Loading...
HomeMy WebLinkAboutContract 49915 — CRY SECRETARY Q CONTRACT N0. -1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Village Creek Drainage Basin Main 325 Parallel Relief Sewer Part 1 City Project No. 01333 .N Betsy Price David Cooke an Mayor City Manager Kara L. Shuror Interim Water Director Douglas W. Wiersig, P.E. Director. Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 2017 DANNENBAUM r Dou .. a . ,....................... ...., E� .. . .....E. ..........; FCEw 62,92 �� d11VAl E_ �F FOAZ W C1 CSN 5�CA�PR 2017.06.14 20:27:09 -05'00' M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F H COUNCIL ACTION: Approved on 10/17/2017 -Ordinance No. 22970-10-2017& Resolution No. 4854-10-2017 DATE: 10/17/2017 REFERENCE C-28441 LOG NAME: 60M325P1- NO.: MOUNTAINCASCADE CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Mountain Cascade of Texas, LLC, in the Amount of $1,215,510.00 for Village Creek Drainage Basin Main 325 Parallel Relief Sewer, Part 1, Provide for Project Costs, Materials Testing and Contingencies for a Total Project Amount of$1,431,441.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official intent to Reimburse Expenditures with proceeds of future debt for the Village Creek Drainage Basin Main 325 Parallel Relief Sewer, Part 1 Project; 2. Adopt the attached appropriation ordinance increasing estimated appropriations in the Water and Sewer DPN Fund in the amount of$1,431,441.00; and 3. Authorize execution of a contract with Mountain Cascade of Texas, LLC, in the amount of $1,215,510.00 for Village Creek Drainage Basin Main 325 Parallel Relief Sewer, Part 1. City Project No. 01333. DISCUSSION: This project provides for the installation of a 48-inch sanitary sewer main beginning from a point on Oak Grove South located 1600 feet North of the Rendon-Crowley Road E./Oak Grove Road S. intersection, then north easterly 3,100 feet. The proposed sewer main is necessary for additional wastewater conveyance capacity to meet current demands and future growth in the southeast part of Fort Worth and the wholesale customer cities of Burleson and Crowley. This project was advertised for bids on June 15, 2017 and June 22, 2017 in the Fort Worth Star- Telegram. On August 3, 2017 the following bids were received: Bidder JEAmount Time of Completion Mountain Cascade of Texas, LLC $1,215,510.00 170 Calendar Days S.J. Louis Construction of Texas, Ltd. $1,367,533.00 Condie Construction Company $1,399,816.00 Circle C Construction Company $1,452,077.00 Ark Contracting Services $1,885,898.00 FT—ha-Ile Construction Company $1,905,506.22 In addition to the contract amount, $155,155.00 is required for project management, material testing and inspection and $60,776.00 is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City' s portfolio along with the http://apps.cfwnet.org/council_packet/mc review.asp?ID=25202&councildate=10/17/2017 11/1/2017 M&C Review Page 2 of 3 appropriation authority authorized under the Direct Purchase Note(DPN) 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 DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax- exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction is anticipated to commence in November 2017 and be completed by May 2018. The overall project budget is estimated to be $12,500,000.00. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's Operating Budget when complete. M/WBE OFFICE— Mountain Cascade of Texas, LLC, is in compliance with City's BDE Ordinance by committing to seven percent MBE participation. The City's MBE goal on this project is five percent. The project is located in COUNCIL DISTRICT 8, Mapsco 120E and 120F. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water& Sewer DPN Fund for this project. The Water and Sanitary Sewer DPN Funds includes authority of$100,000,000.00 for the purpose of providing interim funding for Water and Sewer Funding for Capital Projects. After this transfer, the balance will be $89,697,952.00. Funding for the Village Creek Drainage Basin Main 325 Parallel Relief Sewer Project as depicted in the table below: FUND Existing Additional Project Appropriations IPAppropriations Total* 2017A Water and Sewer Bond Fund $2,275,012.00 $0.00 $2,275,012.00 56011 Water and Sewer http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25202&councildate=10/17/2017 11/1/2017 M&C Review Page 3 of 3 DPN Fund 56014 II $0.00 $1,431,441.00 $1,431,441.00 Clean Water SRF $60,835.00 $0.00 $60,835.00 Fund 59602 Sewer Capital Fund $197,500.00 $0.00 $197,500.00 Legacy 59607 Project Total $2,533,347.00 F $1,431,441.00 $3,964,788.00 *Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfleld 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kara Shuror(8819) Additional Information Contact: John R. Kasavich (8480) ATTACHMENTS 601VI325P1 MOUNTAINCASCADE Form 1295.pdf 601VI325P1 MOUNTAINCASCADE Map01.pdf 60M325Pl-MOUNTAINCASADE-REIMB RESOLUTION.doc 60M325Pl-MOUNTAINCASCADE 60 AO 17r.docx http://apps.cfwnet.org/council_packet/mc review.asp?ID=25202&councildate=10/17/2017 11/1/2017 �. FORTWORTH City of Fort Worth Standard Construction Specification Documents Adopted September 2011 w THIS PAGE INTENTIONALLY LEFT BLANK .. r. 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 1113 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 42 43 Material Supplier Information Form 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 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 01 32 16 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(MODIFIED) 01 71 23.01 Attachment A-Survey Staking Standards 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CrrY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 28,2017 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 33-Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 33 05 30 Location of Existing Utilities(Vacuum Excavation) 33 39 60 Liner System for Sanitary Sewer Structures 99 99 00 Cattle Guards 99 99 01 Tree Protection 99 99 02 Additional Specifications 99 99 04 Fiberglass Reinforced(FR)Pressure Rated Sewer Pipe Gravity Applications 99 99 05 Composite Manhole Frame and Cover Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: 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 0334 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair Division 31-Earthwork 31 1000 Site Clearing 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3213 18 Temporary Asphalt Paving Repair 32 31 26 Wire Fence and Gates 32 92 13 Hydromulching,Seeding and Sodding Division 33-Utilities 3303 10 Bypass Pumping of Existing Sewer Systems 3305 10 Utility Trench Excavation,Embedment,and Backfill 33 05 13 Frame,Cover and Grade Rings 3305 17 Concrete Collars 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 26 Utility Markers/Locators 33 1105 Bolts,Nuts,and Gaskets 33 11 10 Ductile Iron Pipe 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 50 Sanitary Sewer Service Connections and Service Line CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 28,2017 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes Division 34-Transportation 3471 13 Traffic Control Special Specifications SS-1 Specific Project Conditions and Requirements Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements APP-99 99 01 Contractor Scheduling GR-01 71 23 Construction Staking and Survey END OF SECTION CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 28,2017 tear 0005 10-1 wl MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 ■. 4 5 6 7 w 8 9 10 12 w 13 14 15 .�r 16 w 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK .. r.. I of 6 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 1 to the Specifications&Contract Documents for VILLAGE CREEK DRAINAGE BASIN MAIN 325 PARALLEL RELIEF SEWER PART 1 Bid Opening Date: July 13, 2017 Addendum No. 1 Issued: July 10, 2017 INFORMATION TO BIDDERS: PROJECT MANUAL SECTION 00 00 00: TABLE OF CONTENTS Under the list of technical specifications modified by the Engineer for this project, add: 99 99 03 Fiberglass Gravity Sewer Pipe for Direct Bury Installation(FRPM) 99 99 04 Fiberglass Pressure Sewer Pipe (FRPM) 99 99 05 Composite Manhole Frame and Cover Under the list of referenced city specifications, add: 33 3150 Sanitary Sewer Service Connections and Service Line 3137 00 Riprap In the Appendix portion of the Table of Contents, after section"APP-99 99 01 Contractor Scheduling", add section"GR-01 7123 Construction Staking and Survey" (reference attachment). 00 4100: BID FORM Section 4.1 —Revise number of calendar days when Contract Time commences to run to 170 days (reference attachment). SECTION 00 42 43: PROPOSAL FORM The Proposal Form has been modified. Replace the 00 42 43 Proposal Form with the 00 42 43 Proposal Form included in this addendum(reference attachment). The changes are listed below. -Revise the following bid line items: Bid Item No. 1 —3331.452148"Fiberglass Sewer Pipe(SN 46) change from 2159 LF to 2139 LF, add specification reference to 99 99 03 Bid Item No. 26—3339.0001 "Manhole Interior Protective Coating—add the text"- Warren or approved equal"to the description Bid Item No. 34-- 9999.0007 Construction Contingency Allowance—set unit price and bid value to $100,000 for this item -Remove the following bid line items: Bid Item No. 2 3331.4518 48" DIP Sewer w/Protecto 401 Coating, 1003 LF Addendum No. 1 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 2 of 6 Bid Item No. 25 —3331.31014" Sewer Service, 4 EA Bid Item No. 12—3110.0101 Site Clearing, 1 LS -Add the following new bid line items and quantities: Bid Item No. 2 - 3331.4522 48"Fiberglass Sewer Pipe (SN 46), CSS Backfill, 20 LF, Specifications 33 05 10, 33 31 13, 99 99 03 Bid Item No. 3 - 9999.0008 48"Fiberglass Sewer Pressure Pipe (SN 72, PN 150), 1003 LF, Specifications 33 31 13, 99 99 04 Bid Item No. 4- 3331.4115 8" Sewer Pipe, 70 LF, Specifications 33 31 12, 33 3120 Bid Item No. 26 - 3305.0116 Concrete Encasement for Utility Pipes, 28 CY, Specification 33 05 10 Bid Item No. 27 - 3110.0102 6"-12"Tree Removal, 50 EA, Specification 31 10 00 Bid Item No. 28 - 3110.0103 12"-18"Tree Removal, 10 EA, Specification 31 10 00 Bid Item No. 29 - 3137.0109 18" Slab Riprap, dry, 125 SY, Specification 3137 00 Bid Item No. 30 - 3331.33114" Sewer Service, Reconnection,4 EA, Specification 33 3150 SECTION 01 71 23: CONSTRUCTION STAKING AND SURVEY Replace with the revised specification included in this addendum(reference attachment). SECTION 99 99 03: FIBERGLASS GRAVITY SEWER PIPE FOR DIRECT BURY INSTALLATION (FRPM) Move Fiberglass Gravity Sewer Pipe from Product Requirements section of the Appendix, rename to "Section 99 99 03,Fiberglass Gravity Sewer Pipe For Direct Bury Installation(FRPM)". In Part 3.01-D, remove note 5 SECTION 99 99 04: FIBERGLASS PRESSURE SEWER PIPE (FRPM) Add specification "Section 99 99 04, Fiberglass Pressure Sewer Pipe (FRPM)" after the"99 99 03, Fiberglass Gravity Sewer Pipe" specification's new location(reference attachment). SECTION 99 99 05: COMPOSITE MANHOLE FRAME AND COVER Add this specification after Section 99 99 04(reference attachment). APPENDIX-INDEX After"APP-99 99 02 Contractor Scheduling", add"GR-01 7123 Construction Staking and Survey" (reference attachment). APPENDIX GC-4.02: SUBSURFACE AND PHYSICAL CONDITIONS: GEOTECHNICAL REPORT Replace Figure Number 11, Generalized Soil Profile,with the revised figure in this addendum(reference attachment). APPENDIX GR-01 60 00: PRODUCT REQUIREMENTS Fiberglass Gravity Sewer Pipe—Remove from Appendix after renaming to Section 99 99 03 and relocating to follow Specification 99 99 02 in the project manual. APPENDIX GC-6-09: PERMITS AND UTILITIES Addendum No. 1 Village Creek Drainage Basin Main 325 Part 1 City Project No. 01333 3 of 6 Revise the note on the Tarrant County Utilities Company Permit to read"NOTE: Should it become apparent the permit will expire prior to the completion of construction, the Contractor shall be required to resubmit the permit in a timely manner so as not to allow a lapse in maintaining an active permit." (reference attachment) Clarification: Tarrant County Utilities Company Permit is set to expire 180 days from the date of approval. The permit was approved on June 9, 2017, making the expiration date December 6, 2017. APPENDIX APP-99 99 01: CONTRACTOR SCHEDULING Immediately after the cover sheet, insert the Schedule Quick Reference Guide for Contractors, the Schedule Guidance Document, and cover sheet for GR-01 7123 Construction Staking and Survey, included in this addendum(reference attachment). CONSTRUCTION PLANS SHEET 1 - GENERAL CONSTRUCTION NOTES Note 12: Remove the last sentence. Work to protect and preserve trees falls under the pay item for Tree Protection. Note 35: Add the following sentence at the end of the note- "Contractor is advised to the presence of limestone and weathered limestone within excavation limits per the geotechnical report provided in the Appendix Section GC-4.02, Subsurface and Physical Conditions, of the Construction Specification Documents, and is to price bid for construction accordingly." SHEET 213—GENERAL SEWER NOTES In"Sewer Service Connections, General Sequence of Construction Guidelines", revise "offset manhole" text to read as "manhole with polymer frame and cover". Add the following(reference attachment Sheet 213, Add. 01): Manhole Notes: 1. Type A manholes are to conform with Detail 33 39 10/204211 on Sheet 17. Standard 6'manholes are to conform with Detail 33 3910ID208 on Sheet 17. 2. The 4'dia. manholes in this project are to be constructed as part of connecting any existing sanitary sewer services that cross the project alignment to the proposed Main 325 Parallel Relief Sewer, as described in the 'Sewer Service Connections General Sequence of Construction Guidelines' From current records, no existing service connection locations to the existing M-325 have been identified, thus the manholes are not shown in the construction drawings. if the pre- construction CCTV inspection identifies such connections, Bid Proposal Item 5, and the referenced guidelines will apply. Add detail for typical existing service reconnection. For work within Gas Pipeline Rights-of-Way 1. No excavation, including hand digging, is permitted on pipeline rights-of-way without prior approval from the gas pipeline easement owner. Gas pipeline owner personnel must be present during any construction activities on or around its facilities or rights-of-way unless otherwise permitted by the gas pipeline owner. Excavation on gas pipeline rights-of-way is strictly forbidden without a gas pipeline owner representative on site. Within 24 inches of the outer edge of the gas Addendum No. 1 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 4of6 pipeline (on all sides), only hand excavation, air cutting, vacuum excavation, or potholing techniques are permitted. 2. Gas pipeline owners require construction equipment operators to install mats,steel plates, or other approved protective materials to adequately protect gas pipelines from potential damage by heavy equipment being operated within or crossing the rights-of-way before operations or crossing can begin or during the course of such crossing activity. Any overburden or materials installed for operating within or crossing the pipeline must be removed after construction, unless otherwise directed by the gas pipeline owner. 3. No construction or excavation activities of any kind shall be performed on or near gas pipeline rights-of-way, including crossing with equipment, vehicles or materials on or near the rights-of way before gas pipeline personnel have established the exact location and elevation of all affected facilities and the limits of the right-of-way. 4. Contractor shall Hydrovacuum excavate locate the gas pipeline(s)prior to construction. City, Engineer and pipeline owner accept no responsibility as to the accuracy or actual location and depth of the gas pipeline. 5. Wherever temporary and/or permanent construction rights-of-way overlap with Contractor- confirmed limits of gas pipeline rights-of-way, Contractor is to provide the protective materials previously specified within the entire region of overlap. SHEET 3 —FIBERGLASS REINFORCED POLYMER MORTAR PIPE GENERAL NOTES Revise title of"CCFRPM Pipe for Direct Bury Installation—Gravity Service"to read"Fiberglass Gravity Sewer Pipe for Direct Bury Installation (FRPM)." Part 3.01-D: Remove note 5. Add specifications for pressure class fiberglass pipe (see attachment Sheet 3,Add. 01). SHEETS 6 THROUGH 9 - PLAN AND PROFILE Remove all reference to deep trench backfill detail D005 on sheet 15. Replace with reference to acceptable backfill detail D001 on sheet 15. Replace all 48"Ductile Iron Pipe with 48" 150 psi Pressure Class Fiberglass Pipe, SN 72. SHEET 8—PLAN AND PROFILE SHEET STA. 18+00 TO STA. 27+00 Profile was revised to include drainage ditch not previously shown. Revised callouts to reflect Pressure Class Fiberglass Pipe (Reference attachment Sheet 8,Add. 01). SHEET 9—PLAN AND PROFILE SHEET STA. 27+00 TO STA. 32+61.16 From Sta. 32+23.63 to Sta. 32+43.63, use Cement Stabilized Sand, reference detail D003, added on Sheet 15. SHEET 10—BYPASS PUMPING REQUIREMENTS Wastewater Bypass Pumping Requirements: Note 7—Replace the first sentence. It should now read, "Bypass Pumping—the bypass pumping assembly shall be capable of conveying the active flow in the upstream pipeline." Addendum No. 1 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 5 of 6 SHEET 11 -TRAFFIC CONTROL WARNING SIGN LAYOUT Add the following in Notes(reference attachment Sheet 11, Add. 01): 4. Should it become apparent the permit will expire prior to the completion of construction, the Contractor shall be required to resubmit the permit in a timely manner so as not to allow a lapse in maintaining an active permit." SHEET IS - SANITARY SEWER DETAILS I OF 3 Remove Deep Trench Backfill and Embedment detail (33 05 10-D005/33 05 10-13201).Add Cement Stabilized Sand Backfill and Embedment Detail (33 05 10-D003/33 05 10-D201). Station range in which D003 applies is from 32+23.63 to 32+43.63. Add Concrete Encasement for Utility Pipes detail (33 05 10-D001/33 05 10-DO 17)from station range 23+63.93 to 24+13.93.All remaining backfill references should be for Acceptable Backfill and Embedment detail (33 05 10-DOO 1/33 05 10-D201)on Sheet 15. Add details for rock riprap added to Plan and Profile Sheet 8 (reference attached Sheet 15,Add. 01). Move Manhole Lid Assembly detail (33 05 13-DOI 5)to Sheet 17, Sanitary Sewer Details 3 of 3. Acknowledge your receipt of this Addendum No. I by completing the requested information at the following locations: (1) In the space below"Addendum#1"provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: ".RECEIVED&ACKNOWLEDGEDADDENDUMN6. I" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 1 may subject bidder to be considered "NONRESPONSIVE:",resulting in disqualification. Addendum No. 1 Prepared by: KARA L. SHUROR iE of TE INTI' DIRECTOR l`a,��,"•. .....!,,iii WATER DEPARTMENT DOUGLAS E. GUIIN r 62192 By: 2017.07.10 16:06:56-05'00' By: 0:2�� Doug Guinn,P.E.,Project Manager tfolin R.K�asarv�ieh�P.E. Project Manager Addendum No. i Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 FID Table • 60M325P1 MOUNTAINCASCADE _ FIDs (KK Journal Entries;) 1&2 56014 0700430 C01333 2018 $1,431,440.0 1&2 56014 0700430 5540101 C01333 001780 2018 $2,000.00 1&2) 11 56014 0700430 5110101 C01333 001780 2018 $38,289.00 1&2) 56014 0700430 5740010 C01333 001783 2018 $1,276,286.00 1&2) 56014 0700430 5310350 C01333 001784 2018 $12,763.00 1&2) 56014 0700430 5330500 C01333 001784 2018 $25,526.00 1&2) 56014 0700430 5110101 C01333 001785 2018 $76,577.00 Rec Fund Dept# ' Account Project Activity Budget Year CF Program � Amount Purpose Xfer � _ _ FIDs (G.L Journal Entrie�)__ _ R#c -Fund II Dept# 'I Account ' Pr��ct J!LAcfivity Budget Year I �F ' Program mount � Purpose Xfer Amortize FIDs{i=�pense �inly-No KK or GL En#ries Needed) Rec Fund Dept# Account Project Activity ; Budget Year CF Program Amount Purpose 56014 0700430 '11 / 1 C01333 001783 999 -- 111 6of6 RECEIPT ACKNOWLEDGED: By: Printed ame: fkUG� �. QsmVS Title: Y[ L tr ;vG V�t°c �('pSid�rl� Addendum No. 1 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 I of 2 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO.2 to the Specifications&Contract Documents for VILLAGE CREEK DRAINAGE BASIN MAIN 325 PARALLEL RELIEF SEWER PART 1 Original Bid Opening Date: July 13,2017 Revised Bid Opening Date:July 20,2017 Addendum No.2 Issued:July 11,2017 INFORMATION TO BIDDERS: PROJECT MANUAL SECTION 00 11 13: INVITATION TO BIDDERS Revise the bid opening date from"July 13, 2017"to"July 20,2017". In General Description of Work, revise 1003 LF 48"Ductile Iron Pipe to 1003 LF of 48"Fiberglass Pressure Sewer Pipe(reference attachment). Acknowledge your receipt of this Addendum No. 2 by completing the requested information at the following locations: i (1) In the space below"Addendum#2"provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED&ACKNOWLEDGED Addendum No. 2" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 2 may subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 2 Prepared by: KARA L. SF UROR of INTERIM DIRECTOR S: s WATER DEPARTMENT DOUGLAS E. GUIlN t 62182 i 1, aISTERF:� � �IkR-Sr SS+bIUL ENG_ By: 2017.07.11 16:05:21 -05'00' By: ,,ti Douglas E. Guinn,P.E.,Project Manager John R.Kasavich,P.E. Project Manager Addendum No.2 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 2 of 2 RECEIPT ACKNOWLEDGED: By: Printed Name: M�CKGPi� �. 05fAUS Title: ?CCLJ�`tfE. V�4� %S' A w%+ Addendum No.2 Village Creek Drainage Basin Main 325 Part 1 City Project No. 01333 I of 1 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO.3 to the Specifications&Contract Documents for VILLAGE CREEK DRAINAGE BASIN MAIN 325 PARALLEL RELIEF SEWER PART 1 Original Bid Opening Date: July 13,2017 Current Bid Opening Date: July 20,2017 Revised Bid Opening Date:August 3,2017 Addendum No. 3 Issued: July 19,2017 INFORMATION TO BIDDERS: PROJECT MANUAL SECTION 00 11 13: INVITATION TO BIDDERS Revise the bid opening date from"July 20,2017"to"August 3,2017". Acknowledge your receipt of this Addendum No. 3 by completing the requested information at the following locations: (1) In the space below"Addendum#3"provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGED Addendum No. 3" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 3 may subject bidder to be considered "NONRESPONSIVE",resulting in disqualification. Addendum No. 3 Prepared by: KARA L. SHUROR �E ov TEINTERIM DIRECTOR WATER DEPARTMENT DOUGLAS E. GUIIN j 62192 g? ? '/ S1DNAl E�- n w By: 2017.07.1913:46 -050"0" By: \ Douglas E. Guinn,P.E.,Project Manager qohn R.Kasavich,P.E. Dannenbaum Engineering Corporation Project Manager T.B.P.E.Firm Registration No.F-392 RECEIPT ACKNOWLEDGED: By: Printed Name: oso&os Title: Addendum No.3 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 I of 4 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO.4 to the Specifications&Contract Documents for VILLAGE CREEK DRAINAGE BASIN MAIN 325 PARALLEL RELIEF SEWER PART 1 Original Bid Opening Date: July 13, 2017 Current Bid Opening Date: August 3, 2017 Addendum No. 4 Issue Date: August 1, 2017 INFORMATION TO BIDDERS: PROJECT MANUAL SECTION 00 00 00: TABLE OF CONTENTS Under the list of technical specifications modified by the Engineer for this project, remove: 99 99 03 Fiberglass Gravity Sewer Pipe for Direct Bury Installation(FRPM) 99 99 04 Fiberglass Pressure Sewer Pipe (FRPM) add: 33 0130 Sewer and Manhole Testing 99 99 04 Fiberglass Reinforced (FR) Pressure Rated Sewer Pipe Gravity Applications Under the list of technical specifications included for this project by reference, remove: 33 0130 Sewer and Manhole Testing (Reference attachment) SECTION 00 42 43: PROPOSAL FORM The Proposal Form has been revised, Replace the 00 42 43 Proposal Form with the 00 42 43 Proposal Form included in this addendum (Reference attachment). The changes are as follows: -Revise the following bid line items: Bid Item No. 3 9999.0008 48"Fiberglass Sewer Pressure Pipe (SN 72, PN 150) change bid item description to 48"Fiberglass Reinforced(FR) Pressure Rated Sewer Pipe Gravity Applications (SN 46, PN 150) Bid Item No. 7—3339.12016' Manhole remove bid item Bid Item No. 8 —3339.1105 5' Type A Manhole—change from 3 EA to 8 EA Bid Item No. 9—3339.1202 6' Drop Manhole—change bid item description to 3339.1102 5' Type A Drop Manhole, 1 EA, Specification 33 39 10, 33 39 20 Bid Item No. 11 --3339.1103 5' Extra Depth Manhole change from 4 VF to 49 VF Bid Item No. 13 - 3339.1203 6' Extra Depth Manhole remove bid item Bid Item No. 20—3301.0101 Manhole Vacuum Testing change from 14 EA to 15 EA Bid Item No. 33 — 9999.0001 Odor Control Unit and Assembly—change from 2 EA to 3 EA. Addendum No.4 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 2 of 4 Bid Item No. 36 9999.0004 Construction Staking—change bid item description to 9999.0004 Construction Staking and Red Line Drawings for As-Builts (GPS) Bid Item No. 38 9999.0006 Tree Protection—change from 1 LS to 12 EA. -Add the following bid line items: Bid Item No. 8—3339.10014' Manhole, 1 EA, Specification 33 39 10, 33 39 20 Bid Item No. 5—0241.2001 Sanitary Line Grouting—Abandon 8" Sanitary Sewer, 1 CY, Specification 02 41 14 Note: Bid Item Nos. stated in the revised section above refers to the original Bid Item Nos. Addition of Bid Items and Removal of Bid Items will result in the remainder of the Bid Item Numbers to update or revise. The renumbering only influences the Bid Item No. and not the descriptions, quantities, units of measure or specification sections unless otherwise stated. TECHNICAL SPECIFICATIONS 1. Add Specification Section 33 0130 Sewer and Manhole Testing 2. Remove Section 99 99 01 Tree Protection in its entirety and replace with attached section 99 99 01 Tree Protection. 3. Remove Section 99 99 03: Fiberglass Gravity Sewer Pipe For Direct Bury Installation (FRPM) in its entirety, and in its place, reference standard City of Fort Worth Specification 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers. 4. Replace Specification Section 99 99 04 Fiberglass Pressure Sewer Pipe(FRPM)with Specification Section 99 99 04 Fiberglass Reinforced(FR) Pressure Rated Sewer Pipe Gravity Applications. NOTE: TESTING REQUIREMENTS HAVE BEEN REVISED FOR PRESSURE PIPE USED IN A GRAVITY APPLICATION. (Reference attachments) CONSTRUCTION PLANS SHEET 1 (General Construction Note 26) and SHEETS 5, 12 & 13 (Sheet Note) In the note starting with"All coordinates are based on the Texas State Plane Coordinate System,North Central Zone,NAD 83,"revise second sentence to read"All distances and coordinates are expressed in feet." SHEET 3 -FIBERGLASS REINFORCED POLYMER MORTAR PIPE GENERAL NOTES 1 Remove Specification Section 99 99 04: Fiberglass Gravity Sewer Pipe For Direct Bury Installation (FRPM)and replace with note, "1. Fiberglass Reinforced(FR)Gravity Sewer Pipe Shall Conform to Standard City of Fort Worth Specification 33 31 13,Fiberglass Reinforced Pipe for Gravity Sanitary Sewers." Addendum No.4 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 3 of 4 2. Remove Specification Section 99 99 05 Fiberglass Pressure Sewer Pipe (FRPM) and replace with note, "2. Fiberglass Reinforced (FR) Pressure Rated Sewer Pipe Shall Conform to Specification Section 99 99 04 Fiberglass Reinforced(FR)Pressure Rated Sewer Pipe Gravity Applications." (Reference attachment) SHEET 7—STA. 9+00 TO STA.. 18+00 1. Revise references to Class SN 72 pipe to read Class SN 46. 2. Revise limits of Pressure Pipe in Plan and Profile views to as indicated 3. Revise limits of Gravity Pipe in Plan and Profile views to as indicated 4. Revise Manhole callout at Sta. 16+74 in Plan view. (Reference attachment) SHEET 8—STA. 18+00 TO STA. 27+00 1. Revise references to Class SN 72 pipe to read Class SN 46. 2. Revise limits of Pressure Pipe in Plan and Profile views to as indicated 3. Revise limits of Gravity Pipe in Plan and Profile views to as indicated 4. Revise Manhole callout at Pressure Pipe Gravity Pipe transition Sta. 22+69.00 and at the 8" BWSC lateral connection Sta. 25+13.13 in Plan view. 5. Add a 4' Manhole on the 8"BWSC line at the south easement line. 6. Add Abandonment and Grouting of a 28 LF section of 8"BWSC lateral between existing M-325 and the Proposed M-325 Parallel Sewer Relief Interceptor. 7. Revise Manhole description at station Sta. 25+31.13 in Profile view. 8. Revise 8" SS (BWSC) lateral callout to 8" SS FROM BWSC. (Reference attachment) SHEET 9—STA. 27+00 TO STA. 32+61.16 1. Revise references to Class SN 72 pipe to read Class SN 46. 2. Revise limits of Pressure Pipe in Plan and Profile views to as indicated 3. Revise limits of Gravity Pipe in Plan and Profile views to as indicated 4. Revise Manhole callout at Sta. 30+82.00 in Plan view. (Reference attachment) SHEET 17—SANITARY SEWER DETAILS 3 OF 3 1. Add Detail for Type A Drop Manhole and BWSC Lateral Connection. (Reference attachment) Acknowledge your receipt of this Addendum No. 4 by completing the requested information at the following locations: Addendum No.4 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 4of4 (1) In the space below"Addendum#4"provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED &ACKNOWLEDGEDAddendum No. 4" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 4 may subject bidder to be considered "NONRESPONSIVE",resulting in disqualification. Addendum No.4 Prepared by: KARA L. SHUROR tE TE INTERIM DIRECTOR WATER DEPARTMENT GORPGlAS E. GUFHH. i 62192 By. 2017.08.01 15:46:15 -05'00' By: , Douglas E. Guinn,P.E. John R. Kasavich,P.E. Sr.Project Manager Project Manager Dannenbaum Engineering Corporation City of Fort Worth, Texas T.B.P.E.Firm Registration#F-392 RECEIPT ACKNOWLEDGED: By: Printed Name: Ail54AP-tD, P�MJCC Title: %x&V-1iVC- \r1a e'es` -%-i Addendum No.4 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 I of 2 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 5 to the Specifications&Contract Documents for VILLAGE CREEK DRAINAGE BASIN MAIN 325 PARALLEL RELIEF SEWER PART 1 Original Bid Opening Date: July 13, 2017 Current Bid Opening Date: August 3,2017 Addendum No. 5 Issue Date: August 2, 2017 INFORMATION TO BIDDERS: TECHNICAL SPECIFICATIONS 1. Replace Paragraph 1.6 C Certificates of Specification Section 99 99 04 Fiberglass Reinforced(FR) Pressure Rated Sewer Pipe Gravity Applications with the following: 1.6 C. Certificates 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM D3262. (Reference attached) CONSTRUCTION PLANS 1. Change reference from"STD. 6' DIA. MANHOLE"in Plan and Profile View at Stations 16+74, 22+69,,26+83, 30+82, and 32+53.16 to "5' DIA. TYPE A MANHOLE" 2. Change reference from "STD. 6' DIA. DROP MANHOLE" in Profile View at Station 25+31.13 to "5' DIA. TYPE A DROP MANHOLE" (Reference attached) Acknowledge your receipt of this Addendum No. 5 by completing the requested information at the following locations: (1) In the space below"Addendum#5"provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED &ACKNOWLEDGED Addendum No. 5" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 5 may subject bidder to be considered "NONRESPONSIVE",resulting in disqualification. Addendum No.5 Village Creek Drainage Basin Main 325 Part 1 City Project No. 01333 2 of 2 Addendum No. 5 Prepared by: KARA L. SHUROR INTERIM DIRECTOR WATER DEPARTMENT ,...caucus�. ... i 62192 By: 2017.08.02 11 :44:40 -05'00' By: f1. Douglas E. Guinn,P.E. Poln R.Kasavich,P.E. Sr.Project Manager Project Manager Dannenbaum Engineering Corporation City of Fort Worth, Texas T.B.P.E.Firm Registration#F-392 RECEIPT ACKNOWLEDGED: By: Printed ame: AA iCvs Title: 5?clew-14ye_ Woe- Addendum No.5 Village Creek Drainage Basin Main 325 Part 1 City Project No.01333 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Village Creek Drainage Basin Main 325 Parallel Relief 5 Sewer Part 1,City Project No. 01333, Sewer Project No.59607-0700430-01333-001783 will 6 be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth,Texas 76102 12 13 until 1:30 P.M. CST,Thursday,August 3,2017,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 The major work will consist of the(approximate)following: 18 19 2,159 LF 48"Fiberglass Sewer Pipe(Class SN-46),By Open Cut 20 1,003 LF 48"Fiberglass Pressure Sewer Pipe,By Open Cut 21 22 PREQUALIFICATION 23 The improvements included in this project must be performed by a contractor who is pre- 24 qualified by the City at the time of bid opening.The procedures for qualification and pre- 25 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 26 27 DOCUMENT EXAIVIINATION AND PROCUREMENTS 28 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 29 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.goy/purchasinW and 30 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 31 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 32 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 33 Parties Form 1295 and the form must be submitted to the Project Manager before the 34 contract will be presented to the City Council.The form can be obtained at 35 htti)s://www.ethics.state.tx.us/tec/1295-Info.htm . 36 37 Copies of the Bidding and Contract Documents may be purchased from Dannenbaum 38 Engineering Corporation, 6100 Western Place, Suite 402,Fort Worth,Texas 76107. 39 Phone: 817-763-8883 40 41 The cost of Bidding and Contract Documents is: 42 Set of Bidding and Contract Documents with full size drawings: $60 43 Set of Bidding and Contract Documents with half size(if available)drawings: $30 44 45 PREBID CONFERENCE 46 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 47 BIDDERS at the following location,date,and time: 48 49 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 22,2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 DATE: Thursday,June 29,2017 3 TIME: 10:00 A.M.CST 4 PLACE: 311 W. 10th St. 5 Fort Worth,Texas 76102 6 LOCATION: Traffic Engineering Conference Room A 7 8 9 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 10 City reserves the right to waive irregularities and to accept or reject bids. 11 12 INQUIRIES 13 All inquiries relative to this procurement should be addressed to the following: 14 Attn: John R Kasavich,City of Fort Worth 15 Email: John.kasavich@fortworthtexas.gov 16 Phone: 817-392-8480 17 AND/OR 18 Attn: Douglas E. Guinn,P.E.,Dannenbaum Engineering Corporation 19 Email: doug.guinn@dannenbaum.com 20 Phone: 817-570-1323 21 22 ADVERTISEMENT DATES 23 June 15,2017 24 June 22,2017 25 26 END OF SECTION CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 22,2016 0021 13-1 A INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 ■. 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00-GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person,firm,partnership,company,association,or corporation acting 13 directly through a duly authorized representative,submitting a bid for performing .� 14 the work contemplated under the Contract Documents. 15 16 1.2.2.Nonresident Bidder:Any person,firm,partnership,company,association,or ,., 17 corporation acting directly through a duly authorized representative,submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding.Bids received from contractors who are *■ 37 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at; 41 https:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 43 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REO 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?Public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; .sr CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 u� 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 https:Hprojectpoint.buzzsaw.eom/fortworthg ov/Resources/02%20- 2 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 3 %20Contractor%2OPrequalification%2OProgram/PREQ_UALIFICATION%20REO 4 UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.PDF? up blit 5 .. 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 haps://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 9 OSanitaEy%2OSewer%2OContractor%2OPrequalification%2OProgram/W SS%20pre 10 qual%20requirements.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 14 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 15 45 11,BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 22 bidder(s)for a project to submit such additional information as the City,in its sole 23 discretion may require,including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project,and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete-projects for the amount bid within 27 the stipulated time frame.Based upon the City's assessment of the submitted 28 information,a recommendation regarding the award of a contract will be made to the 29 City Council. Failure to submit the additional information,if requested,may be grounds 30 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4.In addition to prequalification,additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 36 1. Special qualifications required for this project include the following: 5 recent 37 references of Contractor indicating successful application of coating product(s)of 38 the same material type as specified herein,applied by spray application within the •" 39 municipal wastewater environment. References shall include at least the 40 following: owner name,City inspector name and phone number,project 41 name/number,size and linear footage of sanitary sewer main,manhole 42 diameter,structure dimensions and number of each,square feet(or vertical 43 feet)of product installed,contract cost,and contract duration. Contractor 44 must demonstrate a successful history of installing the product in structures of 45 similar size and scope. See revised city specification 33 39 60—Liner System 46 For Sanitary Sewer Structures. 47 48 49 50 „r CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4. Examination of Bidding and Contract Documents,Other Related Data,and Site .. 2 3 4.1.Before submitting a Bid,each Bidder shall: 4 5 4.1.1. Examine and carefully study the Contract Documents and other related data 6 identified in the Bidding Documents(including"technical data"referred to in 7 Paragraph 4.2.below).No information given by City or any representative of the 8 City other than that contained in the Contract Documents and officially 9 promulgated addenda thereto, shall be binding upon the City. 10 11 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 12 site conditions that may affect cost,progress,performance or furnishing of the 13 Work. 14 15 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 16 progress,performance or furnishing of the Work. 17 18 4.1.4. Omitted �. 19 20 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 21 contiguous to the Site and all drawings of physical conditions relating to existing " 22 surface or subsurface structures at the Site(except Underground Facilities)that 23 have been identified in the Contract Documents as containing reliable "technical 24 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, ,., 25 at the Site that have been identified in the Contract Documents as containing 26 reliable"technical data." 27 28 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 29 the information which the City will furnish.All additional information and data 30 which the City will supply after promulgation of the formal Contract Documents 31 shall be issued in the form of written addenda and shall become part of the Contract 32 Documents just as though such addenda were actually written into the original 33 Contract Documents.No information given by the City other than that contained in 34 the Contract Documents and officially promulgated addenda thereto,shall be .� 35 binding upon the City. 36 37 4.1.7. Perform independent research,investigations,tests,borings,and such other means 38 as may be necessary to gain a complete knowledge of the conditions which will be 39 encountered during the construction of the project. On request,City may provide 40 each Bidder access to the site to conduct such examinations,investigations, 41 explorations,tests and studies as each Bidder deems necessary for submission of a 42 Bid. Bidder must fill all holes and clean up and restore the site to its former 43 conditions upon completion of such explorations,investigations,tests and studies. 44 w� CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 2 cost of doing the Work,time required for its completion,and obtain all information 3 required to make a proposal.Bidders shall rely exclusively and solely upon their 4 own estimates,investigation,research,tests,explorations,and other data which are 5 necessary for full and complete information upon which the proposal is to be based. .. 6 It is understood that the submission of a proposal is prima-facie evidence that the 7 Bidder has made the investigation,examinations and tests herein required.Claims 8 for additional compensation due to variations between conditions actually 9 encountered in construction and as indicated in the Contract Documents will not be 10 allowed. 11 12 4.1.9. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or '® 13 between the Contract Documents and such other related documents.The Contractor 14 shall not take advantage of any gross error or omission in the Contract Documents, 15 and the City shall be permitted to make such corrections or interpretations as may • 16 be deemed necessary for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 19 20 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings,if any,on the plans are for general information only. 23 Neither the City nor the Engineer guarantee that the data shown is representative of 24 conditions which actually exist. 25 26 4.2.2.those drawings of physical conditions in or relating to existing surface and 27 subsurface structures(except Underground Facilities)which are at or contiguous to 28 the site that have been utilized by City in preparation of the Contract Documents. 29 30 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 31 on request. Those reports and drawings may not be part of the Contract 32 Documents,but the "technical data"contained therein upon which Bidder is entitled 33 to rely as provided in Paragraph 4.02.of the General Conditions has been identified 34 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 35 responsible for any interpretation or conclusion drawn from any"technical data"or "^ 36 any other data,interpretations,opinions or information. 37 38 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) .. 39 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means,methods,techniques,sequences or 42 procedures of construction(if any)that may be shown or indicated or expressly required 43 by the Contract Documents,(iii)that Bidder has given City written notice of all 44 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 46 etc.,have not been resolved through the interpretations by City as described in 47 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the *- 49 Work. 50 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 w 002113-5 w� INSTRUCTIONS TO BIDDERS Page 5 of 10 1 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated rir 2 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 3 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 4 Documents. 5 6 5. Availability of Lands for Work,Etc. 7 8 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 9 access thereto and other lands designated for use by Contractor in performing the Work 10 are identified in the Contract Documents. All additional lands and access thereto 11 required for temporary construction facilities,construction equipment or storage of +� 12 materials and equipment to be incorporated in the Work are to be obtained and paid for 13 by Contractor. Easements for permanent structures or permanent changes in existing 14 facilities are to be obtained and paid for by City unless otherwise provided in the .,, 15 Contract Documents. 16 17 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 18 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 19 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 20 the award of contract at any time before the Bidder begins any construction work on the 21 project. 22 23 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 24 way,easements,and/or permits,and shall submit a schedule to the City of how .. 25 construction will proceed in the other areas of the project that do not require permits 26 and/or easements. 27 28 6. Interpretations and Addenda 29 30 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 31 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 32 received after this day may not be responded to.Interpretations or clarifications 33 considered necessary by City in response to such questions will be issued by Addenda 34 delivered to all parties recorded by City as having received the Bidding Documents. .r 35 Only questions answered by formal written Addenda will be binding. Oral and other 36 interpretations or clarifications will be without legal effect. 37 38 Address questions to: 39 40 City of Fort Worth 41 311 W. 10th St. 42 Fort Worth,TX 76102 43 Attn: John Kasavich 44 Fax: 817-392-8195 45 Email:John.kasavich@fortworthtexas.gov 46 Phone:817-392-8480 47 48 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 49 City. 50 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.3.Addenda or clarifications may be posted via Buzzsaw at 2 https://projectpoint.buzzsaw.com/ bz rest/Web/Home/Index?folder=37331#/ bz rest/W 3 eb/Item/Items?folder=1833949. 4 5 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or ,.. 6 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 7 Project. Bidders are encouraged to attend and participate in the conference. City will 8 transmit to all prospective Bidders of record such Addenda as City considers necessary 9 in response to questions arising at the conference. Oral statements may not be relied 10 upon and will not be binding or legally effective. 11 12 7. Bid Security *` 13 14 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 15 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting .�• 16 the requirements of Paragraphs 5.01 of the General Conditions. 17 18 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award �® 19 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 20 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 21 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 22 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 23 other Bidders whom City believes to have a reasonable chance of receiving the award 24 will be retained by City until final contract execution. 25 .. 26 8. Contract Times 27 The number of days within which,or the dates by which,Milestones are to be achieved in 28 accordance with the General Requirements and the Work is to be completed and ready for 29 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 30 attached Bid Form. 31 32 9. Liquidated Damages 33 Provisions for liquidated damages are set forth in the Agreement. 34 35 10. Substitute and "Or-Equal" Items 36 The Contract,if awarded,will be on the basis of materials and equipment described in the 37 Bidding Documents without consideration of possible substitute or"or-equal"items. 38 Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or- .. 39 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 40 City,application for such acceptance will not be considered by City until after the Effective 41 Date of the Agreement. The procedure for submission of any such application by Contractor 42 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C.of the General 43 Conditions and is supplemented in Section 0125 00 of the General Requirements. 44 45 11. Subcontractors,Suppliers and Others 46 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 w 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 2 12-2011 (as amended),the City has goals for the participation of minority business 3 and/or small business enterprises in City contracts.A copy of the Ordinance can be 4 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and ^, 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 6 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 7 Venture Form as appropriate.The Forms including documentation must be received 8 by the City no later than 2:00 P.M.CST,on the second business days after the bid ® 9 opening date.The Bidder shall obtain a receipt from the City as evidence the 10 documentation was received.Failure to comply shall render the bid as non- 11 responsive. 12 13 11.2. No Contractor shall be required to employ any Subcontractor,Supplier,other person 14 or organization against whom Contractor has reasonable objection. .w 15 16 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents;additional copies may be A 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 24 price item listed therein. In the case of optional alternatives,the words"No Bid," .. 25 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, 26 written in ink in both words and numerals,for which the Bidder proposes to do the 27 work contemplated or furnish materials required.All prices shall be written legibly. aw 28 In case of discrepancy between price in written words and the price in written 29 numerals,the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. +s*e 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner,whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature. 40 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner ,., 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 12.8. All names shall be typed or printed in ink below the signature. w 51 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 a� 002113-8 INSTRUCTIONS TO BIDDERS w� Page 8 of 10 1 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 2 which shall be filled in on the Bid Form. 3 4 12.10. Postal and e-mail addresses and telephone number for communications regarding the 5 Bid shall be shown. .• 6 7 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 8 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 9 to State Law Non Resident Bidder. 10 11 13. Submission of Bids 12 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 13 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 14 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 15 envelope,marked with the City Project Number,Project title,the name and address of .. 16 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 17 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 18 envelope with the notation"BID ENCLOSED" on the face of it. 19 20 14. Modification and Withdrawal of Bids 21 22 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 23 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 24 must be made in writing by an appropriate document duly executed in the manner 25 that a Bid must be executed and delivered to the place where Bids are to be submitted 26 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 27 are opened and publicly read aloud,the Bids for which a withdrawal request has been 28 properly filed may,at the option of the City,be returned unopened. .. 29 30 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 31 time set for the closing of Bid receipt. 32 33 15. Opening of Bids 34 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 35 abstract of the amounts of the base Bids and major alternates(if any)will be made available '! 36 to Bidders after the opening of Bids. 37 38 16. Bids to Remain Subject to Acceptance 39 All Bids will remain subject to acceptance for the time period specified for Notice of Award 40 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 41 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 42 43 17. Evaluation of Bids and Award of Contract 44 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 .r 002113-9 111 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1. City reserves the right to reject any or all Bids,including without limitation the rights .. 2 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price,contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists ,.� 15 among the Bidders,Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers,and other persons and organizations must .r 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs,maintenance requirements,performance 27 data and guarantees of major items of materials and equipment proposed for .. 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the " 32 evaluation of any Bid and to establish the responsibility,qualifications,and financial 33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract .. 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization,work of a value not less than 38 35%of the value embraced on the Contract,unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 48 comparable contract in the state in which the nonresident's principal place of 49 business is located. 50 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 .. 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.7. A contract is not awarded until formal City Council authorization.If the Contract is 2 to be awarded,City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds,Certificates of Insurance,and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 .�. 16 17 18 END OF SECTION .. 0M CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 21,2015 r. 00 35 13 BID FORM Page 1 of 1 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.