ELECTRICAL $322,597.00 821 E. ENON AVENUE AND FORT WORTH, TX 76140 ✓ LIGHTING PHONE: 817-561-7400 LE ❑ ❑ FAX: 817-561-7403 Rev.5/30/12 FUR"1j�H ATTACHMENT 1A I Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address I Subcontracting Supplies Telephone/Fax e B B M Work Purchased Dollar Amount Email r E E E Contact Person FABCO 1 SUPPLIER OF $244,945.00 7410 APACHE ST. REBAR HOUSTON, TX 77028 713-633-6500 PHONE T-BAR FENCE, INC. 1 FENCING $15,150.00 1912 PEYCO DR. S ARLINGTON, TX 76001 PHONE: 817-467-0412 FAX: 817-467-7330 REDI-MIX CONCRETE 1 LIME $142,800.00 PO BOX 844425 DALLAS, TX 75284-4425 D f PHONE: 817-835-4100 FAX: 835-4074 MARTIN MARIETTA 1 Aggregates: $828,000.00 MATERIALS Sand/Gravel/Dirt/ 10615 SPANGLER RD ✓ Topsoil, Etc DALLAS, TX 75220 PHONE: 972-409-3240 FAX: 972-501-9304 HERBERT S. BEASLEY 1 SURVEYING/ $96,500.00 LAND SURVEYORS, L.P. STAKING P.O. BOX 8873 FORT WORTH, TX 76124 P: 817-429-0194 F: 817-446-5488 TekRock Trenching, LLC 1 ROCK $432,395.00 605 River Bend Dr. S. 100 TRENCHING Georgetown, TX 78628 P: 512-686-1060 El F: 512-519-1101 Rev.2/10/15 FORT WORTH ATTACHMENT r Page ge 2 2 of of 4 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address I Subcontracting Supplies M w Dollar Amount Telephone/Fax ` e e B Work Purchased Email Contact Person E E E Fortiline Waterworks 1 PIPE & PIPE $132,060.00 1705 Cypress St. FITTINGS Haltom City, TX 76117 ❑ ❑ ✓ P: 682-747-0879 TEXOP 1 ASPHALT $97,240.00 CONSTRUCTION, LP MILLING PO BOX 427 ❑ ❑ ROANOKE, TX 76262 PHONE: 940-648-1455 FAX: 940-648-1457 STORM WATER 1 EROSION CONCRETE $30,804.00 MANAGEMENT, INC. CONTROL REDI-MIX PO BOX 16406 ❑ ❑ FT WORTH, TX 76162 PHONE: 817-975-9307 FAX: 817-419-9307 POT-O-GOLD WASTE 1 PORTABLE 3,000.00 SERVICES TOILET 15634 WALLISVILLE RD El F-1 RENTAL HOUSTON, TX 77049 PHONE: 281-862-9529 FAX: 469-723-2351 ❑ Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $92,248.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers s 4,680,927.35 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $4,773,175.35 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorize Signature Printed Signatur • Vice President Title Contact Name/Title(if different) Jackson Construction, Ltd 817-572-3303/817-478-0443 Company Name Telephone and/or Fax 5112 Sun Valley Drive Address E-mail Address Fort Worth, TX 76119 04/25/2016 City/Statelzip Date Rev.2/10/15 ATTACHMENT IC Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe JACKSON CONSTRUCTION, LTD Offeror PROJECT NAME: MNV/DBE I X I NON-MNV/DBE Old Decatur Road and Marine Creek Parkwa BID DATE Y 04/21/2016 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 22 % .807 % 102506 If the Offeror did not meet or exceed the MBE subcontracting goal for this project,the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m.on the second City business day after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please 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 MBE or non-MBE.(DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities CONCRETE CUTTING AND JOINT SEALING CONCRETE REDI-MIX SEEDING AND GRASSING HMAC LANDSCAPING AGGREGATES:SAND/GRAVEUDIRTrfOPSOIL,ETC ASPHALT PAVING MANHOLE-SUPPLIES HAULING BY DUMP TRUCK PIPE & PIPE FITTINGS TRAFFIC CONTROL AND BARRICADES SUPPLIER OF REBAR SIGNS AND ADVERTISING SPECIALTIES LIME CATHODIC PROTECTION CONCRETE REDI-MIX TRENCH SAFETY DESIGN PAVEMENT MARKINGS AND STRIPING CAMERA/TV INSPECTION Rev.2/10/15 ATTACHMENT1C Page 1 of 4 FORT WORTH `—'`►yl.r•r--- City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe JACKSON CONSTRUCTION, LTD Offeror PROJECT NAME: MNV/DBE NON-MM/DBE OLD DECATUR RD AND MARINE CREEK PARKWAY BID DATE 04/21!2016 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 22 % .807 % 02506 ATTACHMENT 1C FORT WORTH Page 1 of 4 City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe JACKSON CONSTRUCTION, LTD Offeror PROJECT NAME: MM/DBE I x I NON-MM/DBE Old Decatur Road and Marine Creek Parkwa y 04/21/2016 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 22 % .807 % 102506 F the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this rm. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please 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 MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities CONCRETE CUTTING AND JOINT SEALING CONCRETE REDI-MIX SEEDING AND GRASSING HMAC LANDSCAPING AGGREGATES: SAN D/GRAVEUDIRT/TOPS0I L, ETC ASPHALT PAVING MANHOLE-SUPPLIES HAULING BY DUMP TRUCK PIPE & PIPE FITTINGS TRAFFIC CONTROL AND BARRICADES I SUPPLIER OF REBAR SIGNS AND ADVERTISING SPECIALTIES LIME CATHODIC PROTECTION CONCRETE REDI-MIX TRENCH SAFETY DESIGN PAVEMENT MARKINGS AND STRIPING CAMERA/TV INSPECTION Rev.2/10115 ATTACHMENT 1C Page 1 of 4 F_O_ T ORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe JACKSON CONSTRUCTION, LTD Offeror PROJECT NAME: M/W/DBE NON-M/W/DBE OLD DECATUR RD AND MARINE CREEK PARKWAY BID DATE 04/21/2016 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 22 % .807 % 02506 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please 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 MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ELECTRICAL AND LIGHTING FENCING SURVEYING/STAKING ROCK TRENCHING PORTABLE TOILET RENTAL EROSION CONTROL ASPHALT MILLING Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. X Yes Date of Listing 03 /1;s /2016 No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? X Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of Fetter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm, ep rson contacted,phone number and date and time of contact.) X No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) X No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? X Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition, if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? X Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? X Yes (If yes,attach the Information that was not valid In order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Company Name Tele hone Contact Person Scope of Work Reason for Rejection C. Green Scaping, LP 817-577-9299 CATHLEEN RUIZ GREEN LANDSCAPING PRICE HIGHER FIVE STAR UwDSCAPEA IRRIGATIDN 972-366-8246 MOHAMMAD SADIQ NOSHAHI LANDSCAPING PRICE HIGHER ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. PLEASE SEE ATTACHED The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any IVIBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MNVBE Office. A thor' a Sign re Printed SigridtNA ' Vice President Title Contact Name and Title(if different) Jackson Construction, Ltd 817-572-3303 817-478-0443 Company Name Phone Number Fax Number 5112 Sun Valley Drive Address Email Address Fort Worth, TX 76119 04/22/2016 City/State/Zip Date Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel,Backhoe, Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Old Decatur Road and Marine Creek Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Northside 1148 Inch Water Transmission,Phase 2 Revised July 1,2011 City Project Number:02506