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pd CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Mountain Cascade of Texas By: Michael n. Osmus 11729 E FM 917 Signature: Alvarado, TX 76009 0 Title: Executive Vice President .. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook(2) CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be ..� filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. + 1 Name of vendor who has a business relationship with local governmental entity. 2 ^^ ❑ Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) "! 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4j Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F--] No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the .. local governmental entity? Yes F-1 No -5J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. � 6 F-1 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Sign a of vendo doing business with the governmental entity Date no Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 WOUNTAIN UNANIMOUS WRITTEN CONSENT ra ss a 107 Pa't"�°y � sutn CASCADE IN LIEU OF SPECIAL MEETING OF Mam&W,Tx 76063 F�xu.UC THE BOARD OF MANAGERS OF W.510.1221 Fax 682.s18.t7n MOUNTAIN CASCADE OF TEXAS,LLC The undersigned, being all of the members of the Board of Managers (the "Managers") of MOUNTAIN CASCADE OF TEXAS, LLC, a Texas limited liability company("Comoanv"), do hereby waive any and all notices required by law or by that certain Limited Liability Company Agreement of Company,as it may be amended from time to time of the time, place and purposes of a special meeting of the Managers, and do hereby consent to the taking of the following actions by written consent, this written consent (this "Consent") to be filed and made a part of Company's records as if a meeting had been duly called and held at the offices of Company: RESOLVED, that that the following persons are hereby elected to serve as officers of the Company in the offices and capacities set forth next to each person's name below for the ensuing year, each to serve until the earliest occurrence as to each respective person of any of the following: such person's death, resignation or removal from office or until such person's successor is duly elected and qualified to serve: NAME: OFFICE: Michael Duke Fuller Chief Executive Officer, President, Treasurer;Secretary Michael D.Osmus Executive Vice President Jason Williford Assistant Secretary The Chief Executive Officer, President, Executive Vice President, and Chief Financial Officer/Tmasurer/Secretary are,collectively, the 'Authorized Signers",and individually, an"Authorized Signer" FURTHER RESOLVED, that the Authorized Signers, and any one of them, are authorized and directed to execute and deliver any and all contracts, leases, agreements and other documents ("Agreements") and containing such terms, conditions and provisions as the Authorized Signers shall deem necessary or appropriate, any one Authorized Signer's execution of any such documents shall be conclusive evidence of the Company's approval thereof. FURTHER RESOLVED, that the Authorized Signers, and any one of them, are hereby authorized to perform such acts and deeds and to execute, acknowledge and deliver such additional documents, instruments and certificates as the Authorized Signers shall deem necessary or appropriate in order to enter into the terms and conditions contemplated by such Agreements and to carry out and comply with the terms and provisions of these Resolutions. FURTHER RESOLVED, that any and all transactions by the Authorized Signers, for —» and on behalf and in the name of the Company, prior to the adoption of the foregoing resolutions,are hereby ratified,confirmed and approved in all respects for all purposes. ,., FURTHER RESOLVED, that any number of counterparts of this Consent may be executed, and each such counterpart will be deemed to be an original instrument; and all WRITTEN CONSENT OF MANAGERS PAGE I of3 1963900 v1(76755,00002.000) MOUNTAIN CASCADE OF TEXAs,LLC counterparts taken together will constitute one and the same consent;it is further resolved that each counterpart may be executed via facsimile or other electronic process, which w will be deemed to be original signatures. [Signatures on following page.] w A w nib WRITTEN CONSENT OF MANAGERS PokGE 2 or 3 1993900 v I(76755.00002 000) so MOUNTAIN CASCADE OF TEXAs,LLC .. W IN WITNESS WHEREOF, the undersigned being all of the members of the Board of Managers of Company have executed this Consent effective as of Januarys V 2015. ]MANAGERS: MI IA/-�Q� EULLER MJC AEL D. OSMUS WRITTEN CONSENT OF MANAGERS PAGE 3 of 3 1983900 v 1(76755 00002.000) MOUNTAIN CASCADE OF TEXAS,LLC 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Village Creek Drainage Basin Main 325 Parallel Relief Sewer Part I City Project No.: 01333 Units/Sections: All �. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook(2) ow 00 41 00 BID FORM a� Page 2 of 3 d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification r.. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer Interceptors, Urban and Renewal,48-inch Diameter and smaller b. Sanitary Sewer Manhole/Structure Interior Lining C. d. 4. Time of Completion 4.1 The Work will be complete for Final Acceptance within 170 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: .. a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 �* d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. -® 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS �' Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook(2) 00 41 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on August 3,2017 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: 'I Addendum No. 1: 140,0 .. (Signature) Addendum No. 2: p0 Addendum No. 3: O Michael D. Osmus Addendum No. 4: an00 (Printed Name) No.S P400 Title: Executive Vice Presid Company: Mountain Cascade of Texas Corporate Seal: Address: 11729 E FM 917 Alvarado,TX 76009 w State of Incorporation: Texas Email: MikeO@mountaincascade.com Phone: 817-888-2747 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "" Form Revised 20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook(2) 00 42 43 BID PROPOSAL Page 101`1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidliat Rem Specification Unit of Bid ^" No Description Section No. Measure Quantity Unit Price Bid Value 1 3331.4521 48"Fiberglass Sewer Pipe(SN 46) 3331 13 LF 2123 2 3331.4522 48"Fiberglass Sewer Pipe(SN 46),CSS Backfill 3331 13 LF 20 $540.00 $10,800.00 ,® 3 9999.0008 48"Fiberglass Reinforced(FR)Pressure Rated Sewer 99 99 04 LF 10194, Pipe Gravity Applications(SN 46,PN 150) 4 3331.4115 8"Sewer Pipe 3331 12,20 LF 70 $35.00 $2,450-00 5 0241.2001 Sanitary Line Grouting-Abandon 8"Sanitary Sewer 0241 14 CY 1 $200.00 $200.00 ... 6 9999.0000 8'Diameter Manhole with 5'Diameter Riser 33 39 10 EA 1 $25,000.00 $25,000.00 7 3339.10014'Manhole(w/Oatey 4"PVC backwater valve) 33 39 10,20 EA 4 $1,500.00 $6,000.00 *Valve size to be verified in field prior to installation* 8 3339.1001 4'Manhole 33 39 10,20 EA 1 $5,000.00 $5,000.00 9 3339.1105 5'Type A Manhole 34 39 10,20 EA 8 $18,000.00 $144,000.00 10 3339.1102 5'Type A Drop Manhole 33 39 10,20 EA 1 $9,000.00 $9,000.00 11 3339.1003 4'Extra Depth Manhole 33 39 10,20 VF 12 $95.00 $1,140.00 12 3339.1103 5'Extra Depth Manhole 33 39 10,20 VF 49 $155.00 $7,595.00 .. 13 3339.1103 5'Extra Depth Manhole Riser(For use with Bid Item 333910,20 VF $155.00 $930.00 8999.0000) 6 14 3125.0101 SWPPP a 1 acre 31 25 00 LS 1 $15,000,00 $15,000.00 15 3231.0211 Barbed Wire Fence,Metal Posts,5 Strand 3231 26 LF 1786 $7.00 $12,502.00 16 3231.0306 Install 16'Gate,Steel 3231 26 EA 2 $1,500.00 $3,000.00 17 3292.0400 Seeding,Hydromulch(Bermuda) 3292 13 SY 35134 $1.00 $35.134.00 18 3301.0001 Pre-CCTV Inspection 33 01 31 LF 2432 $1.00 $2,432.00 19 3301.0002 Post-CCTV Inspection 3301 31 LF 3162 $1.00 $3,162.00 20 3301.0101 Manhole Vacuum Testing 3301 30 EA 15 $185.00 $2,775.00 21 3303.0001 Bypass Pumping 33 03 10 LS 1 $41,000.00 $41,000.00 22 3305.0109 Trench Safety 33 05 10 LF 3162 $1.00 $3,162.00 ... 23 3305.0110 Utility Markers 33 05 26 LS 1 $3,000.00 $3,000.00 24 3305.0112 Concrete Collar(w/Reinf.) 33 05 17 EA 14 $600.00 $8,400.00 25 3305.0115 Vacuum Excavation 33 05 30 EA 7 $2,500,00 $17,500.00 26 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 28 $180.00 $5,040.00 27 3310.0102 6"-12"Tree Removal 31 1000 EA 50 $500.00 $25,000.00 28 3110.0103 12"-18"Tree Removal 31 1000 EA 10 $600.00 $6,000.00 29 3137.0109 18"Slab Riprap,dry 31 3700 SY 125 $70.00 $8,750.00 30 3331,33114"Sewer Service,Reconnection 3331 50 EA 4 $1,000.00 $4,000.00 -r *Size to be verified in field prior to installation* 3339.0001 Manhole Interior Protective Coating 33 39 60 31 *Warren or Approved Equal* VF 138 $150.00 $20,700-00 32 3471.0001 Traffic Control 3471 13 MO 8 $3.000.00 $24,000.00 .. 33 9999.0001 Odor Control Unit and Assembly EA 3 $9,000.00 $27,000.00 34 9999.0002 Cut&Plug Proposed Sewer(48") EA 1 $1,000.00 $1,000.00 35 9999.0003 Construction Survey 01 71 23 LS 1 $5,000.00 $5,000.00 36 9999.0004 Construction Staking and Red Line Drawings for As-Builts 01 71 23(GPS) LS 1 $5,000.00 $5,000.00 37 9999.0005 16'Cattle Guard 99 99 00 EA 2 $5,000.00 $10,000.00 38 9999.0006 Tree Protection 99 99 01 EA 12 $1,000.00 $12,000.00 9999.0007 Construction Contingency Allowance to cover cost of 39 improvements not previously itemized.All work completed under this 999902 LS 1 $100,000.00 $100,000.00 item shall be approved by Owner in writing. Total Bid $642,672-99� MOO +" END OF SECTION 47;2 11, Mpp CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fm Revised 20120120 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook(2) 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND —. KNOW ALL BY THESE PRESENTS: That we,(Bidder Name) Mountain Cascade of Texas LLC hereinafter called the Principal,and(Surety Name) Liberty Mutual Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent(5%)of the Total Amount Bid and No/100 Dollars ($ -- -- )), 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. o WHEREAS,the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Village Creek Drainage Basin Main 325 Parallel Relief Sewer Part I 0 •� 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 7th day of July 2017. rw By: Mountain Cascade of Texas LLC J ESE OF (Signature and Title of Principal) 'By: Libe►ty fual Ins once Company w S. Icole Evans, rn n Fact (Signature ofAttomey-of-Fact) 'Attach Power of Attorney(Surety)for Attomey-in-Fact Impressed -- Surety Seal Only END OF SECTION aw CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 4512_00 35 13_M Proposal Workbook w ACKNOWLEDGMENT A notary public or other officer completing this .. certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco On -� Z 7 Z( 2 before me, Carolyn Sue Emery, Notary Public (insert name and title of the officer) a. personally appeared S. Nicole Evans---------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person(*whose name(s.) istaxx subscribed to the within instrument and acknowledged to me that XWshe/RW executed the same in hWher/tlwiz,authorized capacityoasj and that by Wher/MLW signature(s) on the instrument the person(n), or the entity upon behalf of which the person(s) acted, executed the instrument. M I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. '` .. No ryPublic-Calfonia Z San Francisco County *f'x Commission#2187752 Signature— (Seal) too THIS.POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7779063 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company ►.. POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies").pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Alm Bradley N.Wright;Carolyne Emery;Frances M.Murphy S.Nicole Evans IL all of the city of San Francisco ,state of CA each individually if there be more than one named.its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds.recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of May 2017 frS PX,11 INS& P�1NSLgq �NINSUR,¢ J <� The Ohio Casualty Insurance Company rn o Liberty Mutual Insurance Company m p r o 1912 a� 1991 West American Insurance Company y (� 0`).f�WMAM�'�4�,17 �)A'43 SAiH'JStry? 7� ryp1AN� .OSA r * * * By. STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary C m COUNTY OF MONTGOMERY C tti — O 0) On this 23rd day of May 2017,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L)H v—U O Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes >�W j therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L i > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 CL L! d7 yp PASr COMMONWEALTH OF PENNSYLVANIA IG�G!iC l� Q M -.a �Q,o�a0Nw << I Notarial Seat fA = 9 1 Teresa Pastalla,Notary Public By: N 1 Upper Merlon Twp.,Montgomery County Teresa Pastella,Notary Public My Commission Expires March 28.2021 R 0 �Or] �v Member.Pennsylvania Association of Notaries a E Li to This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0 p ` Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: P Y 9 ,t.,� ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O C a; to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, a+ 1 acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective "p y^ powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 4) �,m executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under >.0 w the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. s r+N s = ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, o? N and subject to such limitations as the chairman or the president may prescribe.shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, +-M = seal,acknowledge and deliver as surety any and all undertakings,bonds:recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their C a0 Q respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o L executed such instruments shall be as binding as if signed by the president and attested by the secretary. O to Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- ~r fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety Irr obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bands,shall be valid and binding upon the Company with the same farce and effect as though manually affixed. dam I. Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company.. Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this I " h day of J 20 . h P�'fY lNS[,'I,9y J eoa�r fff� � Lp 1919 01912 s ` 1991 By: o�mjYH Q%a' a�9/�qJ �a = Renee C.LiewhrIssistant Secretary y� .AMPS��� ) rA(H`r'''` `„ •'1'uIAY.a * 1 'w 380 of 400 LMS 12873 022017 PROPOSAL MATERIAL SUPPLIER INFORMATION FORM FRP PIPE �. The pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Fz- J .� Name of Manufacturer Type of Pipe 6 5 lay-�1✓� Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 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 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. BIDDER: Mountain Cascade of Texas By: Michael D. Osmus 11729EFM917 ,., Alvarado, TX 76009 (Signature) 0 Title: Executive Vice President Date: 8 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook(2) 0045 11-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 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 ■s 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 w 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/tMPermit/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. .s CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ear 0045 11-2 BIDDERS PREQUALIFICATIONS 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 .w 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 Prequalification 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"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 References shall include at least the following: owner name,City 40 inspector name and phone number,project name/number,size and 41 linear footage of sanitary sewer main,manhole diameter,structure ••� 42 dimensions and number of each,square feet(or vertical feet)of 43 product installed,contract cost,and contract duration. Contractor 44 must demonstrate a successful history of installing the product in 45 structures of similar size and scope.See revised city specification 33 46 39 60—Liner System For Sanitary Sewer Structures. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 (3) Submission of an equipment schedule which indicates equipment under 2 the control of the Contractor and which is related to the type of work for 3 which the Contactor is seeking prequalification. The schedule must 4 include the manufacturer,model and general common description of 5 each piece of equipment.Abbreviations or means of describing 6 equipment other than provided above will not be accepted. 7 8 3. Eligibility to Bid 9 a. The City shall be the sole judge as to a contractor's prequalification. 10 b. The City may reject,suspend,or modify any prequalification for failure by the 11 contractor to demonstrate acceptable financial ability or performance. 12 c. The City will issue a letter as to the status of the prequalification approval. 13 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 14 the prequalified work types until the expiration date stated in the letter. 15 16 17 18 19 20 END OF SECTION 21 r rir w .r ■w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 wr s.e M. THIS PAGE INTENTIONALLY LEFT BLANK .. .ow am mm so ro no 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT am 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 Sewer Interceptors, Urban and Renewal,48-inch Diameter Mountain Cascade of Texas, LLC. 1/31/2018 and smaller Sanitary Sewer Manhole/Structure Interior DFW Infrastructure 1/31/2018 Lining 0 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Mountain Cascade of Texas By: Michael D. O us 11729E FM 917 _ J Alvarado,TX 76009 (Signature) 0 Title: Executive Vice President Date: 8�3 b:z= END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20120120 00 410000 4313_00 42 43_00 43 37_00 4512_00 3513_Bid Proposal Workbook(2) 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. .r 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 F] Has less than$6,000,000.00 in annual gross receipts OR F] 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 004513-3 �^ BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 ~' MAJOR WORK CATEGORIES,CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP,24-inches and smaller Sewer CIDP,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 Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED „ CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? .. If so,where and why?_ 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w 0045 13-5 iw1 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? .r If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal ■* materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director,or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship.In ..� addition,list any City employee who is the spouse,child,or parent of an owner,officer,stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 00 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 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 ■ww 29 30 Nw 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 0045 13-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 �o 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. w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w 004526-1 w CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page IofI 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No.01333. Contractor further certifies that,pursuant to Texas Labor Code,Section 7 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 .. 10 CONTRACTOR: 11 12 MghtM 1,4 CryAW aC)S- o By:_ M r G.l-+✓3aL.- -D7 06 7-2JS +� 13 Company (Please Print) 14 15 1/ C / 7� Signature: 16 Address 17 18 ,A --y4e4 iDC> Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 ,., 26 FOFk ME, a undersigned authority,on this day personally appeared 27 known to me to be the person whose name is 28 subscribed to the forgoing instrument,and ac ledged to mV that he/she executed the same as 29 the act and deed of-)r the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVENUNDER MY HAND SEAL OF OFFICE this rd day of 33 -� , " 0` 34 35 36 no 37 7NNcjtary Put')]c n cuIiI the_Exr the State of Texas 38 WANDA SUE JARRELL Ncte 39 END OF SECTION public,State of Texas saes 06-29-2020 11952407 .. 40 rw CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 .w THIS PAGE INTENTIONALLY LEFT BLANK •• r. A�1 00 45 40- 1 Minority Business Enterprise Specifications Page I of 2 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 [Text in Blue is for information or guidance. Remove all Blue text in the project final document] 4 [This document is to be printed on 'pink"paper in its final form] 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 7 applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOALS 15 The City's MBE goal on this project is 5% of the total bid value of the contract(Base bid applies to Parks 16 and Community Services). 17 18 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 19 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS 22 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 23 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 26 3. Good Faith Effort documentation,or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION •• 30 The applicable documents must be received by the Purchasing Division, within the following times 31 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 32 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 33 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 34 time allocated. A faxed and/or emailed copy will not be accepted. 35 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business A goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m.,on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business .,� Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m.,on the second City business .w if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 36 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised lune 9,2015 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 XM r. rr CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised June 9,2015 M 00 52 43-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acAti�n by and through its duly authorized City Manager, 5 ("City"), and mU11 V1 #A 1, LLQ_ 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 17 City Project No. 01333, Sewer Project No. 59607-0700430-01333-001783 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 170 calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 25 Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City six hundred fifty Dollars($§LO)for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 6,2017 005243-2 Agreement Page 2 of 5 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of One-Million two-hundred fifteen-thousand five- 39 hundred ten Dollars($1,215,510.00). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents(project specific) 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitmentform 59 j. Form 1295 Certification No. A 11—cXa 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued,become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 6,2017 w 005243-3 Agreement Page 3 of 5 77 Article 6.INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of,the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damaaes being 84 sought were caused,in whole or in part,by any act,omission or neelieence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs,expenses and legal fees incurred by the city in defending against such claims and .. 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city,its officers,servants and employees,from and against any and all loss,damage 91 or destruction of property of the city,arising out of,or alleged to arise out of,the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in part, 96 by any act,omission or negligence of the city. 97 98 Article 7.MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or .., 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon CITY and 113 CONTRACTOR. 1� 114 7.5 Governing Law and Venue. t 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 6,2017 005243-4 Agreement Page 4 of 5 118 7.6 Other Provisions. 119 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 120 classified, promulgated and set out by the City, a copy of which is attached hereto and 121 made a part hereof the same as if it were copied verbatim herein. �- 122 7.7 Authority to Sign. 123 Contractor shall attach evidence -of authority to sign Agreement, if other than duly 124 authorized signatory of the Contractor. 125 126 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 6,2017 w 005243-5 Agreement Page 5 of 5 127 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 128 counterparts. 129 130 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 131 Nl oWTA OJ (A6CA{ s OF Tit Contractor: City of Fort Worth By: Jesus J.Chapa By: Assistant City Manager .. (Signature) Date 1 CNW,rEZ. C�SItitJS J Attest: (Printed Name) jjt�sfCity Se retary s•" yam (Seal) Title: Address:l 1�-Z,q E'• 1=J`1 41� M&C G-Za 41141 .r A--V'°' 7,606 7 Date: t o� 1'4- 11— City/State/Zip: 1City/State/Zip: Contract Compliance Manager: By signing,I acknowledge that I am the person responsible for the monitoring and Date administration of this contract,including ensuring all performance and reporting ■• requirements. J n%Kasavich,P.E. Water Department � §rovZL and Legality: Douglas W.Black Assistant City Attorney 132 133 134 APPROVAL RECOMMENDED: 135 137 L .�r 137 �(,,. .1� 138 Chris Harder,P.E. 139 Assistant Director, r, 140 Water Department 141 OFFICIAL RECORD CITY OF FORT WORTH Village Creek Drainage Basin Main 3 5 P,� ily��ewer P STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS G �� Fri Revised January 6,2017 FT.WORTH, TX on on r. THIS PAGE INTENTIONALLY LEFT BLANK .. err ON PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the term of the contract. 4 0061 13<I issued in Octuplicate PERFORMANCE BOND Pale I oft Bond No.070025295 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Mountain Cascade of Texas LLC _ ,known as 9 "Principal"herein and Liberty Mutual Insurance Company ,a corporate 10 surety(sureties,if more than one)duly authorized to do business in the State of Texas,known as I 1 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal 13 sum of, one miobn two tnyow fifteen thousand five t-wred ten and=100 Dollars 14 (S 1,215,510.00 ),.lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 16 ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, 17 firmly by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the I 1'�!' day of .20 In,which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 21 labor and other accessories defined by law,in the prosecution of the Work,including any Change 22 Orders,as provided for in said Contract designated as Village Creek Drainage Basin Main 325 23 Parallel Relief Sewer Part 1,City Project No.01333. 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work,including Change Orders,under the Contract,according to the pulls, 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. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel ReliefSewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 12011 006113-.2 PERFORMANCE BOND Page 2 of 2 1 This bond is trade and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended,and all liabilities on this brand shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the `'� day of 6 20 7 PRINCIPAL: 8 Mountain Cascade of Texas LLC 9 _ 10 1 I BY: 12 .�, Signature I3 ATTEST: 14 }5 _ Michael D.Osmus, Executive Vice President 16 (Principal)Secretary - -- Name and Title 17 18 Address, 11729 East FM 917 19 Alvarado TX 76009 20 21 22 Witness as to Principal 23 SURETY: 24 Liberty Mutual Insurance Company 25 _ 26 27 BY: 28 � gnature 29 30 Joshua Sanford, mey In-Fad 31 Name and Title 32 33 Address: 175 Berkeley Street 34 Boston,MA 02116 35 35 37 ess a to Surety Jenny Rose Phothirath Telephone Number: (617)357-9500 38 39 40 41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address,both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised duly 1,2011 1'HIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7770012 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aimee R.Perondine;Aiza Lopez;Ashley Sinclair;Brian Peters;Danielle D.Johnson;Donna M.Planeta;Joshua Sanford;Keri Ann Smith;Michelle Anne McMahon;Stacy Rivera„Stephani A.Trudeau all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of May 2017 �ZY INSV NcLR yE1SUR� eJrr��2t �o� PF.. ,,"ti .A;w�,,� The Ohio Casualty Insurance Company 1919 Q o Liberty Mutual Insurance Company 0 1912 19x1 z WestAmerican insurance Company S ONG11 * * * By: &� ?+ STATE OF PENNSYLVANIA ss David M.Carey,Assistant Secretary LZ T COUNTY OF MONTGOMERY = dC On this 171h da of May 2017 l� y ,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v H O Company,The Ohio Casualty Company, and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes Ao) 0.2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L M L E d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 CL ygP PaSr ` COMMONWEALTH OF PENNSYLVANIA Q -0 �Q,��uonw �F� Nolariat Seat C jp r— v Teresa Pasteila,Notary Public BY Cl) OF OFUpper Merion Twp.,Montgomery County Teresa Pastefla,Notary Public My Commission Expires March 28,2021 M �? VP tiOrq Member.Pennsylvania Association of NotariesE pry Otv This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual ul G Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: m ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 r- tt 4; to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, O.S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective �p E 4i powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 0) -j executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under >.O a the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. _-d r,N rARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, as and subject to such limitations as the chairman or the president may prescribe,shall appoint such aftorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, �- O j seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their Z respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0 a executed such instruments shall be as binding as if signed by the president and attested by the secretary. O Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys- in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Aftomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies.this day of 20 ili l 0'4 INSV \NSUq y\NSU .. - e 0 1919 1912 3 1991 By: 1 v y = Renee C.LfewNlyfflssistant Secretary 722 of 750 LMS 12873 022017 006114-1 Issued in Octupiicate PAYMENT BOND a 1 01`2 Bond No. 070025295 I SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mountain Cascade of Texas LLC known as 8 "Principal" herein, and Liberty Mutual insurance Company a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 1 I municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, 12 in the penal sum of one million two wx"d mteen thousand five urea tan and wim Dollars 13 (S 1,215,510.00 ); lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County,Texas,for the payment of which sum well and truly be made,we bind ourselves, 15 our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these 16 presents: 17 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 18 1` day of pc-{ober , 20 1�1 . which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Village Creek Drainage Basin Main 325 Parallel Relief Sewer 22 Part 1,City Project No.01333. 23 24 NOW, THEREFORE, THE CONDITION OF THIS OBL.I.GATION 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 WORT i Village Cr ek Drainage Basin Main 325 Parallel Relief Sever,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the ► 7 ' day of 3 G4rDkQE�!f' ,20TI—. 4 PRINCIPAL: Mountain Cascade of Texas LLC ATTEST: BY: _ .- Sig atitre Michael D.Osmus, Executive Vice President (Prin -ipal)Secretary Name and Title Address: 11729 East FM 917 Alvarado TX 76009 Witness as to Principal SURETY: Liberty Mutual Insurance Company ATTEST: BY: jk4 Z 'gn re J��hua Sanford Attome�X-In-Fact (Surety) S=mdamVWitneshynell Whitehead Name and Title Address: 175 Berkeley Street Boston MA 02116 ess o Surety Jenny Rose Phothirath Telephone Number: (617)357-9500 S 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I l END OF SECTION 12 CITY OF FORT WORTH Vitlage Creek Drainage Basin blain 323 Parallel Relief sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7770036 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aimee R.Perondlne;Aiza Lopez;Ashley Sinclair-Brian Peters;Danielle D.Johnson;Donna M.Planeta•Joshua Sanford•Keri Ann Smith*Michelle Anne McMahon;Stacy Rivera;Stephan!A.Trudeau all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of May 2017 RS tijt INS& �iNSUp NINsfjp �?��ppt�, 4y �? `�Ati�� ��.".`w�x"N The Ohio Casualty Insurance Company N 0 1919 Q Liberty Mutual Insurance Company 0) p 1912 1991 o West American Insurance Company Z - 011 o c B r STATE OF PENNSYLVANIA ss David M.Carey,Assistant Secretary COUNTY OF MONTGOMERY >� aOn this 17th day of May 2017,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance }- v (D Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes > p therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W tt3 a`! > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 Q. y p PAS), COMMONWEALTH OF PENNSYLVANIA � �roNwf�^{� al � t�Notarial Seal Teresa Pasella,NotaPublic By: OF ' 00 upper MerionTwp.,Montgomery County Teresa astela;Notary Public , 41 L q��v My Commission Expires March 2N.2021 � r4 4 d iv,qy�' Member.Pennsylvania Association of Notaries 0 E CThis Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Vf Ca ` Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 4i� P Y. P Y 9 �`'� m d ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O C +; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-+n-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, �+ 0,S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective E >u powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so d p M executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under Q 4- the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. �.N m c ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E oQ > ID and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute. �M 4 3 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their00 Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. o Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey.Assistant Secretary to appoint such attomeys-in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed the seals of said Companies this4112 day of 24 _. 4(Y INSV 4h 1-4 9.92m F��ilpYOR.q;F't'r,n w�'1 sr GRq yF _ Z 0 1919 o a 1912 01991 BY: Ile -- s a A Renee C Lle ssistant Secretary 746 of 750 LMS 12$73 022017 Issued in Octuplicate 0061 19-1 MAINTENANCE BOND Page 1 of Bond No.070025295 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Mountain Cascade of Texas LLC ,known as 9 "Principal'herein and Liberty Mutual Insurance Company ,a corporate surety 10 (sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, 13 in the sum of one mitlion two hundred mom tt mow five Nxwmd ten and 00/100 Dollars 14 ($ 1,215,510.00 „ ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas,for payment of which sum well and truly be made unto the City and its 16 successors,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the Igt1day of r�cloti - .20n,which Contract is hereby 21 referred to and.a made part hereof for all purposes as iffully set forth herein.,to furnish all 22 materials,equipment labor and other accessories as defined by law,in the prosecution of the 23 Work,including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work)as provided for in said contract and designated as Village Creek Drainage Basin 25 Main 325 Parallel Relief Sewer Part 1,City Project No.01333. 26 ;and 27 28 WHEREAS,Principal binds itselfto use such materials and to so construct the Work in 29 accordance with the plans,specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two(2)years 31 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 32 CITY OF FORT WORTH village Creek Drainage Basin Main 325 Parallel Relief Sewer.Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'City Project No.01333 Revised July 1,2011 0061 14-2 IMAIN.ENANCE BOND Page 2 ot3 1 WHEREAS,Principal.binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the City of the need therefor at any time within the Maintenance 3 Period. 4 5 NOW THEREFORE,the condition of this obligation is such that if Principal shall 6 remedy any defective Work,for which timely notice was provided by City,to a completion 7 satisfactory to the City;then this obligation shall become null and void;otherwise to remain in 8 full force and effect. 9 10 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely I I noticed defective Work,it is agreed that the City may cause any and all such defective Work to 12 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 13 the Surety under this Maintenance bond;and 14 13 PROVIDED FURTHER,that if any legal action be,filed on this Bond,venue shall lie in 16 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 17 Worth Division,and 18 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Village Creek Drainage Basin Alain 325 Parallel Relief Seger,Part i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 F. 4061 19-3 MAINTENANCE BOND Page 3 of3 I IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duty authorized agents and officers on this the 41'in day of 3 _ rGAt)lOer 20AI 4 5 PRINCIPAL: 6 Mountain Cascade of Texas LLC 7 8 9 BY: �3 10 Signature 11 ATTEST: 12 13 — . Michael D.Osmus,_Executive Vice President 14 (Principal)Secretary Name and Title IS 16 Address: 11729 East FM 917 17 Alvarado,TX 75009 18 19 20 Witness as to Principal 21 SURETY: 22 Liberty Mutual Insurance Company 23 24 25 BY: 26 S' azure 27 ' 28 Joshua Sanford,Attorney-In-Fact 29 ATTEST: Name and Title 30 31 Address:_jI5 Berkeley Street 32 (Surety)>SpcetiM, tness J e hiteh ad Bnston.MA 02196 33 34 35 VJ' ess a uret.Jenny Rose Phothirath Telephone Number: (6172357-9500 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 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No, 7770035 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aimee R.Perondine;Aiza Lopez;Ashley Sinclair;Brian Peters;Danielle D.Johnson;Donna M.Pl'aneta;Joshua Sanford;Keri Ann Smith;Michelle Anne McMahon;Stacy Rivera;Stephani A.Trudeau all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attorney�n-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of May 2017 ' tC VAN,Itis() t iNSUgq AN tNSURgf �.. 0Rvcktq;Svc, ��C pvsc;�>t rF The Ohio Casualty Insurance Company m z Liberty Mutual Insurance Company o tv i y 1919 g 5� 191z 1991 West merican Insurance Company y y J>y H-w{:V.:✓�:f��D �)49��{i.NJSfy\�' � 'NOIPNr` ? �f/ Je"�%�/ y By. �l , = STATE OF PENNSYLVANIA ss David M.Carey Assistant Secretary «� COUNTY OF MONTGOMERY C ca NOn this 17th day of May 2017 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L)E— V d Company,The Ohio Casualty Company,and West American Insurance Company, and that he, as such,being authorized so to do,execute the foregoing instrument for the purposes >,(J)therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C UJ t9 d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O dyP PAST COMMONWEALTH OF PENNSY_LVAN9A Q M og�oNwEgt F�( Notarial Seal� r Teresa Pastella,Notary Public �Y- f �, Q I Oi of ; Upper Marion Twp.,Montgomery County j Teresa Pastella,Notary Public CD C <.9Pa\o- My Commission Expires March 28,2D21 ! tQ rO �+}qV Member.Pennsylvania Association of Notanes 0 E 00 tQ C M This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0 o y^ Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: �N w� ca d ARTICLE IV-OFFICERS-Section 12.Power of Attomey.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O C t+; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, >y O.S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their respective -p E y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so .� 1U Mexecuted,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under 7 the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. L* ti C ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company aulhorized for that purpose in writing by the chairman or the president, E oQ and subject to such limitations as the chairman or the president may prescribe,shalt appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their ao' Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O o' executed such instruments shall be as binding as if signed by the president and attested by the secretary. o Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys- in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as Utaugh manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Altomey executed by said Companies,is in full force and effect and has not been revoked. tit IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals.of said Companies this day of ,YN IN 5& '04SLq N%NSu c> /' JP o!7q R� BJP ocvc}Rq;R'� \c,P atq +r ��" L.�""�_ ,"f"�'�"„•,n� Si° � F p 1919 0 1912 Q 1991 0 By: S a 5 a Renee G.Llew ssistant Secretary 745 of 750 LMS 12873 022017 )OLiberty Mutual SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede Ilamar a] numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia,PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (111-1 A) de Texas Consumer Protection(111-1 A) P. O.Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX# (512)490-1007 Web: http://www.tdi.texas.2ov Web: http://www.tdi.texas.2ov E-mail: ConsumerProtection&tdi.texas.gov E-mail: ConsumerProtection&tdi.texas.g_ov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved,you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-15292 10/15 POLICY NUMBER: AlCGO6911704 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required by Written Contract As Required by Written Contract Subject to policy terms and conditions Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions;or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law;and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to -provide for such additional insured. CG 2010 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance; 1. Required by the contract or agreement;or Page 2 of 2 0 insurance Services Office, Inc.,2012 CG 2010 0413 POLICY NUMBER: AlCGO6911704 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As Required by Written Contract. As Required by Written Contract Subject to policy terms and conditions. Information required to complete this Schedule, 1 not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for 'bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement;or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract"or agreement to provide for such additional insured. CG 20 37 0413 ©insurance Services Office, inc., 2012 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Location(s)of Covered Operations Or Organization(s): As required by written contract. As required by written contract Subject to policy terms and conditions Information required to complete this Schedule,if not shown above,will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so,we will share with that other Insurance by the method described in paragraph 4.c.of Section IV—Commercial General Liability Conditions. All otherterms and conditions remain unchanged. Named Insured ountain Cascade, Inc, dba Mountain Cascade of Texas LLC Policy Number 'A1CG06911704 Endorsement No. c Policy Period 10/01/17 to 10/01/18 Endorsement Effective Date: 10/01/2017 Producer's Name: Alliant Insurance Services, Inc. Producer Number. 10/01/2017 TA#TO�RIZED REP ESENTATiVE DATE CO EN GN 0029 09 06 POLICY NUMBER: AICGO6911704 COMMERCIAL GENERAL LIABILITY CG 24 04 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: WHERE REQUIRED BY WRITTEN CONTRACT. 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. CQ 24 04 05 09 0 Insurance Services Office. Inc.,2008 Page 1 of 1 � POLICY NUMBER: AICA06911704 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE.FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indl- cated below. Endorsement Effective: 10/01/2017 Countersi ped By: Named Insured:mountain Cascade, Inc. dba Mountain Cascade of Texas LLC Authorized Representative) SCHEDULE Name of Person(s)or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown In the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an"insured" for Liability Coverage, but only to the extent that person or organization qualifies as an insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Ina, 1998 Page 1 of 1 ❑ POLICY NUMBER: AICA06911704 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: mountain Cascade, Inc. dba Mountain Cascade of Texas LLC Endorsement Effective Date: 10/01/2017 SCHEDULE Name(s)Of Person(s)Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident"or the 'loss" under a contract with that person or organization. CA 04 44 0310 ®Insurance Services Office, Inc.,2009 Page 1 of 1 13 OLD REPUBLIC GENERAL INSURANCE CORPORATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS'COMPENSATION AND EMPLOYERS'LIABILITY INSURANCE 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. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT,. Named Insured Mountain Cascade, Inc _ dba Mountain Cascade of Texas LLC Policy Number AICW06911704 Endorsement Na. 000 Policy Period 10/01/17 to 10/01/18 Endorsement Effective Date: 10/01/2017 Producer's Name: Alliant Insurance Services, Inc- Producer nc.Producer Number 6 � � 10/01/2018 (�I—TH—ORIZED RPRIEESENTATIVE DATE WC 09 0315(09/06) POLICY NUMBER: A1CCW911704 IL 00 17 11 98 COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. A. Cancellation b. Give you reports on the conditions we 1. The first Named Insured shown in the Decla- find; and rations may cancel this policy by mailing or c. Recommend changes. delivering to us advance written notice of 2. We are not obligated to make any inspec- cancellation. tions, surveys, reports or recommenda- 2. We may cancel this policy by mailing or tions and any such actions we do delivering to the first Named Insured written undertake relate only to insurability and the notice of cancellation at least: premiums to be charged We do not make a. 10 days before the effective date of can- safety inspections. We do not undertake to cellation if we cancel for nonpayment of perform the duty of any person or premium; or organization to provide for the health or safety of workers or the public. And we do b. 30 days before the effective date of can- not warrant that conditions: cellation if we cancel for any other a. Are safe or healthful; or reason. 3. We will mail or deliver our notice to the first b. Comply with laws, regulations, codes or standards. Named Insured's last mailing address known to us. 3. Paragraphs 1. and 2. of this condition apply 4. Notice of cancellation will state the effective not only to us, but also to any rating, ad- date of cancellation. The policy period will ad- visory, rate service or similar organization end on that date. which makes insurance inspections,surveys, reports or recommendations. 5. If this policy is cancelled,we will send the first 4. Paragraph 2.of this condition does not apply Named Insured any premium refund due. If to any inspections, surveys, reports or re- we cancel, the refund will be pro rata. If the commendations we may make relative to cer- first Named Insured cancels,the refund may tification under state or municipal statutes, be less than pro rata.The cancellation will be ordinances or regulations, of boilers, pres- effective even if we have not made or offered sure vessels or elevators. a refund. E. Premiums 6. If notice is mailed, proof of mailing will be The first Named Insured shown in the Decla- sufficient proof of notice, rations: B. Changes I Is responsible for the payment of all pre- This policy contains all the agreements miums; and between you and us concerning the insurance 2. Will be the payee for any return premiums we afforded. The first Named Insured shown in the Declarations is authorized to make changes in F PaY' the terms of this policy with our consent. This Transfer Of Your Rights And Duties Under This policy's terms can be amended or waived only Policy by endorsement issued by us and made a part of this policy. Your rights and duties under this policy may not be transferred without our written consent C. Examination Of Your Books And Records except in the case of death of an individual We may examine and audit your books and rec- Named Insured. ords as they relate to this policy at any time dur- if you die, your rights and duties will be trans- ing the policy period and up to three years ferred to your legal representative but only afterward. while acting within the scope of duties as D. Inspections And Surveys your legal representative. Until your legal 1. We have the right to: representative is appointed, anyone having a. Make inspections and surveys at an Proper temporary custody of your property P Y Y will have your rights and duties but only with time; respect to that property. Policy No.Al CA06911704 IL 02 70 09 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CALIFORNIA CHANGES - CANCELLATION AND NONRENEWAL This endorsement modifies insurance provided under the following: CAPITAL ASSETS PROGRAM (OUTPUT POLICY)COVERAGE PART COMMERCIAL AUTOMOBILE COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CRIME AND FIDELITY COVERAGE PART EMPLOYMENT-RELATED PRACTICES LIABILITY COVERAGE PART EQUIPMENT BREAKDOWN COVERAGE PART FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART MEDICAL PROFESSIONAL LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Paragraphs 2. and 3. of the Cancellation 3. All Policies In Effect For More Than 60 Days Common Policy Condition are replaced by the a. If this policy has been in effect for more following: than 60 days, or is a renewal of a policy we 2. All Policies In Effect For 60 Days Or Less issued,we may cancel this policy only upon If this policy has been in effect for 60 days or the occurrence, after the effective date of less, and is not a renewal of a policy we have the policy,of one or more of the following: previously issued,we may cancel this policy by (1) Nonpayment of premium, including mailing or delivering to the first Named Insured, payment due on a prior policy we issued at the mailing address shown in the policy, and and due during the current policy term to the producer of record, advance written covering the same risks. notice of cancellation, stating the reason for (2) Discovery of fraud or material cancellation,at least: misrepresentation by: a. 10 days before the effective date of (a) Any insured or his or her cancellation if we cancel for: representative in obtaining this (1) Nonpayment of premium;or insurance;or (2) Discovery of fraud by: (b) You or your representative in (a) Any insured or his or her pursuing a claim under this policy, representative in obtaining this (3) A judgment by a court or an insurance; or administrative tribunal that you have (b) You or your representative in violated a California or Federal law, pursuing a claim under this policy. having as one of its necessary elements an act which materially increases any of b. 30 days before the effective date of the risks insured against. cancellation if we cancel for any other reason. (4) Discovery of willful or grossly negligent B. The following provision is added to the acts or omissions, or of any violations of Cancellation Common Policy Condition: state laws or regulations establishing 7. Residential Property safety standards, by you or your representative, which materially This provision apples to coverage on real increase any of the risks insured property which is used predominantly for against. residential purposes and consisting of not more (5) Failure by you or your representative to than four dwelling units, and to coverage ontenants' household personal property in a implement reasonable loss control residential unit, if such coverage is written requirements, agreed to by you as a under one of the following: condition of policy issuance, or which were conditions precedent to our use of Commercial Property Coverage Part a particular rate or rating plan, if that Farm Coverage Part — Farm Properly — Farm failure materially increases any of the Dwellings, Appurtenant Structures And risks insured against. Household Personal Property Coverage Form (6) A determination by the Commissioner of a. If such coverage has been in effect for 60 Insurance that the: days or less, and is not a renewal of (a) Loss of, or changes in, our coverage we previously issued, we may reinsurance covering all or part of cancel this coverage for any reason, except the risk would threaten our financial as provided in b.and c.below. integrity or solvency;or b. We may not cancel this policy solely (b) Continuation of the policy coverage because the first Named Insured has: would: (1) Accepted an offer of earthquake (i) Place us in violation of California coverage;or law or the laws of the state where (2) Cancelled or did not renew a policy we are domiciled;or issued by the California Earthquake (ii) Threaten our solvency. Authority (CEA) that included an (7) A change by you or your representative earthquake policy premium surcharge. in the activities or property of the However, we shall cancel this policy if the commercial or industrial enterprise, first Named Insured has accepted a new or which results in a materially added, renewal policy issued by the CEA that increased or changed risk, unless the includes an earthquake policy premum added, increased or changed risk is surcharge but fails to pay the earthquake included in the policy. policy premum surcharge authorized by the CEA. b. We will mail or delver advance written c. We may not cancel such coverage solely notice of cancellation,stating the reason for because corrosive soil conditions exist on cancellation, to the first Named Insured, at the premises. This restriction (c.) applies the mailing address shown in the policy, only if coverage is subject to one of the and to the producer of record,at least: following, which exclude loss or damage (1) 10 days before the effective date of caused by or resulting from corrosive soil cancellation if we cancel for conditions: nonpayment of premium or discovery of (1) Commercial Property Coverage Part — fraud;or Causes Of Loss—Special Form;or (2) 30 days before the effective date of (2) Farm Coverage Part —Causes Of Loss cancellation if we cancel for any other Form — Farm Property, Paragraph D. reason listed in Paragraph 3.a. Covered Causes Of Loss—Special. pa0e 2 of 4 95 Insuranca Sandogs Office.Inc-,2012 11 912 70 0912 C. The following is added and supersedes any (2) The Commissioner of Insurance finds provisions to the contrary: that the exposure to potential losses will Nonrenewal threaten our solvency or place us in a hazardous condition. A hazardous 1. Subject to the provisions of Paragraphs C.2. condition includes, but is not limited to, a and C.3. below, if we elect not to renew this condition in which we make claims policy, we will mail or deliver written notice, payments for losses resulting from an stating the reason for nonrenewal, to the first earthquake that occurred within the Named Insured shown in the Declarations, and preceding two years and that required a to the producer of record, at least 60 days, but reduction in policyholder surplus of at not more than 120 days, before the expiration least 25% for payment of those claims; or anniversary date. or We will mail or deliver our notice to the first (3) We have: Named Insured, and to the producer of record, at the mailing address shown in the policy. (a) Lost or experienced a substantial 2. Residential Property reduction in the availability or scope P r'ty of reinsurance coverage;or This provision applies to coverage on real (b) Experienced a substantial increase property used predominantly for residential in the premium charged for purposes and consisting of not more than four reinsurance coverage of our dwelling units, and to coverage on tenants' residential property insurance household property contained in a residential policies;and unit, if such coverage is written under one of the Commissioner has approved a plan the following: for the nonrenewals that is fair and Commercial Property Coverage Part FCoverage — Farm Property Farm equitable, and that is responsive to the Farm Covera 9 p rty — changes in our reinsurance position. Dwellings, Appurtenant Structures And e Household Personal Property Coverage Form c. We will not refuse to renew such coverage a. We may elect not to renew such coverage solely because the first Named Insured has Y 9 cancelled or did not renew a policy, issued for any reason, except as provided in b., c. by the California Earthquake Authority,that and d.below. included an earthquake policy premium b. We will not refuse to renew such coverage surcharge. solely because the first Named Insured has d. We will not refuse to renew such coverage accepted an offer of earthquake coverage. solely because corrosive soil conditions However, the following applies only to exist on the premises. This restriction (d.) insurers who are associate participating applies only if coverage is subject to one of insurers as established by Cal. Ins. Code the following, which exclude loss or Section 10089.16. We may elect not to damage caused by or resulting from renew such coverage after the first Named corrosive soil conditions: Insured has accepted an offer of (1) Commercial Property Coverage Part — earthquake coverage, if one or more of the Causes Of Loss—Special Form;or following reasons applies: (2) Farm Coverage Part — Causes Of Loss (1) The nonrenewal is based on sound Form — Farm Property, Paragraph D. underwriting principles that relate to the Covered Causes Of Loss—Special. coverages provided by this policy and 3. We are not required to send notice of that are consistent with the approved rating plan and related documents filed nonrenewal in the following situations: with the Department of Insurance as a. If the transfer or renewal of a policy,without required by existing law; any changes in terms, conditions or rates, is between us and a member of our insurance group. IL 02 70 0212 0 Insurance Services Oftic:e.Inc..2012 PaO�a 3 a b. If the policy has been extended for 90 days e. If the first Named Insured requests a or less, provided that notice has been given change in the terms or conditions or risks in accordance with Paragraph C.1. covered by the policy within 60 days of the c. If you have obtained replacement coverage, end of the policy period. or if the first Named Insured has agreed, in f. If we have made a written offer to the first writing, within 60 days of the termination of Named Insured, in accordance with the the policy,to obtain that coverage. timeframes shown in Paragraph C.1., to d. If the policy is for a period of no more than renew the policy under changed terms or 60 days and you are notified at the time of conditions or at an increased premium rate, issuance that it will not be renewed. when the increase exceeds 25%. Page 4 of 4 0 Insurance,Sendces Office.Inc_-2012 1L 02 70 0912 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 01 H (Ed. 7-16) TEXAS AMENDATORY ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Page. GENERAL SECTION B. Who Is Insured is amended to read: You are insured if you are an employer named in Item 1 of the Information Page. If that employer is a partnership or joint venture,and if you are one of its partners or members,you are insured,but only in your capacity as an employer of the partnership's or joint venture's employees. D. State is amended to read: State means any state or territory of the United States of America,and the District of Columbia. PART ONE—WORKERS COMPENSATION INSURANCE E. Other Insurance is amended by adding this sentence: This Section only applies if you have other insurance or are self-insured for the same loss. F. Payments You Must Make This Section Is amended by deleting the words"workers compensation"from number 4. H. Statutory Provisions This Section is amended by deleting the words"after an injury occurs"from number 2. PART TWO—EMPLOYERS LIABILITY INSURANCE C. Exclusions Sections 2 and 3 are amended to add: This exclusion does not apply unless the violation of law caused or contributed to the bodily injury. Section 6 is amended to read: 6. bodily injury occurring outside the United States of America, its territories or possessions,and Canada.This exclusion does not apply to bodily injury to a citizen or resident of the United States of America. Mexico or Canada who is temporarily outside these countries. D. We Will Defend This Section is amended by deleting the last sentence. PART FOUR—YOUR DUTIES IF INJURY OCCURS Number 6 of this part is amended to read: 6. Texas law allows you to make weekly payments to an injured employee in certain instances. Unless authorized by law,do not voluntarily make payments,assume obligations or incur expenses,except at your own cost. PART FIVE—PREMIUM A. Our Manuals is amended by adding this sentence: In this part, "our manuals"means manuals approved or prescribed by the Texas Department of Insurance. C. Remuneration Number 2 is amended to read: 2. All other persons engaged in work that would make us liable under Part One(Workers Compensation Insurance)of this policy.This paragraph 2 will not apply if you give us proof that the employers of these persons lawfully secured workers compensation insurance. E. Final Premium Number 2 is amended to read: 2. If you cancel,final premium will be calculated pro rata based on the time this policy was in force.Final premium will not be less than the pro rata share of the minimum premium. Page I or a ona GOWN11 an nw,M AN nWft WMFM. WC 42 03 01 H WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY (Ed.7-16) PART SIX—CONDITIONS A. Inspection is amended by adding this sentence: Your failure to comply with the safety recommendations made as a result of an inspection may cause the policy to be canceled by us. C. Transfer of Your Rights and Duties is amended to read: Your rights and duties under this policy may not be transferred without our written consent. If you die,coverage will be provided for your surviving spouse or your legal representative.This applies only with respect to their acting in the capacity as an employer and only for the workplaces listed in Items 1 and 4 on the Information Page. D. Cancellation is amended to read: 1 You may cancel this policy.You must mail or deliver advance notice to us stating when the cancelation is to take effect. 2. We may cancel this policy.We may also decline to renew it.We must give you written notice of cancelation or nonrenewal.That notice will be sent certified mail or delivered to you in person.A copy of the written notice will be sent to the Texas Department of Insurance—Division of Workers'Compensation. 3. Notice of cancelation or nonrenewal must be sent to you not later than the 30th day before the date on which the cancelation or nonrenewal becomes effective,except that we may send the notice not later than the 10th day before the date on which the cancelation or nonrenewal becomes effective if we cancel or do not renew because of: a. Fraud in obtaining coverage; b. Misrepresentation of the amount of payroll for purposes of premium calculation; c. Failure to pay a premium when payment was due; d. An increase in the hazard for which you seek coverage that results from an action or omission and that would produce an increase in the rate,including an increase because of failure to comply with reasonable recommendations for loss control or to comply within a reasonable period with recommendations designed to reduce a hazard that is under your control; e. A determination by the Commissioner of Insurance that the continuation of the policy would place us in violation of the law,or would be hazardous to the interests of subscribers,creditors,or the general public. 4. If another insurance company notifies the Texas Department of Insurance—Division of Workers' Compensation that it is insuring you as an employer,such notice must be a cancelation of this policy effective when the other policy starts. Add the following to the policy: PART SEVEN--OUR DUTY TO YOU FOR CLAIM NOTIFICATION A. Claims Notification We are required to notify you of any claim that is filed against your policy.Thereafter we must notify you of any proposal to settle a claim or,on receipt of a written request from you,of any administrative or judicial proceeding relating to the resolution of a claim, including a benefit review conference conducted by the Texas Department of Insurance—Division of Workers'Compensation.You may,in writing,elect to waive this notification requirement. We must, on the written request from you,provide you with a list of claims charged against your policy, payments made and reserves established on each claim, and a statement explaining the effect of claims on your premium rates.We must furnish the requested information to you in writing no later than the 30th day after the date we receive your request.The information is considered to be provided on the date the information is received by the United States Postal Service or is personally delivered. Page 2 of 3 on WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 01 H (Ed. 7-16) COMPLAINT NOTICE: THE DISPUTE RESOLUTION PROCESS THIS DISPUTE RESOLUTION PROCESS DOES NOT APPLY TO WORKERS COMPENSATION CLAIMS. Proceed as follows if you have a dispute about your policy related to: • Rates. • The application or interpretation of rules contained in the various National Council on Compensation Insurance, Inc. (NCCI)manuals(including, but not limited to, classification codes and experience rating), • Rating programs, • Endorsements, or • Forms. First,contact the carrier that issued the policy and attempt to resolve the dispute directly. If the dispute is not directly resolved with the carrier,then contact NCCI,to ask for assistance through the dispute resolution process described in the Texas Miscellaneous Rules section of NCCI's Basic Manual.You may obtain dispute resolution services only after you have made a reasonable attempt to first resolve the dispute directly with the carrier and have paid undisputed premium that may be due to the carrier. Send your request for assistance by mail to NCCI, Regulatory Assurance Department—Dispute Resolution Services, 901 Peninsula Corporate Circle, Boca Raton,FL 33487-1362;or by fax to 561-893-5043;or by email to regulatoryassurance@ncci_com. NCCI will first work with you and the carrier to try to resolve the dispute. If you are unable to resolve the dispute to your satisfaction with NCCI's help,then you may ask NCCI to refer the dispute to the Texas Appeals Panel(Appeals Panel).The Appeals Panel consists of two insurance company representatives,an agent representative,a small employer,and a large employer,all appointed by the Texas Commissioner of Insurance.NCCI is the Administrator to the Texas Appeals Panel, and a staff member from TDI,appointed by the Commissioner,serves as the chair of the Panel. Within 30 days of the date that the Appeals Panel issues a decision, any party to the dispute may appeal the decision to the Texas Department of Insurance.To appeal a decision of the Appeals Panel,contact the Texas Department of Insurance,Office of the Chief Clerk, Mail Code 113.2A,P.O.Box 149104, Austin,TX 78714-9104;or by fax to 512-490-1064; or by email to chiefclerk@tdi.texas.gov. THIS NOTICE OF THE DISPUTE RESOLUTION PROCESS IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART,TERM,OR CONDITION OF THIS POLICY. CLAIM COMPLAINT: If there is a workers compensation claim complaint involving one of your employees,then contact the Texas Department of Insurance—Division of Workers'Compensation, System Monitoring and Oversight,7551 Metro Center Drive,Suite 100, MS-8,Austin,TX 78742;or by fax to 512-490-1030;or by e-mail to DWC- ComplaintResolution@tdi.texas.gov. THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART,TERM,OR CONDITION OF THIS POLICY. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2017 Policy No. A-1CW-069117.04 Endorsement No. 000 Insured MOUNTAIN CASCADE HOLDING COMPANY INC. Premium$ Insurance Company Countersigned by OLD REPUBLIC GENERAL INSURANCE CORPORATION WC 42 03 01 H (Ed.7-16) Pap•W 3 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT - - - - - - - - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=yZ 2016 — r■ A THIS PAGE INTENTIONALLY LEFT BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page .. Article 1 —Definitions and Terminology..........................................................................................................l 1.01 Defined Terms...............................................................................................................................l 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 rw 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............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance.....................................................................................................................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 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febamy2,2016 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 Article 8-City's Responsibilities............................................................................. 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnjmyZ2016 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:Felxiay2,2016 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:FebcvRy2,2016 007200-1 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. .r 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:Febmmy2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by + Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be -- performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or .. his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the r. 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. C] TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febncry 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 A 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:Febnury2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 w. 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or �.• circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or ,.. possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48.PCBs—Polychlorinated biphenyls. .. 49.Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 w 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:FebnmryZ 2016 00 72 00-1 j 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 1.023 through E are not defined but, when used in _ the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnnny2,2016 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 w City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbn=y2,2016 wAr 007.00-1 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:Fdxu&yZ 2016 007200-1 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 „r 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 CYTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy Z 2016 007200-1 GENERAL CONDITIONS Page 10 of 63 .M. 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:Febany2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the .� Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. ®, 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way,and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance �•�. with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnimyZ 2016 00 72 00-1 GENERAL CONDITIONS Page 12 of 63 wr 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; C1 TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrmy 2,2016 an .r 007200-1 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 .0 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:Febnuvy2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 r 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 W- limited to, any aspects of the means, methods, techniques, sequences and procedures of C]TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felmra y2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 w 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 w 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 w 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). y` 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:FebnjmyZ 2016 w 00 72 00-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications .� as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security .. to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay 2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 A 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:FebnmyZ 2016 w 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. .. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed �.. necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be .•• incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februazy2,2016 007200-1 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:FebnruyZ 2016 �sr 007200-1 GENERAL CONDITIONS Page 20 of 63 ■rr 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:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, ®� connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. .. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" .� A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless .. the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in .. related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmacy2,2016 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; CH Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxuary2,2016 e� 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 *w performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemn�and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or .■ submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to ... reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City)resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaty 2,2016 rsll 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:F yZ2016 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. w. 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 31 st day after the date the City receives the information, as to whether �• good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrryy2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 w D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided ^� for in this Contract; and(ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. �* F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the • requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at .. all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties .. A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if,to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 s 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:Febnary 2,2016 007200-1 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. A 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/taxforms/93-fonns.html 6.12 Use of Site and Other Areas r. 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:Febnwy2,2016 .w .sr 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 indemni 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:Febnimy2,2016 007200-i 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:Fcbnjmy Z 2016 w 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are •. required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, .,, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive .� steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any .s 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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:FebnmyZ2016 007200-1 GENERAL CONDITIONS Page 33 of 63 w 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is .,, not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or +.. 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to ., other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims .. arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 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 w services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS _INI)EMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmaryZ 2016 �r 00 72 00-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED_OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. on 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:Febnary2,2016 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnxwyZ 2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. .. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's '® identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrmy2,2016 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 John R. Kasavich, P.E., or his/her successor pursuant to written notification from the Director of the City of Fort ,., Worth Water Department. 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:FebawyZ 2016 007200-1 GENERAL CONDITIONS Page 38 of 63 wr 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:Febnjwy2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as ,., amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. .. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual .. reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. ... B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the ®� change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrmy2,2016 w 007200-1 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 if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnj&y 2,20I 6 an 007200-1 GENERAL CONDITIONS Page 41 of 63 am D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or •w 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. ,R 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 11.013, 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:Febnrmy Z 2016 w 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:Febmaty 2,2016 wA 007200-1 GENERAL CONDITIONS Page 43 of 63 f� h. The costs of premiums for all bonds and insurance Contractor is required by the Contract •. Documents to purchase and maintain. B. Costs Excluded. The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, 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 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 on 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdmimyZ 2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the .. Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 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 „R 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:FebnoryZ 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as �- follows: 1. a mutually acceptable fixed fee;or •• 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: .. a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.O1.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 w rr 007200-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.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 11.0l.A.6, and .. 11.01.B; 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:FebmazyZ 2016 r� 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. , 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) " - inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials,mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y2,2016 w 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 DOCUMENTS Revision:Febnwyy2,2016 ■r 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 ,A 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:Febmary2,2016 sr w 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service •■ before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of ., the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all .. court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend `■ Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS L, Revision:Fdxumy2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. .. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, 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:Febnouy2,2016 r. 007200-1 GENERAL CONDITIONS Page 53 of 63 w 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 w 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 .r 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:Febnoy Z 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 w 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:Febnoy2,2016 w ..t 007200-1 GENERAL CONDITIONS Page 56 of 63 w 14.07 Final Payment A. Application for Payment.- 1. ayment.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. ue.-1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may,upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 00 72 00-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with •• the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. ® B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of ®� the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ` ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor "* shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily ■• nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed;he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be .. resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febma y 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 #20020-12-2011 established under Paragraph 6.06.D); .� 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any 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:Febnmy2,2016 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:Febno¢y 2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and �. established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. .. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnjmyZ 2016 w 007200-1 GENERAL CONDITIONS Page 61 of 63 A D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list •■ submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an ., extension is made in writing within such 60 day period by the Contractor, and granted by the City,any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work,the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION .. 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: +rr CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn ary2,2016 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. f1. delivered in person to the individual or to a member of the furn 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:FebnayZ 2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations wr 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy Z 2016 THIS PAGE INTENTIONALLY LEFT BLANK •� er 00 73 00-1 ww SUPPLEMENTARY CONDITIONS Page 1 of 6 1 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 w 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 .. 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of �* 36 May 31,2017 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 22,2016 `rl 007300-2 SUPPLEMENTARY CONDITIONS 7Page 2 of 6 1 Utilities or obstructions to be removed,adjusted,and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 4 as of May 31,2017 5 A EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 6 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 7 and do not bind the City. 7 8 9 SC-4.02A.,"Subsurface and Physical Conditions" 10 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 A Geotechnical Report for Proposed Main 325 Parallel Relief Sewer Sta.1+00 to Sta 36+65.10, 14 Report No.E09-232,dated August 28,2009,prepared by Geotel Engineering,a sub-consultant of .. 15 Dannenbaum Engineering,a consultant of the City,providing additional information on subsurface 16 conditions along the pipeline alignment,engineering properties of subsurface material,and soil design 17 parameters and recommendations. .. 18 19 The following are drawings of physical conditions in or relating to existing surface and subsurface 20 structures(except.Underground Facilities)which are at or contiguous to the site of the Work: 21 None 22 23 SC-4.06A.,"Hazardous Environmental Conditions at Site" 24 25 The following are reports and drawings of existing hazardous environmental conditions known to the City: 26 None 27 28 SC-5.03A.,"Certificates of Insurance" 29 30 The entities listed below are"additional insureds as their interest may appear"including their respective 31 officers,directors,agents and employees. �.. 32 33 (1) City 34 (2) Consultant: None 35 (3) Other: None 36 37 SC-5.04A.,"Contractor's Insurance" 38 39 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 40 coverages for not less than the following amounts or greater where required by laws and regulations: 41 42 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 43 44 Statutory limits 45 Employer's liability 46 $100,000 each accident/occurrence .. 47 $100,000 Disease-each employee 48 $500,000 Disease-policy limit 49 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 22,2016 .r 007300-3 1111 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 SC-5.04B.,"Contractor's Insurance" •" 2 3 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 4 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with ,., 5 minimum limits of: 6 7 $1,000,000 each occurrence 8 $2,000,000 aggregate limit `~ 9 10 The policy must have an endorsement(Amendment–Aggregate Limits of Insurance)making the 11 General Aggregate Limits apply separately to each job site. 12 w 13 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 ..� 16 SC 5.04C.,"Contractor's Insurance" 17 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 18 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 21 defined as autos owned,hired and non-owned. 22 23 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 24 least: 25 26 $250,000 Bodily Injury per person/ .� 27 $500,000 Bodily Injury per accident/ 28 $100,000 Property Damage 29 30 SC-5.04D.,"Contractor's Insurance" 31 32 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 33 material deliveries to cross railroad properties and tracks None 34 35 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 36 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 37 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 38 Entry Agreement"with the particular railroad company or companies involved,and to this end the 39 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 40 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 41 to the Contractor's use of private and/or construction access roads crossing said railroad company's " 42 properties. 43 44 The Contractual Liability coverage required by Paragraph 5.0413 of the General Conditions shall provide ® 45 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 46 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 47 occupy,or touch railroad property: 48 49 (1) General Aggregate: 50 51 (2) Each Occurrence: 52 53 —Required for this Contract X Not required for this Contract 54 55 w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 With respect to the above outlined insurance requirements,the following shall govern: 2 3 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 4 the name of the railroad company. However, if more than one grade separation or at-grade 5 crossing is affected by the Project at entirely separate locations on the line or lines of the same .. 6 railroad company,separate coverage may be required,each in the amount stated above. 7 8 2. Where more than one railroad company is operating on the same right-of-way or where several 9 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 10 may be required to provide separate insurance policies in the name of each railroad company. 11 12 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a „■. 13 railroad company's right-of-way at a location entirely separate from the grade separation or at- 14 grade crossing,insurance coverage for this work must be included in the policy covering the grade 15 separation. 16 17 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 18 way,all such other work may be covered in a single policy for that railroad,even though the work 19 may be at two or more separate locations. ..w 20 21 No work or activities on a railroad company's property to be performed by the Contractor shall be 22 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 23 for each railroad company named,as required above. All such insurance must be approved by the City and .. 24 each affected Railroad Company prior to the Contractor's beginning work. 25 26 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 27 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 28 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 29 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 30 railroad company operating over tracks involved in the Project. 31 32 SC-6.04.,"Project Schedule" 33 34 Project schedule shall be tier 3 for the project. wo 35 36 SC-6.07.,"Wage Rates" 37 38 The following is the prevailing wage rate table(s)applicable to this project and is provided in the No 39 Appendixes: 40 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 41 Buzzsaw location,Resources/02-Construction Documents/Specifications/Div 00-General Conditions/CFW 42 Horizontal Wage Rate Table.pdf 43 44 SC-6.09.,"Permits and Utilities" 45 46 SC-6.09A.,"Contractor obtained permits and licenses" 47 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 48 1. Barnett Gathering,LLC 31 Party Line Crossing Agreement 49 50 SC-6.09B."City obtained permits and licenses" 51 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 52 53 54 55 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 22,2016 7 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 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 May 31, 4 2017 5 6 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Barnett Gathering, LLC 3rd Party Line Crossing Agreement Prior to Construction 7 w 8 9 SC-7.02.,"Coordination" 10 11 The individuals or entities listed below have contracts with the City for the performance of other work at 12 the Site: 13 Vendor Scope of Work Coordination Authority Bethesda Water Supply Corp. Bethesda has a connection of Steve Sievers,817-295-2131 400+residents to the city-owned meter station that ties in to existing Main 325. 14 15 wr 16 SC-8.01,"Communications to Contractor" 17 18 None 19 A 20 SC-9.01.,"City's Project Manager" 21 22 The City's Project Manager for this Contract is John R.Kasavich,P.E.,or his/her successor pursuant to 23 written notification from the Director of the City of Fort Worth Water Department. 24 25 SC-13.03C.,"Tests and Inspections" 26 �* 27 None 28 29 SC-16.01C.1,"Methods and Procedures" 30 31 None 32 33 .w 34 END OF SECTION Revision Log CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS on Page 6 of 6 DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC 9.01 "City's Project Representative"wording changed to City's Project Mar7ager a. rr w w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised January 22,2016 .r 011100-1 SII SUMMARY OF WORK Page 1 of 3 " 1 SECTION 01 11 00 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 w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 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 w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 on w. THIS PAGE INTENTIONALLY LEFT BLANK *® 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 SECTION 0125 00 2 SUBSTITUTION PROCEDURES on 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 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 .r 8 consistent with the design intent 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 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 w .. 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 r. 0131 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 17,2012 013119-2 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 in. 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 jj. Questions or Comments CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 17,2012 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 er 13 r A .w w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised August 17,2012 on THIS PAGE INTENTIONALLY LEFT BLANK ^* A. 013120-1 ■� PROJECT MEETINGS Page]of 3 1 SECTION 013120 2 PROJECT MEETINGS A 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. None. 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,periodic 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 w 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 periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 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 ow 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ew an 013120-3 no PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: ■• 5 a) City 6 b) Engineer 7 c) Contractor .r 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. ®' 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] r 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 A Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 013216-1 CONSTRUCTION PROGRESS SCHEDULE Pagel of 5 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 ■w 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 r. 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ur 0132 16-2 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 0132 16-3 wi 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, w 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 w 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. Mr CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 7 013216-4 CONSTRUCTION PROGRESS SCHEDULE Mf 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 rr 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] w■ 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 No DATE NAME SUMMARY OF CHANGE W 18 no w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK •� A. w 013233-1 w PRECONSTRUCTION VIDEO Page 1 of 2 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 SUBMITTALSANFORMATIONAL 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] r 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ■w 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) w 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 .r 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] ,w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 w Revised December 20,2012 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 ' 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 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 A 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 i. 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 013300-4 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 aw 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 013300-5 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 w 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, «rR 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 013300-7 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] am 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 w. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 r 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 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: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program .. 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits 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 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen Ctrl'OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 on 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen -- 9 2) Flagmen 10 3) Other requirements associated with Railroad 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 y,� 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 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w w 013513-3 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 .r 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,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w 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) w. 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 1. 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. CrrY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w .s 013513-5 rr 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 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates .0 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. «.� 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present 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 waste water. *• 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. .w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 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 1.4.13-Added r::quii-k stent of compliance with Health and S fi'Qt4 Code. I itle«. 8/31/2012 D.Johnson Safety,Sitotme<-�.i,uouc osreey,k-aapict ,..-npgn voltage OverhC3.". 1.4.E-Added Contractor responsibility for obtaining a TCEQ Air CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 on 013513-7 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: 10 Mapsco Location: 11 Limits of Construction: 12 13 16 117 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. *� 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 s 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 w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B F, O.RT WORTH Date: DOE 110.XXXX Pw�ect Name: NIOTICE 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 3 - ------ 4 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 r 014523-1 w TESTING AND INSPECTION SERVICES Page 1 of 2 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 w 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ■w Pon 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ■r 01 5000-3 �I 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 SUBMITTALSANFORMATIONAL 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] ■r 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] A 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 17. Project No.01333 Revised July 1,2011 er 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 w wr w r.. wr. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ■. 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ' i 015526-2 STREET USE PERMIT 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 SUBMITTALS/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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 w r+r 015526-3 w STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 aR Revision Log DATE NAME SUMMARY OF CHANGE w 2 �w w .r +r� w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 w r■ e.. THIS PAGE INTENTIONALLY LEFT BLANK �• 015713-1 ^� STORM WATER POLLUTION PREVENTION Page 1 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 no 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,(8 17)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: MW 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 SUBMITTALS 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 �, 0157 13-3 +� 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 SUBMITTALSANFORMATIONAL 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 w� w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ewe w. wr THIS PAGE INTENTIONALLY LEFT BLANK �.. r. 015813-I w TEMPORARY PROJECT SIGNAGE Page 1 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 tt�r 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 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 . 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 w 0158 13-2 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 � 1 Revision Log ,. DATE NAME SUMMARY OF CHANGE 2 ■w w w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 A r w .. THIS PAGE INTENTIONALLY LEFT BLANK .. on in no 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 " 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL .�r 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 .r 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 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. w. 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 A 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 016600-1 w PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 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 SUBMITTALS/INFORMATIONAL 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 71 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 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 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 .w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ■r w 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 .. rr CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 s. 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 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 21 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 ,st 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION w 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 [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary.Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment ,. 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement .. 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"will be paid for at the unit 42 price per each"Specified Remobilization"in accordance with Contract 43 Documents. 44 c. The price shall include: .• 45 1) Demobilization as described in Section 1.1.A.2.a.1) 46 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby,idle time,or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby,idle time,or lost profits associated .r 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement .� 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price per each"Work Order Mobilization"in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) ■• 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby,idle time,or lost profits associated this 23 Item. +.� 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and �r 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price per each"Work Order Emergency Mobilization"in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A:4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby,idle time,or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] .� 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 9 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised November 22,2016 w 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 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 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. Construction Staking 15 a. Measurement 16 1) Measurement and payment for this Item will be by lump sum. 17 2) The work performed and the materials furnished in accordance with this 18 Item are to be included as part of the Bid Item for Construction Staking. 19 2. Redline Survey 20 a. Measurement 21 1) Measurement and payment for this Item will be by lump sum. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item are to be included as part of the Bid Item for Construction Survey. 25 1.3 REFERENCES 26 A. Definitions 27 1. Redline Survey—The survey measurements made prior to or while construction is 28 in progress to control elevation,horizontal position,dimensions and configuration 29 of structures/improvements included in the Project Drawings. Measurements made 30 after the construction of the improvement feature is complete to provide position 31 coordinates for the features of a project. 32 2. Construction Staking—The placement of stakes and markings to provide offsets 33 and elevations to cut and fill in order to locate on the ground the designed 34 structures/improvements included in the Project Drawings. Construction staking 35 shall include staking easements if indicated on the plans. 36 3. Survey"Field Checks"—Measurements made after construction staking is 37 completed and before construction work begins to ensure that structures marked on 38 the ground are accurately located per Project Drawings. 39 B. Technical References CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 30,2016 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 2 website)—01 71 23.01_Attachment A_Survey Staking Standards. Specification 3 sheet(SpecRequirements.docx)and list of GPS fields and features 4 (GPSFieldsAndFeatures.xlsx). Template file for Redline Survey(Red Line 5 Coordinates.xlsx). 6 2. Texas Department of Transportation(TxDOT)Survey Manual, latest revision 7 3. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 8 Surveying in the State of Texas, Category 5 9 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 SUBMITTALS 12 A. Submittals,if required,shall be in accordance with Section 01 33 00. 13 B. All submittals shall be received and reviewed by the City prior to delivery of work. 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 15 A. Certificates 16 1. Provide certificate certifying that elevations and locations of improvements are in 17 conformance or non-conformance with requirements of the Contract Documents. 18 a. Certificate must be sealed by a registered professional land surveyor in the 19 State of Texas. 20 B. Field Quality Control Submittals 21 1. Documentation verifying accuracy of field engineering work. Includes coordinate 22 conversions if plans do not indicate grid or ground coordinates. 23 C. Field Quality Control Submittals 24 1. Submit"Cut-Sheets"conforming to the standard template provided by the City 25 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards)and 26 Construction Redline Spreadsheet. Contractor shall submit an updated Construction 27 Redline Spreadsheet with the second partial payment request each month. 28 1.7 CLOSEOUT SUBMITTALS 29 A.As-built including GPS data in the form of GIS shapefiles/feature classes(digital survey 30 files in format outlined in Part 2A.5.)and Completed Redline Spreadsheet 31 1. Contractor shall submit the proposed as-built and completed redline spreadsheet 1 32 week prior to scheduling the project final for City review and comment. Revisions, 33 if necessary,shall be made to the as-built and redline spreadsheet and resubmitted 34 to the City prior to scheduling the construction final. 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE 37 A. Construction Staking 38 1. Construction staking will be performed by the Contractor. 39 2. Coordination CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 30,2016 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 a. Contact City's Project Representative at least 2 weeks in advance for 2 scheduling of Construction Staking. 3 b. It is the Contractor's responsibility to coordinate staking such that 4 construction activities are not delayed or negatively impacted. 5 3. General 6 a. Contractor is responsible for preserving and maintaining stakes. If City 7 surveyors are required to re-stake for any reason,the Contractor will be 8 responsible for costs to perform staking.If in the opinion of the City,a 9 sufficient number of stakes or markings have been lost,destroyed disturbed or 10 omitted that the contracted Work cannot take place then the Contractor will be 11 required to stake or re-stake the deficient areas. 12 B. Redline Survey 13 1. Redline Survey will be performed by the Contractor. 14 2. Coordination 15 a. Contractor to verify that horizontal and vertical control data established in the 16 design survey and required for construction survey is available and in place. 17 b. It is the Contractor's responsibility to coordinate the Redline Survey such that 18 construction activities are not delayed or negatively impacted. 19 1) Contractor shall perform replacements and/or restorations. 20 2) Contractor to coordinate to have City perform survey"Field Check",prior 21 to continuing with any construction staking or subsequent survey. 22 3. General 23 a. Construction survey will be performed in order to document survey work by 24 providing accurate and detailed cut sheets in the format provided by the City 25 Surveyor,as it progresses for Project Records. 26 b. The Contractor shall survey the elevation and location(and provide written 27 documentation to the City)construction features during the progress of the 28 construction including,but not limited to,the following: 29 1) Manholes 30 a) Rim and flowline elevations and coordinates for each manhole 31 2) Water Lines 32 a) Top of pipe elevations and coordinates for waterlines at the following 33 locations: 34 (1) Minimum every 250 linear feet, including 35 (2) Horizontal and vertical points of inflection,curvature, 36 etc.(All Fittings) 37 (3) Cathodic protection test stations 38 (4) Sampling stations 39 (5) Meter boxes/vaults(All sizes) 40 (6) Fire lines 41 (7) Fire hydrants 42 (8) Gate valves 43 (9) Plugs, stub-outs,dead-end lines 44 (10) Air Release valves(Manhole rim and vent pipe) 45 (11) Blow off valves(Manhole rim and valve lid) 46 (12) Pressure plane valves 47 (13) Cleaning wyes 48 (14) Casing pipe(each end) 49 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 30,2016 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 b) Underground Vaults 2 (1) Rim and flowline elevations and coordinates for each 3 Underground Vault. 4 3) Sanitary Sewer 5 a) Top of pipe elevations and coordinates for sanitary sewer lines at the 6 following locations: 7 (1) Minimum every 250 linear feet,including 8 (2) Horizontal and vertical points of inflection,curvature, 9 etc. 10 (3) Cleanouts 11 b) Manholes and Junction Structures 12 (1) Rim and flowline elevations and coordinates for each 13 manhole and junction structure. 14 4) Stormwater 15 a) Top of pipe elevations and coordinates for storm drain at the following 16 locations: 17 (1)Minimum every 250 linear feet,including 18 (2)Horizontal and vertical points of inflection,curvature, 19 etc. 20 c. For construction methods other than open cut,the Contractor shall perform 21 construction redline survey and verify control data including,but not limited 22 to,the following: 23 1) Verification that established benchmarks and control are accurate. 24 2) Use of Benchmarks to furnish and maintain all reference lines and grades 25 for tunneling. 26 3) Use of line and grades to establish the location of the pipe. 27 4) Submit to the City copies of field notes,if requested,used to establish all 28 lines and grades and allow the City to check guidance system setup prior to 29 beginning each tunneling drive. 30 5) Provide access for the City,if requested,to verify the guidance system and 31 the line and grade of the carrier pipe. 32 6) The Contractor remains fully responsible for the accuracy of the work and 33 correction of it,as required. 34 7) Monitor line and grade continuously during construction. 35 8) Record deviation with respect to design line and grade once at each pipe 36 joint and submit daily records to the City 37 9) If the installation does not meet the specified tolerances(as outlined in 38 Sections 33 05 23 and/or 33 05 24),immediately notify the City and correct 39 the installation in accordance with the Contract Documents. 40 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 41 1.11 FIELD [SITE] CONDITIONS [NOT USED] 42 1.12 WARRANTY 43 PART 2- PRODUCTS 44 A. A redline survey will produce,but will not be limited to: 45 1. Recovery of relevant control points,points of curvature and points of intersection. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 30,2016 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 2. Establish temporary horizontal and vertical control elevations(benchmarks) 2 sufficiently permanent and located in a manner to be used throughout construction. 3 3. The location of planned facilities,easements and improvements. 4 a. Establishing final line and grade stakes for piers, floors,grade beams,parking 5 areas,utilities,streets,highways,tunnels,and other construction. 6 b. A record of revisions or corrections noted in an orderly manner for reference. 7 c. A drawing,when required by the client,indicating the horizontal and vertical 8 location of facilities,easements and improvements,as built. 9 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 10 construction staking projects.These cut sheets shall be on the standard city template 11 which can be obtained from the Survey Superintendent(817-392-7925). 12 5. Digital survey files in the following formats shall be acceptable: 13 a. AutoCAD(.dwg) 14 b. Microstation(.dgn) 15 c. Text File(.txt) 16 d. ESRI Shapefile(.shp) 17 e. CSV file(.csv) 18 6. Survey files shall include vertical and horizontal data tied to original project 19 control and benchmarks,and shall include feature descriptions 20 PART 3- EXECUTION 21 3.1 INSTALLERS 22 A. Tolerances: 23 1. The staked location of any improvement or facility should be as accurate as 24 practical and necessary.The degree of precision required is dependent on many 25 factors all of which must remain judgmental.The tolerances listed hereafter are 26 based on generalities and,under certain circumstances,shall yield to specific 27 requirements. The surveyor shall assess any situation by review of the overall plans 28 and through consultation with responsible parties as to the need for specific 29 tolerances. 30 a. Earthwork:Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 31 tolerance.Horizontal alignment for earthwork and rough cut should not exceed 32 1.0 ft.tolerance. 33 b. Horizontal alignment on a structure should not exceed 0.03ft.tolerance. 34 c. Paving or concrete for streets,curbs,gutters,parking areas,drives,alleys and 35 walkways shall be located within the confines of the site boundaries and, 36 occasionally,along a boundary or any other restrictive line.Away from any 37 restrictive line,these facilities should be staked with an accuracy producing no 38 more than 0.05ft.tolerance from their specified locations. 39 d. Underground and overhead utilities,such as sewers,gas,water,telephone and 40 electric lines, shall be located horizontally within their prescribed areas or 41 easements. Within assigned areas,these utilities should be staked with an 42 accuracy producing no more than 0.1 ft tolerance from a specified location. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 30,2016 01 7123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 e. The accuracy required for the vertical location of utilities varies widely.Many 2 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 3 should be maintained.Underground and overhead utilities on planned profile, 4 but not depending on gravity flow for performance,should not exceed 0.1 ft. 5 tolerance. 6 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 7 specifications or in compliance to standards. The City reserves the right to request a 8 calibration report at any time and recommends regular maintenance schedule be 9 performed by a certified technician every 6 months. 10 1. Field measurements of angles and distances shall be done in such fashion as to 11 satisfy the closures and tolerances expressed in Part 3.1.A. 12 2. Vertical locations shall be established from a pre-established benchmark and 13 checked by closing to a different bench mark on the same datum. 14 3. Construction survey field work shall correspond to the client's plans.Irregularities 15 or conflicts found shall be reported promptly to the City. 16 4. Revisions,corrections and other pertinent data shall be logged for future reference. 17 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 APPLICATION 21 3.5 REPAIR/RESTORATION 22 A. If the Contractor's work damages or destroys one or more of the control 23 monuments/points set by the City,the monuments shall be adequately referenced for 24 expedient restoration. 25 1. Notify City if any control data needs to be restored or replaced due to damage 26 caused during construction operations. 27 a. Contractor shall perform replacements and/or restorations. 28 b. The City may require at any time a survey"Field Check"of any monument or 29 benchmarks that are set be verified by the City surveyors before further 30 associated work can move forward. 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD [oR] SITE QUALITY CONTROL 33 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 34 City in accordance with this Specification. This includes easements, if noted on the 35 plans. 36 B. Do not change or relocate stakes or control data without approval from the City. 37 3.8 SYSTEM STARTUP 38 A. Survey Checks 39 1. The City reserves the right to perform a Survey Check at any time deemed 40 necessary. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 30,2016 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 2 relieve the contractor of his/her responsibility for accuracy. 3 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION[NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SU 4MARY OF CHANGE 8/31/2012 D.Johnson Added Instruction under 1.2;Added 1.3.A.and 1.2.B.;Modified 1.5.B.;Modified 1.6.:1 3emoved 1.6.B.;Modified 1.9A. 1.;Modified 1.9.A.3.a.;Removed 1.9.A.3.h.;Modified 1.9.B.1.;Removed 1.9.B.3.b.2)a)(1);Modified 1.9.A.3.a.; 12/30/2016 F.Griffin Rerno4 cd 1.9.A.3.b.;Modified 1.9.B.1.;Modified 1.9.B.2.a.;Modified 1.9.13.2.b.; It snm cd 1.9.B.2.c.and d.;Modified 1.9.B.3.a.;Modified 1.9.B.3.b.;Added PART DUCTS;Added 3.1.A.;Added 3.1.B.;Added 3.5A.;Modified 33A.; 41odI tied 3.7.B.;Added 3.8. 12 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 30,2016 F RT 0 RT H I .I T o w Section 017123.01 - Attachment A Survey Staking Standards Page 1 of 14 Revised August 2016 THIS PAGE INTENTIONALLY LEFT BLANK •■ s These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive,but only as a general guideline.For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. rye Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Control Standards ■,, V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets .w Page 2 of 14 �- Revised August 2016 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817)392-8971 II. Construction Colors .� The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags .. if necessary. utility Color �- PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER „ ; ' .- GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS +�* SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' w. Ill. Standard Staking Supplies _ Item Minimum size Lath/Stake 36"tall �- Wooden Hub (2"x2" min.square preferred) 6"tall Pin Flags(2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers(feathers) 6" long Tacks (for marking hubs) 3/4" long Page 3 of 14 Revised August 2016 IV. Survey Equipment and Control Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ ... Look for'Interactive Maps'and click on the 'Surveyors' link B. Conventional or Robotic Total Station Equipment L A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence per year. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation (if applicable)of the point set. Control points can be set rebar, 'X' in concrete,or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example: GEOID12A Page 4 of 14 -- Revised August 2016 a D N FRONT BACK O N II lr_ F[C i i CONTROL POINT NUMBER POINT NUMBER DOUBLE SLASH MARK DOUBLE SLASH MARS x °D o c� Ln m a 0 0 A I I o o I rn COORDINATES ELEVATION cuQ C) o I' O I REBAR FLUSH WITH GROUND I I OR Y ETCHED IN CONCRETE li V. Water Staking Standards A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200'on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe(T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16"and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10"and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12"and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional.Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I o If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval + II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5'away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb ^�^ II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main *� II. RIM grades should only be provided if on plans Page 6 of 14 *�• Revised August 2016 A (D d FRONT (SIDE FACING �) o ONFLAGGING REQUIRED FR T m IN LIEU OF BLUE PAINTFO LATH {SIDE FACING �} o v BACK FRONT (SUE FAOMG R.C.W.) (SIDE FACING ) y P CONTINUE STAKING m OFFSET DISTANCE , FH IDENTIFY ANY BACK O 4 TEES, METERS EVERY 200' ILI E GATE VALVES, a (SIDE FACING R-0 W. T GROSSES, ETC, N _ w RniNT ffi :IECENTERUNE OF u' T�`F' WATER LINE + I OV I rv�v x.l CI HUB ElEVATICIN Q IIS m ro 6 A ~ STATIONING Tf�P K + I � T/P IDENTIFIES TOP OF PIPE ? STtroa� IDENTFl ES CUT- - m OR FILL+ ' HUB PAINTED BLUE, FLUSH WITH -�6R OU ND, W17H TACK OR BLACK DOT (OPTIONAL) HUB PAINTED BLUE MTH r BLUE WHISKERS OR 60D NAIL WITH BLUE VI. Sanitary Sewer Staking A. Centerline Staking—Straight Line Tangents 1. Inverts shall be field verified and compared against the plans before staking .. II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400'or less apart IV. Offset stakes should be located at even distances and perpendicular to the *� centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional.Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes -� I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor 11. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only on the stake when provided in the plans Page 8 of 14 �. Revised August 2016 FRONT Q (SIDE FACING } c Ind OFFSET STAKE 021 N FGR ALIGNMENT K 0 FOR SSMH'S FRONT FRONT ( �) w {SIDE FACING SIDE FACING } NO FLrA.G,31NG REWIRED TM OFFSET STAKE IN LIEU CF GREEN PAINTED`, LATH MH let OFFSET STAKE FOR ALIGNMENT FOR AUGNMENT FOR S:;MH'S `� FCR SSMH'S Vf WN FRON T x NO FOR Cf T STAKE F (SIDE FAS MH 3 Q MH 1st 01=STAKE `t FOR.AIJGNMENT ON FRONT R I✓j � SSIAH'S w Ln k {SIDE FACING } F/L 3 � SAME STAl1CNIN0 h5 1 ryE Lot FIRST OFFSET STAKE P SANITARY SL*0 LINE d w F S O Fl t fl n AH IOE7JTIR ES MANHOLE IIM r V) A a mC 0 M F/L STATIONING HE „%S F$ ! n LA F r 7 IOP7ITIFIES FLOPLINE GF "F ;''2T, N NiK2TH PIPE ERAlIE iA �. TIM BECAIISE STATIONING Riu MI IDENTIFIES CUT- BETWEEN 551AH'5 WAS `•';'T, to �y M OR FILL+FOR NORTH PIPE F/L LESS THAN e THE NIE.SPLIT DTET B IDENTIFIES FLOW1JNE OF + i STAKE IN THE MIDDLE 5 SOUTH PIPE CR.ADE IDENTIFIES CUT \2 OR FILL+FOR SOUTH PIPE M IDFNTI FIES RIM GRADE 8 ^� / ok F HUB PAINTED ACK FLUSHADOT OR FILL ,GUT- GROUND. NTH TACT{OR BLACK DOT . c OF FILL O T6 H* r ` OF MANHOLE RHd`- (OPTIONAL HUB PAINTED GR EN VATGOD - RLUE INTED G OR 8GG NWL NNH BLUE 45HIBKER3 1 1 1 1 i 1 1 1 1 1 1 i 1 1 1 1 1 i 1 VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200' on even stations 11. Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should w be set at a 25' interval 11. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing 11. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the .■ contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only on the stake when provided in the plans Page 10 of 14 �* Revised August 2016 Example Storm Inlet Stakes IMP FRONT FRONT (SIDE FACING ) (SIDE FACING CL) WW a 6 ��a N on cn m n w m z � r BACK 2 ' BACK z (SDE FACING R.O.W.) { ` (5OE FAUNC R.QW_) IDENTIFIES WHICH a IDENTFles vn-ucH POINT♦4 END OF THE WIND PUNT F £ END OF THE MNG -, BEING STAKED BEING STAKED H N p /w HUB ELEVATION@ II INLET STATION HUB ELEVATION a j ' } (IF NOTED ON PIANS) t � �T,—t IDENTIFIES GRADE 1Q TOP OF CURB ur T1 -1 O d -�_ a (� IDENTIFIES GRADE ITL TO FL04+UNE '� C7 C7 I I DISTANCES FOR INLETS w �- STANDARD 10' - 16' RECESSED 1D• - 2U STANDARD DOUBLE 10' - 25.67' HUB Y11Tri TACK —————— RECESSED DOUBLE 10_•_36_67 —————————— I I BACK OF INLET H yl Ytl �I � �i FAARH�OLE ; of BACK OF CURB i' BACK OF CURB FLO LINE FACE OF INLET FACE OF INLET FLOWLINE — EDG£OF PAVElAENT EDGE OF PA1'EMENT EDOE OF PAVEMENT EDGE OF PAVEMENT Ir Page 11 of 14 Revised August 2016 r VIII. Curb and Gutter Staking ® A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT .d (SIDE FACING �Z) 0 o FRONT IDENnnn END FRONT (SDE FACING¢�T INGT�Or e/c FRONT o (SIDE FACING ) IDENTIFIES START POW OF CURVATURE PC (SIDE FACING IE) NI W o n o 9C s PT BACK IDENTIFIES OFFSET 13 TO T/C (SIDE FACING ft.O.W.) / BACK FACE of CUFM Tfc a _ a y } Z N III PCINT III 's f 0 s/c III I m IDENTIFIES GRADE IS III I x TJX TO TUF OF DUREI b III I ADE HUB ELEVATION o + NO DDlus POINTSON 1 •• ! r � 1 f _ TOP OF CURB BACK OF CURD yCo?V3 FACE OF CURB L ---�— FLOWLI NE •* EDGE OF PAVEMENT Page 12 of 14 Revised August 2016 10 N CL D c Onr c N 10'O/S STAKE ID'0/S STAKE D W/GRADE AT W/GRADE AT TYP. H-r EVEN STATION EVEN STATION IT FRON T 54'MAX.DISTANCE 50'MAX.DISTANCE ( 50'MAX.DISTANCE 50'MAX.DISTANCE 50'MAX. DISTANCE 50'MAX.DISTANCE - X 0I x I L I I I (SIDE FACING �l 3 I I I I BACK OF CURB p O (D N B/C IDENTIFIES r OFFSET IS TO RACK OF CU R9cr II BACK OF CURB IF ARC LENGTH IS BACK OF CURB GREATETI THAN 100'. 4t A POC OFFSET STAKET/G �. (D 50'MAK DISTANCE SHOULD BE SET 50'MAX.DISTANCE '-' 0 m 1STAKE '0.STAKE �� 1 _. f WATRPCE WATRPOE 10'0/9 A STAKE r STAKE cu EN/GRADE AT JPO• W/GRADE AT 7C WN STATI CN .��/ �, EVEN STATION - (� Q \9. V1 v� STAKE STAKE 1"F s' W/GRADE W/GRADE AT PT E or 1�r AT PC 30'RADIUS w 30'RADIUS POINT �' = POINT N W/NO GRADE ? F W/NO GRADE (D K 3 n 10'0/5 '^ 1D'O/S STAKE — STAKE W/GRADE AT'.µ 1 E D, ~ W/MADE AT EVEN STATION EVEN STATION 1 1 1 1 1 1 1 I 1 1 1 i 1 1 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example: C01234) E. Location(Address,cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank Excel template can be obtained from the city survey superintendent Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR _ SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _CUT +FILL -LT/+RT GRADE ELEV. ■■ Page 14 of 14 Revised August 2016 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 SUBMITTALSANFORMATIONAL 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 s� 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 017423-3 wwl CLEANING Page 3 of 4 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. ..r 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 rs 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 ,� 017719-1 *" CLOSEOUT REQUIREMENTS Page 1 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. 9C. 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 j 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 r. 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] r. 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 w. 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 r. w. .w THIS PAGE INTENTIONALLY LEFT BLANK .. w. on 017823-1 OPERATION AND MAINTENANCE DATA Pagel of 5 ® 1 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. w 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 0133 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. w 32 2. Format 33 a. Size: 8 %i inches x 11 inches 34 b. Paper '*P 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 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 •r 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 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 w 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance +w 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 .w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 r 01 7823-4 OPERATION AND MAINTENANCE DATA w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 ,,, 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 r 8/31/2012 D.Johnson 1.5.A.I—title of section removed w 8 w ..r A ws CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w THIS PAGE INTENTIONALLY LEFT BLANK -^ 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 ®' 1 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] .w 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. .r CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 017839-3 w PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation w 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 Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 ■s Revised July 1,2011 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 SUMMARY OF CHANGE 26 CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 33 01 30-1 SEWER AND MANHOLE TESTING Page 1 of 5 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection(Mandrel)Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection(mandrel)test for 48- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 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 03 80 00—Modifications to Existing Concrete Structures 24 4. Section 33 04 50—Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main(pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 34 main(pipe)complete in place,and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each vacuum test completed. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 28,2017 330130-2 SEWER AND MANHOLE TESTING Page 2 of 5 1 c. The price bid shall include: 2 1) Mobilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Reports 13 1. All test reports generated during testing(pass and fail) 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Certifications 17 1. Mandrel Equipment 18 a. If requested by City,provide Quality Assurance certification that the equipment 19 used has been designed and manufactured in accordance to the required 20 specifications. 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS [NOT USED] 25 PART 3- EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION[NOT USED] 28 3.3 PREPARATION 29 A. Low Pressure Air Test(Pipe) 30 1. Clean the sewer main before testing,as outlined in Section 33 04 50. 31 2. Plug ends of all branches,laterals,tees,wyes,and stubs to be included in test. 32 B. Deflection(mandrel)test(Pipe) 33 1. Perform as last work item before final inspection. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 28,2017 330130-3 SEWER AND MANHOLE TESTING Page 3 of 5 1 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 2 3. Materials 3 a. Mandrel used for deflection test 4 1) ,Use of an uncertified mandrel or a mandrel altered or modified after 5 certification will invalidate the deflection test. 6 2) Mandrel requirements 7 a) Odd number of legs with 9 legs minimum 8 b) Effective length not less than its nominal diameter 9 c) Fabricated of rigid and nonadjustable steel 10 d) Fitted with pulling rings and each end 11 e) Stamped or engraved on some segment other than a runner indicating 12 the following: 13 (1) Pipe material specification 14 (2) Nominal size 15 (3) Mandrel outside diameter(OD) 16 f) Mandrel diameter must be 95 percent of inside diameter(ID)of pipe. 17 C. Vacuum test(Manhole) 18 1. Plug lifting holes and exterior joints. 19 2. Plug pipes and stubouts entering the manhole. 20 3. Secure stubouts,manhole boots,and pipe plugs to prevent movement while vacuum 21 is drawn. 22 4. Plug pipes with drop connections beyond drop. 23 5. Place test head inside the frame at the top of the manhole. 24 3.4 INSTALLATION 25 A. Low pressure air test(Pipe) 26 1. Install plug with inlet tap. 27 2. Connect air hose to inlet tap and a portable air control source. 28 3. After the stabilization period(3.5 psig minimum pressure)start the stop watch. 29 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 30 prig. Minimum permissible pressure holding time per diameter per length of pipe 31 is computed from the following equation: 32 33 T=(0.0850*D*K) 34 Q 35 Where: 36 T=shortest time,seconds,allowed for air pressure to drop to 1.0 psig 37 K=0.000419*D*L,but not less than 1.0 38 D=nominal pipe diameter,inches 39 L=length of pipe being tested(by pipe size),feet 40 Q=0.0015,cubic feet per minute per square foot of internal surface 41 5. UNI-B-6,Table 1 provides required time for given lengths of pipe for sizes 4-inch 42 through 60-inch based on the equation above. 43 6. Stop test if no pressure loss has occurred during the first 25 percent of the 44 calculated testing time. 45 B. Deflection(mandrel)test(Pipe) CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 28,2017 330130-4 SEWER AND MANHOLE TESTING Page 4 of 5 1 1. For pipe 48-inches and smaller,the mandrel is pulled through the pipe by hand to 2 ensure that maximum allowable deflection is not exceeded. 3 2. Maximum percent deflection by pipe size is as follows: 4 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 throw=h 30 4.0 Greater than 30 3.0 5 6 C. Vacuum test(Manhole) 7 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 8 2. With the valve closed,read the level vacuum level after the required test time. 9 3. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 10 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole,feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 11 **For manholes over 18 feet deep,add"T"seconds as shown for each respective 12 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 13 depth. (Example: A 30 foot deep,4-foot diameter. Total test time would be 70 14 seconds. 40+6(5)=70 seconds) 15 16 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 17 failed the test. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Non-Conforming Work 22 1. Low pressure air test 23 a. Should the air test fail,find and repair leak(s)and retest. 24 2. Deflection(mandrel)test(Pipe) 25 a. Should the mandrel fail to pass,the pipe is considered overdeflected. 26 b. Uncover overdeflected pipe. Reinstall if not damaged. 27 c. If damaged,remove and replace. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 28,2017 330130-5 SEWER AND MANHOLE TESTING Page 5 of 5 1 3. Vacuum test(Manhole) 2 a. Should the vacuum test fail,repair suspect area and retest. 3 1) External repairs required for leaks at pipe connection to manhole. 4 a) Shall be in accordance with Section 03 80 00. 5 2) Leaks within the manhole structure may be repaired internally or 6 externally. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 07/28/2017 D.Rankin Increased Pipe Size to 48 Inch 16 CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 28,2017 330131-1 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page I of 7 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television(CCTV)Inspection of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects all(existing:Pre-CCTV,proposed:Post-CCTV)main 9 shall be inspected. 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 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 17 4. Section 33 04 50—Cleaning of Sewer Mains .. 18 5. Section 01 32 16—Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDURES 20 Pre-CCTV Inspection 21 1. Measurement 22 a. Measurement for this Item will be by the linear foot of line televised for CCTV 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video log. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under"Measurement"will be paid for at the unit price 28 bid per linear foot for"Pre-CCTV Inspection". .. 29 1) Contractor will not be paid for unaccepted video. 30 3. The price bid shall include: 31 a. Mobilization .. 32 b. Cleaning 33 c. Digital file 34 B. Post-CCTV Inspection 35 1. Measurement 36 a. Measurement for this Item will be by the linear foot of line televised for CCTV 37 Inspection performed following repair or installation determined from the �• 38 distance recorded on the video log. 39 2. Payment rr CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised March 3,2016 33 01 31-2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 2 of 7 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under"Measurement"will be paid for at the unit price 3 bid per linear foot for"Post-CCTV Inspection". 4 1) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file ^� 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. 14 2. City of Fort Worth Water Department 15 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program(CCTV Manual). The CCTV Manual is available for download on 17 Buzzsaw. Location:Resources\70—Inspection Tools\Standard Construction 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on Buzzsaw. Location:Resources\70—Inspection Tools\Standard 20 Construction. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Sanitary Sewer Lines 24 a. Meet with City of Fort Worth Water Department staff to confirm that the 25 appropriate equipment,software,standard templates,defect codes and defect 26 rankings are being used,if required. 27 2. Storm Sewer Lines 28 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 29 confirm that the appropriate equipment,software, standard templates,defect 30 codes and defect rankings are being used,if required. 31 B. Schedule 32 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 33 per Section 0132 16. 34 2. Include time for City review(2 weeks minimum—Notification needs to be send out 35 to Project Manager&Field Operation). 36 3. If CCTV is accepted by City,proceed with work. If rejected,coordinate with City 37 per Part 1.4 A. 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 0133 00. .. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. 41 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 42 video data per the CCTV Manual. Provide additional copy of video in Windows Media 43 Audio/Video(.wmv)format for City Inspection review. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised March 3,2016 33 0131-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 3 of 7 1 D. If inspected with other software provide video data in Windows Media Audio/Video 2 (.wmv)format.Provide CCTV log in EXCEL spread sheet format—The CCTV spread 3 sheet log can be found on Buzzsaw. Location: Resources\70—Inspection 4 Tools\Standard Construction. 5 E. Inspection Report shall include: 6 1. Asset 7 a. Date 8 b. City 9 c. Address and/or Project Name 10 d. Main Number—GIS ID(If Available) ■■ 11 e. Upstream Manhole GIS ID(If Available) 12 f. Downstream Manhole GIS ID(If Available) 13 g. Pipe Diameter .,, 14 h. Material 15 i. Pipe Length 16 j. Mapsco Location Number 17 k. Date Constructed 18 1. Pipe Wall Thickness 19 2. Inspection 20 a. Inspection Number(i.e. I",2nd,etc...) 21 b. Crew Number 22 c. Operator Name 23 d. Operator Comments 24 e. Reason for Inspection 25 f. Equipment Number 26 g. Camera Travel Direction(Upstream/Downstream) .. 27 h. Inspected Length(feet) 28 i. Work Order Number(if required) 29 j. City Project Number(if required) .r 30 k. City Contract Name 31 1. DOE/TPW Number(if required) 32 m. Consultant Company Name 33 n. Consultant Contact Name 34 o. Consultant Contact Phone Number 35 p. Contractor Company Name 36 q. Contractor Contact Name .w 37 r. Contractor Contact Phone Number 38 1.6 INFORMATIONAL SUBMITTALS .. 39 A. Pre-CCTV submittals 40 1. 2 copies of CCTV video results on USB drive 41 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 42 B. Additional information that may be requested by the City 43 1. Listing of cleaning equipment and procedures 44 2. Listing of flow diversion procedures if required 45 3. Listing of CCTV equipment 46 4. Listing of backup and standby equipment CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised March 3,2016 330131-4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 4 of 7 1 5. Listing of safety precautions and traffic control measures 2 1.7 CLOSEOUT SUBMITTALS 3 A. Post-CCTV submittals 4 1. 2 copies of CCTV video results on USB drive 5 2. 2 Hard copies of Inspection Report.A pdf copy on USB drive shall be submitted to 6 the City Inspector for review prior to scheduling a project final walk through. 0M 7 3. CCTV speadsheet log in EXCEL format—A blank copy of the CCTV spread sheet 8 log can be found on Buzzsaw. Location:Resources\70—Inspection Tools\Standard 9 Construction 10 4. Construction Plans identifying the line segments that were videoed. Include cover 11 sheet,overall line layout sheet(s),and plan and profile sheet(s). 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ■- 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] .. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 A. Equipment- 19 1. Closed Circuit Television Camera 20 a. The television camera used shall be one specifically designed and constructed .. 21 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 22 picture of the entire periphery of the pipe. The camera shall be operative in 100 23 percent humidity/submerged conditions.The equipment will provide a view of 24 the pipe ahead of the equipment and of features to the side of the equipment 25 through turning and rotation of the lens. The camera shall be capable of tilting 26 at right angles along the axis of the pipe while panning the camera lens through .. 27 a full circle about the circumference of the pipe. The lights on the camera shall 28 also be capable of panning 90-degrees to the axis of the pipe. 29 b. The radial view camera must be solid state color and have remote control of the 30 rotational lens.The camera shall be capable of viewing the complete 31 circumference of the pipe and manhole structure,including the cone-section or 32 corbel.The camera lens shall be an auto-iris type with remote controlled 33 manual override. 34 2. Video Capture System 35 a. The video and audio recordings of the sewer inspections shall be made using 36 digital video equipment. A video enhancer may be used in conjunction with, 37 but not in lieu of,the required equipment. The digital recording equipment 38 shall capture sewer inspection on USB drive,with each sewer segment(from 39 upstream manhole to downstream manhole)inspection recorded as an 40 individual file in Windows Media AudioNideo(.wmv)format. City has a right 41 to change the format from.WMV media to .MP4 CrrY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised March 3,2016 33 01 31-5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 5 of 7 1 b. The system shall be capable of printing pipeline inspection reports with 2 captured images of defects or other related significant visual information on a 3 standard color printer. 4 c. The system shall store digitized color picture images and be saved in digital *� 5 format on a USB drive. 6 d. The system shall be able to produce data reports to include,at a minimum,all 7 observation points and pertinent data. All data reports shall match the defect 8 severity codes outlined in the City's CCTV manual. 9 e. Camera footage,date&manhole numbers shall be maintained in real time and 10 shall be displayed on the video monitor as well as the video character 11 generators illuminated footage display at the control console. 12 PART 3- EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 18 plans or City to be used during inspections.Inspections performed using 19 identification numbers other than the plans or from assigned numbers from the City .� 20 will be rejected. 21 2. Inspection shall not commence until the sewer section to be televised has been 22 completely cleaned in conformance with Section 33 04 50.(Sewer system should .. 23 be connected to existing sewer system and should be active) 24 3. Inspection of newly installed sewers(not yet in service)shall not begin prior to 25 completion of the following: ,.� 26 a. Pipe testing 27 b. All manhole work is complete 28 c. Installation of all lateral services 29 d. Vacuum test of manholes 30 4. Temporary Bypass Pumping(if required)shall conform to Section 33 03 10. 31 B. Storm Sewer Lines 32 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 33 CCTV equipment and cleaning requirements. 34 3.4 INSPECTION(CCTV) 35 A. General 36 1. Begin inspection immediately after cleaning of the main. 37 2. Move camera through the line in either direction at a moderate rate,stopping when 38 necessary to permit proper documentation of the main's condition. 39 3. Do not move camera at a speed greater than 30 feet per minute. 40 4. Use manual winches,power winches,TV cable,and power rewinds that do not 41 obstruct the camera view,allowing for proper evaluation. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised March 3,2016 33 01 31-6 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 6 of 7 1 5. During investigation stop camera at each defect along the main. 2 a. Record the nature,location and orientation of the defect or infiltration location 3 as specified in the CCTV Manual. 4 6. Pan and tilt the camera to provide additional detail at: 5 a. Manholes,Include condition of manhole in its entirety and interior corrosion 6 protection(if applicable)(Camera should pan the entire manhole from top as 7 well as while lowering into manhole,also show complete view of invert) 8 b. Service connections,Pan the Camera to get a complete overview of service 9 connection including zooming into service connection Include location(i.e. 3 10 o'clock,9 o'clock,etc...) 11 c. Joints,Include comment on condition,signs of damage,etc... {.. 12 d. Visible pipe defects such as cracks,broken or deformed pipe,holes,offset 13 joints,obstructions or debris(show as%of pipe diameter).If debris has been 14 found in the pipe during the post-CCTV inspection,additional cleaning is 15 required and pipe shall be re-televised. 16 e. Infiltration/Inflow locations 17 f. Pipe material transitions 18 g. Other locations that do not appear to be typical for normal pipe conditions 19 h. Note locations where camera is underwater and level as a%of pipe diameter. 20 7. Provide accurate distance measurement. 21 a. The meter device is to be accurate to the nearest 1/10 foot. 22 8. CCTV inspections are to be continuous. 23 a. Do not provide a single segment of main on more than 1 USB drive. 24 b. A single segment is defined from manhole to manhole. .. 25 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 26 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 27 rehabilitation work. .. 28 2. If,during inspection,the CCTV will not pass through the entire section of main due 29 to blockage or pipe defect,set up so the inspection can be performed from the 30 opposite manhole. 31 3. Provisions for repairing or replacing the impassable location are addressed in 32 Section 33 3120, Section 33 3121 and Section 33 3122. ^ 33 C. Post-Installation Inspection 34 1. Complete manhole installation before inspection begins. 35 2. Prior to inserting the camera,flush and clean the main in accordance to Section 33 �^ 36 0450. 37 D. Documentation of CCTV Inspection 38 1. Sanitary Sewer Lines 39 a. Follow the CCTV Manual(CCTV standard manual supplied by City upon 40 request)for the inspection video,data logging and reporting or Part 1.5 E of 41 this section. 42 2. Storm Sewer Lines 43 a. Provided documentation for video,data logging,and reporting in accordance 44 with City of Fort Worth Transportation/Public Works Department 45 requirements. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised March 3,2016 A 33 01 31-7 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 7 of 7 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING 7 A. See Section 33 04 50. 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 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE ws 12/20/2012 D.Johnson Various—Added requirements for coordination with T/PW for Storm Sewer CCTV 111nll')n i A J Kasavich Various—Alternative to CCTV Manual,modified submittal detail requirements on we CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised March 3,2016 M. A THIS PAGE INTENTIONALLY LEFT BLANK CCTV Observation Log Complete one file per line segment defined as access point(manhole)to access point. Project Name: Address: Inspection Date: Reason: Line Segment ID From Node: To Node: Materal: Pipe Size: ♦ Seg. Length: Contractor Name: Directiond Downstream R Video File Name: Observation Distance in Feet Clock Rating Comments USMH Survery Begins 0 Brick MH Grease 10 2 Factory Tap 120 3 Debris 160 3 Rock DSMH Survey Ends 21SI J24x40 Lid ■r 330530-1 LOCATION OF EXISTING UTILITIES(VACUUM EXCAVATION ONLY) Page 1 of 4 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES (VACUUM EXCAVATION ONLY) 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of- 8 a. Vacuum Excavation 9 B. Deviations from this City of Fort Worth Standard Specification .Ar 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: r 12 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 16 1.2 PRICE AND PAYMENT PROCEDURES ow 17 A. Measurement and Payment 18 1. Vacuum Excavation of Existing Utilities 19 a. Measurement .s 20 1) Measurement for this Item shall be per each excavation performed as 21 identified in the Drawings,or as directed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement'will be paid for at the unit 25 price bid per each"Vacuum Excavation"specified. 26 c. The price bid shall include: 27 1) Grade survey 28 2) Pavement removal 29 3) Vacuum Excavation *■ 30 4) Utility Location 31 5) Hauling 32 6) Disposal of excess material 33 7) Furnishing,placing and compaction of embedment 34 8) Furnishing,placing and compaction of backfill 35 9) Furnishing and placing a 6 foot long,2 inch PVC pipe embedded 3 feet 36 directly over the located utility at the proposed crossing location .A 37 10) Clean-up 38 11) Surface restoration ire CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 330530-2 LOCATION OF EXISTING UTILITIES(VACUUM EXCAVATION ONLY) Page 2 of 4 1 1.3 REFERENCES 2 A. Definitions 3 1. Vacuum Excavation: Method used to locate existing underground utility as shown 4 on the plans through the use of geophysical prospecting equipment such as vacuum 5 excavation. 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification,unless a date is specifically cited. 10 2. American Society of Civil Engineers(ASCE) 11 a. ASCE Publication CI/ASCE 38(Standard Guideline for the Collection and 12 Depiction of Existing Subsurface Utility Data) 13 1.4 ADMINISTRATIVE REQUIREMENTS 14 A. Coordination 15 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 16 Vacuum Excavation of Existing Utilities. 17 2. Coordinate location of all other existing utilities within vicinity of excavation prior 18 to commencing Vacuum Excavation. 19 3. Coordinate staking of Vacuum Excavations with City at least 1 week prior to 20 commencement. 21 B. Sequencing 22 1. Vacuum Excavations shall be conducted prior to the construction of the entire 23 project. 24 C. Scheduling 25 1. For critical utility locations,the City may choose to be present during excavation. 26 2. Alter schedule for Vacuum Excavation of Existing Utilities to accommodate City 27 personnel. 28 1.5 SUBMITTALS [NOT USED] 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS 31 A. Report of Utility Location 32 1. Horizontal location of utility as surveyed 33 2. Vertical elevation of utility as surveyed 34 a. Top of utility 35 b. Spring line of utility 36 c. Existing ground 37 3. Material type,diameter and description of the condition of existing utility 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] .. 39 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 330530-3 LOCATION OF EXISTING UTILITIES(VACUUM EXCAVATION ONLY) Page 3 of 4 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 '■" 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION 8 A. Verification of Conditions 9 1. Verify location of existing utilities in accordance with the General Requirements, 10 the General Notes and the Drawings. 11 3.3 PREPARATION 12 A. Coordinate with City Survey,if applicable. 13 3.4 INSTALLATION 14 A. Vacuum Excavation 15 1. Verify location of existing utility at location denoted on the Drawings,or as 1 16 directed by the City. 17 2. Designate the horizontal position of the existing underground utilities that are to be 18 located using geophysical prospecting equipment. 19 a. Acquire record documentation from and coordinate with utility companies,as 20 necessary to locate utility. 21 3. Perform excavation in general accordance with the recommended practices and 22 procedures described in ASCE Publication Cl/ASCE 38. 23 B. Upon completion of the utility locating,submit a report of the findings. 24 C. If location of utility is in conflict with the Drawings,notify the City Project Manager 25 for appropriate design modifications. 26 D. Place embedment and backfill in accordance with Section 33 05 10. 27 E. Furnish and place a 6 foot long,2 inch PVC pipe embedded 3 feet directly over the 28 located utility at the proposed crossing location. 29 F. Once necessary data is obtained,immediately restore surface to existing conditions to: 30 1. Obtain a safe and proper driving surface,if applicable w■ 31 2. Ensure the safety of the general public 32 3. The satisfaction of the City .r 33 3.5 REPAIR/RESTORATION [NOT USED] 34 3.6 RE-INSTALLATION [NOT USED] CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 330530-4 LOCATION OF EXISTING UTILITIES(VACUUM EXCAVATION ONLY) Page 4 of 4 1 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 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 Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation 6/17/2017 DEC Modified to include only Vacuum Excavation scope 11 e CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 r 333960-1 LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 8 SECTION 33 39 60 2 LINER SYSTEM FOR SANITARY SEWER STRUCTURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high-build epoxy coating system(or modified polymer liner '■" 7 system,i.e. SpectraShield)to concrete utility structures such as manholes,lift 8 station wet wells,junction boxes or other concrete facilities that may need 9 protection from corrosive materials. This covers rehabilitation of existing sanitary ,.� 10 sewer structures and newly installed sanitary sewer structures. 11 2. For sanitary sewer mains 18-inch diameter and larger,use of a structural liner 12 system,Warren Environmental System 301,ARC SIHB by A.W.Chesterton 13 Company,is acceptable.Reference Appendix GR-01 60 00 Product Requirements. 14 3. For sanitary sewer mains 15-inch diameter and smaller,use of a liner system, 15 SpectraShield,is acceptable. 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include but are not necessarily limited to: 19 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 33 0130—Sewer and Manhole Testing 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manholes „■, 26 a. Measurement 27 1) Measurement for this Item shall be per vertical foot of coating as measured 28 from the bottom of the frame to the top of the bench. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per vertical foot of"Epoxy Manhole Liner"applied. 33 c. The price bid shall include: 34 1) Removal of roots 35 2) Removal of existing coatings w. 36 3) Removal of steps 37 4) Repair/seal connection of the existing frame to chimney 38 5) Repairs of any cracks in the existing structure chimney,corbel(cone),wall, 39 bench,including any replacement of damaged rebar,pipe 40 6) Surface cleaning 41 7) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w 7 333960-2 LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 8 1 8) Hauling 2 9) Disposal of excess material 3 10) Clean-up 4 11) Cleaning 5 12) Testing 6 2. Non-Manhole Structures 7 a. Measurement 8 1) Measurement for this Item shall be per square foot of area where the 9 coating is applied. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item ..� 12 and measured as provided under"Measurement"shall be paid for at the unit 13 price bid per square foot of"Epoxy Structure Liner"applied. 14 c. The price bid shall include: 15 1) Removal of roots 16 2) Removal of existing coatings 17 3) Removal of steps 18 4) Repair/seal connection of the existing frame to chimney 19 5) Repairs of any cracks in the existing structure chimney,corbel(cone),wall, 20 bench,including any replacement of damaged rebar,pipe 21 6) Surface cleaning .. 22 7) Furnishing and installing Liner as specified by the Drawings 23 8) Hauling 24 9) Disposal of excess material 25 10) Clean-up 26 11) Cleaning 27 12) Testing 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference r 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. ASTM International(ASTM): 34 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 35 Reagents. 36 b. D638, Standard Test Method for Tensile Properties of Plastics. 37 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 38 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 39 Reinforced Plastics and Electrical Insulating Materials. 40 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 41 the Taber Abraser. 42 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 43 Gages. 44 g. D4541,Standard Test Method for Pull-off Strength of Coatings Using Portable 45 Adhesion Testers. 46 3. Environmental Protection Agency(EPA). 47 4. NACE International(MACE). CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 333960-3 w LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 8 1 5. Occupational Safety and Health Administration(OSHA). 2 6. Resource Conservation and Recovery Act,(RCRA). 3 7. The Society for Protective Coatings/NACE International(SSPC/NACE): 4 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] w 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 01 33 00. 8 B. All submittals shall be approved by the City prior to delivery. w 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Product Data 11 1. Technical data sheet on each product used 12 2. Material Safety Data Sheet(MSDS)for each product used w 13 3. Copies of independent testing performed on the coating product indicating the 14 product meets the requirements as specified herein 15 4. Technical data sheet and project specific data for repair materials to be topcoated 16 with the coating product including application,cure time and surface preparation 17 procedures 18 5. Material and method for repair of leaks or cracks in the structure w 19 B. Contractor Data 20 1. Current documentation from coating product manufacturer certifying Contractor's 21 training(and/or licensed)as an approved installer and equipment complies with the «w 22 Quality Assurance requirements specified herein 23 2. 5 recent references of Contractor indicating successful application of coating 24 product(s)of the same material type as specified herein,applied by spray ,., 25 application within the municipal wastewater environment. References shall include 26 at least the following:owner name,City inspector name and phone number,project 27 name/number,size and linear footage of sanitary sewer main,manhole diameter, 28 structure dimensions and number of each,square feet(or vertical feet)of product 29 installed,contract cost,and contract duration. Contractor must demonstrate a 30 successful history of installing the product in structures of similar size and scope. 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE 34 A. Qualifications 35 1. Contractor 36 a. Be trained by,or have training approved and certified by,the coating product 37 manufacturer for the handling,mixing,application and inspection of the coating 38 product(s)to be used as specified herein 39 b. Initiate and enforce quality control procedures consistent with the coating 40 product(s)manufacturer recommendations and applicable NACE or SSPC 41 standards as referenced herein CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w 333960-4 LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 8 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Keep materials dry,protected from weather and stored under cover. 3 B. Store coating materials between 50 degrees F and 90 degrees F. 4 C. Do not store near flame,heat or strong oxidants. 5 D. Handle coating materials according to their material safety data sheets. .. 6 1.11 FIELD [SITE] CONDITIONS 7 A. Provide confined space entry,flow diversion and/or bypass plans as necessary to 8 perform the specified work. Active flows shall be diverted with flow through plugs as 9 required to ensure that flow is maintained off the surfaces to be lined. 10 1.12 WARRANTY 11 A. Contractor Warranty 12 1. Contractor's Warranty shall be in accordance with Division 0. 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 15 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 16 A. Repair and Resurfacing Products 17 1. Compatible with the specified coating product(s)in order to bond effectively,thus 18 forming a composite system 19 2. Used and applied in accordance with the manufacturer's recommendations ' 20 3. The repair and resurfacing products must meet the following: 21 a. 100 percent solids,solvent-free epoxy grout specifically formulated for epoxy 22 topcoating compatibility ■* 23 b. Factory blended,rapid setting,high early strength,fiber reinforced,non-shrink 24 repair mortar that can be toweled or pneumatically spray applied and 25 specifically formulated to be suitable for topcoating with the specified coating ... 26 product used 27 B. Coating Product 28 1. Capable of being installed and curing properly within a manhole or concrete utility 29 environment 30 2. Resistant to all forms of chemical or bacteriological attack found in municipal 31 sanitary sewer systems;and,capable of adhering to typical manhole structure 32 substrates 33 3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 34 following characteristics: *� 35 a. Application Temperature—50 degrees F,minimum 36 b. Thickness— 125 mils minimum for newly installed structures;250 mils 37 minimum for rehabilitation of existing structures(Warren Environmental 38 System 301,ARC S 1HB by A.W. Chesterton Company); 500 mils minimum 39 (SpectraShield). CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 rr 333960-5 LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 8 1 c. Color—White,Light Blue,or Beige 2 d. Compressive Strength(per ASTM D695)—8,800 psi minimum 3 e. Tensile Strength(per ASTM D638)—7,500 psi minimum 4 £ Hardness, Shore D(per ASTM D4541)—70 minimum �* 5 g. Abrasion Resistance(per ASTM D4060 CS 17F Wheel)—80 mg loss 6 maximum 7 h. Flexural Modulus(per ASTM D790)—400,000 psi minimum 8 i. Flexural Strength(per ASTM D790)—12,000 psi minimum 9 j. Adhesion to Concrete,mode of failure(ASTM D4541): Substrate(concrete) 10 failure 11 k. Chemical Resistance(ASTM D543/G20)all types of service for: 12 1) Municipal sanitary sewer environment 13 2) Sulfuric acid, 70 percent 14 3) Sodium hydroxide,20 percent w 15 C. Coating Application Equipment 16 1. Manufacturer approved heated plural component spray equipment 17 2. Hard to reach areas,primer application and touch-up may be performed using hand 18 tools. 19 3. Applicator shall use approved specialty equipment that is adequate in size,capacity, 20 and number sufficient to accomplish the work in a timely manner. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL 23 1. Testing 24 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 25 manhole,2 spaced equally apart along the wall and 1 on the bench. 26 1) Document and attest measurements and provide to the City. 27 b. After coating has set,repair all visible pinholes by lightly abrading the surface 28 and brushing the lining material over the area. 29 c. Repair all blisters and evidence of uneven cover according to the 30 manufacturer's recommendations. 31 d. Test manhole for final acceptance according to Section 33 0130. 32 e. A bonded third party testing company shall perform the testing. 33 PART 3- EXECUTION 34 3.1 INSTALLERS 35 A. All installers shall be certified applicators approved by the manufacturers.Applicator 36 shall use adequate number of skilled workmen that have been trained and experienced for 37 the approved product. .. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION 41 A. Manhole Preparation CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 333960-6 .w� LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 8 1 1. Stop active flows via damming,plugging or diverting as required to ensure all 2 liquids are maintained below or away from the surfaces to be coated. 3 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 4 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 5 source. 6 a. Where varying surface temperatures do exist,coating installation should be 7 scheduled when the temperature is falling versus rising. 8 B. Surface Preparation 9 1. Remove oils,roots,grease,incompatible existing coatings,waxes,form release, 10 curing compounds,efflorescence,sealers, salts or other contaminants which may •• 11 affect the performance and adhesion of the coating to the substrate. Remove any 12 steps found in the structure. 13 2. Remove concrete and/or mortar damaged by corrosion,chemical attack or other .. 14 means of degradation so that only sound substrate remains. 15 3. Surface preparation method,or combination of methods,that may be used include 16 high pressure water cleaning,high pressure water jetting,abrasive blasting, 17 shotblasting,grinding,scarifying,detergent water cleaning,hot water blasting and 18 others as described in SSPC SP 13/NACE No.6. 19 4. All methods used shall be performed in a manner that provides a uniform,sound, 20 clean,neutralized,surface suitable for the specified coating product. 21 5. After completion of surface preparation,inspect for leaks,cracks,holes,exposed 22 rebar,ring and cover condition,invert condition,and inlet/outlet pipe condition. 23 6. After defects in the structure have been identified,seal cracks,repair exposed rebar 24 with new rebar to match existing,repair leaks and cracks with grout of other 25 methods approved by the Manufacturer. All new rebar shall be embedded in 1 26 inch epoxy mastic. Replace/seal connection between existing frame and chimney if 27 it is found loose or not attached. 28 7. The repair mortar and epoxy topcoat must share the same epoxy matrix to ensure a 29 bonded weld. No cementitious repair material,quick setting high strength concrete 30 with latex or curing agent additives,or quick set mortars will be allowed. Proper 31 surface preparation procedures must be followed to ensure adequate bond strength 32 to any surface to be coated. New cement cure time is at least 30 days prior to 33 coating. 34 3.4 INSTALLATION aw 35 A. General 36 1. Perform coating after the sewer line replacement/repairs,grade adjustments and 37 grouting are complete. 38 2. Perform application procedures per recommendations of the coating product 39 manufacturer, including environmental controls,product handling,mixing and 40 application. ■- 41 B. Temperature 42 1. Only perform application if surface temperature is between 40 and 120 degrees F. 43 2. Make no application if freezing is expected to occur inside the manhole within 24 44 hours after application. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 w� w 333960-7 w LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 8 1 C. Coating 2 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 3 125 mils. 4 2. Apply coating from bottom of manhole frame to the bench/trough,including the 5 bench/trough. 6 3. After walls are coated,remove bench covers and spray bench/trough to at least the 7 same thickness as the walls. 8 4. Apply any topcoat or additional coats within the product's recoat window. 9 a. Additional surface preparation is required if the recoat window is exceeded. 10 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 11 flow. 12 3.5 REPAIR/RESTORATION [NOT USED] w 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Each structure will be visually inspected by the City the same day following the 16 application. 17 B. Groundwater infiltration of the system shall be zero. 17 118 C. All pipe connections shall be open and clear. 19 D. The inspector will check for deficiencies,pinholes,voids,cracks,uncured spots, 20 delamination,and thin spots. Any deficiencies in the liner shall be marked and repaired 21 according to the procedures outlined by the Manufacturer. 22 E. If leaks are detected they will be chipped back,plugged and coated immediately with 23 protective epoxy resin coating. 24 1. Make repair 24 hours after leak detection. +� 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES 29 A. Upon final completion of the work,the manufacturer will provide a written certification 30 of proper application to the City. 31 B. The certification will confirm that the deficient areas were repaired in accordance with 32 the procedure set forth in this Specification.The final report will detail the location of the 33 repairs in the structure and description of the repairs. 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 END OF SECTION CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 333960-8 LINERS FOR SANITARY SEWER STRUCTURES w Page 8 of 8 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 32 31 26-1 CATTLE GUARDS Page 1 of 3 1 SECTION 99 99 00 2 CATTLE GUARDS No 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a cattle guard as detailed on the plans,at the locations indicated 7 and as directed by the City Engineer. 8 B. Related Specification Sections include,but are not necessarily limited to: 9 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 10 2. Division 1 -General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Cattle Guard 14 a. Measurement 15 1) Measurement for this Item shall be by each cattle guard complete in place. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under"Measurement"will be paid for at the unit .■ 19 price bid for"Cattle Guard".This price is full compensation for fabricating, 20 galvanizing,all construction,excavation,and backfill(including cement 21 stabilized backfill),concrete,hauling,installing cattle guard,and for all 22 labor,tools,equipment,and incidentals. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this specification refer to the current reference standard 26 published at the time of the latest revision date logged at the end of this 27 specification,unless a date is specifically cited. .. 28 2. American Society for Testing and Materials(ASTM): 29 a. A 370, Standard Test Methods and Definitions for Mechanical Testing of Steel 30 Products 31 b. A 6, Standard Specification for General Requirements for Rolled Structural 32 Steel Bars,Plates, Shapes,and Sheet Piling 33 c. A 53,Standard Specification for Pipe,Steel,Black and Hot-Dipped,Zinc- 34 Coated,Welded and Seamless 35 d. A 501, Standard Specification for Hot-Formed Welded Seamless Carbon Steel 36 Structural Tubing 37 e. A 673, Standard Specification for Sampling Procedure for Impact Testing of 38 Structural Steel 39 f. A 123, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron 40 and Steel Products 41 g. A 153,Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 42 Hardware CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 rr 323126-2 CATTLE GUARDS Page 2 of 3 1 h. F 3125, Standard Specification for High Strength Structural Bolts, Steel and 2 Alloy Steel,Heat Treated, 120 ksi and 150 ksi Minimum Tensile Strength 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 ACTION SUBMITTALS [NOT USED] ®. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] .. 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Furnish materials in accordance with details shown on the Drawings and with the 16 following requirements. 17 B. Metal for Structures 18 1. Steel Pipe:ASTM F 1083 19 2. Use only new steel.Do not use rerolled or open-seam material. 20 3. Hot dip galvanize steel in accordance with ASTM A 123 and A 153. 21 4. Painting 22 a. Use an approved anticorrosive coating. 23 b. After installation of painted posts and braces,spot-coat damaged areas with the wo 24 same paint color. 25 5. Use the size,weight,and area of components shown on the Drawings. 26 C. Concrete and Reinforcement 27 1. Concrete and concrete reinforcement must be in accordance with City Specification 28 03 30 00 Cast-in-Place Concrete. 29 D. Bolts 30 1. Furnish in accordance with City Specification 33 1105 Bolts,Nuts,and Gaskets. 31 E. Excavation and Backfill 32 1. Dispose of excavated material offsite in accordance with federal,state,and local 33 regulations.Excavate material in accordance with City Specification 3123 16 34 Unclassified Excavation.Payment for excavation work and equipment is subsidiary 35 to the cost of installing the cattle guard. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 aw 323126-3 CATTLE GUARDS Page 3 of 3 1 2. Excavate and backfill no more than 2 feet below grade of structure when unstable 2 soil is encountered,unless city Engineer authorizes additional depth.Replace soil 3 removed with stable material in uniform layers no greater than 8 inches deep.Each 4 layer must have enough moisture to be compacted by rolling or tamping as required ® 5 to provide a stable foundation for the structure. 6 3. Backfill must be completed in accordance with City Specification 3124 00 7 Embankments.Payment for backfill work,equipment and materials is subsidiary to ., 8 the cost of installing the cattle guard. 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. Install cattle guard in accordance with the details shown in the plans and the above 17 referenced standards and specifications.Inspection of fabricated members will occur on 18 site and approval of quality of materials,workmanship,and plan compliance is required 19 prior to installation. 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 [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] ■s 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 ■w CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised December 20,2012 999901-1 TREE PROTECTION Page 1 of 14 1 SECTION 99 99 01 2 TREE PROTECTION 3 PART1— GENERAL 4 1.1 SUMMARY 5 A. The scope of work includes all labor,materials,tools,equipment,facilities,transportation and 6 services necessary for, and incidental to performing all operations in connection with 7 protection of existing trees as described in the construction drawings and as specified herein. 8 1. Provide preconstruction evaluations 9 2. Provide tree protection fencing. 10 3. Provide protection of root zones and above ground trees 11 4. Provide pruning of existing trees 12 5. Remove tree protection fencing and other protection from around and under trees. 13 6. Clean up and disposal of all excess and surplus material. 14 1.2 MEASUREMENT AND PAYMENT 15 A. Measurement 16 1.) Measurement for this Item shall be per each. 17 B. Payment 18 The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the unit price bid per each"Tree Protection" 20 C. The price bid shall include: 21 l.) Items as outlined in Section 1.1 Summary 22 1.3 CONTRACT DOCUMENTS 23 A. Shall consist of specifications and general conditions and the drawings. The intent of these 24 documents is to include all labor, materials, and services necessary for the proper execution 25 of the work. The documents are to be considered as one. Whatever is called for by any parts 26 shall be as binding as if called for in all parts. 27 B. It is the intent of this section that the requirements apply to all sections of the project 28 specification such that any subcontractor must comply with the restrictions on work within 29 designated Tree Protection Areas. 30 1.4 RELATED DOCUMENTS AND REFERENCES 31 A. Related Documents: 32 1. Drawings and general provisions of contract including general and supplementary 33 conditions and Division I specifications apply to work of this section. 34 B. References: The following specifications and standards of the organizations and documents 35 listed in this paragraph form a part of the specification to the extent required by the references 36 thereto. In the event that the requirements of the following referenced standards and CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 2 of 14 1 specification conflict with this specification section the requirements of this specification 2 shall prevail. In the event that the requirements of any of the following referenced standards 3 and specifications conflict with each other the more stringent requirement shall prevail. 4 1. ANSI A 300 (Part 5) — Standard Practices for Tree, Shrub and other Woody Plant 5 Maintenance,most current editions. 6 2. Pruning practices shall conform with recommendations"Structural Pruning:A Guide For 7 The Green Industry"; Published by Urban Tree Foundation, Visalia, California; most 8 current edition. 9 3. Glossary of Arboricultural Terms, International Society,of Arboriculture, Champaign 11, 10 most current edition. II 1.5 VERIFICATION 12 A. All scaled dimensions on the drawings are approximate. Before proceeding with any work, 13 the Contractor shall carefully check and verify all dimensions and quantities, and shall 14 immediately inform the City's Representative of any discrepancies between the information 15 on the drawings and the actual conditions,refraining from doing any work in said areas until 16 given approval to do so by the City's Representative. 17 1.6 PERMITS AND REGULATIONS 18 A. The Contractor shall obtain and pay for all permits related to this section of the work unless 19 previously excluded under provision of the contract or general conditions. The Contractor 20 shall comply with all laws and ordinances bearing on the operation or conduct of the work as 21 drawn and specified. If the Contractor observes that a conflict exists between permit 22 requirements and the work outlined in the contract documents, the Contractor shall promptly 23 notify the City's Representative in writing including a description of any necessary changes 24 and changes to the contract price resulting from changes in the work. 25 B. Wherever references are made to standards or codes in accordance with which work is to be 26 performed or tested,the edition or revision of the standards and codes current on the effective 27 date of this contract shall apply,unless otherwise expressly set forth. 28 C. In case of conflict among any referenced standards or codes or between any referenced 29 standards and codes and the specifications, the more restrictive standard shall apply or City's 30 Representative shall determine which shall govern. 31 1.7 PROTECTION OF WORK,PROPERTY AND PERSON 32 A. The Contractor shall protect the work, adjacent property, and the public, and shall be 33 responsible for any damages or injury due to his/her actions. 34 1.8 CHANGES IN THE WORK 35 A. The City's Representative may order changes in the work, and the contract sum should be 36 adjusted accordingly.All such orders and adjustments plus claims by the Contractor for extra 37 compensation must be made and approved in writing before executing the work involved. 38 1.9 CORRECTION OF WORK 39 A. The Contractor shall re-execute any work that fails to conform to the requirements of the 40 contract and shall remedy defects due to faulty materials or workmanship upon written notice 41 from the City's Representative, at the soonest possible time that can be coordinated with 42 other work and seasonal weather demands. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 3 of 14 1 1.10 DEFINITIONS 2 All terms in this specification shall be as defined in the "Glossary of Arboricultural Terms"or as 3 modified below. 4 A. City's Representative: The person appointed by the Owner to represent their interest in the 5 review and approval of the work and to serve as the contracting authority with the Contractor. 6 The City's Representative may appoint other persons to review and approve any aspects of 7 the work. 8 B. City Forester: for the purpose of tree preservation, that person or persons designated by the 9 director of planning and construction to provide administrative review and approval of 10 construction activities potentially impacting preferred trees. I I C. Critical Root Zone: area around the trunk of the tree that is equal to a radius of one(1) foot 12 per inch diameter measured at breast height(DBH)four and one-half(4.5)feet. 13 D. Diameter at Breast Height of an Existing Tree(DBH):that measurement of the size/diameter 14 of a tree as determined by measuring at four and one-half(4.5)feet above the soil level. For a 15 multi-trunk tree, the diameter shall be the total diameter of the largest trunk plus one-half 16 (1/2)the diameter of each additional trunk: 17 E. Disruptive activity: any permanent change to existing surface conditions including clearing, 18 grading, trenching, boring, and similar activities.*Disruptive activity will not include normal 19 mowing or removal of trees less than six inches in diameter. 20 F. Preserved tree: any healthy tree to be preserved as defined in the tree protection general 21 notes. 22 G. Protective measures: protective fencing surrounding the critical root zone and bark protection 23 to ensure that all prohibited activities in the critical root zone are prevented, including for 24 trees on adjacent properties. In addition, appropriate construction methods as outlined in 25 section 6.30 Lk of the City's zoning ordinance-landscaping and buffers shall be followed. 26 H. Protected tree: any tree listed in Table A. 27 I. Reasonable and reasonably: When used in this specification is intended to mean that the 28 conditions cited will not affect the establishment or long term stability, health or growth of 29 the plant. This specification recognizes that plants are not free of defects, and that plant 30 conditions change with time.This specification also recognizes that some decisions cannot be 31 totally based on measured findings and that profession judgment is required. In cases of 32 differing opinion, the City's Representative expert shall determine when conditions within 33 the plant are judged as reasonable. 34 J. Tree Protection Area: Area surrounding individual trees, or groups of trees, to be protected 35 during construction, and defined by a circle centered on the trunk with each tree with a radius 36 equal to the crown dripline unless otherwise indicated by the City's representative. 37 K. Tree: Single and multi-stemmed plants, with anticipated mature height approximately greater 38 than 25 feet or any plant identified on the plans as a tree. 39 1.11 SUBMITTALS 40 A. PRODUCT DATA: Submit manufacturer product data and literature describing all products 41 required by this section to the City's Representative for approval. Provide submittal four 42 weeks before the start of any work at the site. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 4 of 14 1 B. QUALIFICATIONS SUBMITTAL: For each applicable person expected to work on the 2 project, provide copies of the qualifications and experience of the Consulting arborist, proof 3 of either the registered Consulting Arborist® (RCA) with American Society of Consulting 4 Arborists or an ISA Board Certified Master Arborist and any required Herbicide/Pesticide 5 license to the City's Representative,for review prior to the start of work. 6 1.12 OBSERVATION OF THE WORK 7 A. The City's Representative may inspect the work at any time. 8 1.13 PRE-CONSTRUCTION CONFERENCE 9 A. Schedule a pre-construction meeting with the City's Representative at least seven (7) days 10 before beginning work to review any questions the Contractor may have regarding the work, I I administrative procedures during construction and project work schedule. 12 1. The following Contractors shall attend the preconstruction conference: 13 a. General Contractor. 14 b. City Forester. 15 c. Subcontractor assigned to install Tree Protection measures. 16 d. Earthwork Contractor. 17 e. All site utility Contractors that may be required to dig or trench into the soil. 18 B. Prior to this meeting, mark all trees to remain and or be removed as described in this 19 specification for review and approval by the City's Representative and City Forester. 20 1.14 QUALITY ASSURANCE 21 A. Contractor qualifications: 22 1. All pruning, branch tie back,tree removal, root pruning, and fertilizing required by this 23 section shall be performed by or under the direct supervision of ISA Certified Arborist 24 Submit aforementioned individual's qualifications for approval by the City's 25 Representative. 26 2. All applications of pesticide or herbicide shall be performed by a person maintaining a 27 current state license to apply chemical pesticides valid in the jurisdiction of the project. 28 Submit copies of all required state licensing certificates including applicable chemical 29 applicator licenses. 30 PART 2— PRODUCTS 31 2.1 MULCH 32 A. Mulch shall be coarse, ground, from tree and woody brush sources. The minimum range of 33 fine particles shall be 3/8 inch or less in size and a maximum size of individual pieces shall 34 be approximately 1 to 1-1/2 inch in diameter and maximum length of approximately 4 to 8 35 inches.No more that 25%of the total volume shall be fine particles and no more than 20%of 36 total volume be large pieces. 37 1. It is understood that Mulch quality will vary significantly from supplier to supplier and 38 region to region. The above requirements may be modified to conform to the source 39 material from locally reliable suppliers as approved by the City's Representative. 40 B. Submit suppliers product data that product meets the requirements and two gallon sample for 41 approval. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 5 of 14 1 2.2 TREE PROTECTION FENCING: 2 A. PLASTIC MESH FENCE: Heavy-duty orange plastic mesh fencing fabric 48 inches wide. 3 Fencing shall be attached to metal"U"or"T"post driven into the ground of sufficient depth 4 to hold the fabric solidly in place with out sagging. The fabric shall be attached to the post 5 using attachment ties of sufficient number and strength to hold up the fabric without sagging. 6 The City's Representative may request,at any time,additional post,deeper post depths and or 7 additional fabric attachments if the fabric begins to sag, lean or otherwise not present a 8 sufficient barrier to access. 9 B. GATES: For each separate fenced area, provide a minimum of one 3 foot wide gate. Gates 10 shall be lockable.The location of the gates shall be approved by the City's Representative. I I C. Submit suppliers product data that product meets the requirements for approval. 12 2.3 TREE PROTECTION SIGN: 13 A. Heavy-duty cardboard signs, 8.5 inches x 11 inches, white colored background with black 2 14 inch high or larger letters block letters. The signs shall be attached to the tree protection fence 5 every 50 feet o.c. The tree protection sign shall read"Tree Protection Area-Keep Out". 16 2.4 MATTING 17 A. Matting for vehicle and work protection shall be heavy duty matting designed for vehicle 18 loading over tree roots, Alturnamats as manufactured by Alturnamats, Inc. Franklin, PA 19 16323 or approved equal. 20 B. Submit supplier's product data that product meets the requirements for approval. 21 PART 3— EXECUTION 22 3.1 SITE EXAMINATION 23 A. Examine the site, tree, plant and soil conditions. Notify the City's Representative in writing 24 of any conditions that may impact the successful Tree Protections that is the intent of this 25 section. 26 3.2 COORDINATION WITH PROJECT WORK 27 A. The Contractor shall coordinate with all other work that may impact the completion of the 28 work. 11 29 B. Prior to the start of Work,prepare a detailed schedule of the work for coordination with other 30 trades. 31 C. Coordinate the relocation of any conduits of other utility lines or structures that are in conflict 32 with tree locations. Root balls shall not be altered to fit around lines. Notify the City's 33 Representative of any conflicts encountered. 34 3.3 TREE PROTECTION AREA: The Tree Protection Area is defined as all areas indicated on the 35 tree protection plan. Where no limit of the Tree Protection area is defined on the drawings, the 36 limit shall be the drip line(outer edge of the branch crown)of each tree. 37 3.4 PREPARATION: 38 A. Prior to the preconstruction meeting, layout the limits of the Tree Protection Area and then 39 alignments of required Tree Protection Fencing and root pruning. Obtain the City's CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 6 of 14 1 Representative's approval of the limits of the protection area and the alignment of all fencing 2 and root pruning. 3 B. Flag all trees to remain with white plastic ribbon tied completely around the trunk of each 4 tree.Obtain the City's Representative's approval of all trees to remain prior to the start of tree 5 removal. 6 C. Protective fencing: prior to construction activities, the contractor or subcontractor shall 7 construct and maintain, for each preserved tree or tree cluster on a tract, a protective fence 8 which encircles the outer limits of the critical root zone of the tree to protect it from 9 construction activities.All protective fencing shall be in place prior to commencement of any 10 site work and remain in place until all exterior work has been completed. Shall meet the state I I minimum standards of a four (4) foot orange plastic mesh net with t-posts, including a top 12 rail or other type of support. Significant trees shall be protected with a minimum four(4)foot 13 chain link fence with support cables and t posts. 14 D. Bark protection: in situations where a preserved tree remains in immediate area of intended 15 construction and the city forester determines the tree bark to be in danger of damage by 16 construction activities, the contractor or subcontractor shall protect the tree by enclosing the 17 entire circumference of the tree with two-inch by four-inch (2" x 4") lumber encircled with 18 wire or other means that does not damage the tree. The intent is to protect the bark of the tree 19 against incidental contact by large construction equipment. 20 E. Canopy coverage protection: all trees being preserved for canopy coverage under City 21 Ordinance section 6.302.g.4. or a significant or large tree covered under section 6.302g.5. 22 Due to size will be protected during any construction activities. Construction activities will 23 include vegetation removal,grading,demolition,installation of utilities and/or construction of 24 structures and site amenities. 25 26 3.5 SOIL MOISTURE 27 A. Volumetric soil moisture level, in all soils within the Tree Protection Area shall be 28 maintained above permanent wilt point to a depth of at least 8 inches.No soil work or other 29 activity shall be permitted within the Tree Protection Area when the volumetric soil moisture 30 is above field capacity. The permanent wilt point and field capacity for each type of soil 31 texture shall be defined as follows(numbers indicate percentage volumetric soil moisture). 32 Soil type Permanent wilt point v/v Field capacity v/v Sand,Loamy sand,Sandy loam 5-8% 12-18% Loam, Sandy clay, Sandy clay 14-25% 27-36% loam Clay loam, Silt loam 11-22% 31-36% Silty clay, Silty cla loam 22-27% 38-41% 33 34 1. Volumetric soil moisture shall be measured with a digital, electric conductivity meter. 35 The meter shall be the Digital Soil Moisture Meter, DSMM500 by General Specialty 36 Tools and Instruments,or approved equivalent meter. 37 B. The Contractor shall confirm the soil moisture levels with a moisture meter.If the moisture is 38 too high,suspend operations until the soil moisture drains to below field capacity. 39 CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 7 of 14 1 3.6 CONSTRUCTION METHODS: 2 A. Boring: boring of utilities under preserved trees shall be required in those circumstances 3 where it is not possible to trench around the critical root zone of the preserved tree. When 4 required, the length of the bore shall be the width of the critical root zone at a minimum and 5 shall be a minimum depth of forty-eight(48)inches. 6 B. Grade change:in situations where the city forester approves a grade change within the critical 7 root zone of a preserved tree, procedures and special conditions shall be approved by the city 8 forester in advance of any work. 9 C. Trenching: all trenching shall be designed to avoid trenching across the critical root zone of 10 any preserved tree,unless otherwise approved by the city forester.All work within the critical I I root zone requires advance approval by the city forester. The placement of underground 12 utility lines such as electric, phone, gas, etc., is encouraged to be located outside the critical 13 root zone of preserved trees. Trenching for an irrigation system shall be placed outside the 14 critical root zone, except into the critical root zone perpendicular to the tree trunk and in the 15 manner that has the least possible encroachment into the critical root zone.Boring is required 16 for all underground utility lines that cross the critical root zone. 17 D. Root Pruning:Prior to any excavating into the existing soil grade within 25 feet of the limit of 18 the Tree Protection Area or trees to remain, root prune all existing trees to a depth of 24 19 inches below existing grade in alignments following the edges of the Tree Protection Area or 20 as directed by the City's Representative. Root pruning shall be in conformance with ANSI 21 A300(part 8)latest edition. 22 1. All roots two inches or larger in diameter which are exposed as a result of trenching or 23 other excavation shall be cut off square with a sharp medium tooth saw and covered with 24 pruning compound within two(2)hours of initial exposure. 25 2. After completion of the cut, make clean cuts with a lopper, saw or pruner to remove all 26 torn root ends on the tree side of the excavation,and backfill the trench immediately with 27 existing soil,filling all voids. 28 E. Underground utilities: all onsite underground utilities with backfill other than onsite material 29 shall have a clay dam every two hundred (200) feet for the entire length of the utility 30 placement. 31 F. Paving: no paving is allowed within the critical root zone of any preserved tree unless 32 otherwise approved by the city forester. Approvals will be based on upon best management 33 practices for tree preservation. 34 35 3.7 INSTALLATION OF MATTING AND OR MULCH 36 A. Install matting and or Mulch in areas and depths shown on the plans and details or as directed 37 by the City's representative. In general it is the intent of this specification to provide the 38 following levels of protection: 39 1. All areas within the Tree Protection area provide a minimum of 4 inches of Mulch. 40 2. Areas where foot traffic or storage of lightweight materials is anticipated to be 41 unavoidable provide a layer 4 inches of Mulch. 42 3. Areas where occasional light vehicle traffic is anticipated to be unavoidable provide a 43 layer of 8 inches of Mulch. 44 4. Areas where heavy vehicle traffic is unavoidable provide a layer of 8-12 inches Mulch 45 and a layer of matting over the Mulch. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No.01333 999901-1 TREE PROTECTION Page 8 of 14 1 B. The City's Representative shall approve the appropriate level of protection. 2 C. In the above requirements,light vehicle is defined as a track skid steer with a ground pressure 3 of 4 psi or lighter. A heavy vehicle is any vehicle with a tire or track pressure of greater than 4 4 psi. Lightweight materials are any packaged materials that can be physically moved by 5 hand into the location. Bulk materials such as soil, or aggregate shall never be stored within 6 the Tree Protection Area. 7 3.8 PRESERVATION: 8 A. Preservation of protected trees: 9 1. All trees listed in Table A -Protected Trees below, with a diameter of six (6) inches or 10 greater will be required to be preserved,except when located in the permanent easement. Table A - Protected Trees Common name Botanical name Redbud Cercis canadensis Mexican lumPrunus mexicana Cllerry laurel _ Prunus caroliniana Eve's !cklace SO ihora affinis Crab a pplc folia Bradford ar E,�rus callers aria var.Bradford Golden raintree � Koelreuteria paniculata Caddo maple Acer barbatu �,ar.Caddo Red maple Acer rubrum Bigtooth maple Acer,ran;iidcilianim Bur oak Querclf�, iiiacroca a Clfinc tJ_],Ipin oak f UCI-CEls it1LihlC11bC1-Qfl Live oak Q11CrcLIS NC1"o 11iana Shumard red oakQ:! rClss shumardii Texas red oak l)<<`r._!s texana Post oak Qlle i c lis stellata Blackjack oak Q11Crcu3 marilandica Pecan Caj-va illinoinensis Lacebark elm Ulmus parvifolia Cedar elm Ulmus crassifolia American elm Ulmus americana Bald cypress Taxodium distichum Black walnut Ju Tans nigra Green ash Fraxinus pennsylvanica Texas ash Fraxinus texensis Southern magnolia Magnolia grandiflora CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 9 of 14 1 B. Preservation of significant or large trees: 2 1. Significant or large trees twenty-seven(27) inches in diameter(30" DBH) (84.82 inches 3 in circumference) or post oaks and blackjack oaks eighteen(18) inches in diameter(20" 4 DBH) (56.55 inches in circumference) should be preserved except when located in the 5 permanent easement. 6 3.9 PROTECTION: 7 A. Protect the Tree Protection Area at all times from compaction of the soil;damage of any kind 8 to trunks,bark,branches,leaves and roots of all plants;and contamination of the soil, bark or 9 leaves with construction materials, debris, silt, fuels, oils, and any chemicals substance. 10 Notify the City's Representative of any spills, compaction or damage and take corrective I I action immediately using methods approved by the City's Representative. 12 B. Protective measures (as defined in this section) must occur on all trees located within fifty 13 (50)feet of construction activities. 14 C. Protective measures are required within the critical root zone radius from the trunk at one(1) 15 foot per inch diameter measured at breast height(DBH). 16 3.10 GENERAL REQUIREMENTS AND LIMITATIONS FOR OPERATIONS WITHIN THE 17 TREE PROTECTION AREA: 18 A. The Contractor shall not engage in any construction activity within the Tree Protection Area 19 without the approval of the City's Representative including: operating, moving or storing 20 equipment; storing supplies or materials; locating temporary facilities including trailers or 21 portable toilets and shall not permit employees to traverse the area to access adjacent areas of 22 the project or use the area for lunch or any other work breaks. Permitted activity, if any, 23 within the Tree Protection Area may be indicated on the drawings along with any required 24 remedial activity as listed below. 25 B. Maintain all tree protection materials throughout entire length of project. Repair damaged or 26 affected tree protection materials. Tree protection materials shall be inspected and status 27 reported to the city construction inspector weekly. 28 C. The following activities within the critical root zone are prohibited: 29 1. No material intended for use in construction or waste material accumulated due to 30 excavation or demolition shall be place within the limits of the critical root zone of any 31 preserved tree; 32 2. No equipment shall be cleaned or other liquids deposited or allowed to flow overland 33 with the limits of the critical root zone of a preserved tree. This includes, without 34 limitations,paint,oil solvents,asphalt,concrete, mortar or similar materials; 35 3. No signs, wires or other attachments, other than those of a protective nature, shall be 36 attached to any preserved tree; 37 4. No vehicular and/or construction equipment traffic or parking shall take place within the 38 limits of the critical root zone of a preserved tree other than on existing street pavement; 39 or 40 5. No heave equipment, including but not limited to trucks, tractors, trailers, bulldozers, 41 bobcat tractors,trenches,compressors and hoists shall be allowed inside the circuital root 42 zone of any preserved tree on any construction site without the specific approval of the 43 city forester; CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 10 of 14 1 6. No grade change within the critical root zone of any preserved tree without submission of 2 a certified arborist/forester report dealing with protections and the report acceptance by 3 the city forester; 4 7. No filling activity in the critical root zone of any preserved tree may occur as a 5 permanent condition which may damage the tree. Tree wells may be used to ensure that 6 the root zone is protected. 7 D. In the event that construction activity is unavoidable within the Tree Protection Area, notify 8 ttie City's Representative and submit a detailed written plan of action for approval. The plan 9 shall include: a statement detailing the reason for the activity including why other areas are 10 not suited; a description of the proposed activity;the time period for the activity,and a list of I I remedial actions that will reduce the impact on the Tree Protection Area from the activity. 12 Remedial actions shall include but shall not be limited to the following: 13 1. In general, demolition and excavation within the drip line of trees a shall proceed with 14 extreme care either by the use of hand tools, directional boring and or Air Knife 15 excavation where indicated or with other low impact equipment that will not cause 16 damage to the tree,roots or soil. 17 2. When encountered, exposed roots, 1 inches and larger in diameter shall be worked 18 around in a manner that does not break the outer layer of the root surface (bark). These 19 roots shall be covered iri,and shall be maintained above permanent wilt point at all times. 20 Roots one inch and larger in diameter shall not be cut without the approval of the owner's 21 representative. Excavation shall be tunneled under these roots without cutting them. In 22 the areas where roots are encountered, work shall be performed and scheduled to close 23 excavations as quickly as possible over exposed roots. 24 3. Tree branches that interfere with the construction may be tied back or pruned to clear 25 only to the point necessary to complete the work. Other branches shall only be removed 26 when specifically indicated by the City's Representative. Tying back or trimming of all 27 branches and the cutting of roots shall be in accordance with accepted arboricultural 28 practices(ANSI A300,part 8)and be performed under supervision of the arborist. 29 4. Matting: Install temporary matting over the Mulch to the extent indicated. Do not permit 30 foot traffic, scaffolding or the storage of materials within the Tree Protection Area to 31 occur off of the temporary matting. 32 S. Trunk Protection:Protect the trunk of each tree to remain by covering it with a ring of 8 33 foot long, 2 inch x 6 inch planks loosely banded onto the tree with 3 steel bands. Staple 34 the bands to the planks as necessary to hold them securely in place. Trunk protection 35 must be kept in place no longer than 12 months. If construction requires work near a 36 particular tree to continue longer than 12 months,the steel bands shall be inspected every 37 six months and loosened if they are found to have become tight. 38 6. Air Excavation Tool: If excavation for footings or utilities is required within the Tree 39 Protection Area, air excavation tool techniques shall be used where practical or as 40 designed on the drawings. 41 a. Remove the Mulch from an area approximately 18 inches beyond the limits of the 42 hole or trench to be excavated. Cover the Mulch for a distance of not less than 15 feet 43 around the limit of the excavation area with plastic sheeting to protect the Mulch 44 from silt. Mound the Mulch so that the plastic slopes towards the excavation. 45 b. Using a sprinkler or soaker hose,apply water slowly to the area of the excavation for 46 a period of at least 4 hours, approximately 12 hours prior to the work so that the 47 ground water level is at or near field capacity at the beginning of the work. For 48 excavations that go beyond the damp soil, rewet the soil as necessary to keep soil CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 11 of 14 1 moisture near field capacity. 2 c. Using an air excavation tool specifically designed and manufactured for the intended 3 purpose, and at pressures recommended by the manufacturer of the equipment, 4 fracture the existing soil to the shape and the depths required.Work at rates and using 5 techniques that do not harm tree roots. Air pressure shall be a maximum of 90-100 6 psi. 7 1.) The air excavation tool shall be "Air-Spade" as manufactured by Concept 8 Engineering Group, Inc., Verona, PA (412) 826-8800, or Air Knife as 9 manufactured by Easy Use Air Tools, Inc. Allison Park, Pa (866) 328-5723 or 10 approved equal. I I d. Using a commercial, high-powered vacuum truck if required, remove the soil from 12 the excavation produced by the Air Knife excavation. The vacuum truck should 13 generally operate simultaneously with the hose operator, such that the soil produced 14 is picked up from the excavation hole,and the exposed roots can be observed and not 15 damaged by the ongoing operation. Do not drive the vacuum truck into the Tree 16 Protection Area unless the area is protected from compaction as approved in advance 17 by the City's Representative. 18 e. Remove all excavated soil and Mulch, and contaminated soil at the end of the 19 excavation. 20 f. Schedule the work so that foundations or utility work is completed immediately after 21 the excavation. Do not let the roots dry out. Mist the roots several times during the 22 day. If the excavated area must remain open overnight, mist the roots and cover the 23 excavation with black plastic. 24 g. Dispose of all soil in a manner that meets local laws and regulations. 25 h. Restore soil within the trench as soon as the work is completed.Utilize soil of similar 26 texture to the removed soil and lightly compact with hand tools. Leave soil mounded 27 over the trench to a height of approximately 10% of the trench depth to account for 28 settlement. 29 i. Restore any Mulch and or matting that was previously required for the area. 30 3.11 TREE REMOVAL: 31 A. Only remove trees as necessary to perform work required by the contract, and in a manner 32 that will not damage adjacent trees or structures or compacts the soil. 33 B. Remove trees that are adjacent to trees or structures to remain, in sections, to limit the 34 opportunity of damage to adjacent crowns,trunks,ground plane elements and structures. 35 C. Do not drop trees with a single cut unless the tree will fall in an area not included in the Tree 36 Protection Area. No tree to be removed within 50 feet of the Tree Protection Area shall be 37 pushed over or up-rooted using a piece of grading equipment. 38 D. Protect adjacent paving, soil, trees, shrubs, ground cover pla tings and understory plants to 39 remain from damage during all tree removal operations, anq from construction operations. 40 Protection shall include the root system, trunk, limbs, and cr6wn from breakage or scarring, 41 and the soil from compaction. 42 E. Remove stumps and immediate root plate from existing trees to be removed. Grind trunk 43 bases and large buttress roots to a depth of the largest buttress root or at least 18 inches below 44 the top most roots whichever is less and over the area of three times the diameter of the trunk 45 (DBI ). CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 12 of 14 1 1. For trees where the stump will fall under new paved areas, grind roots to a total depth of 2 18 inches below the existing grade. If the sides of the stump hole still have greater than 3 approximately 20% wood visible, continue grinding operation deeper and or wider until 4 the resulting hole has less than 20% wood. Remove all wood chips produced by the 5 grinding operation and back fill in 8 inch layers with controlled fill of a quality 6 acceptable to the site engineer for fill material under structures, compacted to 95%of the 7 maximum dry density standard proctor. The City's Representative shall approve each 8 hole at the end of the grinding operation. 9 3.12 PRUNING: 10 A. Within six months of the estimated date of substantial completion, prune all dead or I I hazardous branches larger than 2 inch in diameter from all trees to remain. 12 B. Prune any low, hanging branches and vines from existing trees and shrubs that overhang 13 walks,streets and drives,or parking areas as follows: 14 1. Walks-within 8 feet vertically of the proposed walk elevation. 15 2. Parking areas-within 12 feet vertically of the proposed parking surface elevation. 16 3. Streets and drives-within 14 feet vertically of the proposed driving surface elevation. 17 C. All pruning shall be done in accordance with ANSI A300 (part 1), ISA BMP Tree Pruning 18 (latest edition, and the"Structural Pruning:A Guide for the Green Industry",Edward Gilman, 19 Brian Kempf,Nelda Matheny and Jim Clark,2013 Urban Tree Foundation,Visalia CA. 20 D. Perform other pruning task as indicated on the drawings or requested by the City's 21 Representative. 22 E. Where tree specific disease vectors require, sterilize all pruning tools between the work in 23 individual trees. 24 3.13 WATERING 25 A. The Contractor shall be fully responsible to ensure that adequate water is provided to all 26 plants to be preserved during the entire construction period. Adequate water is defined to be 27 maintaining soil moisture above the permanent wilt point to a depth of 8 inches or greater. 28 B. Periodically test the moisture content in the soil within the root zone to determine the water 29 content. 30 3.14 WEED REMOVAL 31 A. During the construction period, control any plants that seed in and around the fenced Tree 32 Protection area at least three times a year. 33 1. All plants that are not shown on the Tree Protection Plan to remain shall be considered as 34 weeds. 35 B. At the end of the construction period provide one final weeding of the Tree Protection Area. 36 3.15 INSECT AND DISEASE CONTROL 37 A. Monitor all plants to remain for disease and insect infestations during the entire construction 38 period. Provide all disease and insect control required to keep the plants in a healthy state 39 using the principles of Integrated Plant Management(IPM).All pesticides shall be applied by 40 a certified pesticide applicator. 41 CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999901-1 TREE PROTECTION Page 13 of 14 1 3.16 CLEAN-UP 2 A. During tree protection work,keep the site free of trash,pavements reasonably clean and work 3 area in an orderly condition at the end of each day. Remove trash and debris in containers 4 from the site no less than once a week. 5 1. Immediately clean up any spilled or tracked soil,fuel,oil,trash or debris deposited by the 6 Contractor from all surfaces within the project or on public right of ways and neighboring 7 property. 8 B. Once tree protection work is complete, wash all soil from pavements and other structures. 9 Ensure that Mulch is confined to planting beds. 10 C. Make all repairs to grades,ruts,and damage to the work or other work at the site. I I D. Remove and dispose of all excess Mulch,packaging,and other material brought to the site by 12 the Contractor. 13 3.17 REMOVAL OF FENCING AND OTHER TREE PROTECTION 14 A. At the end of the construction period or when requested by the City's Representative remove 15 all fencing,Mulch,trunk protection and or any other Tree Protection material. 16 3.18 DAMAGE OR LOSS TO EXISTING TREES TO REMAIN 17 A. Any preserved tree that dies or becomes hazardous and a threat to,public safety or property 18 due to construction activities within five (5) years following the date of issuance of the 19 certificate of final completion will be the responsibility of the original applicant. 20 Replacement will be new trees with a minimum of three (3) inches each in diameter and 21 equal to five(5)times the lost canopy. Tree replacement will be guaranteed for an additional 22 period of two(2)years. 23 B. Trees that are damaged shall be considered as requiring replacement or appraisal in the event 24 that the damage affects more than 25%of the crown,25%of the trunk circumference,or root 25 protection area, or the tree is damaged in such a manner that the tree could develop into a 26 potential hazard.Trees to be replaced shall be removed by the Contractor at his own expense. 27 1. The City's Representative may engage an independent arborist to assess any tree that 28 appears to have been damaged to determine their health or condition. 29 C. Any tree that is determined to be dead, damaged or potentially hazardous by the City's 30 arborist and upon the request of the City's Representative shall be immediately removed by 31 the Contractor at no additional expense to the owner. Tree removal shall include all clean up 32 of all wood parts and grinding of the stump to a depth sufficient to plant the replacement tree, 33 removal of all chips from the stump site and filling the resulting hole with topsoil. 34 D. Any remedial work on damaged existing trees recommended by the consulting arborist shall 35 be completed by the Contractor at no cost to the owner. Remedial work shall include but is 36 not limited to: soil compaction remediation and vertical mulching, pruning and or cabling, 37 insect and disease control including injections, compensatory watering and additional 38 mulching. 39 E. Remedial work may extend up to two years following the completion of construction to allow 40 for any requirements of multiple applications or the need to undertake applications at required 41 seasons of the year. 42 43 END OF SECTION 99 99 01 CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 99 99 01-1 TREE PROTECTION Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 08/01/2017 D.Rankin Added Measurement and Payment 2 3 CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 999902-1 rw ADDITIONAL SPECIFICATIONS Page I of 1 SECTION 99 99 02 2 ADDITIONAL SPECIFICATIONS 3 4 9999.0010—999.0011 Irrigation Adjustment&Landscape Repair Allowance 5 6 This item establishes a contract allowance comparable to the final cost of making necessary 7 irrigation adjustment and landscape repairs required due to the project.An arbitrary allowance 8 amount has been placed in the Proposal;however,this does not guarantee any payment for 9 irrigation adjustments or landscaping repair,nor does it confine irrigation adjustments or 10 landscape repairs to the amount shown in the Proposal.It shall be the Contractor's responsibility 11 to provide the services of a licensed irrigator to make the irrigation adjustments determined 12 necessary by the City.No payment will be made for irrigation or landscape repairs except those 13 adjustments determined necessary by the City. Should the Contractor damage irrigation line or 14 landscape due to his negligence,where such lines or landscapes would not have required 15 adjustment or repair otherwise,the damage shall be repaired and adjusted by the Contractor at the 16 Contractor's expense.The payment to the Contractor for irrigation adjustments and/or landscape 17 repair shall be the actual cost of the adjustments/repairs plus ten percent(10%)to cover the cost 18 of bond and overhead incurred by the Contractor in handling the adjustments/repairs. 19 20 999.0096—999.0097 Storm Water&Paving Field Order Const.Allowance 21 This item establishes contract contingency allowances for unanticipated work determined to be 22 necessary in the field. Arbitrary allowance amounts have been placed in the Proposal, this item 23 will not be paid to the contractor unless a field order is issued. Unanticipated project changes are 24 not limited to the value of this item. Contract changes above the amounts described by this 25 allowance may be processed through a change order. w .r� CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 w.. THIS PAGE INTENTIONALLY LEFT BLANK .• r. 999904-1 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 1 of 9 1 SECTION 99 99 04 2 FIBERGLASS REINFORCED(FR)PRESSURE RATED SEWER PIPE 3 GRAVITY APPLICATIONS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Fiberglass Reinforced(FR)Pressure Rated Pipe for buried sanitary sewer gravity 8 mains up to 48 inches in diameter,unless otherwise approved by the city. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 0130—Sewer and Manhole Testing 16 4. Section 33 0131—Closed Circuit Television(CCTV)Inspection 17 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 6. Section 33 05 26—Utility Markers/Locators 19 7. Section 33 31 13—Fiberglass Reinforced Pipe for Gravity Sewers 20 8. Section 33 3150—Sanitary Sewer Service Connections and Service Line 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a.Measured horizontally along the surface from coupling immediately prior to the 25 upstream connecting manhole to coupling immediately after the downstream 26 connecting manhole,or appurtenance 27 2. Payment 28 a.The work performed and materials furnished in accordance with this Item and 29 measured as provided under"Measurement"will be paid for at the unit price 30 bid per linear foot for"Fiberglass Reinforced(FR)Pressure Rated Sewer Pipe 31 Gravity Applications"installed for: 32 1) Size(s)as indicated in the Construction Documents 33 2) Backfill(s)as indicated in the Construction Documents 34 3. The price bid shall include: 35 a.Furnishing and installing Fiberglass Reinforced(FR)Pressure Rated Sewer Pipe 36 for Sewer Gravity Mains with joints as specified 37 b.Mobilization 38 c.Pavement removal if necessary 39 d.Excavation 40 e.Hauling CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 999904-2 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 2 of 9 1 f. Disposal of excess material 2 g.Gaskets 3 h.Furnishing,placement and compaction of embedment 4 is Furnishing,placement and compaction of backfill 5 j. Clean-up 6 k.Cleaning 7 1. Testing 8 1.3 REFERENCES 9 A. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification,unless a date is specifically cited. 13 2. ASTM International(ASTM): 14 a. D 2310, Standard Classification for Machine-Made Fiberglass(Glass-Fiber- 15 Reinforced Thermosetting-Resin)Pipe. 16 b. D 3754, Standard Specification for"Fiberglass"(Glass-Fiber-Reinforced 17 Thermosetting-Resin)Sewer and Industrial Pressure Pipe. 18 c. D 3681, Standard Test Method for Chemical Resistance of"Fiberglass"(Glass- 19 Fiber-Reinforced Thermosetting-Resin)Pipe in a Deflected Condition. 20 d. D 4161, Standard Specification for"Fiberglass"(Glass-Fiber-Reinforced 21 Thermosetting-Resin)Pipe Joints Using Flexible Elastomeric Seals. 22 e. D 2412,Standard Test Method for Determination of External Loading 23 Characteristics of Plastic Pipe by Parallel-Plate Loading 24 f. D 2992,Obtaining Hydrostatic or Pressure Design Basis for"Fiberglass" 25 (Glass-Fiber-Reinforced-Thermosetting)Resin Pipe and Fittings. 26 g. D 3262,Standard Specification for"Fiberglass"(Glass-Fiber-Reinforced- 27 Thermosetting-Resin)Sewer Pipe. 28 h. F 477,Standard Specification for Elastomeric Seals(Gaskets)for Joining Plastic 29 Pipe. 30 3. American Water Works Association(AWWA) 31 a. AWWA C-950,Glass-Fiber Reinforced Thermosetting Resin Pressure Pipe. 32 b. AWWA M-45,Fiberglass Pipe Design. 33 4. AASHTO--Standard Specifications for Highway Bridges 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 0133 00 Submittals. 37 B. All submittals shall be approved by the City prior to delivery. 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Product Data 40 1. Manufacturer 41 2.. Manufacturer Number(identifies factory,location,and date manufactured.) 42 3. Nominal Diameter 43 4. Pressure Class CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 999904-3 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 3 of 9 1 5. Pipe Stiffness 2 6. Beam load 3 7. Laying lengths 4 8. ASTM designation 5 B. Shop Drawings 6 1. Pipe details 7 2. Joint details 8 3. Lay schedule/drawing indicating pipe properties,pipe pressure rating,pipe stiffness 9 and stationing 10 4. Miscellaneous items to be furnished and fabricated for the pipe 11 5. Dimensions 12 6. Tolerances 13 7. Wall thickness -14 8. Properties and strengths 15 9. Pipe calculations 16 a. Calculations confirming the pipe will handle 150 psi loading including external 17 loading deflection design signed and sealed by a Licensed/Registered Texas is Professional Engineer 19 10. Details of pictorial nature indicating alignment and grade,laying dimensions, 20 fabrication,fitting,flange,and fully dimensioned details,with plan view detailing 21 pipe invert elevations,and other critical features and specials.Do not start 22 production of pipe and fittings prior to review and approval by the City.Provide 23 final approved lay schedule in Adobe PDF format. 24 C. Certificates 25 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the 26 provisions of this Section and has been tested and meets the requirements of ASTM 27 D3262.Certification must be signed and sealed by a Licensed/Registered Texas 28 Professional Engineer Licensed/Registered in the state of Texas. 29 D. Test Reports 30 1. Provide test reports upon request,certifying that the pipe has been tested in 31 accordance with and exceeds minimum requirements of ASTM D2412,D2992(if 32 applicable),D3262 and ASTM D3681. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Qualifications 37 1. Manufacturers 38 a. Finished pipe shall be the product of one(1)manufacturer for each size per 39 project. 40 b. Pipe manufacturing operations shall be performed under the control of the 41 manufacturer. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 999904-4 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 4 of 9 1 c. Manufacturer to provide permanent quality control department and laboratory 2 facility capable of performing inspections and testing as required by 3 Specifications. Material testing, inspection procedures,and manufacturing 4 process are subject to inspection by Project Manager and/or city. Perform 5 manufacturer's tests and inspections required by referenced standards and these 6 Specifications. 7 d. Calibrate within last 12 months equipment such as scales,measuring devices, 8 and other calibration tools used in manufacture of pipe. Affix tag recording date 9 of last calibration on each device used in manufacture of pipe. 10 e. All pipe furnished shall be in conformance with this specification AWWA C950 11 and ASTM D3754. 12 1.10 DELIVERY,STORAGE,AND HANDLING 13 A. Delivery 14 1. Provide adequate strutting during transport to prevent damage to the pipe,fittings 15 and appurtenances. 16 B. Storage and Handling Requirements 17 1. Pressure pipe shall be stored and handled in accordance with the manufacturer's 18 guidelines. 19 2. Secure and maintain a location to store the material in accordance with 20 Section 01 66 00 Product Storage and Handling Requirements. 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS 24 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 25 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 26 A. Performance/Design Criteria 27 1. Pipe 28 a. Manufacture pipe to result in a dense,nonporous,corrosion-resistant,consistent 29 composite structure. 30 b. Design fiberglass pressure pipe according to AWWA Manual M 45—Fiberglass 31 Pipe Design,latest edition. 32 c. The pipe nominal pressure class(PN)shall be equal to 150 psi unless otherwise 33 specified by the City.The maximum transient(operating plus surge)pressure 34 line shall not exceed the pipe nominal pressure class by more than 50%. 35 d. Stiffness class(Sl)of FR pipe shall satisfy design requirements,but shall not 36 be less than 46 psi. 37 e. Unless otherwise specified,the pipe shall be field connected with fiberglass 38 sleeve couplings that utilize elastomeric sealing gaskets as the sole means to 39 maintain joint water-tightness.The joints must meet the performance 40 requirements of ASTM D 4161. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 999904-5 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 5 of 9 1 f. Service connection tees,wyes,laterals and other fittings shall be rated for 2 service to 150 psig at 120 degrees F and be capable of withstanding all 3 operating conditions when installed. 4 g. Design is to be conducted under the supervision of a Professional Engineer 5 licensed/registered in the State of Texas,who shall seal and sign the design. 6 h. Standard lay length of 20 feet,except for service connection tees or closure 7 pieces necessary to comply with the Drawings.No nominal lengths of less than 8 four(4)feet may be used. 9 i. In no case shall pipe be installed deeper than its design allows. 10 j. The workmanship of the pipe shall be free of defects such as delamination, 11 indentation,pinholes,bubbles,cracks,pits,blisters,foreign inclusions,and 12 resin-reduced areas,or any other defects that could compromise the 13 serviceability and strength of the pipe. 14 k. The pipe must be as uniform as commercially practicable in opacity,color and 15 density,as well as other physical properties. 16 2. Dimension 17 a. Diameters 18 1) The actual outside diameter of the pipes shall be in accordance with ASTM 19 D 3754.For other diameters, OD's shall be per manufacturer's literature. 20 b. Lengths 21 1) Pipe shall be supplied in nominal lengths of 10,20,or 40 feet,with a 22 typical nominal length of 20 feet.Actual laying length shall be nominal+1 23 to-4 inches.At least 90%of the total footage of each size and class of pipe, 24 excluding special order lengths,shall be furnished in typical nominal length 25 section. 26 c. Wall thickness 27 1) Provide minimum average wall thickness of stated design thickness. 28 Provide minimum single point thickness not be less than 98 percent of 29 stated design thickness. 30 d. End Squareness 31 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. 32 B. Materials 33 1. Resin Systems 34 a. The manufacturer shall use only polyester resin systems with a proven history of 35 performance in this particular application.The historical data shall have been 36 acquired from a composite material of similar construction and composition as 37 the proposed product. 38 2. Glass Reinforcements 39 a. The reinforcing glass fibers used to manufacture the components shall be of the 40 highest quality commercial grade E-glass filaments with binder and sizing 41 compatible with impregnating resins. 42 3. Fillers 43 a. Silica sand or other suitable materials may be used. 44 b. Use 98 percent silica with maximum moisture content of 0.2 percent. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 999904-6 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 6 of 9 1 2 4. Additives 3 a. Resin additives,such as curing agents,pigments,dyes,fillers,thixotropic 4 agents,and other coloring agents,when used,shall in no way be detrimental to 5 the performance of the product nor impair visual inspection of the finished 6 products. 7 5. Elastomeric Gaskets 8 a. Supply.from approved gasket manufacturer in accordance with ASTM F 477 9 and suitable for service intended. 10 6. Joints 11 a. Coupling joints must meet the performance requirements of ASTM D 4161. 12 7. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum 13 pipe markings shall be as follows: 14 a. Manufacturer 15 b. Manufacturer Number(identifies factory, location,date manufactured,shift and 16 sequence) 17 c. Pressure Class 18 d. Pipe Stiffness 19 e. Nominal diameter 20 f. Beam load 21 g. Laying length 22 h. ASTM designation 23 8. Fittings 24 Provide service connection tees for pipes capable of withstanding specified test 25 pressures. 26 a.Service connection tees—provide fiberglass pipe or ductile iron•pipe for all 27 service connection tees.Attach by glass reinforced overlays as approved by City. 28 1) Ductile iron service connection tees shall conform to City Standard 29 Specification 31 11 11 Ductile Iron Fittings. 30 9. Connections 31 a.Use only manufactured fittings. 32 b.See Section 33 3150. 33 10. Detectable Metallic Tape 34 a.See Section 33 05 26. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL [NOT USED] 37 PART 3- EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION[NOT USED] 40 3.3 PREPARATION[NOT USED] CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 999904-7 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 7 of 9 1 2 3.4 INSTALLATION 3 A. General 4 1. Install pipe,service connection tees,specials and appurtenances as specified herein, 5 as specified in Section 33 05 10 and in accordance with the pipe manufacturer's 6 recommendations. 7 2. Lay pipe to the lines and grades as indicated in the Drawings. 8 3. The manufacturer must supply a suitable qualified field service representative to be 9 present periodically during the installation of pipe. 10 4. Excavate and backfill trenches in accordance with Section 33 05 10. 11 5. Embed pipe in accordance with Section 33 05 10. 12 6. For installation of carrier pipe within casing,see Section 33 05 24. 13 B. Pipe Handling 14 1. Haul and distribute pipe and fittings at the project site. 15 2. Handle piping with care to avoid damage. 16 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 17 lowering into the trench. 18 b. Use only textile slings,nylon ropes or other lifting devices that will not damage 19 the surface of the pipe for handling pipe. 20 3. At the close of each operating day: 21 a. Keep the pipe clean and free of debris,dirt,animals and trash—during and after 22 the laying operation. 23 b. Effectively seal the open end of the pipe using a gasketed night cap. 24 C. Pipe Joint Installation 25 a. Clean dirt and foreign material from the ends of pipe and coupling components. 26 b. Check pipe ends and couplings for damage. Correct any damage found. 27 c. Couple grooves must be completely free of dirt. 28 d. Apply joint lubricant to pipe ends and rubber seals of coupling.Only use 29 lubricants approved by the pipe manufacturer. 30 e. Use suitable auxiliary equipment,such as a wire rope puller,to pull joints 31 together. 32 f. Do not exceed forces recommended by the manufacturer for coupling the pipe. 33 If excessive force is required,remove coupling,determine source of problem, 34 and correct it. 35 g. In the process of jointing the pipe,do not allow the deflection angle to exceed 36 the deflection permitted by the manufacturer. 37 h. Install such that identification marking on each joint are oriented upward toward 38 the trench opening.In the process of jointing the pipe,do not allow the 39 deflection angle to exceed the deflection permitted by the manufacturer. 40 i. When making connection to manhole,use an elastomeric seal or flexible boot to 41 facilitate a seal. 42 D. Connection Installation 43 1. See Section 33 3150. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 999904-8 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 8 of 9 1 E; Detectable Metallic Tape Installation 2 1. See Section 33 05 26. 3 3.5 TESTING 4 A. Pipes 5 1. Provide pipes tested in accordance with AWWA C 950. 6 B. Joints 7 1. Coupling joints shall be qualified per the test of Section 7 of ASTM D 4161. 8 C. Stiffness 9 1. Minimum pipe stiffness when tested in accordance with ASTM D2412 and shall 10 satisfy design requirements.Stiffness shall be no less than 46 psi for all applications 11 requiring pressure rated pipe. 12 D. Deflection 13 1. Calculate pipe deflection to ensure that predicted deflection will be less than 5 14 percent under long-term loading conditions(soil prism load)for the highest density 15 of soil overburden and surcharge loads.Prepare deflection calculations using long- 16 term(drained)values for soil parameters contained in the geotechnical investigation 17 report for the Project,or other site-specific data. 18 E. Pressure 19 1. Low pressure air test per Section 3 of standard specification 33 0130 Sewer and 20 Manhole Testing. 21 2. At minimum,provide 150 psi Pressure Class.Manufacturer to provide calculations 22 in accordance with AWWA M-45 to determine the appropriate pressure class and 23 stiffness class to withstand actual installation conditions,based on the following 24 design criteria: 25 a. Working pressure: 0 psi 26 b. Hydrostatic field test pressure:N/A 27 c. Maximum pressure due to surge:N/A 28 d. Minimum pressure due to surge:N/A 29 e. Unit weight of soil: 120 pcf 30 f. Bedding constant(K)=0.115 31 g. Deflection lag factor(Dl)= 1.3 32 h. Minimum trench width: O.D.of pipe plus four(4)feet 33 i. Maximum allowable long term deflection: standard specification 33 0130 34 Sewer and Manhole Testing 35 j. Design 36 1) Design must withstand most critical simultaneous application of external 37 loads including construction loads and internal pressures. 38 2) Base on minimum of AASTHO HS-20 loading,and depths of bury as 39 indicated. 40 3) Groundwater Level:assume groundwater elevation at ground surface.If in 41 a FEMA designated flood zone,assume the 100 year water surface 42 elevation for design. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 999904-9 FIBERGLASS SEWER PRESSURE PIPE(FRPM)GRAVITY APPLICATIONS Page 9 of 9 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD[oR] SITE QUALITY CONTROL 3 A. Field Tests and Inspections 4 1. Closed Circuit Television(CCTV)Inspection 5 a. Provide a CCTV inspection in accordance with Section 33 0131. 6 2. Air Test and Deflection(Mandrel)Test 7 a. Perform test in accordance with Section 33 0130. 8 3. City Inspection 9 a. The City shall be entitled to inspect pipes or witness the pipe manufacturing. 10 Such inspection shall not relieve the manufacturer of the responsibilities to 11 provide products that comply with the applicable standards and these 12 Specifications. 13 b. Should the City wish to see specific pipes during any phase of the 14 manufacturing process,the manufacturer must provide the City with adequate 15 advance notice of when and where the production of those pipes will take place. 16 c. Should the City elect not to inspect the manufacturing,testing,or finished pipes, 17 it in no way implies approval of products or tests. 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 07/26/2017 D.Rankin Modified for Pressure Rated Pipe in a Gravity Pipe Application 08/02/2017 D.Rankin Modified Mfg.Certification due to Gravity Pipe Application 27 CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 26,2017 I SECTION 99 99 05 2 COMPOSITE MANHOLE FRAME AND COVER 3 4 5 PART 1-GENERAL 6 7 1.1 SUMMARY 8 9 A. Section Includes: 10 1. Frame and cover used as access ports into water, sanitary sewer and storm drain structures such 11 as manholes or vaults. 12 13 1.2 PRICE AND PAYMENT PROCEDURES 14 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame and cover 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item are subsidiary 20 to the unit price bid per each structure complete in place,and no other compensation will be 21 allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference standard published 25 at the time this Specification was included as part of the project documents, unless a date is 26 specifically cited. 27 2. ASTM International(ASTM) 28 a. ASTM C 102 8—Standard Test Method for Determining the Static Coefficient of Friction of 29 Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull-Meter Method 30 b. ASTM G154 — Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp 31 Apparatus for Exposure of Nonmetallic Materials 32 c. ASTM D790 33 d. ASTM D256 34 3. American Association of State Highways and Transportation Officials (AASHTO) 35 a. AASHTO M306—Standard Specification for Drainage,Sewer,Utility and Related Castings 36 1.4 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for 39 specials. 40 41 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data 43 1. All castings shall be cast with: 44 a. Approved foundry's name 45 b. Part number 46 c. Country of origin 47 2. Provide manufacturer's: 48 a. Specifications CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Part 1 COMPOSITE FRAME AND COVER City Project No.01333 I b. Load tables 2 c. Dimension diagrams 3 d. Anchor details 4 e. Installation instructions 5 B. Certificates 6 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 7 8 PART 2-PRODUCTS 9 10 2.1 EQUIPMENT,PRODUCT TYPES,MATERIALS 11 12 A. Moldings 13 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or combined 14 with reinforcing fiber rovings, short fiber filaments, or equivalent nonmetallic reinforcing 15 structure(s). 16 a. The thermosetting resin matrix shall be a polyester,vinylester, or a blend of these. 17 b. The moldings shall be true to pattern in form and dimension and free from cracks, pores, knit- 18 lines,or other defects in locations affecting their strength and value for the service intended. 19 c. Before the moldings are removed from the molding operation, they shall be thoroughly 20 deflashed and cleaned at the parting lines, holes,notches and all exposed edges. 21 2. Frames 22 a. Composite frames must have a wall thickness of at least 0.75 inches in sections exposed to 23 traffic and potential traffic wheel impact. 24 b. If using a lock,bolt, or latch,these must be independent of the method used to open the cover 25 to ensure the cover can be opened in the event of lock failure. 26 27 B. Molding Process 28 1. Covers and frames shall be compression molded under high pressures(>0.5 tons/sq inch of x-y 29 surface area) and high temperatures(>200 degrees F). 30 31 2. Metal reinforcements or metal hinges molded within the composite shall not be permitted. Small 32 non-stress bearing pieces of metal may be encapsulated. 33 34 2.2 TESTING AND PERFORMANCE REQUIREMENTS 35 36 A. Testing shall be performed in accordance with the following inspection criteria unless otherwise 37 specified in the contract or purchase order. The manufacturer/supplier shall be responsible for 38 carrying out all of the required tests and inspections.All testing shall be conducted in the United 39 States.The manufacturer/supplier shall maintain complete records of all such tests and inspections. 40 All testing shall be paid for by the manufacturer/supplier. 41 42 B. Frame and Covers shall be test"Proof Load"in accordance with AASHTO M306. 43 44 C. Heavy Duty:A load of40,0001bs shall be concentrated on a 9"x 9"block with rubber or fiber backing 45 pad for one minute. During the load testing process, visible cracks or delamination will be cause 46 for rejection (popping noises during this test are normal for composites and do not indicate failure). 47 When load is removed, Permanent Set(Deflection) of more than 1/8"(.125")measured at center of 48 load area will be cause for rejection.All testing shall be conducted on aNIST calibrated and Certified 49 load test machine. CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Part 1 COMPOSITE FRAME AND COVER City Project No. 01333 1 2 D. Ultraviolet resistance:ASTM G 154 Cycle I for 1 OOOhrs.Specimens shall be tested for ultimate flexural 3 strength(ASTM D790),retaining at least 75%of control values for load and deflection at failure. 4 5 E. Coefficient ofFriction: Shall be greater than 0.6 when tested in accordance to ASTM C 1028. 6 7 F. Notched Izod Impact: Composite raw material impact results shall be greater than 5 ft.-lbs/inch when 8 tested in accordance to ASTM D256. 9 10 G. Components for locking systems below the cover exposed to the sewer environment shall be made of 11 noncorrosive materials such as nonmagnetic, 316 stainless steel or a polymer. 12 13 H. Covers shall be the types and shall be imprinted as shown on the plans or standard details. 14 15 2.3 MARKINGS: 16 17 A. Covers and Frames shall have the following molded into the substrate of the cover: 18 19 1. Name(or Abbreviation)Molder 20 2. Country of Origin 21 3. Molding Date 22 4. Indication that Material is Non-metallic 23 24 CITY OF FORT WORTH Village Creek Drainage Basin,Main 325 Part 1 COMPOSITE FRAME AND COVER City Project No.01333 SPECIAL SPECIFICATIONS SPECIAL SPECIFICATIONS June 5,2017 1 VILLAGE CREEK IMPROVEMENTS,SANITARY SEWER MAIN 325 PART 1,CITY PROJECT NO.01333 SPECIAL SPECIFICATIONS June 5,2017 2 VILLAGE CREEK IMPROVEMENTS,SANITARY SEWER MAIN 325 PART 1,CITY PROJECT NO.01333 SPECIAL SPECIFICATIONS SS-1 SPECIFIC PROJECT CONDITIONS AND REQUIREMENTS ...................................2 rir r. June 5,2017 3 VILLAGE CREEK IMPROVEMENTS,SANITARY SEWER MAIN 325 PART 1,CITY PROJECT NO.01333 SPECIAL SPECIFICATIONS - SS-1 SPECIFIC PROJECT CONDITIONS AND REQUIREMENTS The following items describe City of Fort Worth overall performance expectations associated " with this project: A. Given the highly sensitive locations on this project,the Contractor may be allowed to «■• work extended hours on the project provided that noise is kept to a minimum and within compliance with the City of Fort Worth Noise Ordinance.However,the Contractor will be expected to obtain prior written approval from the City of Fort Worth Water Department for scheduling extended working hours.These issues must be addressed prior to initiating construction.The contractor shall utilize low noise emitting equipment for the duration of the project. B. The Contractor must install all work/construction zone fencing and the identified site controls on the plans prior to initiation of construction.This includes installing and maintaining all SW3P controls,especially sump pump discharges of deep ■- excavations to prevent the release of sediment laden discharges into the area drainage ditches and small creek tributaries. C. The Contractor will develop a shoring plan for all deep trench excavations,including bore pits needed for areas using trenchless construction method.The Contractor shall use steel sheet pilings, stacked trench boxes or other small foot-print shoring systems on this project. June 5,2017 4 VILLAGE CREEK IMPROVEMENTS,SANITARY SEWER MAIN 325 PART 1,CITY PROJECT NO.01333 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements APP-99 99 01 Contractor Scheduling GR-01 71 23 Construction Staking and Survey CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK w w w w ur w w w w PARCEL 1 w w w w w w w w w Im .. .. THIS PAGE INTENTIONALLY LEFT BLANK .. ����'•• 'Z•. •�• i nYM.�1: ••i'r+�fe'' _. ."�. ..—'.�.••X.I.wlyP_tr...._.S°1.:.:....,.•`.,�, �....E•fir' ,.. mow."a._.:v"'o Y7•.. J PARCEL NO. 29 Bess N. Fish Y 3009 Chevy Chase . Vpl "%- PaCE��+ii4 Houston. Texas -7191-7� That we, � of Tarrant County, Texas, for and in consideration of One Dollar $1.00 and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, do grant, bargain and convey to said City, ' its successors and assigns, the use and passage in and along the following parcel or tract of land situated in Tarrant County, Texas, k:S to-wit: Wp 3.50 Permanent Easement: JUN-23-7z ti 9 G 8 9 LS A strip of land twenty (201) feet in width over, under and across a portion of a tract of t I land out of the Hiram Little Survey, Abstract 930, belonging to Bess N. Fish, as recorded !' ... in Volume 3660, Page 399, Tarrant County Deed Records, Tarrant County, Texas; said strip ' {, of land to be composed of two parts, each part to extend ten (10') feet right and ten (10'j r feet left from the sanitary sewer center line described below for Part 1 and Part 2, said ;s strip of land to be used for the purposes of constructing, operating and maintaining a sanitary sewer, with the usual appurtenances and necessary connections thereto; The center line of said sanitary sewer to be as follows: Part No. is Beginning at a point in the west property line of the said Bess t(—fish tract,.said point being south along the sa4d west property line a distance of,4290 feet from the north- west corner of said tract, said cornerlying in the center line 6f'b -,Creek, Thence proceed N. 74058'10" E. a distance of 702.52 feet to a,pdi€et, Thence proceed N. 60042113" E. a distance of 1450.17„feet toed poi'n't, (said point being the intersection point of Part No. 2 described below.) ; Thence proceed N. 6°581•40" E. a distance of 744.2 feet to a poiltit:~:irf the north property Line. said tract in the center line of Deer Creek, said point,Ieinq'west a distance of 14.4 feet, Thence S.. 6°58140" W. a distance of 83.7 feet from,fhe norahwest corner of a tract of land belonging to J. L. Forrester, as recorded in Vol. 923, Page g08, Tarrant County Deed Records, Tarrant County, Texas. �. Said twenty foot .wide strip of land conta,ips 57,938's4' ft': t (1.33 Ac.t) Part No. 2: 1 'A'1 Beginning at a point in the south property line,.af' th said Bess N. Fish tract and in the north right-of-way line of State Highway F.K.:1q it , said point being west along the ■. said south property line a distance of 193.8 feet from the southeast corner of said Bess H. Fish tract, • Thence proceed N. 10°25'52" W. a distanceN3,9 l feat to a point; Thence proceed NIM E. a distance of'2feet to a point of intersection with the center iine desM bed under Part No 1, Said twenty foot wide strip of land<contai ,918 sq. ft.t (1.49 Ac.t) Said Part No. i and Part No. 2 twerfiy^ lde' strip of land contains a total of 122,856 sq. ft.t (2.82 Ac.)t Temporary Construction Easement ` It is further agreed and underst d3"_T a the City of Fort Worth, Texas, will be permitted the temporary use of two (2) adionl strips of. land, each forty (401) feet'in width, ; one lying to the right of andorie )yiag to the left of, and both parallel and adjacent to, the above described twenty (20Q^466t,wide permanent easement In Part No. 1 and Part r No. 2, said forty (401) foal wide 4)trip •of land to be used for the purpose of constructing the said sanitary sewer. . ` Upon completion of the construction of the said sanitary sewer and it acceptance by the City Council of the City of'f4,rt Worth, Texas, ail rights'granted within the above r_ described temporary t�op5tructidn easements shall cease and all operations, maintenance w and repairs shall be confriped"to the above described twenty (20') foot wide permanent easement in Part No. i and•`Part No. 2. Said-temporary construction easements contain 387,526 sq. ft.. (8.896 Ac.t). (See Attachment) f It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the above improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. i WITNESS hand this, the day of �\f A.O. 19_LC_.e L ww 60200 .Y z:. —s. i� t3f. 2r$'' c� .� - _ •.-r.. >.y..y•, '§,.�.r..s. .'1..: ..s .. ...`; � + v r.0 _ - r• _ ..i.wi�rSd..tti4• - ..,....w''ir4i.4elwlt;lk.'a... a-...:,i...,.. t ,•'+ ^' , THE STATE OF TEXAS X ; COUNTY OF TARRANT X WORE ME, the undersigned authority, on this day personallyappeared and his wife known to me to be herson , parsons whose Hamas are t • subscribed to-the foregoing instrument, and the said acknowledged to me that he executed the same for the purposes and consideration therein expressed. And the said wife of the said having been examined by me privily and apart from bar husband, and havin the same fully explained to her, she, the said acknowledged su nstrument to be her act ani deed, and declared that she had willingly signed the same for purposes and consider- ation therein expr®seed, and that she did not wish to retract GIVEN UNDER MY HAND AND SEAL OF OFFICE„ THIS _•day of A.D. 19�,,,. l Notary Public Inand for Tarrant County, Texas THE STATE OF TEXAS X i COUNTY OF TARRANT A BEFORE ME, the undersigned authority t. s day personally appearedM DS•S SS F5 known to me to be the pers n whos �n s` :bscribed to the foregoing Instrument, and acknowledged to methat r f�ex ed same for the purposes and consideration I therein expressed. • GIVEN UNDER MY HAND AND SEAL OF F1 THIS 4TIfday of tv! A,O. 72-. A Not ry Public In and for Tarrant County, Texas.; ' 8 THE STATE OF TEXAS COUNTY OF TARRANT X �••''. x-r,ff o``4 BEFORE ME, the undersigned authority, on this day personally appeared wife of , known to me to be the person whose name is subscribed r * to the foregoing instrument, and having been examined by me privily and apart from her husband, and having the same fully explained to her, she, the said acknowledged such Instrument to be her act and deed, and she declared that she had willingly signed the same for the purposes and consideration-therein expressed, and that she did-not °I wish to retract it. ... GIVEN UNDER MY HAND AND SEAL OF OFFICE, THIS the day of . A.D. 19._•„•_. A Notary Public in and for Tarrant f County, Texas `a . M52M taE565 +�, ,� •' .�,:+�ii,:s,: ?:.�'ilfi:ii.iii•.';nC.�'k`.,•'t;:cs.1:+i�f;�Tt_fi., x�i?3'dCGfl'f•',. ,•, �.1..� .. 1�'::. aaa -. ,�• y t'f Bess N. Fish yOL A PACE566 3009 Chevy Chase Houston, Texas 77019 am k ATTACHMENT TO PARCEL NO. 29 (3R%yar 110 1. Owner and Lessee requires a protective fence,af- to be erected along said proposed sewer line prior to commencement of construction. Mr. Don Carr, Lessee, (Phone 293-1479) will designate exact location therefor. ** •'2. it is understood under the terms of this easement that trees in proximity of said sanitary sewer painted with whitewash will not be damaged. it v3. it is further understood that the top 12" of soil over proposed excavation will be scraped to one side and stockpiled and replaced on top of remaining ; backfill, except that no rocks will be left on surface of completed backfill. A. it is further understood that backfills, especially st atural drainage crossings, will be performed to such a manner as to min iize future erosion: all v S. It is Further understood that owner will be grant a (l 4" tap jnto said sanitary sewer at designated location on ow is op ty. "' 6. I.1r is �v2,roo? ID vN� ao ��`�ow�� /L .. ^• tib•' �'M•�G`C.s N� "f IEMSaDd248.2 Co1Js �20cY10At . t L +5 (d 2t C07 o a ��- +rs 60 A3 I s t ............. • L .j • It •• •, -�f,-J RC1 .•1 • •♦ y '. •• ,� a. •y <"��. •i. .•y, , ••., .... ,.•4• •ter,',+,+';' l•• '•••• ••�. i ' _ � 17 �clwrll :r w EASEMENT Brom: Hese N. Fish Cit ,QS Fort 97bzth •- _ ' �'` .J�3, � r�t � ��� - -. !i �= wj - •.•kms ? -- Fro ject: .Exteusi o »eek.*' .� r -;Sanitary S act in. No. 106- -119I Parcel No. 29 pF ¢� M&C,1-4042 Date: 5-2172r?CP a' j a~ .f •i Cn t - Return to. city Land Office - ;� _ - ���•L' 1000 Throckmorton Fort Horth. Texas 76102 }. ws =+ - •.{T;i, !. +tis..i •i\�Yi'.'• ..vi,�- PARCEL #38 V. M. Hoaldridge; at.al 6100 Ravenwood Or.-Pt..Worth Tex. 0 , �7--z 7Z 'x 44210 1 p4 --- lf«ice 335-621► . 2.50 That we, U . t. Tarrant County, Texas, for and in consideration of dollars !! t' ' and other valuable consideration paid by the City of Fort Worth, a municipal corporation of f Tarrant County, Texas, receipt of which is hereby acknowledged, do grant, bargain and con- vey to said City, its successors and assigns, the use and passage in and along tha follow-ing parcel or tract of land situated in Tarrant County, Texas, to-wit: PERMANENT EASEMENT A strip of land 20 ft. in width, .over, under and across a portion of a tract of .land owned by V. M. Hoaldridge, et a), out of the,Niram Little Survey, A-930, as recorded in Vol. 3450, P.: 135, Deed Records of Tarrant County, Texas; the center line of said strip of land to be collinear with the sanitary sewer center.line described below; said strip of land to be used for the purpoges of constructing, operating, and maintaining a sanitary sewer,• with the usual appurtenances and necessary connections thereto; the center Line-of sold sanitary sewer to be.described as follows: Beginning for point of reference at the northeast corner of the ` d Hoaldrldge tract; '* Thence S.0°141E. along the east line of the said Hoaldridge t ft. to the point- of'beginning, and the east end center-line of the said sanit war; Thence, proceed S. 74°58110"W., 983.31 ft. to the P.C. of a rve t left; ✓ Thence, continuing to the and of a 107.51 ft. segment of t I urve; The segment of i said.curve having a central angle of 10016'00", and a re .0-ft.-and terminating 11 at a point in the northwest line of the said Hoaldridge a the, center of Deer Creek. n.r . Said permanent easement contains 21,820 sq. ft. CONSTRUCTION EASEMENT It is further agreed and understood that•the City " orth will be permitted the use w. of two (2) additional strips of land, each forty (40 eet in width, one lyi'ng on each ' side of, parallel and adjacent to the above d` )bed twenty (201) foot wide permanent easement;' said additional strips of land to ba for the purpose of constructing Che said sanitary sewer. 'Upon completion of the construction of thqsa d'i;aditary sewer, and its acceptance by the City Council of the City of Fort Worth, all ;ght5 granted within the above des4r.ibed construction easement•shall cease, and all pPs O ons, maintenance and repairs shall.;be confined to the above described twenty (201) foot „ide permanent easement. i ,. Said construction easement contains $7, 4" ft. 1. T i t s u 2--r jg_iz ouE.1 4` p "410 '. C©s-r 01,= -�p-p" '►, ` 1 M+�. or—0313EZ f _6DOFS1; Z, T1 iS FOe,_CN£..R C3tJ MSTOOD T144-r t3 _(LL SCK CF-&s _ (eco-.�.. tom. `t 91=0 D t� ',t f �P TSI-o-T B fJ�J 1� �C (Z ��...IQ-t. ''tea x.11 S Fel S It is intended by these presents to convey a right-of-tray, to the said-City'of Fort '-w rth to maintain and construct the above improvements, with the usual rights of ingress and:egress in the necessary use of such right-of-way, in and along said premises. �. WITNESS hsnd•_-this, the dap of _G� , AiA. 19 Lva5324 Pa249 Sav TT ...� f. 7 7 . .,`s�•'"!Ya7.y '-•,•'�jpl'T !k!.p:.i:rit'f:•�-c -:� w�SIRtBt�-:'•1''3�tJ...ra ,.n,a,..�t.nx u.:iv:�wq 3jr �.:r ..K,t. ...r _.o..,. s���i-� -- H Y f �'�' 5324 Am250 < THE STATE OF TEXAS X COUNTY OF TARRANT X ' BEFORE HE the undersigned authority, on this day personally appeared•- } and , his wife, known to me to=be the persona whose names are• spbscribed to the foregoing instrument, and-the said acknowledged !t to me that he executed. the same for the purposes and consideration therein expressed. .Arid• the said , wife of the said i having — been examined.by me privily and apart from het husband,•and having the same fully explained to her, she, the said , acknowledged such:instrument to be her act and deed, and declared that she had willingly signed the same for the purposes and consider– ation therein expressed, and that she did not wish to retract it. GIVEN UNDER MY HAND AND SEAL OE.OFFICE, THIS. day of , A.D. 19 T A Public in.and for Tarrant ounty,.Texas t I _ I T THE STATE OF TEXAS X COUNTY OF TARRANT X NO At bollry,. BEFORE ME. the undersignsd authority, on this day paraonally appearedKM known to me to be the.person whose nacaa; ie'auascribed to the.foregoing instrument, and acknowledged to me that executed the flame for the-purpoaes and consideration therein expressed'. �• I GIVEN UNDER MY HAND AND SEAL OF OFF , 'MIS ► day,of J[�1JE. ,. A.D. .�aig*7 A Notary Pubic in and for '}arrant County, THE STATE OF TEXAS X �• �' ` �' j COUNTY OF TARRANT f LT L J• a ' on BEFORE ME, the undersigned authority, on this day personally appeared , '•I wife oft known to me to be the person whose name is subscribed� ( WI. to the foregoing instrument, and having been examined by me privily and apart from her husband, and having the same fully explained to her, she, the said acknowledged such instrument to be her act apd dead. and she daclarad that she'had.willingly signed the same- for the purposes and consideration therein expressed, and that she did not uleh to retract it. , GIVEN UNDER MY HAND AND SEAL-OF OFFICE. THIS the day of , 'A._D. 19 ,I A Notary Public in and for Tarrant i County,. Texas 73%777- ... ..:-r;.: ::-,,.._: '�:c., y ,��:,��T..:�-'x-.--oma, `^—�^►_ EAS£MZNT F 4 From: V. M. Mooldridge. et al .. To: City of Fort Worth 4 { � 2 3 c i $ Project: Extenain of Village Creek "3r ro o-� Sanitary Sewer Collector Main r.y �o [ F ' `Y� nE: ,� 106-14000-1191 7. OWN o �\ t+ 49sA hell+ &'192 f e a , F v - f Return to: City lind Office 000 Tdroclmorton ' .. . ' - - `'',• - ,: Fort Worth, Tezaa. 74102 - k" DR VOL 3660 PAGE 399 IDE$D RECORD VOLUME 36609 u.—wwaa.„nr naso two.T..+•.eU_ ,dra..sa..,... i Zbe btate of Mexag,. ttoUi ffil Om 4p reseDto: countp of TARRANT- That WE, GRACE PRUITT MOORE, joined pro forma by my husband, JAMES FIELDING MOORS, and GEORGIA PRUITT, a fame sole, ' 1 of the County o1 Denver ,State of Colorado for and in consideration of the sum of ONE HUNDRED FIFTEEN THOUSAND, 0/100 '"Inj ($115,005.00) DOLLARS, It to us paid,and securgd to be paid,by ' 7 BESS N. FISH, a feme sO" Fi as fetlowa: �1 Thirty-three Thousand, "Three Hundy-two &No/100 ($33,352.00)Dollars. cash in hand paid, r h is hereby acknowledged and confessed and the execution J ss N. Fish of her certain i promissory nota in the pri pf $81,653.00 payable in five equal annual installments o 0 each, the first installment 1 being due and payable on ye date of this deed, and a like i installment on the same date of each year thereafter until all five in- stallments have been f paid, together with interest. Said note is ' p to bear interest at the of 5% per annum, interest payable annually as it accrues and ie t in addition to the installment payments on the PX .1 here ipulated, said note being payable in Fort Worth, Tarragt C xas; 7i i i nave Granted, nd ed,and by these presents do Grant,Sell and Convey unto the said I N. Fish, a fame sole ssw of the Cou of rris .Stated Texas, subject to the awoo s0*9k mineral re vati hereinafter set forth, all that certain tract or parcel, land locate rrant County, Texas and mere full described by sm�rre�s and., bounds ; A portion of the dram Little Sutvey, Abet. No. Y30, site.cate ab 2-1/2 miles southerly from the courthouse in Tarrant Cotntty„ (Texas, emb acing a part of the tract conveyed to 0. W. Tye by deed recor d in>Va . g. 367, of Tarrant County Deed Records: �co at point for the southwest corner of the one acre tract conveyed to I. E. by the deed recorded in Vol. M, page 21 of said Deed Records, bei the in rsection of the center lines of County Road No. 1004, formarly kn�wn a Wo th-Alvarado Road, with. the center Iine of State F-M Road No. 1187, .,. formerly known as Mansfield-Weatherford Road, and then run East with center ine of said road,. a distance of 417 versa and then run north no degrees-20 mint s east.23-6/10 varas to corner post of fence for, the northwest corner of thect conveyed to the State of Texas for right of way for said F-M Highway-No. 118 , by tha deed recorded in Vol. 2272, page 66 of said Deed Records for the sout•- est and beginning corner of the tract being described. w THENCE, along fence, north no degrees-20 minutes east; 336-4/10 varas and notek no degrees-05 minutes east, at 600 varas an iron by large fence post on upp south bank of Deer Creek, at 640 varas an iron on lower south bank of said. and continuing in'all 648 varas to a point in, the middle of-said Deer Creek. THENCE down said creek with its meanderings.- north 85 degrees-57 minutes eat r 88 varas;'north 86 degrees-32 minutes east-86-8/1D Varas; south 43 degrees-5 i! minutes east 86-6/10 varas; south: 74 degrees-27 minutes east 45 varas; north 42 agrees-51 minutes east 120 varas.; north 64 degrees-46 minutes east 66-3/10 varas; north 4 degrees-12 minutes west 105-4/10 versa; north 32 degrees-28 notes east 103-3/10 varas; north 6'degrees-45 minutes east 65-4/10 varas; 1 orth 20 degrees-23 minutes east 54-3/10 varas; north 58 degrees-27 minutes on I >]ti! DR VOL 3660 PAGE 400 w east-172 varas; and south .78 degrees-48 miuhtes east 10.7-2/10 varas; - - TAENCE South I degree-19 minutes west+21 varas to_'an iron on the south bank of said Deer Geek at corner post_of a fence. MkiCE along a fence with its meatideriiigs: soath'l degree,1.9 minutes *eat 81-6/10.vara*; south, 2 degrees-26-minutes east 100 verse; south no degrees 7.minutes west ].00 varas; south 1 degreerV'minutes east.62 varas; south 6 degrees-06 minutes east 28 varas; south 9 degrees-54 minutes-west 34-8'10 varas; south 2 degraea-02 minutes west 76 varas;- south 3 degrees-19 minutes west 226-4/10 varas; 'south no degrees-39 minutes (neat 253 varas; south 10 degrees-36 minutes east 79-$/10 verse; and south 9 degrees-08 minutes east 70-5/10 varas to the south end of fende on the Korth bank of a br h. THENCE south no degrees-51 minutgs east 80 varas to the-north end ence on the south bank of-said branch. THENCE south no'degrees-39 minutes east.along said fence 230 v at corner of.fence in the north line of said right of way Sta liigkway No, 1187. THEtaCE along the north right of way fence of said Highway: th 8 degree2- 21minutes west 683-4/1.0 varas to an iron at the beginning of to th. right with a radius of 1382-5/10 feet and then along said a tante_ o: 75+3110,yaras to the place of beginning, and-contain 153- /10 acre's i It is•intendod by the Grantors hereof that there be t onveyed tb the drantea herein any right, title or interest of rs any property owned by them in the Hiram Little Survey, AW.-93 Taira County,�Texas. Itis agreed:and understood that the grantors are retai /4th of the royalty ort all minerals in and under said land actu ced and sold oy tis n ' frdm:such land, but shall not be entitled to say of t tal bonus or I yearly rentals. The grantee shall have fullority to make oil and gas a leases.without the, signature of grantors. Sai I& !7 leases. is to be j retained for a period of 20 years unless at th x ion of such 20 year I period there is actual production being'sold 3 land in which event royalty interest.fihall continue as long ibn in paying quantities continues. i TO HAVE AND TO HOLD the above described pr sea,t ther with all and aingular the rights awl _ and appurtenances thereto In anywise belmssirsg he l BESS N. FISH I • lheirs and aseigns farever and we dohe- o elves, our - aw hairy executors and adminittrators,to W ver Defend,all and slnsg ger the said premises ` unto the said BESS N. F saw heirs and assigns,ag4rist eve pe home ver lawfully claiming,'or to claim the same,or say part thereot. But it is expreasly - ed and a ated that.the Vendor's Lien is retained against the above de• aeolied property,.limidees ants,until the above described note and all interest thereon are fully paid according to its fete and tenor,effect and reading,when this deed shall be- saLls lht.to" t er ggmiaa bur hand a at Denver, Colorado this 114' day of A.D.19 62. {trttueae at Requeatof GrantoF: 1jameJ" a Fleiqlng More) Georgia uitt) r� DR VOL 3660 PAGE 401 HaA DEED RECORD VOLUME.3660 401 SIItGt.E ACKNG'WLSOGMENT ' COLORADO- THE STATE OF> court op DENVER RRBORW AS.the nnderoprtd.a Neeatarsy Tabs$in ad"" fnr said County end State,on We da7 eaeaa-4 appeared GeoYgia..Pruitt" a feme sole, [ryvia.t(y,n tp be the passes whoa same ie ap6anrlbed eo tha faeptag lnahvwent,and ac7monledHed to t:,ab theL ;Hct:.: ezewted the same for the pnrpdua and tonriderationthereSa expressed, ' t.. }G.C'+.A'r:ti4`DEA IKY HAND AND HEAL OP OBTICE 0"the r of March A.D.19 62. .......... n�•' wormy P.W.fa and f ...ver Count?S IkI� - n Conrad ii k� 4 . �. t � .._c .... .� ._.# atm �p s; •_. to 1 selmotrledHtd,nets tn.t....wt to lies art-df ,#dah purposes and eonddention Nercln esyramd, f GIVENANDER MY HAND AND SEA1FFICE COLORADO THE STATE OF)MVZ% couFff or DENVER j REBORE ME,the snda�,gned. ry blk in sad for■.M County and Etat oa Nis da e, y pasopoly appaarad James Fielding Moor sad Grace Pruitt Moore �*aIle.both f known to me to bo Ne perso se are subudbed to Ne foregoing lmtr-=%ad aclmowteda*4 to me that I( Nes sash exeonted Na same Nap se aad o-Mer than 0—d.s Wressed,and the said Grace Prtric Dto wife&ttbssats James Fielding Moore baring•beer ::.._:n e apart from her hwbaad,mt Wriea the seme.fuH7-wldned to hu,she.the w ukoowl.dsed,nets I.A—ent to be her set and dead,and As .�.*..:,.....:3' ly v the saw br tlu porpmegasd undderatfon Naeht e�rn..d,and that she did mb ,.teish a . .Qv 'pp.• n '{ GtVECl D AND-HEAL OF O"IM this tha f jr day d March A.It.a 62. ,.,. i t ..tiy Ni P�Z$��n.21,1966 Ifet"T hd,H&to ami for Denver C—ty,E rad i w ossa w Filed for Remrd 9R 1.7tt2. `_o ,' Mi �•� And Recorded MAR 161962 � . ,,Z,�, Well Instrument Ne. / MELVIN"MEL"FAULK,County Clerk. f T.rrant County.Tex.. By—_ ws w 4010 Was WIN Was DR VOL 3450 PAGE 135 on DEED RFcaRD VOLUME 8450 Fliedfor Reeerd `JUN 3 196 er And Recorded JUN 9 1* at//�a4 M. lntlrunwnr No.a�1� Fe— MELviN"MEL"FAULK,County CNA. Tarrant County,T.— Ma 6yCA Deputy ■fl u A.9f—WAYA.WTY DI86—WLl 9y7q 7uN�1 Wib1 Swam Mluv.i.tyemb YARTAt Sebev>Com,Wi. ' THE STATE 4F TEW Know By These Presents: c077wTY ov T.rrant RiR Tbet I, KITTIE HOALDRTDGE, ' s t dow of Johkt M. Hoaldridge, named in dead recorded in 1. 11 Page 93, Deoii Records of Tarrant County, Texas, of ft 0ounty of Tarrant ,Stu.o�s3.'axes for MA in muzaamuea of the ami of ONE DOLLAR _ -- 0)------ DOLLARS to mei- 'db NOR M. HOALDRIDGE, REAGAN M. yOALDHIDn, f,RPRY F, dOALORIDGE, GAdETR BURGE and 17ARY 4Td1Ui1NB ARNOLD, each out of their epar funds, receipt hereby acknowledged, and ON further, the ova nd action Which I have for t4am, they being all the chil c ndersigned and John M. Roaldridge, 1 OR have r Icd,090.end Con"yed,wi by One pce9my do Gtsot,M and Coony mob,the mid Vernon ii. Hoaldridge, Reagan M. Holdrldge, Henry F. Hoaldridge, Zolo islizabeth Burge andMaryMah}r�aI&O.y Katharine Arnold, as their respective separate eatatsf, sof (� - a aT -AP6. ,5twe of Texas. an that qute� tract of land situated above 12 miles a little east- of south of the city of Fort Worth, Tarrant County, Texas, and being a part of the. Hiram Little Survey, and bounded as follows, to-Wit; HHOINRIft at the Southwest corner of a one-sore tract, on which;ie located a storehouse, which has been there for several years; said acre formerly owned by Dick Crum, which is a part of the tract herein oonveyed, same being the southwest corner of the landherein described, at a stake in the center of the Manefield and Waatherfotd Road, same bales at the intersection of said road with the Alvarado-Road; THENCE seat along the center of the Mansfield and Weatherford Public road 24.8 vrat THENCE north 6*vre; THENCE-east 100 vre;THENCE south75$degrees east 66 vra; still with the center of said road, a stone in or near the canter of said road; THENCE north 1001E vre, to the center of.Deer Creek; MR THENCE wast In a southwest direction with the :meankierings of said croak making the center of the bad of said croak the line to the center of the Fort Worth and Alvarado Road; THENCE with the middle of said road south 15�degrees, east 92 vra.;TEMCP south 590 vrs, to tue place of beginning; same being the center of the Mansfield and Weatherford Road above mentioned, containing 65.33 acres of land, more or less, according to the field notes of the survey made by Henry M. Dickson, County Surveyor of Tarrant County as appears by his sworn certificate dated January 6, 1915. SAvE AHD AXCP,PT a life estate which is not conveyed herein, btit In reserved to grantor, Kittie itoaldridge, from this deed. Riw DR VOL 3450 PAGE 136 136 TO HAVE AND TO HOLD the above daaibrd ptemims,togftW with all and atogohy the dghti mad appmtemutm Om m In anywise bdoaging ado the amid Vernon M. Soaldridge, Reagan M. eta Hoaldridge, Henry F. Hoaldridge, Zolo Elizabeth Burge and Mary Katherine Arnold, 'bxtiept as to the lifer estate above set out, tapir he m ser d migas forever,std 1 do hereby Mad myself and my heti,ereculon and ad.W.Uators,to Wi mnt and'Forem Defend alt and d golar the said Ptemi said Vernon•M. Hoaldridge, Reagan X. Hoaldridgo, Henry F. We'd, eal a, Zolo Elizabeth Burge and Very Katherine Arnold, their tsw hang and m%mgtn,against every paseo whomsoever lawfully daiadag, or to d 'part thereof, except the life ontate above reaarvod. Wham xy hand at Fort Worth, Texas !6 day of tiny ,A.D.1960. Witness at Request of Grantor; JZ.5��71rt alter I Nse THE STATE OF TEXAS=( j mm.•ry eP Tarrant BEFORE MB,the eodvolmd owl-ty, te and for Sala C..t6 Teas,on this d.Y awwmlhd"�{twe: _ti.a .,naldridgana a 7 tt�l a x,nma -- a.n ,;,emw`to to jn tMe pmon__whor na I.Mb d to it.taeaolus Wt qo ut,and aalno Iwow to au tmt r ted the nm for mere and w —a..tWvn eao,r!�s_oedt f r *DER MV RATIN OF CR,Th b � ,A.D.lallfi_ aaaw mi.,1'oidi. Targant Ganb.TL[— Commhsioa E woo 1 "�'� ,1o..a•= T 1E STATE OF TEXAS, Fited for Read JON A And R:eetd•d JUN 8 19i m List Inmhument No. MELYIN"MEL CAULK,Camsrk. CI• r Tonont C nry,Texas By J. .____.Deputy 0 =s..-wtua2Kr o1_ tS52q i !f _ _ ,• ••,• • Wit"au mat Win?Pawnb: '$utttt�aL lal�xnt, That We,Fora lrrInAtona pat w!!sa liaallus AXTIA tons nes of the County of T—As Mate of Tons for and in consideration of the eam of Mi.Haudraa Dsilars• pas DOLLARS to tts in hand lwfd bf rutstm Ramarsa Doilsa t wws00 IF M325 PARALLEL RELIEF: MIDDLE & UPPER VILLAGE CREEK SANITARY SEWER REHABILITATION Parcel # 1 Doe#3650 3535 FM Rd 1187 �� Tract 28B, Abstract 930, Hiram Little Survey AAMO TITLE GtvIPqNY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT DATE: /7 GRANTOR: L. E. and ELAINE H. JOWELL,JR. GRANTOR'S MAILING ADDRESS (including County): 2591 NE 28TH ST, FORT WORTH,TARRANT COUNTY, TX 76111-1700 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 A CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a parcel of land out of all that certain tract of land situated in the Hiram Little Survey, Abstract Number 930 as conveyed to L. E. and Elaine H. Jowell, Jr. by deed recorded in Instrument Number D207250812, Deed Records, Tarrant County, Texas, and being more particularly described in a Permanent Sewer Facility Easement in Exhibits "A' and "B", and a Temporary Construction Easement in Exhibits "C" and "D" Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev.0612008 under and across a portion of the property and more fully described in Exhibits "A" and "B", ' 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; and a temporary construction easement, as described in Exhibits "C" and "D", attached hereto and made a part hereof, to use in connection with the construction of said Facility, said temporary construction easement to expire upon completion of construction and acceptance by Grantee of said Facility. In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface ■- improvements located upon or adjacent to the Easement 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 .w systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described permanent easement, together with all and singular .. the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. TO HAVE AND TO HOLD the above described temporary construction easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and ■- Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] M&C:IV/14 DATE- L22-- _ AC#ENTDOE# J d So A PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev.06/2008 GRANTOR: L. E. Jowell, Jr. GRANTEE: City of Fort Worth W; E 6PO-A Vd r-Ke5 L. E. Jowe Jr. Fernando to AC44 l,na, {4s5ia-r,cr%+ Assistant City Manager c t+y Mar►a GRANTOR: Elaine H. Jowell APPROVED AS TO FORM AND LEGALITY wF"ea't�a t�_ �' Vm ra Elaine H. Jowell Assistant City Attorney .P 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 L. E. Jowell. Jr., known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of L. E. +� Jowell. Jr. and that he/she executed the same as the act of said L. E. Jowell. Jr. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this. day of rntlllr�__ , 2010. TARRANT T CRAIG Notary Public in and for the St a of Texas Notary Public.State of Texas 4� My Commission Expires "X,.10 ° November 27,2012 .� PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev.06/2008 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 Elaine H. Jowell, 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 Elaine H. Jowell and that he/she executed the same as the act of said Elaine H. Jowell 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 t�. ar•• °fin., ?ARRANT T CRAIG a Notary Public,State or Texas ,;�•, ;- My Commission Expires Notary Public in and for the tate of Texas -- ;fi,'„«° November 27,2012 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the une.r�j���,,ggnedd th�ity, a Notary Public in and for the State of Texas, on this day personallyiPed-' ernanda rG�osta, 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 r ` day of . 20.k• EVONIADAMELSN to Public in and for the State of Texas MY COMMISSION EXPIRES rY July 10,2013 Ar PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev.0612008 Real Property Description of a Variable Width Permanent Sanitary Sewer Easement out of a 99.15 Acre Tract of Land Situated in the Hiram Little Survey,A-930 Being a parcel of land out of all that certain tract of land situated in the Hiram Little Survey, Abstract Number 930 as conveyed to L.E.and Elaine H.Jowell,Jr.by deed recorded in Instrument Number D207250812,Deed Records,Tarrant County,Texas for the purpose of .. constructing,operating and maintaining a sanitary sewer system and its appurtenances and being more particularly described as follows: Beginning at a point in the West line of said Jowell tract and the East line of a 61.970 acre tract .. of land situated in said Hiram Little Survey as conveyed to BH Ashford Park,L.P.by deed recorded in Instrument Number D205031703,said Deed Records,from which a W'iron rod with a yellow cap stamped 'Beasley' found in the East line of said BH Ashford Park tract for the Southwest comer of said Jowell tract and the Northwest corner of Block 1,Vista Oak Addition, an addition to the City of Fort Worth as recorded in Cabinet A,Slide 11031,Plat Records,Tarrant County,Texas bears South 00 degrees,30 minutes,30 seconds East, 888.96 feet; Thence: with the West line of said Jowell tract and the East line of said BH Ashford Park tract, North 00 degrees,30 minutes 30 seconds West,38.80 feet from which a 5/8"iron rod with a yellow cap stamped 'A.N.A.' set in the South line of a 22.136 acre tract of land situated in said Hiram Little Survey as conveyed to Carl and Cynthia Miller by deed recorded in Instrument Number D205275420,said Deed Records,for the Northwest comer of said Jowell tract and the Northeast corner of said BH Ashford Park tract bears North 00 degrees,30 minutes,30 seconds West,435.88 feet; Thence:departing the West line of said Jowell tract and the East line of said BH Ashford Park tract,North 73 degrees, 15 minutes,00 seconds East,783.39 feet; Thence: North 60 degrees, 10 minutes,53 seconds East, 1,345.87 feet; Thence:North 12.24 feet; Thence: East 43.73 feet; Thence: South 47.25 feet; Thence: West 38.54 feet; Thence: South 60 degrees, 10 minutes,46 seconds West, 1,417.16 feet; ,■, CFW SS M-325 I EASEMENT 1 I J.E. &ELAINE JOWELL,JR.TRACT PSSE 1 OF 2 Thence: South 74 degrees,21 minutes,33 seconds West,719.83 feet to the place of beginning and containing 81,075 square feet(1.861 acres)of land,more or less,of which 1,039 square feet of land,more or less are within an existing 20-foot permanent sanitary sewer easement as conveyed to the City of Fort Worth by deed recorded in Volume 5324,Page 246,said deed records,resulting in a net area of 80,036 square feet(1.837 acres)of land,more or less. Note:Surveyed on the ground October 2009 Note:Bearings are relative to True North obtained from Global Positioning Satellite System (GPS)Observations,North American Datum 1983 (NAD'83),Texas State Plane Coordinate System,North Central Zone. Note:In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices,663.19(9),this"Report"consists of the Real Property Description included herein and the Map of Survey attached herewith. Note:In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices,663.19(7),"The cited instruments are not necessarily the current owners of the subject property,but are the documents containing the descriptions of the boundaries as surveyed. 4. S. KNU VVENDEU a-5500 r� S. Kevin Wendell,R.P.I &#5500 .. November Q Date CFW SS M-325 I EASEMENT I J.E. &ELAINE JOWELL,JR.TRACT PSSE 20F2 "' 9.3] At IAACI HIRAM LITTLE SURVEY. A-930 ??.!! At 7RAct HIRAM 11TU E SURVEY. A-930 A N1 OWNERS BARRY CLAYIDN FORRESTER APPARENT 0049- INST. +10205155386 SENOR IKdiIER. INC. O.R.. T.C.. IN V0.. 15196 PG. 701 O.R.. T.C.. IN t, EXISTINS 20' PERMANENT SANITARY SEWER EASEWNT VOL, 5324. PG. 7441 - I K W.A OF SURVEY VARIABLE M DTN SANITARY SEWER EASEMENT s� OUT OF A 99.515 ACRE TRACT SITUATED IN THE %i- PROPOSED VARIABLE WIDTH HIRAM LITTLE SURVEY. PER"WRT SANITARY A-930 SEWER EASEMENT ^^ }- TOTAL AREA& 41.075 SO. F1. 11.661 ACI EXISTING 20' PERMANENT �'u AREA It/IM EXIST. 20' PSSE& 1.039 40. FT, SANITARY SEVER EASCL9ENT NET AREA PSSE1 00.036 SO. FT. 11.431 A0 VOL. $324. PC. 246 F' D.R.. T.C.. Tx 99.515 At TRACT riRAM LITTLE St81VET. A-930 r'• APPARENT OWNERS; y L.E. 6 Elaine . Ja+e11. Jr. INS?j L.E. 07. 00&7e 4. 112 D.R:. T.C.. IN i• Y• MAIM E SPECT 2 .Y r 15 AC TRACT { NIRAM LI17LE SURVEY, A-00 APPARENT OWNER$ MANY KATHRYN ARNOLD TRUST & VOL. 12431. P0. 532 &+, D.R.. T.C.. TX a ..t Z?.136 At TRACI Ty HIRAM 1.111LF SURV£V. A-930 CxISIING 7D` PERMA4ENt SANITARY SEVER EASEMENI APPARENT DINER& VEX. 5374. PG.-746 CARL t CYNTHIA MILLER D.R.. 1.C.. Tx (NSF. 00205275470 . . D.R.. T.C.. is M l } fi.sip it IRAtt HIRAM L.ITTLF SURVEY. A-93O AVON 3.74 At FRACI APPARLNt OORERt ` HIRAM LITHE SURVEY. A-930 419 ASHFORD PARK. L.R. APPARENT 01R&[Rs INST. IC1205111103 ■ANDA FRANCES BOuLDIN D.R.. T.C.. ix '� VOL. 4235. PG. 1342 D.R.. T.C.. TX BL UCK i -- VISTA OAK ADDITION CAN. A. SL10[ 11031 P.R.. T.C.. Fx OAnt 11/OVO9w_.__ D06 O&K F70ImIf&16454R161tl 3'DBd 4115P5 Sip;. RD. A OIG AENt � 740.9 EASEt PSS[ _ F**W 76107 Te�7�BI 1 M 3 A.N.A. PRD.IECI MCA 961020 115!59a3�00 � ta1,7l00 >A� I 395.4?SS lkc 3 631sm .,9.53 AC TRACT UtRAM LITTLE SURVEY. M 950 1 22.36 AC tRAC1 AoaAFI 1 MtRAM 11TH[ SURVEY, A-930 BARRY LI&"Q%1 FDRVESTER APPARCN7 OWNER: INS(. 40206155566 EXISIINC 20' PERMANENT SENOR WffLER. INC. D.R.. T.G.. TR SANITARY SEWER EASEMENI VOL. 15196 PG. 201 V¢_. 5324. PC. 246 b.R.. T.C.. TY '•,i __ J.R.. I.C.. •I• — N.LS M ^; MAP OF SURVEY ' SHOWING A WIDTH tou.00' 1•� TEMPORARYBLE CONSTRUCTION EASEMENT 0A. OUT OF A PROPOSED VARIABLE WTPTH 99.15 ACRE TRACT PERMANENT SANITARY SITUATED IN THE SCWER EASFMENI HIRAM LITTLE SURVEY. s; M A-930 PROPOSED TEMPORARY VARIABLE WIDTH MON TEMPORARY COISTRUCTIDN EASEMENT ' EXISTING 20' PERMANENT SANITARY SEWER EASEMENT TOTAL AREA1 141.247$0. FT. 13-245 AC) VOM. S324. Pp,'246 AREA WI1N EXIST. 20' PSSEc 40.171 S0. FT. D.R.. I.C.. TX NET AREA TCE: 100.476 SO. FT. (2.507 AC) 99.515 AC TRACT .... P1NAM lttllE SURVEY. A-930 APPARENT OWNERS? PREYDSEO VARIABLE WIDTHL.E. d Efalms H. Jowl1. Jr. TEMPORARY CON$TRUCTI9N �'' INS(. A0201250612 EASEMENT `k D.R.. T.C.. tX MIs 40.771 SO FT WITHIN Vii% 100.00' EXISTING 20, PERNAWXT SANITARY SEVER EASEMENT ..4 .t+ Y W7 INE SMT 7 15 AC "ACT SHUT 2 HIRAM LITTLE SURVEY. A-930 AI,_ APPARENT CANER? '00 MARY AAINRYN ARNOLD TRUST VOL. 12136. P6. 552 Ls%i, PROPOSED VARIABLE WIDTH O.R.. T.C., TX iENWARY CONSTRUCTION EASEMENT _._. i- .rdsoALa vAAt w 1 0101.. PfMYMNt S141TMf SRY1.A j'1 f15(yfyt EXISTINC 70' PERMANENT ILNITARY SEWER EASEIlEml _ VOL. 5324. PC. 746 U.R.. I.E. 22.136 At TRACT HIRAM LITTLE SURVEY. A-930 �y_ APPARENT OWNER: CARL d CYNTHIA 0111 ER •.4. INST. 40205?73420 40.771 SO FT WITHIN D,R.. T.C.. TIi EXISTING 20' PERMANENT SANITARY SEVER EAUWKY s. 100.00 61.9TU AL I..A t 041RAM LITTLE URYEY, 9-930 j 3.24 AC IRACT PROPOSED VARIABLE $IOTN c• HIRAM LITTLE SURVEY. A-930 APPARE4T OWNS TEMPORARY CONSTRUCTION Sw ASHFORD P L.P. EASEMENT y APPARENT OWNERt INS1. 40205031 03 NO INAA FRANCES BOULOIN O.R.. T.C.. T%—. VOL. 1255. PC. 134?. O.R.. T.C.. TX 6t OCA / VISTA DAXADD I 11014 CAS. A. SI-TDF !1031 P.R. -.i.• 'X DRAW Oft S.0_ M.I�A'4f.I1V ttEr ,t,;4Al tt/06IDt7° DAP 1701 ftw IDq B1%630 JON 5 *-''. st" DMR NO.I EASEMEAt I PSSE =I liar A.A.A. PROJECT NO, Oittl2{7 ((BBI f C 1 4511"" 1 I 93S•fRT.T Qt•a32T wrcmlmt SMUT 1 ,„,� 1'•100' Cy T14G 70• PEAYAhToil •`•L, SEMI I SEWLR EASE11EA1 •,f.t 5171. PC. NS �r%• ISO log am ORMIC SCALE M PITT iS AC TRACT - HIRUI LITTLE StMYET. :-930 •� t APPARENT oa4TRs WIIY AAT"I'M AN0 CRUST M. 124711- P0. S32 't.:•: f- O.R.. i.[.. 1Y 22.134 AC tMAC1 - �.•." NIRM LITTLE SURVET. A-430 PRR0SE0 v44IASLE 111pn1 AP►M1EN1*"As �.'�'• PVbMJIEMT LANITARY CAA.CVNTNIA 104LEA ��t,�•�.•*"Ass""["Men IItST. A070S7MA70 01T. T',C.. To f..r' .':•t•t 94.315 AC IRACT MAL I ITTLE UAWY• A•110 APPARENT OWSRSs �:'•�i:'� t.E. a Ualm R. Jowl u» Ap70.75o 4 4. ..••!: 1 Vp i 6 r T ASS•INC iQ• PLRNA4Thr SAN 1'AAT SEt4A MOEN? YC. 137., PC. 706 D.P.. t.t.. TT ,•� `��1• ROCA 1 VISTA DAL AOOIt10N GAS. A. SL WE I10S1 P.R.. T.L.. TR N 1/2' IRP VCAP SIS' IRS f/YLlLOS , STAIAI4ED'S6ASLtY' [A►STAlM •A.N.A." {w.94' w 00"30.30.0 S 00`30'30 E 34.00' it.l IO Ac 111W .•IA.Y.It 4t[ SLArE t. A730 APPARENT DIKOIT 1.24 AC TRACT BWASWM PARA. L.P. NAW LITTLE SURVt V. A-910 MSI. NaMai1703 O.R.. r.t.. e■ APPARENt DMIERT YUMA rRANCIS INUM411, VOL. 4235.►4. 1147 4 O.R.. T.0 IN w/eT 9trAtir4 IT01t11Q ,R�A�410 ?r-m-e1�--9 1tt wt.AO. am III, .ATAYIRt s PSU rlN�4'��ya.�'EI1��AOIrlf S�a'TT�b 7 OP 7 ..N.A. PAQlttt e.• wwo - c t,>uTl� �Ga1J.$3'1 1.s)RC TRACT RIRAN LIflLE SUIVtt'. A-1170 APPARLNI DWKR1 SARRY CLAYT04 fdYREsirm INST. $67011155746 D.R.. LC.. tx 77.l1 AC IPACI x TRAY 11111[ 51s4vi t. ♦134 APPARENT OOYERT 1.075%0. K. WITHIN VOL. IS l6LPC . 7Qf EXISTING 10' P51NIA1ENT LXISt IA+G XQ' ►tRYAKNI D.R.. I.C.. Ix 167 SANITARY"V"EAStIEKT SANITARY SEWER EASEMENT VL. 5774. ►r. 146 D.R.. I.e.. iX ' r , .1 Loi NMTH IR-2t' LOP EAST 43.73' 1•r100t LW /4fTN 4T•A' L04 WEST 311.54' F all 200 ' - GRAPHIC SCALE N FELT 0x111 MOIL, SaxyLTPO DN 1NE GOtX"m 00411tu toot Hoist aeorin11A we relative to Trus marlr.cact011ra frp pubo+ -.f. ►Oslt 1pninp lotelllte SyyAtM I0►If Otseer.Ol lava. ..c •+6ev tm+ Oet.Ae. 111/! 'mall'/)1. lesas Nr lh COntrO1 Yme +; Note: In 0=0'11a+ce 01th the texas Saga Of PrOfo AA 's^= 4'v;Sl,r'•A71rp +If1 ONwal Rules of►roceaOroa Ona ProcT100s, 64.4. •+ Oa101at *no Map of e10 e/S,rvey Insluat+ e0 re'r +r*j . r•Lsierty ?.�• Dewiotiam. ettaeere Mrsefvh• Now In oovwda+berltn tlr Tax"800"0 of Prefeealcn-^ V .I cvuf Sroylrq "~atpat Rules of ProceCw00xe aProcttcasa. SS3,111'I. 'tree died EXISTING 20• ►ERYA14H1 �.�e Ina/rOAtnta We 11Ot ne004Aarlly the OWrent OM b of the OLolect SANITARY SEWER EASEIENt "'y, property. but are it*docueents cwtolnir+0 ttr aeavintlnns of the VOL. 5724.PC. la/ / b.'da'Iw 0A av wyw.' D.R.. t,t.. to ' i fWM sCRYfYA,Mx'rT"`rtiSTN .�t AO1 S i yeLrQ ty '.. J S.II[Vei WE-HOUt. e `. oi•'5500 r / 13.Sts At TRACT HIRAN LIME Suw4v, A-'f70 a i. S xevtn Tlendbl 1. R.F♦.t, APPARENT 011NERSt • '-'��, 111. A 1lolne 11. level 1. Jr. - NOr4elbel' S. i00! IMT. mWOUSOEt2 D.N.. T.C.. T: A E :1 1. 4 ' 15 aC isY Ltc: n:xAt!t:f SI♦RLf!. A f7C APPARLNt QONte: YAWL[AfNRtN ARYQ D fQJST VOL L. wale. Pc. s» 111 7u 4 O.R.. T.C.. Ir ta.er e+ 7701�bNr�,btSK flSiiNY1NR!eRl�/ a�»�, 0"a. EYR 7141etM07 TIMES 7=1 x « a ... ..„__..„,...____.__..,�„_,_._......_ ALL t>65s (11}i5f�1W d!� AIS' 0 ..._rxaLc�w., Malo mFw N17}XSYdl33 kt t OlJ3TT *� Real Property Description of a Temporary Construction Easement out of a 99.15 Acre Tract of Land situated in the Hiram Little Survey,A-930 Being a parcel of land out of all that certain tract of land situated in the Hiram Little Survey, •® Abstract Number 930 as conveyed to L.E.and Elaine H.Jowell,Jr.by deed recorded in Instrument Number D207250812,Deed Records,Tarrant County,Texas for the purpose of constructing a sanitary sewer system and its appurtenances in the adjacent permanent sanitary sewer easement and being more particularly described as follows: Beginning at a point in the West line of said Jowell tract and the East line of a 61.970 acre tract of land situated in said Hiram Little Survey as conveyed to BH Ashford Park,L.P.by deed recorded in Instrument Number D205031703,said Deed Records;from which a 5/8"iron rod with a yellow cap stamped 'A.N.A.' set in the South line of a 22.136 acre tract of land situated in said Hiram Little Survey as conveyed to Carl and Cynthia Miller by deed recorded in ,.. Instrument Number D205275420,said Deed Records,for the Northwest corner of said Jowell tract and the Northeast comer of said BH Ashford Park tract bears North 00 degrees, 30 minutes,30 seconds West,412.53 feet; Thence: departing the West line of said Jowell tract and the East line of said BH Ashford Park tract,North 74 degrees,21 minutes,33 seconds East,696.14 feet; •^ Thence: North 60 degrees, 10 minutes,46 seconds East, 1,470.25 feet; Thence:East 48.70 feet; Thence: South 121.50 feet; Thence: West 59.58 feet; Thence:South 60 degrees, 10 minutes,46 seconds West, 1,412.82 feet; M. Thence:South 74 degrees,21 minutes,33 seconds West,735.62 feet to the West line of said Jowell tract and the East line of said BH Ashford Park tract from which a'/z"iron rod with a yellow cap stamped `Beasley' found in the East line of said BH Ashford Park tract for the Southwest comer of said Jowell tract and the Northwest corner of Block 1, Vista Oak Addition,an addition to the City of Fort Worth as recorded in Cabinet A, Slide 11031,Plat Records,Tarrant County,Texas bears South 00 degrees, 30 minutes, 30 seconds East, 845.52 feet; ■w Thence:with the East line of said Jowell tract and the West line of said BH Ashford Park tract, North 00 degrees,30 minutes,30 seconds West,41.44 feet; CFW SS M-325 I EASEMENT I I L.E. &ELAINE JOWELL,JR.TRACT(TCE 1 OF 3 Thence: departing the West line of said Jowell tract and the East line of said BH Ashford Park tract,North 74 degrees,21 minutes,33 seconds East,719.83 feet; Thence: North 60 degrees, 10 minutes,46 seconds East, 1,417.16 feet; Thence:East 38.54 feet; Thence:North 47.25 feet; Thence:West 43.73 feet; Thence: South 12.24 feet; Thence: South 60 degrees, 10 minutes, 53 seconds West, 1,345.87 feet; -- Thence: South 73 degrees, 15 minutes,00 seconds West,783.39 feet to the West line of said Jowell tract and the East line of said BH Ashford Park tract; Thence: with the West line of said Jowell tract and the East line of said BH Ashford Park tract, North 00 degrees, 30 minutes,30 seconds West,23.35 feet to the place of beginning and containing 3.243 acres of land,more or less,of which 0.936 acres (40,771 square feet)of land more or less are within an existing permanent sanitary sewer easement as conveyed to the City of Fort Worth by deed recorded in Volume 5324,Page 246,said Deed Records resulting in a net area of 2.307 acres of land,more or less. CFW SS M-325 I EASEMENT 11 L.E.&ELAINE JOWELL,JR.TRACT TCE -� 2OF3 .� Note:Surveyed on the ground September 2009 Note:Bearings are relative to True North obtained from Global Positioning Satellite System (GPS)Observations,North American Datum 1983(NAD '83),Texas State Plane Coordinate System,North Central Zone. .. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices,663.19(9),this"Report"consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices,663.19(7),"The cited instruments are not necessarily the current owners of the subject property,but are the documents containing the descriptions of the ,., boundaries as surveyed. 'CrF' P.'yt5tF4 •-f ..:.....................:... S: KWN KNDE4l :.0 5,900 o£Es SuRV S.kevin Wendell,R.P.L.S. #5500 —^ November 9.2009 Date .s w CFW SS M-325 (EASEMENT 1 (L.E.&ELAINE JOWELL,JR.TRACT(TCE 3OF3 .rr 9.53 At TRACT H1RAY LITUE SURVEY. A-939 AP►ARENt OVWRl BARRY CLAYTON FOM"Ifo MIT. •*vast 5 Sl64 27.71 AC TRACI MINW LI11LE SURVEY. A-430 som 12t.B0' APPARL41 OMLRL Slow rtAl'O.P. IAC. • �'1' '1•�,;,i EsliT 1610 ZO' egRYAyEAI VOL. tS?16 P6. "I > Y :{!"j.'y�.,,R; SANITARY S IVER CASEMN D.R.. t.t.. t7 %rJ''•. Ya. 53tt•!c. 149 r O.R.. I. TV . Nott, SWYEvro ON Mr COAUNR be TOSER 2609 Not.: 11wino►ore rowtvp to true Iltrlh abotolnea from 6tabal POAIflonlnq Satellite SYstK Itl'SI ODaerV0l lone. Marts Ahs.t:.wf'°• 'r, bcfu% t/B7 INAD 'BSI. t*xoa Na,tN GMKoi Jv.s. ��,'•i-;I Nor.: in awwroonce.1th sty Teas Dowd of professtanpi Ld.d Sur."Ina 6~01 Rutes o1 PrtlwtAr ea and PrpCt Baas. 663.19191. this -rB(Yt' 100.00' Consists of aha Ilam a1 Surve) InatuaAd nereln ole a Pool Oraperty Deso iptim. atl4cnsa 1111e.1-1h. i-.Y,'a Not*L in 06'eor darws ri ttl the Teas Daortl a1 Pr tMeulalat Eats wwytfl0 0~91 Rulsa of Procel "and Prootlpad. 663.19111. 'The atted '� •'i.�.Y IRatrumnts ire not necessarily the Current 0~4 of the AubIRCt •'1 �'r'.; propar•y. oJt are its a*"a is co".Intna ft.deev ipl Bans of ♦ne ,T. F boundar tes as surveys'. LOT EAST 41.10' i'��'•':. L02 DEET 6!.941' ,�•• •_'�!. L03 EAST 11.91' 1.04 MPTH 41.19' LOS wm 13.73' ra_•.� L06 Sam 12.21' �1'.: •.kca, TEMPMARYPROPOSED VCONSTMICTItY1ARIAKE N y1�bY'1�R 0�t`1`r e [ASEAENT 1 A.. AXIS iiNc 20' PEMYAIEN/ } �y,t. S-NCVMI•Bt?"'.t J: 3ANITAR7 SEttER EASEMENT `'t. -. �•'�.5500 ..e V6. Sl11. PG. 716 *r 4LtIqO o�1Q• ti Yt.,i.c` s do SuR� v. SAmpyin Mendell. R.P.L.S. *5500 'rf`.,•,���� ^{ M1r~ a NOVOMW 1. 2009 __...._.._. i 1�.•f'_..frJim H.B1S AC1RACf ►� .,-3 ZIAAY LITTLE SURVEY. A 930 APPARENI OYNERSI L.E. A Elaine x. ,1pwt:. Jr INST, e020T256st2 , D.P.. I.C.. Is �;T, �• FVWOSED VARIABLE 610TH i�•�• TIMPMART Ca1STRUCTjCN '+Lf�•, r LASEIRNT ' 40.711 So. FT. WITHIN EXIST.20' PERMANENT � tt'- r' 00-00, SANITARY SEVER EASEMENT'.••. .r IS AC TRACT YIRIY k1ITL( SIPcVLV. •-110 r�t AMARENt Oev[eI w"T RATHRYN 4011,4 D MIST vn. 12430. MC. '112 ' D.R.. T.C.. fY t. 00 too 200 r.TBo' D11APM IC41LE IN FEET a.•a.en s.■ 0•II� I!�at lot ___ pp����fLL �� tc NO., fAfl.s.t 1 rtsL 1701 >dLYt/10 301111r�trBt Sot. NC. v ... _ ran TI 7017 TE 7=1 Sac ! •.V.A. rAoncl.3, vu Am 06Rt 00. 01�.M NATCNLIME SHEET 3 VARIABLE 9IOTN ��". TEM. T CONSTINICTION EASEMENT •a L'• {, t i' 00 Igo - 100. 1 t Mk~WALE W FEET 1S AC TRACT fir; '-PWUM VARIAWLE RIOTN NIRAN,Ltt TIE S%AVEY. A•930 ^ TOIOIARY CPISTROCTTON EASEMENT MART R;T OHNE R: r� NTA;r taTMIRrN AtInD�O rRust o e�'• �; VOL. 12+18. Pa. S32 .'i '7 22.136 AC TRACT NIRA11 LI VILE SURVEV. A-930 �^ ApQ.tR' CML A CTNtNI;HILI ER a .m. . .RM . T R. f.C. TR r±: L f CttST IhG 20' PLAKU447 S"ITAAT SEA FASLMANA � •K?:"'.{ 1l. ti 515 AC tRAtr V0.. S324. PSC. 244. no 'I;.a<� HI AM LITTLE StE1KV. A-930 O.R.. t.C.. y +:i... AiFARENT O9rKRSt L.E. IS claim N. Joest 1. Jr. INS.. a.m 4070175 041? T.C.. tY 1Y a:rl .a N I, � 41,•4 p •a t AO.TTT $ , FT. BTTMIN F'R?'OfED VMIALL RAE MIDTN EtdSTIMa 20' ►t11MArMEtf TEAlpRT ConwACTION SAN ITAAT KID EASEMENT '}, EASEMENT •'r 1' "MUSED VARIABLE 110111 TEWORARICa6T�T 09 WAT A A+ 1" ' UE WRAP S/B' IRS vmkoII •' a ED 'KASLtV' CM STAMPED'A.N.A.• 111411192,1_ 1, �. !c aonww r i..ia- 1t.F+• W Q"a'34'E / IL Dat 1—/ 1 rt VISTA a" AODIllch F . b.'4`t!v• A-910 t&&- A. SL IOM 11031 /.R.. T.C.. TV A APPARENT OVnClt 3.2� AC TRACT IN ASWORD PAtt[. L.r, NIRAW IITTLE SIMKV. A-030 INST. 1t020S03t T03 . t.0 O.A. .. is WPM- 941,11:14t FRANCFS NOu.01N Y0.. 5795.r0. 1347 O.R.. t.C•. Tr WON t•• u. "A.CMUMVUS�LLC OAttt 131"Am Commom400m tbmmamam mishisrulkEwb6m W. N0. 00010,1 FAWRRt t KK.._ 74owp�W�g1'TONMP} l�1j 1L�.it7=1 a.w.a. .Aa.Ln ra.l 0►tOTn � W171 1w W�O{� EINE Erxchange: Authorized Users Only Page 1 of 1 -- Document Receipt Information Reference Number:ALDALIS-AT0000023906-Easement Instrument Number: D210118245 No of Pages: 15 Recorded Date: 5/19/2010 2:37:38 PM County: Tarrant Volume: Page: Recording Fee: 1$72.00 ... http://www.erxchange.coniAMiewReceipt.aspx?Document—ID=3709667 6/1/2010 `� Electronically Recorded TarrantCounty'Ame 3"...6 .5" -pb M325 PARALLEL R9 P9?&&E`VhPPER VILLAGE GREET "0 2:37 PM D210118245 SANIT= B}W ,R REHABJ(.i1 ,� PGS 15 $72.00 Parcel#1 Suzanne Henderson Submitter: ACS Doe#3650 3535 FIVI Rd 1167 ALAMGF4ZO TITLE Cpj OMP Tract 288,Abstract 930, Hiram Little Survey COMPANY 39 a STATE OF TEXAS § � § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § I CITY OF FORT WORTH - PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT DATE: A" I7-W Id -- GRANTOR: L E.and ELAINE H.JOWELL, JR. GRANTOR'S MAILING ADDRESS(including County): 2591 NE 2r ST, FORT WORTH,TARRANT COUNTY,TX 76111-1700 GRANTEE:CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS(including County): 1000 THROCKMORTON ST. w 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 parcel of land out of all that certain tract of land situated in the Hiram Little Survey, Abstract Number 930 as conveyed to L. E. and Elaine H. Jowell, Jr. by deed recorded in Instrument Number D207250812, Deed Records, Tarrant County, Texas, and being more particularly described in a Permanent Sewer Facility Easement In Exhibits "A" and "B", and a Temporary Constructlon Easement In Exhibits"C'and"D' Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a -- Permanent Sewer Line Facility, hereafter referred to as"Fadlity". The Facility Includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, PERMANENT SEWER FACK"EASEMENT AND TENIORARY CONSTRUCTION EASEMENT Rev.OQ/ZWO rj Page 1 of 15 .5a=" Electronically Recorded Tarrant CountM&A, 3 M325 PARALLEL REWM& 'VEIPPER VILLAGE 01199 �n 1 - -PM 0210118245 SANITius i Parcel#1 Suzanne Henderson Sulitt Doe#3650 3535 FM Rd 1187 � � � ��C Tract 28B.Abstract 930,Hiram Little Survey OMpANY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § PNew _ CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT DATE: 17 GRANTOR: L E.and ELAINE H. R. e GRANTOR'S MAILING ADDRES, i ing County): 2591 NE 2e ST,,," RTH,TARRANT COUNTY.TX 76111-1700 GRANTEE:CITY OF FORT GRANTEE'S MAiLIN (including County): 1000 THROCK TON ST. FORT TH, RRANT 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 parcel of land out of all that certain tract of land situated in the Hiram Little Survey,Abstract Number 930 as conveyed to L. E. and Elaine H.Jowell,Jr. by dead reoorded in Instrument Number D207250812, Dead Records, Tarrant Country, Texas, and being more particularly described in a Permanent Sewer Facility Easement in Exhibits "A' and "B", and a Temporary Construction Easement in Exhibits'C'and"D" 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 oonstruction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility,hereafter referred to as"Facility". The Facility includes all Incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, PERMIMW8EWWtPAOUWEAOMWAMTEWORWOOMMUCTIONEASEM Nr Ra.0E1200! a V _ Page 2 of 15 • s under and across a portion of the property and more fully described In Exhibits "A and "B", attached hereto and incorporated herein for all pertinent purpospsa together with the right and .. privilege at any and all times to enter property,or any part thereaj foh1� `purpose of constructing, operating, maintaining, replacing, upgrading, and repairing:s ' Paeilify; and a temporary construction easement, as described in Exhibits 'C and 'D%Atiachad hereto and made a part hereof, to use in connection with the construction of said Faciiity°°said temporary construction easement to expire upon completion of construction and acc6oiiiic�by rantee of said Facility. In no event shalt Grantor I use the Property in an � (} p rty' y menner 01ch interferes in any material way or Is inconsistent with the rights granted hereunder, o�(II) eret or permit to be erected within the easement property a permanent structure or building;E,cludigt ,but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls" Pier structures that require a building permit.However,Grantor shall be permitted to aintain any existing concrete driveway or road on the Property. Grantee shall be obligated to res he surface of the property at Grantee's sole cost and expense, including the restoration idewalks, driveways, or similar surface improvements located upon or adjacent to the t which may have been removed,relocated, altered, damaged, or destroyed as a 44ps u Grantee's use of the easement granted hereunder. Provided, however,that Grant at be obligated to restore or replace irrigation systems or other improvements instaile on of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the ab d permanent easement,together with all and singular the rights and appurtenances th ay belonging unto Grantee,and Grantee's successors and assigns forever,and Grento h by bind itself and its successor and assigns to warrant and forever defend all and sing sement unto Grantee,its successor and assigns,against every person whomsoever la y Ing or to claim the same,or any part thereof. TO HAVE AND TO HOLD t aizc described temporary construction easement,together with,all and singular, the rights d aurtenan ces thereto in anyway belonging unto Grantee, and Grantee's successo ins until the completion of construction and acceptance by Grantee. Grantor hereby bind th Iv , their heirs,successors,and assigns, to warrant and defend, all and singular, sal easeme unto Grantee, its successors and assigns, against every person whomsoever I imi 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] Mae- AM + r` DM# z PERMANENT SEWER MCIUTY EASEMENrAM TEMPORARY CONSTRUCUM EASEMENT RN.061100! i Page 3 of 15 GRANTOR:L.E.Jowell,Jr. GRANTEE:City0d 'd VVoifti . �` � i -•tail��eter L.E.J r. FernandMiVnr R t+►g « '� I Assists C i++f A�&AdScr- GRANTOR::Elaine H.Jowell PRO AS TO FORM AND LidALITY Elaine H.Jowell Istant Crty Attorney \yy\1\ 1\ 01 LEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, 41g'�ned authority,a Notary Public in and for the State of Texas,on this day personally app .Jowell.Jr.,known tome to be the same person whose name is subscribed to the f regoing trument,and acknowledged to me that the same was the act of Jo e 1Jr.and that"' cuted the same as the act of said L. E.Jowell.Jr.for the purposes and consideration thereirrpressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of !�'ln►►t, .201_0. . KECTALWANT T CRAfGNotary Public in and for the 3 of Texas Public,Stele of Texas CommisSion Exptrea ovember 27,x012 PERMANWTSEWERFACUTYEISEMENTAND TEMIPM RYCONST16JIM NEASEMENT Rer.0012005 Page 4 of 15 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § 5 BEFORE ME,the undersigned authority,a Notarrylic and for the State of Texas,on this day personally appeared Elaine H.Jowell,known; rfna 'the same person whose name is subscribed to the foregoing Instrument, and acknot"�7 edge me that the same was the act of Elaine H. Jowell and that he/she executed the sa ths ; ct of said Elaine H. Jowell for the purposes and consideration therein expressed and ircity therein stated. GIVEN UNDER MY HAND AND SEALICE this�`� day of t �•, "t TA t aTJ.rM� NoMy II 'sI° ° e°' otary Public in and for th&gtate of Texas ACKNOWLEDGEMENT STATE OF TEXAS "§ '• COUNTY OF TAR BE M he un a aty�th,, ty, a Nota Public in and for the State of Texas,on this day pa yMe Mosta,Assistant City Manager of the City of Fort Worth,known to me to be the some person whose name is subscribed to the foregoing Instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this A day of 20 . EMDAM" V,44 Nir omwwm�wEa tary Public in and for the State of Texas PERMANENT SEWER FACILRY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev.00J2= . Page 5 of 15 Real Property Description of a Variable Width Permanent Sanitary Sewer Easement out of a 99.15 Acre Tractof lAbd -- Situated in the Hiram Little Sufvey,A-9W Being a parcel of land out of all that certain tract of land sitluated in the Hiram little Survey, Abstract Number 930 as conveyed to LE.ani Elaine It Jowell,Jr.by deed recorded in Instrument Number D207250812,Deed Rcco Tarrant County,Texas for the purpose of constructing,operating and maintaining a sanitaq sea*{yer system and its appurtenances and being more particularly described as f0o%,,,s Beginning at a point in the West line of s raid lowell tract and the East line of a 61.970 acre tract of land situated in said Hiram Little Sunny as con rayed to BH Ashford Park,LP.by deed recorded in Instrument Number D205031763,said Deed Records,from which a W'iron rod with a yellow cap stamped'Beauley'found tu the East lire of said BH Ashford Park bad for the Southwest cornea of said Jowcil tract and Northwest comer of Block 1,Vista Oak Addition,an addition to the City of Font Worth as recorded in Cabinet A.Slide 11031,Plat Records,Tarrant County,Texas bears South 00 degrees,30 minutes,30 seconds East,888.96 feet; }} Thence:with the West line of said Jowell tract and the East line of said BH Ashford Pads tract, North 00 degrees,30 30 seconds West,38.80 feet from which a 518"iron rod With a yellow cap Staged'A.N.A.'sex in the South line of a 22.136 acre tract of land situated is said Hiram Little Survey as conveyed to Carl and Cynthia Miller by deed recorded M' Instrument Number D205275420,said Deed Records,for the Northwest corner of said Jo*U tract and the Nottheaat comer of said BIR Ashford Park tract bean Nordr 00 degrees,30 minutes,30 seconds West,435.88 feet; Thence:departing the West line of said Jowell tract and the East line of said BH Ashford Park tract,North 73 degrees,15 minutes,00 seconds Bast,783.39 feet; Thence:North 60 degrees,10 minutes,53 seconds East,1,345.87 feet; Thence:North 12.24 feet; Thence:East 43.73 feet; Thence:South 47.25 feet; Thence:West 39.54 Act; -- Thence.South 60 degrees.10 minutes.46 seconds West,1,417.16 feet; CFW SS M-325 I EASEMENT 1 I J.E.&ELAINE JOWELL,JR.TRACT PSSE 1 OF 2 ii Page 6 of 15 Thence:South 74 degrees,21 minutes,33 seconds West,719.83 feet .the place of beginning and containing 81,075 square feet(1.861 acres)of land. s,of which 1,039 aquae feet of land,more or less are within an exi permanent 4' ! sanitary sewer easement as conveyed to the City of Fo by recorded in ! Volume 5324.Page 246,said dead records.resulting e a of 80,036 square feet(1.837 acres)of land,more or less. I Now Surveyed on the ground October 2009 Note:Bearings are relative to True North obtained from Gjabal Positioning Satellite System (OPS)Observations,North American Datum 1993(NAD'83),Texas State Plane Coordinate System.North Central Zane. Note:In accordance with the Texas Board of Professional Land Surveying Gmecal Rules of Procedures and Practices,663.19(9),this"Repart"consists of the Rea]Property Description included herein and the Map of Survey attached berewith. Now In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices,663.19(7),'Ile cited instruments are not necessarily the current owners of the subject propert;',but axe the dommeuts containing the descriptions of the NN boundaries as surveycd. dF tw....„.;e.- h41�4a�i=rA;. tY: $ R� S.Ovin Wendell,R.P.L.S.#5500 November 9.2009 Date CFW SS M-325 I EASEMENT 1 J.B.Bt:ELAINE JOWELJ, JR.TRACT PSSE i 20F2 Page of 15 9.63 AC TRACT N1RAY LITTLE SURVEY. A-330 I 22.36 TRACT HIRAM LIC TT ESURVEY. A-930 A ENT pVNEP: „� BARRY CLAYTON FORRESTER APPARENT QRMERz INST. 00208155305 SENCR MUFFLER. INC. O.R.. T.C., TX VOL. iST96 PG. 201 O.R.. T.C.. TX EXISTING 20' PERMANENT + SANITARY SEVER EASEMENT _ VOL. 5324. P0. 246 !k D.R.. T.C.. TX -�.�.(Zj •�r- ti` KTA MAP OF SURVEY SHOW NO A '2 VARIABLE VICTH SANITARY SEVER EASEMENT OUT Of A 35.515 ACRE TRACT NIUATED IN THE PROPOSED VARIABLE WIDTH HLE SURVEY. PERMANENT SANITARY 930 SEVER EASEMENT TOTAL AREA: 81.075 SO. FT.EXISTING 20' PERMANENT :;v AREA W/IN EXIST. 20" PSSEi SANITARY SERER EASEMENT !♦iT AREA PSSEI 60.036 S0. IT. T ACI VOL. 5324. PG. 246 �`• D.R.. T.C.. TX ' U, 915 AC TRACT r' IRAN LITTLE SURVEY. A-930 •''• APPARENT OWNERS: L.E. d Eloslq H. Jovell, Jr. INST. 4112072508/2 D.R.. T.C.. TX •s MATCHL PC "s s. 15 AC TRACT ° HIRAM LITTLE SURVEY. A-930 - APPARENT OWNERI '' WMT KATHRYN ARNOLD TRUST VOL. 12436. PG. S32 'a O.R.. T.G.. TX .4 F•�f• � "lf' 72.176 AC TRACTS.'r> .... NIRAM LITTLE SURVEY, A-930 EXISTING 20' PERMANENT SANITARY SERER EASEMENT APPARENT ICWIIERI VOL- 5324. PG. 246 +v CARL 6 CYNTHIA MILLER D.R.. T.C.. TX 1r INST. A0209276420 : O.R.. T.C.. TX e 1. 61.970 AC TRACT HIRAM LITTLE SURVEY. A-930 3.24 At TRACT APPARENT OWNER: HIRAM LITTLE SURVEY. A-930 BN ASHFORD PARK. L.P. �f APPARENT OWNERS INST. IID205031703 VARGA FRANCES BOULOIN D.R.. T.C.. TX '4 VOL. 6235. PC. 1342 O.R.. T.C.. TX OLaCK 1 VISTA OAK ADDITION CAB. A. SLIDE 11031 P.R. T.C.. SX CRATtd BY' SKV ",A..COMMEEC- DAT£: Y'�1f891 1 1701811 . 470 T1M0I. . Si cd ... aim NO" CA!"E"? 1 Psse rod g�rjan TtS w 7wrAl17=0 SMT. 110. �27 �611,,= 1 0P A.N.A PRRICCT 00o 001020 I � 631-M OWN Page 8 of 15 9.53 AC TRACT I HIRAN LITTLE SURVEY. A-930 22.36 AC TRACT i APP n NIRAM LITTLE SURVEY. A-930 INES ' Y CLAYTON PORRESTER APPARENT OWNER: f INST. 43205155356 EXISTING 20' PERMANENT SENOR MUFFLER, INC.D.F.. T.C.. TX SANITARY SERER EASEMENT VOL. 15796 PG. 201 i,J.1r;s VOL. 5321. PG. 246 D.R•r T.C.. TX s D.R.. 7.C.. 7X N.T.S. Bill .i MAP OF SURVEY SNOWING A 100.00' ':• VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT t OLIT OF A 4. PROPOSED VARIABLE WIOTH 99.15 ACRE TRACT .'' PERMANENT SANITARY SITUATED IN THE SERER EASEMENT HIRAM LITTLE SURVEY. `.. A-930 PROPOSED TEMPORARY VARIABLE WIDTH TEMPORARY C04TRWUON .'{ EASEWNT EXISTING 20' PERMANENT SANITARY SEWER EASEMENT " ' '••moi, TOTAL AREAL 141.247 SO. FT. (3.24E'40 VOL. 5324. PG. 246 •+'. AREA W/IN EXIST, E0' PSSEf 40.771 w.FT. O.R.. T.C.. TX 4�3 NET AREA TCE( 100.41`6 SO. FT.�;. y 99.515 AC E UIRAM LI� YEY.t; -930 x APPAREHill ER4A� PRWOSCO VARfABLE MOTH L.E. 6 Eftl , Jami. Jr. TEMPORARY MSTRUCTION IN57 EASEVENT ' D.R. T ITX 40.T71 5U FT WI1SIIw EXISTING 20' PERMAIIENT SANITARY SEB£R EASEMENT �+ '.'}. �a c. •04TCHLINE SHEET 3 ET 15 At TRACT •"{ HIRAM LITTLE SURVEY. A-930 }S,� APPARENT OWNER[ *... }. MARY KATHRYN ARNOLD TRUST VOL. 12430. PO. 532 rf;' 2.,, PROPOSED VARIABLE WIDTH O.R.. T.C.. TX " ° TEMPORARY CONSTRUCTION y EASEMENT i' F74WUFEP VARIABLE WIPTN CASENDfT 3AtrtTAKY 5EY[11 •:r usuorr EXISTING 20' PERMANENT ANITARY SEWER EASEMENT VOL. 5324. PO. 246 tl D.R.. T.C.. TX I BLITTRACT TLE SURVEY. A-930 +� APPARENT OWNER( '+} CARL &CYNTHIA MILLER INST.40205275420 40.T71 50 FT WITHIN O.R.. T.C.. TX EXISTING 20' PERMANENT ;L• SANITARY SEWER EAS09EW ,A t00.a1 •C 61.970 AC TNA T 7 •� ; -� HIRAM LITTLE URVEY. A-930 r N1` 3.24 AC TRACT PROPOSED VARIABLE CIION MIRAM LITTLE SURVEY. A-930 APPARENT OWNE s TEMPORARY CONSTRUCTION BH ASHFORD PA L.P. EASEME!(T •{r, APPARENT OWNERS INST. *0205031 03 �t, WANDA FRANCES BOULDIN O•R., T.C.. TX •r In• YM. 6235. P0. 1342 T.C.. TX BLOCK t VISTA OAK ADDITION CAB- A. SLIDE 11031 P.R.. T.C.. TX ORAAM BY. 5XW it/MIM_ 1707 ft%mo1M 490 IHT. . OWc NO.! EAS64ENT t FSSE �.,.� Rat! �TWomq@'A6107 TOU73M a.N.A< cc PO,t�W@1G 0 917)"s-00 Foe 3*0500D 311e Nk3ex -m Page 9 of 15 �i MATCLLIN_SHEET] 1'ti49ar h•r, nn E 'TING 20' PERMANENT• •'STZ SAND Y SEAEA EASE IENT ;� � 5]21. PC. 244 A.♦ T.C.• 7X ,P .(1�� -�—_ It aAAP190]K'AIE:IN YIiT •r n4. 15 AC TRACT HIRAM LITRE SURVEY, A-"a _ tli�,,,•. ! '° 1 APPARENT 01RIERS W RY XATHRYN ARNOLO TRUST VOL: 12439. P0. 532 �Fl D.R . I.C.. TX rY; 22.136 AC TRACT 1',yi' HIRAM LITTLE SURVEY. A-930 I W 1 } c f;,'1.:e PROf+OSEA VAAMLE V l Dr( APPARENT OWNERS .f�'+ PERVi111NT SANITARY CARL A CYNTHIA MILLER t f SEVER EASkWEIVY INST. SWOS21542O },.��•t�. a D.R..T.C.. TX 7;- i ;f— 19.515 AC TRACT HIRAM LITTLE SURVEY. A-930 t' f yf�'r APPARENT D9NEASS Sin L.E. i Elaine N. J[M11.Jr. INST. 4020 230612 D.R. T.C.. TX < r e'eie EXI 20' PERUAWNT- ItARY SEWER EASEMEW OL. 5324, PG. 246 D.H.. S.C.. Tx a. y�1 I4 11 s Y=•y VISTA.Ito /:w1:FlC`d CAB, A,. t t^3A iv'FY l S/9'IRS N/"LL09 CAP STAVED A.N.A. 435.9 ' •"i. �a. ROQ. _- N 0090°34'Y .inr„;)':ai' E 39.10' P.f7.4, 61.970 At TRACT MIRAM LITTLE SURVEY. A-93O APPARENT ORNENS 3.24 AC TRACT RN ASHFORD PARK. L.P. HIRAM LITTLE SURVEY. A-930 INST.00205031703 D.R., T.C.. Tx APPARENT INIERS NMDA FRANCS 90ULOIN 0 h..11235- PC. 1342 WTEe I14At4Q1 epwomb DOW L'fR RbpwImEkfto F 3WP2miTaoli 6}G 1a.e I�f[ucx+f•1AI£ vQ* T•'M�TOTD'T T9®73= A.H.A.MQJEGT H0.1 QE1 Q2Q 'M Page 10 of 15 9.53 AC TRACT HIRAM LITTLE SURVEY. A-930 AMBIENT O61ER1 BARRY CLAYTON FORRESTER INST. e020613s3st D.R.. T.C.. TR 72.36 AC TRACT HIRAM LITTLE SUAVEr. A-230 APPARENT OVNFJis 1.079 S0. FT. VITNIN SENOR MUFFLER. INC.VOL. 1ST96 PO. 201 EXISTING 20' PERMANENT EXISTING 20' PERUANEHT D.R.. T.C.. III L03 SANITARY SEVEN EASEMENT SANITARY SEVER EASEMENT VOL. 1324. PG. 246 D.R.. T.C.. TX MONTH .73� 7 ' 141gr LDS SOUTH 47.23' L04 BEAT 36.64' �� IO"•� •�,J.'t 1 � 74002zw GRAR60 SCALE N FEET Kr MOTE. SURVEYED ON THE OROUO,{}CTT!!ZR 2009'=% •R�(C' Notes amarine ars relotivIL to True Marts-a°atatnso Hou DI°bat Paeitloninp Satel i Is*Iy titan 44PS1 Oba—atlona. North Aaurl0dn 0.1., 1913 (NAD '131.` AHae.North Central tarn. y Notes In occordwoo VI tl7`•.fl*Texal Board of Profeea fatal land Susvaylnq Carwo Rule*of:`Tl oDamfae anaPracticam. 667.19191. thla 'relart' emalsta of Mtn 1N.P of Ssrfrey Iraludsd ner-eln and a Rwl Property Deedrlpt loft, dtttit d P*M.1tN. Nater in ceadragRO;i;:VI `T6Kas Board of Professional Lona Surveyln0 General Kulee of oOsiisr'as and Proctlodad. 667.19(7). 'The cited EXISTING 20' PERNAMEM '/•'.f. Inatrst""a Gro necessarily the Currant owwre of the sabloot SANITARY 5EYIER EASEMENT (._; IN•apertl<f but are docuoents contalnln0 the dosariptlons of the VOL. $724. PC. 246 v.•+f baundar r�oe au" aa.' D.R.. T.C.. TMOF _••,��. ,..ww. L wrAecAua VIMV!1577?fo fy ' .-�. [Asmrt17 yt.t r 'SSKEVa1•WENDELL'''yyyn•• A t,Yry°.'.€ 4116suizy 40 91.313 AC TRACT % HIRAM LITTLE SURVEY. A-970 ...,.,yam -. d.r. • APPARENT OORIMS = ya i;•y: r 5 Kevin ken00i1• R.R.L-S, ++5544 L.E. L Elollr N. Joel 1. Jr. Navelleer 9. 2008 INST.MOM0512 1•�. O.R.. T.C.. TX '�' • •'Y .:T. r`'Fyy t if`�• .t w "-('.. t` .tMY .r, 'R• ^1.3.1. .Li4 15 AC TRACT HIRAM LITTLE SURVEY. A-230 APPARENT On1ERt NARY KATHRYN AL40LO TRUST '{°• VOL. 12433. PC. 672 ,•s O.R.. T.C.. 7K = .wn aw.s11 er. ear DATE. 11/09/00 IT0lifier2�llsdoQO SBOt3VtDetee l= aN7. 110. D.a No.. EwsEYENi 1 rsss lI.R 7YM11 F6l07 lYIm6e77�9�01 3 OF 3 A.M.A. lMos2CT N0..!nI-Q C ®1.3 1 Page 11 of 15 Real Property Description of a Temporary Construction Easement out of a 99.15 Acre Tract of Land situated in the .� Hiram Utile Survey,A•930 Being a parcel of land out of all that certain tract of land situated in the Hiram Little Survey, Abstract Number 930 as conveyed to L.E,and Elaine H.Jowell,Jr.by deed recorded in Instrument Number D207250812,Deed Reccrds,Tarrant County,Terms for the purpose of constructing a sanitary sewer system and i 4ppurtenatxces in the adjacertt permanent sanitary sewer easement and being more particular described as follows: Beginning at a point in the West line of said Jowell tract and the East line of a 61.970 acre tract of land situated in said Hiram Little Survey as conveyed to BH Ashford Park,L.P.by deed recorded in Instrument Number D205031703,:said Deed Records,from which a 518"iron rod with a yellow cap stamped'A.N.A.'set in the South line of a 22.136 acre tract of land situated in said Hiram Little Survey as conveyed to Carl one ynthia Miller by deed retarded in Instrument Number D205275420,said Der d 11,1 e*rds,for the Northwest comer of said Jowell Usa and the Northeast comer of said 13H Ashford Park tract bean North OD degrees. 30 minutes,30 seconds412.53 feet; Thence:departing the West line of said Jowell tract and the East line of said BH Ashford Paris tract,North 74 degrees.21 minutes,33 seconds East,696.14 feet; Thence:North 60 degrees,10 minutes,46 seconds Ess%1,470.25 feet; Thence:East 48.70 feet; Thence:South 11.50 feta[; Thence:West 59.58 feet; Thence:South 60 degrees,10 minutes,46 seconds West,1,412.82 feet; Thence:South 74 degrees.21 minutes,33 seconds West,735.62 feet to the West line of said Jowell tract and the East line of said 13H Ashford Park tract from which a W'iron rod with a yellow cap stamped'Beasley'found in the East line of said BH Ashford Park tract for the Southwest eor=of said Jowell tract and the Northwest comer of Block 1, Vista Oak Addition,an addition to the City of Fort Worth as recorded in Cabinet A, Slide 11031,Plat Records,Tarrant County,Tensa bears South 00 degrees,30 minutes, 30 seconds East,845.52 feet: Thence:with the East line of said Jowell tract and the West line of said BH Ashford Park tract, North 00 degrees,30 minutes,30 seconds West,41.44 feet; CFW SS M-325 EASEMENT i(I.E.dt:ELAINE JOWELL,JR.TRACT I TCE 1 OF 3 Page 12 of 15 Thence:departing the West line of said Jowell tract and the East line of said BH Ashford Park tract,North 74 degrees,21 minutes,33 seconds East,719.83 feat;u Thence:North 60 degrees,10 minutes,46 seconds East,1,417.1+;f iThence:East 38.54 feet; ass Thence:North 47.25 feet; 0 Thence:West 43.73 feet; Thence:South 12.24 feet; Thence:South 60 degrees,10 minutes,53 s t,1,345.87 feet; Thence:South 73 degrees,15 minute,,00 suets est,783.39 feet to the West line of said Jowell tract and the East line of sgid BH,Ashford Park tract; Thence:with the West line of said Jowcl l tr act an due East line of said BH Ashford Park tract, North 00 degrees,30 Tninines.30 ends —est,23.35 feet to the place of beginning and containing 3.243 acres of land,more or less,of which 0.936 acres(40,771 square fed)of land more or less arc wid&an existing permanent sanitary sewer easement as conveyed to the City cif Fort 4W'efth by deed recorded in Volume 5324,Page 246,said Deed Records resulting in a net area of 2.307 acres of land,more or less. a CFW SS M-325 EASEMENT 1 L.E.&ELAINE IOWELL,JR.TRACT TCE 2OF3 Page 13 of 15 Note:Surveyed on the ground September 2009 Note:Bearings are relative to True North obtained from Global P Satellite System (GPS)observations,North American Datum 1983(NAD'83), 7� lane Coordinate System.North Central Zone. Note:In accordance with the Texas Board of Professional g General Rules of Procedures and Practices,663.19(9) this"Report'concis perty Description included herein and the Map of Survey attached herewith a Note:In accordance with the Texas Board of Prof eying General Rules of Procedures and Practices,663.19(7)."The cited' entere not necessarily the current owners of the subject property,but are the d con the descriptions of the boundaries as surveyed. 7F 40 ,. .. ^,,.. ........ 4 S. evin Wendell,R.P.LS. 0 lll�* November 9.ZO _ Date � CFW SS M-325 I EASEMENT 1 L.E.&ELAINE jowEu,jR.TRACT(TCE 30F3 . Page 14 of 15 8.53 AC TRACT HIRAM LITTLE SURVEY. A-930 APPARENT r ' BARRY CLLAY70H FORRESTER MY' A02041553911 O.R.. T.C.. 22.38 AC TRACT • HIRAM LITTLE SURVEY. A-930 3011TH 731.60' APPARENT OWIIER: SENOR MUFFLER. INC. f•j'••'s•`•�! r•L•!K t EXISTING 20' PERMANENT VOL. 16795 P0. 201 D.R.. T.C.. TX SANITARY SEWER EASEMENT �,`,'•;' •+;� �1S'{� VUL. 5324. PG- 218 D.R.. T.C.. TX v •. r }��•`` 4- NOTEI SURVEYED ON THE GROUND fC➢I BEH 800! Note: Bearinas are relative to T'rum North abatalned from global -""- •£� •iG�4a Poeltlanllp Satell Ito 1f.;ia�' s,,14PS1 0dservstimm.North Andean • �`p Datum 1187 iNAD 'q 1. a-vzs 4Wa° s•i Citu syi^;�': °aeke. �•i �, •r. Natal In oocwdomoe vlth tho'Tnxot n mrd of FrDfasal mLand Survayina il, I General Rules of'Praaadursa Ono Proctfcoa. 661.150 R1, This 're{prt' 100,00• S• S oamalsuts Of the kap of Survay Incluoad nerain crud a Real 'Proaarty Oasoriptlan, ottacnad nerowlih, �. •htC Hotel In GoCwdl&Yle rIth tha Tax a w-0 csf Frafaasloral Land Siarvrrylrp General ilulee of PrOceduree 0611 Pmoticead, 661.1101. 'The altad instruients are not neeesaorlly the Durrant ovnera of tt*mbioet I` ��L1t property. but ary the sLx+s fa ca'rtafnfny the d.6-1011ans of tt.e .1 t'TH:. sa.araorla■ w eurveyaa.' LOt EAST 18.70' A •Ay'.• LOS WEST 3I.54' LW EAST36.5+' '•: •�l•�f;f L04 NORTH 4?11131 1, Las WEST 43.73• 1' ;dS L06 SOUTH 15,24• +1 a�x, r PNYA"s [tY VAYi IAFri F-uloxMi Atpf +p� ;�}`�. Y GONSTiil1C?ilA'7 h @t' 4 9 .. ..r Ef 9EAff71Y a.. ExIST1NG$0' PERYAli£iiT '{',l), ��' .. •' '• , SWEVW W�ENDELL`.,y 1AN17A T SEIIHII CAstitmTtt'is a 5500 VOL. S324. PT,. 248 ,'etae 02•�Q- .• D.R.. f.C., IX r'.' .{� ess, os « ;'$ gi 4 5� S. oviii Wendell, R.P,L•5- #5500 r rl ♦ NOV*~ 9. 2009 DATE ., 19.319 AC TRACT f r�'..f"l j'r'S•• '+� HIRAM LITTLE SURVEY. A-230 4 i APPARENT OWNERS! 'v� L.E. !Elaine N. Jowl 4 •� •'4r�fy INST. 0020250612 1•t yrV D.N•. T.C• TX •ED:V IASLE WIDTH tS. ++k'�;i�•`„ TRUCTIOM a� w 40.TT1 $0. FT- WITHIN y n, t f1�T EXISTING 20' ptkwNENT a ♦ }. 00.00' SANITARY SEVEN EASEMENT i ,.�•t°i� rt l • A� ,� .tt�M•W IS 1+�i 2.• I HIRAM TRACT SURVEY. A-930 •�''r . �• APPARENT OWNERS MARY RATHRTH ARNOLD TRUST •�M t'AcF',1 VOL. 12138. PO. 531: ' O.R . T.C. TX .i 4Yy� Go `f•r "z.$�T" TS+•1� f9 200 GRAPHIC WAX IN FEET annm or: SAW aATE, 11J39l011 imsomu"erZRRIel810 SODiI 11l,ml DAG Na.i EAV-KNT I PSSE 1� TwMM7m �1 3 OF 3 Lan A.N.A. pw'. "110_,oalnSa 6 e 3T V. 04431 Page 15 of 15 1'..1'ir.'LINE&1EET 3 _. .•,� P7: s{T,9 Yf'�ib"�S.E IYtPTIi "�� •I;"_ Im, Y CIV'i lilt:r1U.{�' 0 so IOD 200 t�.,%1•y J"�' .` fiRAF16C SCALE IN FEET ^Irt'S C, 15 AC TRACT �+ ,r'�^-.,.;y`. PROPOSED VARIABLE Rim r HIRAM Lt/TLE SURVEY. A-l30 �:<' a' t 1• ;s TEMPORARY CONSTRUCTION �, s..'r.r APPARENT OIINERI EALEIMT rya ,: ,.• VARY KATHRYN ARNOLD TRUST o �, VOL. !2438.P0. 532 O.R.. T.C.. TX t� .,5� 'Sym• .., •�.� �. 22.138 AC TRACT `.�I .• "IRAN LITTLE SURVEY, A-930 APPARENT MIERt CARL 8 CYNTNfA MILLER •,� INET.43205215420 D.R.. T.C.. TX a £IITSTIe..C,Yui TIERIWPFNT $Alit TAY SLXLR EA ,;&4 ,A ;:v;i 99.515 AC TRACT VOL. 5324. PC. 248 O.R., T.C.. ik ,.,o '1 r:s�e. HIRAM LITTLE SURVEY. A-930 �x ��; APPARENT OWNERS& ° .. L.E. •El01ru N. Jawll.Jr. 'JO, ["ST. 40201250872 14. O.R.. T.C.. TX i 4404, . •A •i•it• P Y t 40.771 1. PRO[ U VARIABLE WIDTH EX ,. TEPO"Y CXTRUCrIOM SANISYTAR Slt'2.H EdSCIdKz-.iT 1 ` ,T. .}tt` EASEMENT .. 108.00' T•'r', 11�!�e ii .r • PHS VARIASLE WIDTH ,+ f'�6{• 'rE1-`�Rl}iTC6�kSET�TES +t ,n 'r.T' • IRF"/0AP 5/8' IRS M/TELLOW ;!. ED'BEASLEY' CAP STAM M A.N.A.' Af L.S]' ',a'"'e 11 445.52' N 04'30'30'! 35 4T• S O"O 30'E KOM 1 81.570 AC TRACT VISTA OAK ADDITION HIRAM LITTLE SURVEY. A-930 CAB. A. SLIDE 11051 P.R..T.C.. Tk APPARENT OVNERI j 3.24 AC TRACT ON ASHFORD PARK. L.P. j HIRAM LIME SURVEY. A-930 IN" 40203031703 _. 1 O.R.. T.C.. TX l� APPARENT DOMI PANDA FRANCES 801CIN VOL. 0238.PC. 1342 D.R.. T.C.. TX BtiAtM 8T:Sfif - .., 0�7E+ .1lOflOf SHT.N0. acv AO., EASaTWT I ME amm TACM7z]VJ Nl]l 2 OF 3 A•II.A. FrWECr N(70 051M 1 433341" Ae� 'F�41.8�7 Page 1 of 8 Electronicaliv Recorded Tarrant County am Official Public Records 4115120�4 11:29 AM D214074800 i NOTICE OF C� .� ,YOU ARE A NAF�iI PIERS0N,` AY REMOVE OR STRIKE I ANY OR ALL OFT FO LOW G iNF RMATION FROMt .r, l`STR 1V R(TWM AEERS AN INTEREST IN REAL MR�$kWINieI RE IT IS FILED FOR RECORD :rd; +i f RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. WATERPIPELINEIS)r! S,SE,,EN7 AND RIGHT 0F-'11AY ILI .. STATE OF TEXAS i'�6`.itlndl CFS * 03,,1 All.PERSONS BY THESE PRESENTS: COUNTY OF TARRANT That GILBERTO CERVANTES(herein called'Grantor" wWher one or more),for and in consideration of the sum of TEN AND N0M00 DOLLARS($10.00)and other good »d valuable consideration to Grantor In hand paid by TARRANT REGIONAL WATER DISTRICT, a Nlatpr Control and Improvement District, a body politic and corporate(herein called'Grentee'),whose mailing 64ress is 800 East North Side Drive,Fort Worth,Texas 76102- 1097, the receipt and sufficiency of which are herebyacknowledged, has BARGAINED,SOLD,GRANTED AND CONVEYED, and by these presents dame BARO+\Ih L, GRANT AND CONVEY unto the said Grantee, an easement and right-of-way to survey,performtesls-Construct,install,operate,maintain,use,monitor,Inspect,alter, relocate,replace,repair,and remove one or more water transportation pipelines(the"PI elthes")and facilities(the ,. °Appurtenant Facilities"),Including above-ground a,4 below-ground lines or facilities for electricity,and for telephone or other communications or data tr ii rr;fss)csn;`water fines, cethodic protection equipment,and such other surface and subsurface equipment and ia(V res as rnay.he necessary in the Judgment of Grantee,In,on,under,over,and across the land described on Exhitay°(Ike-`fiend°)attached hereto and incorporated herein for all purposes. It Is expressly stipulated and agnea tlrar aaUWple Pipelines and Appurtenant Facilities may be constructed,installed, .. operated,maintained,used,mnnitctrddt inspected,altered,relocated,removed,replaced,and repaired In,on,under, over,and across the Land and fiat su..h pmuttiple Pipelines and Appurtenant Facilities need not be constructed or installed at the same time.Grantee may at any time construct,install,operate,maintain,use,monitor,Inspect,alter, relocate,replace,repair,and remove eddit;onal Pipelines and Appurtenant Facilities above,below,or alongside any Pipe6ne(s) and Appudenarnl Facilities r:,onstructed or installed in, on, under, over, or across the Land, without additional compensMhan to Gray}:or, including compensation for present or future grasses and growing crops disturbed by Grantee's uses of the Land. The eassellillie,00sociated rights granted hereby are sometimes collectively hereinafter referred to as the 'Easemen' Grantee agrees and covenants that the Pipefine(s)will be buried so that the top(s)of said Pipeline(s)will be a minimum of forty inches(40")below the surface of the Land. There is reserved from this conveyance and retained by Grantor all of the groundwater and all of the oil,gas, sulphur,and other gaseous minerals in,on or under the Land,but Grantor waives all rights of ingress and egress to or from the surface of the Land for the purposes of exploring, developing,'mining, or drilling therefor, it being specifically agreed that no operations relating to such reservation will be conducted on the surface of the Land �* without Grantee's prior written permission. Grantor reserves the right to explore for, develop, and produce groundwater and minerals that may be produced through a wellbore provided that such water or minerals are produced by directional drilling or other means that do not require use of the surface of the Land and provided that such activities do not impact the lateral or subjacent support for the Pipeltne(s) and Appurtenant Facilities or 11i1e otherwise adversely impact the Easement granted hereby. Grantee shall have full and unlimited access at all times along,upon,over,and through the Land for the purpose of surveying,performing tests,constructing,Installing,maintaining,using,monitoring,operating,inspecting, 1 r� Page 2 of 8 altering, replacing, repairing,relocating, or removing Pipellne(s) and Appurtenan€ *I ilities, including the right to patrol the Land on foot,with vehicles,and with aircraft. Grantee may<rtassji�nces open gates,and reasonably traverse adjacent property as part of this access.If a pond,stock tankek, am,freshet or other improvement or watercourse encroaches upon or exists or drains on the Land,Gra ave the right to remove,fill,redirect or otherwise remediate the impacts of any such Improvement or i c g by installing laterals,ditches or other facilities to direct or redirect water flows across the Land a hall ve the right to enter upon and perform such activities on the adjacent lands of Grantor. Grante als the right to excavate,remove from the Land,and,at its option,replace soil,timber,gravel,rock and oth aterials and facilities found in,on,upon,or under the Land,and the consideration paid to Grantor incl s all da ges arising therefrom. Grantor agrees not to erect,place,or permit any buildings,structures,or other improvements or obstructions on,in,or over the Land. Grantor shall makes -cnmim r lal use of the Land except for agricultural uses permitted hereby. Grantor shall not conduct or allow ary�uriL:c:ey within a flue(5)foot radius of any above-ground Appurtenant Facility. Grantor may use the Land for V uy: ops,provided that any such cultivation is no more than two(2)feet deep,and no cultivation may tali pled,ai'hi a ten(10)foot radius of any above-ground Appurtenant Facility.Grantee has the right to remove any boos,wcn. tants,brush,and nursery stock planted or existing on the Land without liability therefor. Grantor may use'he srirface of the Land for grazing of livestock,provided that no livestock may be penned or concentrated on ba Fnscmnnt. Notwithstanding the foregoing,Grantor will not Import to or,if Grantor is aware of its existence; aU,errvisti ca!rs.i to remain on or in close proximity to the Land any species ■++ designated as threatened or endang6r;d nr that is 6 ,oF:rise protected under the Endangered Species Act of 1973, as amended,or any similar related Texas or iet',e,ral..— vVith the prior written approval of Grantee,Grantor may use the surface^116-l— roads,paving,grid for vehicular,pedestrian,and livestock ingress and egress so long as any such improvements and adiviieS oss the Land at angles of approximately ninety(90)degrees, do not violate any applicable rut.,regulation,or specification(including maximum surface loading limitations on the Pipelines)or Appunerant FacFt"fes':. c 'endanger or Interfere with the safety,efficiency,or convenient surveying, performance of tests, cor.striicii5, rr- 'iu:i_,n, inspection, alteraffon, relocation, replacement, operation, repair, removal, or mair h f ir.:;s' id Appurtenant Facilities or any other right of Grantee hereurvdar. Heavy loads excec:;!r::;tl t::,a,.ir .;n surface loading limitations as provided by American Association of State Highway&'1 i,,rl,t.;,,}r)fh1- specification HS20(16,000 pounds per wheel;32,000 pounds per axle)may not be driven or othtr:v s-!.1-,-.:-i,-,t:.t Land on top of or parallel to the Pipeline(s)-11-,•-*0--nnt Facilities without the prior written pcan; s r:n 14;z a,nlee. ;rantormay place or allow the placement of below-pround utility lines for the purpose of providing r,_er vice to the adjacent lands of Grantor so long ast, rip not run parallel to the Pipeline(s), cross thi "i;:;l i:,,(s) at an angle of approximately ninety(90)degre s, ,aintain at least a two-foot vertical separation frc, ;paline(s)and Appurtenant Facilities,and are buried therwise constructed in such a manner as to fully comN .:rith all applicable rules,regulations,ordinances and laws,including,without limitation, casing and s-yr: ration req.,..ments imposed by the Texas Administrative Code,as amended,and so as not to endanger the Pipeiine(s)or Appurtenant Facilities or otherwise interferewith the rights of Grantee hereunder.Grantor shall not take or permit any action that damages or endangers the Pipeline(s)or Appurtenant Facilities or the lateral or subjacent support therefor.Any prohibited use or installation on,over,or under the Land by or for Grantor will be removed by Grantee at Grantor's sole cost and expense,and Grantee shall have no liability arising therefrom. Prior to the commencement of consbuction or the placement of anything in,upon,on,or under the Land. Grantor shall submit written plans therefor to Grantee,fully describing such proposed placement or construction and demonstrating, to Grantee's satisfaction, that such plans comply with the terms hereof and all applicable rules, regulations,and laws. No such placement or construction in,on,or under the Land shall commence until such plans have been approved in writing by Grantee to comply with the terms hereof and all applicable rules, regulations, ordinances,and laws. Grantor shall not excavate,remove,or place soil or other materials on or in the Land,or otherwise change the surface contour thereof,without the prior written permission of Grantee. Grantor shall not Install fencing on or across the Land without the written approval of Grantee,and Grantor agrees that any approved w.. 2 Page 3 of 8 ,. fencing will Incorporate a gate(to be supplied by Grantee at its expense upCNs y Grantor)of a size,design, and In a location determined by Grantee. Any such gate shall remain uRnt allow Grantee access to the Land at all times. If any such gate requires a lock,Grantor agrees twith Grantee so that Grantee is allowed access to the Land at any and all times,Grantee may cut reace locks which prevent Grantee .� from exercising its rights hereunder. Grantee shall have the roe d across the Land t0 access the Pipeline(s)and Appurtenant Facilities for maintenance and other p uses Grantor shall not use the Land for any type of storage,including the placement of automobiles or men r in the Land. Grantor shall not use the Land for wastewater treatment or disposal. Grantor sh not co ct any improvements for the diversion or impoundment of water,such as,but not limited to,wells, ands,p ds,canals,ditches or reservoirs in,upon,or *� over the Land. Grantor shall not include the Land within th es of any platted lot that includes other land. Any plat of the Land as a separate lot must be app wed in writing by Grantee. Grantor shall not tap Into,connect with,or otherwise access the Pipeline(s)or Appurtena 'lilies. Subject to the foregoing,Grantor shall hay ubordinate to the rights of Grantee created hereby,to subject the Land to any use deemed desirably r ong as such use does not restrict the use of the Land, Easement, and appurtenant rights by Gra`n(r4�d plies with the restrictions on Grantors use set forth hereinabove. '' Ile w. It is understood that Grantees is a lrin:)7' e Easement for the purposes of constructing, installing, maintaining,using,monitoring,and o ratirtq.ti�peline(s)and Appurtenant Facilities for public purposes and uses, and that this negotiated sale is made i l iqu,o`Condemnation proceedings at law. The consideration paid to Grantor hereunder shall include and cow cla nd damages which Grantor could have asserted In condemnation proceedings,including damages to ining property owned by Grantor and damages to the surface,including, but not limited to, grasses andg c ps,and includes compensation for the installation of Pipellne(s) and Appurtenant Facilities which Grftee elect to install after the initial installation of Pipelines)or Appurtenant Facilities. It is expressly undcrst`*1.i n-agreed that Grantor shall be solely responsible for any claims of damages now or in the future by any fim or agricultural tenant or others person claiming by,through or under Grantor. Grantee shall not be11able any ages resulting from keeping the Land clear of trees,brush,undergrowth,and other obstructions i 4�6t'1t of surveying, performance of tests, constructing, operating, maintaining, using, monitoring, inspacting, alta, relocating, replacing, repairing, or removing the Pipelines) and Appurtenant Facilities. TO HAVE ANI`` HOLD the above-described Easement, together with all and singular the rights and appurtenances thereto in anywise belonging, to the Grantee, its successors and assigns, forever. Grantor does hereby bind Grantor,and Grantor's heirs,executors, administrators and assigns,to WARRANT AND FOREVER DEFEND all and singular the said Easements unto the Grantee, the said Tarrant Regional Water District, its successors and assigns,against every person whomsoever lawfully claiming or to claim the same or any part thereof,by,through,or under Grantor,but not otherwise,and subject to all matters of record. The terms and provisions hereof shall inure to the benefit or and be binding upon Grantor and Grantee,and .. their respective heirs,executors,administrators, legal representatives,agents, servants, employees, contractors, successors and assigns,and shall be covenants running with the land. Nothing contained herein shall be construed to make Grantor and Grantee partners or joint venturers or to render either party liable for any obligation of the other. This grant covers all of the agreements between the parties,and no prior representations or statements, verbal or written,have been made modifying,adding to,or changing the terms of this agreement. No amendments, modifications or revisions hereof shall be effective unless made in writing and signed by the parties hereto. This Water Pipellne(s)Easement and Right-cf-Way shall be construed and enforced in accordance with the laws of the State of Texas. Grantee, at its election, may record this instrument or may prepare, execute, and record a +` memorandum of same.Grantor will execute and acknowledge any such memorandum at Grantee's request. 3 r., MINE WEN Page 4 of 8 The person executing this instrument on behalf of Grantor Warpre nts that he/she Is duly authorized to execute and deliver this Instrument on behalf of Grantobanlqis the valid act and deed of Grantor,enforceable according to I s terms.EXECUTED to be efrective this 141^day of April14 itr4f� L& GISRAWAntes NOW RRANT REGIONAL WATER DISTRICT,a ntrol and Improvement District R.Steve Chrisfian ,,,,���� ,,��,,��,,,,,,���� Rest Property Director STATE OF01j; "�t # COUNTY OF 41 L This instrument was acknowledge ' ore me on this fi day of April,2014,by Gilberto Cervantes. t # y R. r G4` rY lU7C? , U%!" tT Yrs �F r .r�rC^nFyFI:;;S!4U"1, ;r the Sha $ ~ tt i nIE SEG vt Ito Q My commission expires' Of qty •• t'R•ACtrr r ^"eS!q'+[. Y'M"r1P;.','1'i, �, STATE OF TEKASr COUNTY OF TARRANT foregoing instrument was acknowledged before me on this day of April,2014,by R.Steve Chrisfian,Real Property Director of Tarrant Regional Water District,a Water Control and Improvement District on behalf of said District. -• Notary Public for the State of Texas AFTER RECORDING,RETURN T0: Jeremy L.Haman Pope,Herdwicke,t2 atie,Schep,Kelly&Ray,L.L.P. 5M West 70k t;"k Sufte Boo .® Fort Worth,Texas 76102 t•,mwae..r..caoarowmrwM�+��++cum�v�+�tla�1s�1� 4 .. Page 5 of'8 The person executing this instrument on behalf of Grantor Warr#gta`and-opresents that helshe Is duly authorized to execute and deliver this Instrument on behalf of Grantor,,and~thb sam�''is the valid act and deed of Grantor,enforceable according to Its terms. EXECUTED to be effective this 141"day of April,2 — ilberto antes — TARRANT REGIONAL WATER DISTRICT,a Water Control and Improvement District ♦ y: 4!� R.Steve Christian Real Property Director — STATE OF 4!►� COUNTY OF This Instrument was ackno4 '" efore me on this day of April,2014,by Gilberto Cervantes, Notary Public for the State of My commission vow— STATE OF TE .r COUNTY OF TARRANT The foregoing Instrument was acknowledged before me on this day of April,2014,by R.Steve behalf of saidaD Property Director ofstrict. ,,atfd A t1fta Water District,a Water ontrol and Improvement District,on i� gC two _ NotaiiPudle for the State ofTexas AFTER RECORDING,RETURN TO. 'rf� O3.............. .in2� Jeremy L Hammon Pope,Hardvfte,Christie,Schell,Kelly&Ray,LL.P. 500 Wes(711 Street,Suite 600 Fort Worth,Texas 76102 r:"IAwDRa4.d.ecwrxhatt+opa7ww�xkvar,u<siytk.nrbseu..n etnwws(r�r.4,ea +ss 4 _. . ...... .......... ...... . Page 6 of 8 Parcel 63 Integrated Pipeline Project Page I of 4 EXHIB Property Description Being a 7.100 acre (313,647•scpare foal) tract of lan t iram Little Survey, Abstract Number 930,Tarrant County;Texas conveyed by deed L.E owell,Jr.and Elaine H.Jo�well,'as recorded in Instrument #13207250812, offi ' Pu -cords, Tarrant County, Texas, (O.P:R.T.C:T.),and being further described as to] ws: COMMENCING at 41/2 inch hnm rod found at th lest Comer of said Jowell tract and on Ure East line of a tract of land as described by to BH Ashford Park,L.P.,as recorded in Instrument #D205031703,O.P.R.T.C.T.; THENCE N 0°31'13,-W,along the Wes n well tract and the East Iine of said Bi3 Ashford Park tract, a distance of 916.31 feet* t iron rod with Transystems cap at the Southwest comer of tract herein described OINT OF BEGINNING (N: 6,$98,363.268, E:2,341;487.737.Grid); s"= (1) THENCE N 063-113"W,along :h..;d,, ne of tract herein described and the East line of said BH .. Ashfbrd Park tract, a c ,: ,;i: of :tiO:11Tj feet to a set 5/8"iron rod with Transystems cap at the Northwest corneroftrwlleiu:c c:sia4d; (2) THENCE N 89'58'03' F.aInng i':,:'North Iine of tract herein described,a distance of 678.02 feet to A set 518"iron rod with 1-ast s}:. ries cap; (3) THENCE N 77°18'12` a].,.,R the North line of tract herein described,a distance of 1,400.22 feet to it set 5/8"iron rod*'Ch hamiystems eap; (4) THENCL N 8V,13'3 7"t„song the North line of tract herein desc#bed,a distance of 12.99 feet to a set 5/8"iron tl viii t ussr,ystviits cap being the Northeast corner of tract herein described and on the Nest line.of'it't "'d as described by deed to Barry Clayton Forrester,as recorded in Instrument #D208155386,O.P.R.T.C.T., (5) THENCE S 0°20'03"E, along the But line of tract herein described and the West line of said Forrestertract,a distance of 150.70 feet to a set 5/8"iron rod'with Transysteins cap fof the Southeast corner of tract herein described,the Southwest corner of said.Forrester tract and the Northwest comer of a tract of land as described by deed to'Senor Muffler,Inc.,as recorded in Volume 15796,Page 201,Deed Records,Tairant Coumty,Texas,frdm which a fognd 1/2"iron rod bears N 0020'03"E, 2.92 feet; (6) THENCE 5 77-18'12"W,along the South line of tract herein described,a distance of 1,397.28 feet to a set 5/8''iron rod with Transystems cap; (7) THENCE S 89°58'03"W,along the South lint of tract herein described,a distance of 693.39 feet to the POINT 0.1"BEGINNING,containing 7.200 acre(313,(47 square feet)of land,more or less: NOTE: Basis of bearing is the Texas State Plane Coordinate System,North Central Zone (4202), North Amerim Datum 1983 (NAD 33)(2007) with all distances adjusted to surface by project combined scale factor of 0.9998802448. NOTE: Plat to accompany this legal description No go .. ,r Page 7 of 8 .ur ` Parcel 63 Intebnated Pipeline Project Page.2 of 4 I do certify on this I lih day of June,2012,to F' Dntheind itle Insurance Company and Tarrant Regional Water District,that a survey was mad as per the field notes shown on this survey and is true and correct according to thof the Texas Society of Professional rar Surveyois Standards and Specifications for a Catedition III Survey,and accurate as to the boundaries and areas of the subject prop, and the size, location and type of buildings and improvements, if any, and shows tr locati all visible easements and rights-of-way and the rights-of-way,easements and other matters tsftt 0° s listed in Sehedulc B of the Commitment for No Title issued by First American Titin Insuranco Company, with an effective date of April 9,2012, issued date of April 26,2012,GF#WS 1 636f 22 affecting the subject property and listed in Exhibit. "A-1"attaehed.hereto. aaM '? Except as shdwn on V airvey (r)&4kar.no visible encroachments upon the subject property by visible improvements on adjae nt property, (ii) there are no visible encroachments on adjacent property,streets or alleys t, sny visible,x,+provements on the subject property,and(iii)there are no visible conflicts or discrep This survey substantial es with the current Texas Society of Professional Surveyors Standards and Speeifi a Category 2,Condition III Survey. wrr Timothy A. +. Reostered Profes and Surveyor (a T Texas Registration plumber 5316 tSttt. . hated: r r r w Page 8 of 8 x EXHIBIT "A" PARCEL 63 HIRAM I-ITTLE SURVEY ABSTRACT 930 �� 1 � .i•Y i�E.+iy { mow. 400 200 0 400177-7771 �•� CRAPMC SLATE IN FEET J- 4001 / AL2 p,THER»10.La f / o ' {�'t'pI,P:Rt ♦` E, �;,r.+ - 7/2 L� "IRF OEN£S 1E" 11 R b 70'Ga'E.2.92' -�"' �' N 8• fRoa 5/8'CIRS _ N 89' 58' 03" E 1S 12. ,,.,•J} 7-- -r 05 1O1678,022-L7 ' ? � --"�$�,,.•'•"`a�.213' i� F b t P7,TtS {s Sy�x•+p*• w 5 89' 58. 03 _�1 g2A`J P,O..B..��, 'i Va✓P R t G t E,.2.341,487.737 SSk!}B c (Gkq) { PARCEL 0063 IZ 7.200 AC. { �$ 313,647 SQ.FT. PARCEL 0631 w E. JOWCLL, JR:, AND ELAINE H. JOWELL 1 + INSTR. D20. 07250812 Z ou v 1 { LEGEND '��-------- •• p 0 = MARKER FOUND AS NOTED O < 5/8" CIRS STAMPED TRANSYSTEMS UNE TABLE 40 BEAMING DISTANCE 6 t SANITARY SEWER MANHOLE LI N 0'31'13`• W 150.01' Wal LZ N 89'43"37" E 12.99' NOTE: KNOWN UTILITIES SHOWN- 5/18/2012 l3 S 0.20'03" E 150.70' NOTE: LEGAL DESCRIPTION TO ACCOMPANY THIS PLAT. I vRUR�O oR• SHEE r '1ITLE I .Systems 715 OF rf� EXHIBIT "A» .. 500 WEST SEVENTH STREET g.• ' ' SEGMENT 9, PARCEL 63 SLATEnqo a .. L.E. JOWELL, JR., AND ELAINE H. JOWELL FORT WORTH:TX 76102 IIIIIIARi AT f8T7)339-8950/TELL 1017)336-2247 IFAX) I , -FR-OJ II z 094310- (' ,{ p � PROJECT INTEGRATED PIPELINE PROJECT SCAIFe 1'.100' -`^` BASIS OF OWING IS THE 7ExAS STATE PLANE COORDINATE 9m 81RIM - SYSTEM NORTH CEMRAL 20ME(4202)NOW M{IRICAN D!{TUM �,• 3 QF 4 KVISED DATEI 06-27.2012 1�1--� l PR01E1CT COMOrN D SME FACTOR 0.99A 98 24480 SURFIGE @C Page 1 of 8 Electronically Recorded Tarrant County Texas Official Public Records 216/2013 9:38 AM D213031104 a.,sl PGS 8 4V4.00 Mary Louise Garcia Submitter: AGS NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON,YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEPEST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN TI - PJBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUV,13ER, SPECIAL WARRI�tT_Y DE DWI VENDOR'S LIEN Date: January 31,2013 GrantorSouthwest Bank Grantor's Mailing Address: Southwest Bank P.O.Box 962020 Fort Worth,Texas 761 ? Grantee: Gilberto Cervantes Grantee's Mailing Address: Gilberto Cery P.O.Box 20 Ventura,CA 9 w Consideration: Cash and a not date executed by Grantee and payable to the order of Grantor in the principal am nt ne Hundred Seventy-Five Thousand and No/100 Dollars ($175,000.00). s secured by a first and superior vendor's lien and superior title retained in this dee a first-lien deed of trust of even date from Grantee to Vernon W, Bryant,Jr.,Tr tee. , r Property(includi improvements,if any): Being 99:515 acres, more or less, of land located in the Hiram Ltttle Survey, Abstract 930, Tarrant County, Texas, as more particularly described by metes and bounds on ... Exhibit"A"attached hereto and incorporated herein as if copied In full at this point. Reservations from Conveyance: None Exceptions to Conveyance and Warranty: Grantor has not made, does not make an(, hereby specifically disclaims any warranty, guaranty, or representation, oral or written, past, present, or future, of, as to, or concerning (1)the nature and condition of the Property, including, but not by way of limitation, the water, ... soil,and geology,and suitability thereof and of the Property for any and all activities and uses which Grantee may elect to conduct thereon;(ii) the manner, construction,condition and state of repair or lack of repair of any of the Property or.improvements thereon; and (ill) the compliance of the Property or its operation with any laws, rules, ordinances,or regulations of MW Special Warranty Deed:Southwest Bank to Gilberto Cervantes Page 1 Page 2 of 8 any government or other body. Grantee,by accepting and red6M s instrument,expressly .� acknowledges and agrees that Grantee has thoroughly inspnd a mined the Property to the extent deemed necessary by Grantee. Grantee fu r ac owledges and agrees that Grantee is relying solely upon the inspection, examination, aluatioh of the Property.by Grantee,and that Grantee is purchasingthe Property "WHERE IS" and"WITH ALL FAULTS" basis; and Grantee expressly acknowl es at for the consideration recited r. herein,Grantor makes no Mrranly or represonta' ex r implied,or arisinq by operation of law,Including,but In no way limited to,any w anty o ndition,habitability,merchantability, or fitness for a particular purpose of the Prop It i urther agreed that Grantor has not warranted,and does not hereby warrant,that the or any improvements located thereon now or in the future,will meet or comply with the req ements of any safety code or regulation of the State.of Texas, the county wher Property is located, or any other-authority or. jurisdiction.Grantor does not make any rep r s ons or warranties regarding solid waste,as defined in the Texas Solid Waste Dispos the regulations adopted thereunder or the United States Environmental Protection A gulations,or the disposal or existence in,on +� or emanation from the Property of an� a substance,as defined by state or federat law. Further;this conveyance is made an d subject to any and all restrictions,covenants, conditi6ns, reservations,and ease ts, ' y, relating to the Property, but only to the extent that they are still in effect and sj�w re d in Tarrant County,Texas,and to all zoning laws, regulations and ordinances of u other governmental authorities,if any,but only to the extent that they are still in a late to the Property, liens described as part of the Consideration, and those on Exhibit 'B" attached hereto, which Exhibit "B" Is incorporated herein as if cop' ul at this point. All of the matters set forth hereinabove in this paragraph and in Exhib' be referred to as the"Permitted Exceptions". *M Grantor, for the ation and subject to the Exceptions to Conveyance and Warranty,the Permitte ons,and other matters set forth herein above,grants,sells,and conveys to Grantee Pro together with all and singular the rights and appurtenances thereto in any w to to have and to hold it to Grantee and Grantee's heirs,successors, and assigns foreve, d rantor does hereby bind itself, Its successors and assigns, to WARRANT FOR ER DEFEND all and singular the said Property, subject to the Exceptions to and Warranty,the Permitted Exceptions,and other matters set forth herein above,unto tee and Grantee's heirs,successors,and assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof, when the claim Is by, through,or under Grantor,but not otherwise. The vendor's lien against and superior title to the Property are retained until each note .. described is fully paid according to its terms,at which time this deed will become absolute. When the context requires,singular nouns and pronouns include the plural. SOU ST BANK By. !� me: @rHendrix .- itle:Senior Vice President aw Special Warranty Deed:Southwest Bank to Gilberto Cervantes Page 2 Page 3 of 8 STATE OF TEXAS } COUNTY OF TARRANT ) vlituty This instrument was acknowledged before me on 2013,by Jerry Hendrix, Senior Vice President of Southwest BaJ�dl e e banking association, known to me to be the person whose name is subscthe foregoing instrument, annd acknowledged to me that he executed the sanr;fbt toses and consideration therein expressed,and in the capacity therein stated. ra'1.£TdA AIIN COR RALE$ JJJfff��v}}} Notary Pub& ti State of Texas Notary Public,State of Texas �o=� Comm. psf�t cs-a��at3 �y commission expires: AFTER RECORDING RETURN TO: Gilberto Cervantes P.0.Box 2011 Ventura,t CA 93002 41111, Mr, Special Warranty deed:Southwest Bank to Gilberto Cervantes Page 3 Page 4 of 8 EXHIBIT"A" Being 99.515 acres of land located in the HIRAM LITTL,, '.'K 'Y,Abstract No.930,Tarrant County,Texas. being a portion of the tract of land deb rifted in'th& deed to Duvestco Inc., a Now Texas corporation, recorded in County Clerk's D D204206510, Deed Records, Tarrant County,Texas.Said 99.515 acres of land mg articularly described as follows: BEGINNING at an 1/2"iron and stamped 13eas1 L 50 found at the Northwest corner of Lot 6,Block 1, Vista Oak Addition an addition to t County,Texas according to the plat recorded in Cabinet A,Slide 11031,Plat R s,Tarrant County,Texas,said iron rod being in the West line of said Duvestco tract; THENCE N 00°29' 16" W,a distar4f o 6 4 feet along said West line to a point in the center of Deer Creek; THENCE along the centerline offsai eer eek as follows: 1.N 840 IT 42"E,a distance et to a point; 2.N 840 53'42"E,a distance feet to a point; 3.S 450 36'18"E,a distan of .56 feet to a point; 4.S 766 05'18"E,a di 125.00 feet to a point; 5.N 41012'42" t of 333.33 feet to a point; 6.N 63"07'4 a dis ce of 184.17 feet to a point; 7.N 05150'18"W,a distance of 292.78 feet to a point; 8.N 30°49'42"E,a distance of 286.94 feet to a point; 9.N 050 06'42"E,a distance of 181.67 feet to a point; 10.N 18°44'42"E,a distance of 150.83 feet to a point; 11.N 56°48'42"E,a distance of 477.78 feet to a point; 12. S 80° 06' 18"E, a distance of 304.71 feet to a point from which a 314"pipe found at the Northwest comer of a tract of land described in the deed to Terry W. Bradley recorded in ••• Volume 9626,Page 2090,Deed Records,Tarrant County,Texas bears N 021 40'E a distance of 114.7 feet; Exhibit"A" Page 1 A. Page 5 of 8 THENCE along the East line of said Duvestco tract,as follows: 1.S 02°07'43"E,a distance of 172.51 feet to a point; .A 2.S 00"1 P25"W,a distance of 163.70 feet to a point; 3.S 01°04'34"E,a distance of 373.38 feet to a e po MW 4.S 02°49'57"E;a distance of 390.57 feet to a 5.S 080 44'31"W,a distance of 77.65 fee pint; 6.S 03°22'01"W,a distance of 80.52 fee LN 7.S 00°58'32"W,a distance of 146.4 1/2"iron rod found at the Southwest comer of said Bradley tract being the Northw a of a tract of land described in the deed to Senor Muffler Inc.,a Texas corporation me rde Volume 15796,Page 201,Deed Records,Tarrant County,Texas; THENCE continuing along i ine of the Duvestco tract and the West line of said Senor Muffler tract as follows: No 1.S 02°59'3 1"W,a dist e o 2.54 feet to a point; 2.S OP 24'05"E,a di 299.34 feet to a point; 3.S 000 30'05" to of 315.34 feet to a point; 4.S 10138'0 a dis ce of 239.93 feet to a point; w� 5.S 060 18''05"E,a distance of 328.54 feet to a point; 6.S 00°44'05"E,a distance of 733,57 feet to an 1" iron rod found at the Southeast corner of an said Duvestco tract being the Northeast comer of a tract of land described in the deed to the State ofTexas recorded in Volume 2272,Page 66,Deed Records,Tarrant County,Texas; THENCE N 8915314311 W,along the North line of said State of Texas tract a distance of 100.01 feet to an 1/2"iron rod stamped Beasley RPLS 4050 set at the Southeast comer of a tract of land described in the deed to Donnie L.and Sandy L.Tucker recorded in County Clerk's Document No.D206278178,Deed Records,Tarrant County,Texas; no THENCE along the East and North lines of said Tucker tract as follows: 1.N 00°44'05"W,a distance of 727.28 feet to an 1/2"iron rod stamped Beasley RPLS 4050 set, rr Exhibit"A" Page 2 ■w Page 6 of 8 2.N 06° 18'05"W,a distance of 319.90 feet to an 1/2" iron Paths�ed Beasley RPLS 4050 set; 3.N 10138'05"W,a distance of 67.22 feetto an 1,!2' iron.rod*i meed Beasley RPLS 4050 set; 4. S 89°59'45"W, a distance of 557.95 feet to an-1/21gn rod stamped Beasley RPLS 4050 r" found at the Northeast comer of Lot 36 in said I31ock'1 V6il—&k Addition; THENCE along the North lines of said Block 1 Vi4ta Oa addition as follows: 1. Westerly,42.96 feet along a non tangent curve to the left,having a radius of 150/�q.00 feet,a central angle of 16*24'30"and a chord beaVino $0°50'36"W,42.81 feet to an 1/2;°'iron rod stamped Beasley RPLS 4050 found; 2. S 72°38'21"W, a distance of 16.3 Meet an 1/2"iron rod stamped Beasley RPLS 4050 found; 3.S 54°28'27"W,a distance 01"%1.*qt(o an 1/2"inch iron rod stamped BeasIcyRPLS 4050 found; w� 4.N 590 29'40" W,a distan 96"55 feet to an 1/2" iron rod stamped Beasley RPLS 4050 found; -- �p S.Westerly, 171.45 feet al non tangent curve to the left,having a radius of 350.00 feet,a central angle of 28°04 a chord bearing N 73°25'36"W,169.35 feet to an 1/2"iron rod stamped Beasley gPI: 50 'und; ** 6.N 870 25'37" W.a i# ance of 132.74 feet to an 1/2" iron rod stamped Beasley RPLS 4050 found; �, � 7.Westerly,190.87 feet along a curve to the right,having a radius of 357.00 feet,a central angle of 3V 37 58" and a chord bearing N 72° 06 38" W 188.60 feet an 1/2" iron rod stamped Beasley RPLS 405Q.found at the point of reverse curve to the left having a radius of 917.00 feet and a central angle of 211 59'3T'; 8.Westerly along the arc,a distance of 351.98 feet to an 1/2" iron rod stamped Beasley RPLS 4050 found; THENCE N 78°4603"W,a distance of 332.52 feet to the POINT OF BEGES NING containing 99.515 acres of land. Exhibit"A" Page 3 Page 7 of 8 EXHIBIT"B" The following matters and all terms of the documentserat .'nr offering evidence of the matters: 1. Any discrepancies, conflicts, or slrortaQpS'i>f area or boundary lines, or any encroachments or protrusions,or any overlappinO impments; _. Homestead or community properly ei survivorship rights,if any,of any spouse of any insured; F .� Any titles or rights asserted..i}+ ie,including;but not limited to,persons,the public,corporations,governments or qqtherd e,, x..a� a. to tidelands or la m�r ing the shores oi•beds of navigable or perennial ba gulfs or oceans,or rivers and strcamsy 1 b.to lands beyti of harbor of bulkhead lines as established or changed by any gove c.to filled-i ficial lands,or d.to statuto°`'' rights,including riparian rights,or e,t theea extending from the line of mean low tide to the line or vegetation,or the cess to that area or easement along and across that area. 4, dby s, taxes and assessments by any taxing authority for the year 2013, and subsequent " d assessments by any taxing authority for prior years due to change in land usage or ownership, but not those taxes and assessments for prior years because-of an exemption granted to a previous owner of the property under Section 11.13,Texas Tax Cade,or because of improvements not assessed for a previous tax year; 5. The terms and conditions of the documents creating your interest in the land; 6. All leases, grants, exceptions or reservations of coal,lignite, oil, gas and ether •. minerals,together with all rights, privileges, and immunities relating thereto, appearing in the Public Records; 7. Any rights of adjoining property owners in and to that part of the:Property which may constitute accretion or avulsion by virtue of the possible shilling of the bed or shores of the river,stream or body of water which bounds subject property; 8. Any portion of subject property within the boundaries of any road or roadway public or private; Page 8 of 8 9. Easement dated July 24,1946,executed by Mrs. ruitt,to Texas Electric Service Company,recorded in Volume 1827,Page 249,nee s,T nt County,Texas; 10. Easement dated May 4, 1972, executed b ish, to City of Fort Worth, recorded in Volume 5264,Page 564,Deed Records, an on Texas, and as shown on survey dated May 2007,prepared by Herbert S.CBel11. Permanent Drainage Easement 27, 2006, executed by Duvestco, Inc., to Tarrant County, recorded in Clerks 106041463, Official Public Records, .�. Tarrant County,Texas; 12. Permanent Utility Easement t uary 26,2006,executed by Duvestco. Inc., to Bethesda Water Supply Corporation, c in Clerk's File No. D206041464, Official Public Records, Tarrant County,Terms, own on survey dated May 2007,prepared by Herbert S.Beasley; 13. Pipeline Right of an Easement dated January 24, 2006, executed by Duvestco,Inc., to Barnett Ga recorded in Clerk's File No.D206081625, Official Public Records,Tarrant Co a nd as shown on survey dated May 2007,prepared by Herbert S.Beasley; 14. Pipeline Ri and Easement dated September 14, 2005. executed by Duvestco, Inc., to Barne at .ig L.P., recorded in Clerks File No.D206081626, Official Public Records,Tan-an C exas,and as shown on survey dated May 2007,prepared by Herbert S.Beasley; .�r 15. U a nt dated June 10, 2006, executed by Duvestco,Inc., to Bethesda Water Supply Corpo ,recorded in Clerk's File No.D206320339,Official Public Records, Tarrant Cou exas nd as shown on survey dated May 2007, prepared by Herbert S. Beasley; 16. Permanent Sewer Facility Easement dated March 17,2010,executed by L.E.and Elaine H.Howell,Jr.,to City of Fort Worth,recorded in Clerk's File No.D210118245,Official Public Records,Tarrant County,Texas;and 17. The following matters as shown on survey dated May 2007,prepared by Herbert S.Beasley: a. That portion or part of the land in conflict of ownership overlap in deeds; b. Any portion of land laying in the Zone"X"and Zone"AE"Flood Areas; C. Fences over and across property lines; d. Location of creek on and across property;and r—• e. 24"RCP pipe. PARCEL 2 rw THIS PAGE INTENTIONALLY LEFT BLANK t� PARCEL N0, 29 Bess N. Fish j •��" _ — � 3009 Chevy Chase ^ That we, VOLS�'.'v' PACE564 Houston. Texas -l'7 O(7 of Tarrant County, Texas, for and in consideration of One Dollar $1.00 and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, do grant, bargain and convey to said City, Its successors and assigns, the use and passage in and along the following parcel or tract of land situated in Tarrant County, Texas, In --Gepd-Fiee with the pink heFete attashe to-wit: 3.50 Permanent Easement: JUH Z3 7Z 6 9 6 8 9 LS'-'WD t. A strip of land twenty (201) feet in width over. under and across a portion of a tract of land out of the Hiram Little Survey, Abstract 930, belonging to Bess M. Fish, as recorded in Volume 3660, Page 399, Tarrant County Deed Records, Tarrant County, Texas; said strip ' of land to be composed of two parts, each part to extend ten (10') feet right and ten (101j feet left from the sanitary sewer center line described below for Part 1 and Part 2, said strip of land to be used for the purposes of constructing, operating and maintaining a sanitary sewer, with the usual appurtenances and necessary connections thereto; The center line of said sanitary sewer to be as follows: Part No. is Beginning at a point in the west.property line of the said Bess q.'•F,ish tract,.said point being south along the sa4d west property line a distance ot•-42� 3 feet fCom the north- west corner of said tract, said corner- lying in the center line o'F-°D�,Creek, Thence proceed N. 74°58'10" E. a distance of 702.52 feet to a ;t tt, Thence proceed N. 60°42113" E. a distance of 1450.17„feet t¢Ka point, ^(said point being the intersection point of Part No. 2 described below.) Thence proceed N. 6°581•40" E. a distance of 744.2 feat tss a point_in the north property line, said tract in the center line of Deer Creek, said point b6ing'west a distance of 14.4 feet, Thence S. 6°58140" W. a distance of 83.7 feet from(23 rrw.o.t corner of a tract of land belonging to J. L. Forrester, as recorded in Vol. 8, Tarrant County Deed Records, Tarrant County, Texas,Said twenty foot -wide strip of land contains 57,93 .33 Ac.t) r Part No. 2: , Beginning at a point in the south property lin said Bess N. Fish tract and in the north right-of-way line of State Highway F.M. , said point bein8 west along the �. said south property line a distance of 193.8 the southeast corner of said Bess H. Fish tract, Thence peoceed N. 10°25'52" W. a distance* 1•feet to a point; Thence proceed N7 ! E. a distance of; 3. feat to a point of intersection with the center 1 ine I2414iI ed under Part No Said twenty foot wide strip of land contaft 64,918 sq. ft.t (1.49 Ac.t) Said Part No. 1 and Part No. 2 twertty.f64,,�qide strip of land contains a total of 122,856 sq. ft.t (2.82 Ac.)t Temporary Construction Easement It is further agreed and understod" a the City of Fort Worth, Texas, will be permitted the temporary use of two (2) ad tion` strips of- land, each forty (401) feet'in width, one lying to the right of and o g to the left of, and both parallel and adjacent to, the above described twenty (, o wide permanent easement in Part No. 1 and Part No. 2, said forty (401) foot wide4trip-of land to be used for the purpose of constructing the said sanitary sewer''_ Upon completion of the coristructton of the said sanitary sewer and it acceptance by the City Council of the City of"Fo'rt Worth, Texas, all rights`granted within the above described temporary tgltgtructlon easements shall cease and all operations, maintenance and repairs shall be cAflne4,to the above described twenty (20') foot wide permanent easement in Part No. i and Part No. 2. Said-temporary construction easements contain 387,526 sq. ft.t (8.896 Ae.t). (See Attachment) c i It Is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the above improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. WITNESS NTV hand"this, the day of A.D. 19 10 a� 60200 yv. _.._...._..... .._.,..._.. .'lL...,iTwS:4�z?:a:>,:, -0'.. S :." ^t•. >_a.ay'.e•it 'q 4N • s .. • � •,: ...--Via'•:.. ' ': .:• .��'„ '_ ',.•• w-4r1fi6i•� iJlid-' �-b r.«...rs.....�.-.(iN..•a�'.. .—n.1...1... 7 _ t ; THE STATE OF TEXAS COUNTY OF TARRANT X JEFORE ME, the undersigned authority, on this day personally appeared {.? and his wife, known to me to be the persons whose names are subscribed to-the foregoing instrument, and the said acknowledged to me that he executed the same for the purposes and consideration therein expressed. And f, rw the said wife of the said . having been examined by me privily and apart from bar husband, and havin the same fully explained to her, she, the said . acknowledged s instrument to be her act ani deed, and declared that she had willingly signed the same for purposes and consider- ation therein expressed, and that she did not wish to retract t GIVEN UNDER MY HAND AND SEAL OF OFFICE., THIS day of A.D. 19 Ago> Notary Pubilc in and for Terrant County, Texas L IMP THE STATE OF TEXAS COUNTY OF TARRANT X i BEFORE ME the undersigned authoritt s da .( i<SS F i5 g , . y personally aQQeared known to me to be the pers n whas3';nam0•.is , bscribed to the foregoing instrument, and acknowledged to ma that execute�d same_ for the purposes and consideration I therein expressed. • GIVEN UNDER MY HAND AND SEAL OF OFFICE, THIS +T&day of A Not ry Public in and for Tarrant County, Texaa_, 1111404 yx• �ll;l••'% THE STATE OF TEXAS COUNTY OF TARRANT X !•llil lff4lEli\\\\\\\\. BEFORE ME, the undersigned authority, on this day personally appeared —',wife of . known to me to be the person whose name is subscribed + to the foregoing instrument, and having been examined by me privily and apart from her husband, and having the same fully explained to her, she, the said acknowledged such instrument to be her act and dead, and she declared that she had wllingly signed the same for the purposes and consideration.theralh expressed, and that she did.not t wish to retract it. GIVEN UNDER MY HAND AND SEAL OF OFFICE, THIS the day of . A.D. 19•_,__. d A Notary Public in and for Tarrant County, Taxes . . i �a5264 ta565 M z ;x+,`:r�`v�:r►eq'd:.lry`'dti Jf __.. �. .'BSM —+• .:.5' AYi.::.1:..,:'4 PO 3-i�'i";). r•�+ Bess N. Fish ~ VOLD(—D! PAGE566 3009 Chevy Chase Houston, Texas 77019 f• ATTACHMENT TO PARCEL NO. 29 1. Owner and Lessee requires a protective fences^ to be erected along said proposed sewer line prior to commencement of construction. Mr. Don Carr, y Lessee, (Phone 293-1479) will designate exact location therefor. •'2. it is understood under the terms of this easement that trees to proximity of said sanitary sewer painted with whitewash will not be damaged. A. It is further understood that the top )2" of salt over proposed excavation will be scraped to one side and stockpiled and replaced on top of remaining backfill, except that no rocks will be left on surface of completed backfill. ✓ . it (s further understood that backfills, especially a aturai drainage crossings, will be performed in such a manner as to mi ite future erosion. 5. it is further understood that owner will be grant e 1 4" tap (nto said sanitary sewer at designated location on o is , op' ty. b. iT IS FU2r - v>spsz-o©� w t c_1- 9Z R44-b h L g 3S o a Foe 17. >p•M,,�(,,��5 � ����� � l�M • Co�S +.ILUc.Y f 0A)• ro 2,j&7;` t3 .. ti.»...�..��„t4` .aSe"'r•'•'rri►t.^+'r.-'�".+,�,f �. Irl + S s4+Vrssrr.w�..n...... 1 1 111111 .. 71 --- ---- - Y EASEMENT ,;. From: Bess N. Fish Citdddj?,,,tf, Fort North • •_ _Project _Exte siotlof VillaCreel)" 4> l •j ( 'c t•;'' ,: .Sanitary Scher CollectoY M�in .-� No. 106-14000-1191 Parcel No. 29 ti6C•7-4042 Date: 5-2T-72 .�• � - - .. _ hyo g as ?i,�"' - »~Y' 1 Return to: •"� City land Office 1000 Throckmorton - - •'+ Fort Horth, Texas 76102. 5 Q-6 R}�r PARCEL #38 V. M. Hoaldrldge; et. al 16.100 Ravenwood Dr.-ft..Worth,_ Tex. 4544 - 35- 211 1 That we, ..•-Z-V'11 45 011-12 0 - dfic 6 •-'�lD3 2.50 .1 of Tarrant County, Texas, for and in consideration of dollare and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, do grant, bargain and con- vey to said City, its successors and assigns, the use and passage in and along the fallow- Ing parcel or tract of land situated in Tarrant County, Texas, dn --co-dam— wUh the plat .r- -`• wed, to-wit: PERMANENT EASEMENT ti A strip of land 20 ft. in width, over, under and across a portion of a tract of land owned by V. M. Hoaldrldge, et al, out of the.Hiram Little Survey, A-930, as recorded to Vol- 3450, P. 1353 Deed Records of Tarrant County, Texas; the center line of said strip of land to be collinear with the sanitary sewer centerline described below; said strip of land to be used for the purposes of constructing, operating, and maintaining a sanitary sewer,, with the usual appurtenances and necessary connections thereto; the center 14n& of sold sanitary sewer to be.described as follows: Beginning for point of reference at the northeast corner of the said Hoaldrldge tract; Thence S.0°14'E. along the east line of the said Hoaldridge tracs 424.3 ft. to the point of beginning, and the east end center dine of the said sanitary�,,sgwer; Thence, proceed S. 74°58'10'41., 983.31 ft. to the P.C. of a cyrve`1p the left; ✓ Thence, continuing to the end of a 107.51 ft. segment of tha;Said,;'iUrve; The segment of i said curve having a central angle of 10°1610010, and a ra 1`4QA ft. -and terminating at a point in the northwest line of the said Hoaldrldge ; a the'center of Deer Creek. ,.. Said permanent easement contains 21,820 sq. ft. CONSTRUCTION EASEMENT It is further agreed and understood that-the cityorth will be permitted- the use of two (2) additional strips of land, each forty (40 eet in width, one lying on each side of, parallel and adjacent to the above d ibed twenty (209 foot wide permanent easement; said additional strips of land to be for the purpose of constructing the said sanitary sewer. Upon,completion of the construction of tFg s a tory sewer, and its acceptance by the City Council of the City of Fort Worth, h ;ag granted within the above described construction easement-shall cease, and all-9 ", maintenance and repairs shall be confined to the above described twenty (ZD'J wide permanent easement. ,.„ Said construction easement contains. `g ft. e(� I S F U tL-Yt1�2S'C�1J 't" `�" v1JE�{� t OT C> Ti Mme. e AoPEkS y F0 CT UP DMT06D T"—r D3LA1414FI L L _ ���� �� � �R-HIED k�uEt�T �U"CU2 .izt9S(off �A-t�+u 4folvTA-c-7 0CUxJ AErk POIZ- t"..A-c-z It is intended by these presents to convey a right-of-way to the said City of Fort Worti% to maintain and construct the above improvements, with the usual rights of ingreas "and agrees in the necessary use of such right-o£-way, in and along said premises. am WITNESS hand_this, the day oAf toA 19 LvK5324 Pic M bot �GfI RS •. -. :.3;r7�"•.'/n:3 .. -awvs•.aXw * r �,., r v:,(,: _ r7- tt x.I�.a:t:: rw..rw..RLa.As�•7 ti•^%�'•v A- -��. _ �vo�5324..W250 . . THE STATE OF TEXAS X t+7 COUNTY OF TARRANT X BEFORE ME, ,the undersigned authority, on this day personally appeared-- and , his wife, known to me to:be the persons whose names are• t epbacribed to the foregoing instrument, and-the saidt acknowledged 'to me that he executed the same for the purposes and consideration thersinexpressed...Arid. the said , wife of the said ; having pip been examinedbyme privily and apart from her husband,-and having the same fully explained to her, she, the said , acknowledged such Ynetrument to be her act and deed, and declared that she had willingly signed the same for the purposes and consider- ation therein expressed, and that she did not wish to retract it. GIVEN.UNDER.MY HAND AND SEAL OF OFFICE, THIS day of . A.D. 19 ? t-� o . ....R..'t '� see t T A Public in.and for Tarrant ounty, Texas THE STATE OF TEXAS X r COUNTY OF TARRANT X lZ�t�f�AaJ I�,NOAt.D t i BEFORE ME, the undersigned authority, on this day personally appeared UE► old M �D10LD2/Oz� � known to me to be the.person whose name is subscr bud to the•foregoing instrument, and acknowledged to me that a 4f-Y executhd the ria or the purposes and consideration therein expressed'. �77--- ` i GIVEN UNDER MY NAND AND SEAL OF OFF , GHI day of .J UU Jl�� A.D. 19�� . A Notary Public in and for,Tarrant t, County, Texas_ - THE $TATE OF TEXAS X j'• +' ` '� t COUNTY OF TARRANT '..4;�v` 1;•`.r _ t` I BEFORE ME, the undersigned authority, on this day personally appeared , T •i wife of , known to me to be the person whose name•is subscribed to the foregoing instrument, and having been examined by me privily and apart from her. Husband, and having the same fully explained to her, she, the said , I acknowledged such instrument to be her act and deed, and she declarad that she'had.wi,l-lingly I signed the same-for the purposes and consideration therein expressed, and that she did not wish to retract it. , GIVEN UNDER HY HAND AND SEAL.OP OFFICE, THIS the day of , A.,D. 19 A Notary Public in and for Tarrant County, Texas { �, fir. ,^���41..�_� _ _ �• .. �i"h• S a .t i�X �R;•^�_Y .. � . . . ^T' =. EASEMENT - - - From: V.M. Roaldridge, et al To: City of Fort Worth 3 MD t 2 a { 'PcoJeet: Extension of Village Creek - ± ��-- ^� CM O k .E +SanitaryrySever J\ � p & COIICCCOL Main s � ��2E:; o lob_laaoo-1151 a� ccs K EDM6C L-G092 1 Y: -+: Return to: City Land,Office - 1000 Throckmortan Fart'Worth. Texas 76102 4 - Page 1 of 18 f�f T ( Electronically Recorded Tarrant county Texas M325 PARALLEL Rib6PIMB&IVEIPPER.VILLAGE CR�9k2111",'" AM D210108602 SANILPGS 1F, SSA na Parcel#2 Suzanne Henderson Submitter"X�'C -r Doe#3650 12195 Oak Grove Rd S Tract 27,Abstract 930,Hiram Little Survey rLAMQ TITLE , STATE OF TEXAS § b.4'e_ § KNOW ALL M BY TFSE PRESENTS COUNTY OF TARRANT § CITY OF FERT WORTH PERMANENT SEWER EA9WTY EASEMENT AND TEMPORARY CONS; ,UCTION EASEMENT r I DATE: GRANTOR: BH ASHFORD PARK,L.P ,:- GRANTOR'S MAILING ADDRESS(including County): 550 BAILEY AVE,$Ti;235;FORT WORTH,TARRANT COUNTY,TX 76107-2100 GRANTEE:CITY OF FORT NYt)11114 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 three parcels of land out of that certain 61.970 acre tract of land situated In the Hiram Little Surrey,Abstract No. 930 as conveyed to BH Ashford Park,L.P. by deed recorded In Instrument Number D205031703 Deed Records, Tarrant County, Texas, and being more particularly described in a Permanent Sewer Facility Easement in Exhibits "A and 'B", and two Temporary Construction Easements in Exhibits"C"and"D" Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby - grants, sells, and conveys to Grantee. Its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility,hereafter referred to as"Facility". The Facility includes all Incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, Junction boxes In, upon, PERMANENT SEWER FACRnY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev.0912008 ■s e� Page 2 of 18 ®u , under and across a portion of the property and more fully described in Exhibits "A' and '13% ,. 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; and a temporary r construction easement, as described in Exhibits 'C' and T', attached hereto and made a part hereof, to use In connection with the construction of said TarJity, sold temporary construction easement to expire upon completion of construction and accep•tanoe by Grantee of said Facility. In no event shall Grantor(i)use the Property in anyanner i�-hich interferes In any material way or Is inconsistent with the rights granted hereunder, (iI) erect or permit to be erected within the easement property a permanent structure or building,including,but not limited to,monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit However,Grantor shall be permitted to`maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore lb,%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 Caserrrent which may have been removed,relocated, altered, damaged, or destroyed as a 'result of ttria Grantee's use of the easement granted hereunder. Provided, however, that Grarltoc snail 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 aWve-described permanent 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 doea,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. TO HAVE AND TO HOLD the above described temporary construction easement,together with,all and singular, the rights nrd appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors anJ assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind thems*es, their heirs, successors,and assigns,to warrant and defend, all and singular, sat semenf unto Grantee, Its successors and assigns, against every person whomsoever lawfVy clr tming or to claim the same,or any part thereof. When the context requires,singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement,the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FAGLRY MENENTArm iEMPORARY CONSTRUMM EASUMENT Rev.0WMM Page 3 of 18 . t GRANTOR:BH Ashford Park,L.P. GRANTEE:City of Fort Worth a Texas limited partnership By:B&H Management,Inc. r a Texas corporation Its general partner }dp Fernando,Qqcld AssistanCt ty Manager ert H.Barham,President APPROVEQ AS TO FORM AND LEGALITY fists Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS §� COUNTY OF TARRANT BEFORE ME,the•tutr�e�rsig ed authority,a Notary Public In and for the State .,r.,ton this day personally apse d`f' iert H. Barham.President of B&H Management, fnche general partner of BH Ashford Pa&, P.,known to me to be the same person whose name is subscribed to the foregoing instrkAWL and acknowledged to me that the same was the act of BH Ashford Park. L.P..and that he/shetd the same as the act of said BH Ashford Park.L.P.for the purposes _ and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -?!2_day of IJL 20,. FRONNA D PATNOF 3 Notary Public In and for the State of Texas r N.-.'VPublic,Stato of Taxes MCommission Expires May 22,2010 w PERMANENT 8EVQ R FACIL"EASEMEMAND TEMPORARY CONSTRUCTION EASEMENT RM.0812008 Page 4 of 18 ! ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § ffi BEFORE ME, the undersigned authority, a',N otary Public in and for the State of Texas,on this day personally appea Fernando Costa'Assistant City Manager of the City of Fort Worth,known to me to be the same person whose name is 60scribed to the foregoing Instrument, and acknowledged to me that the same was the act of th Qty of Fort Worth and that he/she executed the same as the act of the City of Fort Worth-'k!-,i'e purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1.2 day of ` ._.�201 �"`RA EVONIhDANlE13 ��,���, MV COMM 3910N ExpiaF , + ,k,iyt0.2als otary Public in and-for the State of Texas PERMANENT SEWER FACILTTY EASEMENTANO TEMPORARYCONSTRUCMN EASEMENT TW.Q017000 I Page 5 of 18 ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent$;g 0e,r Facility Easement and Temporary Construction Easement (the 'Easement""rnodifie ',the Easement as follows: Notwithstanding any provision in the Easement to tha contrary: 1. Grantee agrees that Grantor may install anis maintain a Driveway, Jogging Trail or Parking Lot over the Easement Property Ira es much that such Jogging Trait or Parking Lot does not expressly interfere In any material way or is inconsistent with the rights granted hereunder. 2. Grantee agrees that Grantor may construct and maintain an earthen swale for drainage purposes across Grantees easement.`ecility in as much that such earthen Swale does not expressly Interfere in any material way or is inconsistent with the rights granted hereunder. Based on the;911/2008 plans,for the drainage swele as prepared by Teague,Nall and Perkins,Grantee approves the grade of the Swale with respect to the proposed sanitary sewer. 3. Grantee agrees that Grantor may Install playground equipment within the Easement Property In as much that such playground equipment does not expressly interfere in any material way or is inconsistent with the rights granted hereunder. � 4. Grantee agrees that nothing will be installed above the surface(including goose neck vent pipes)except for manhole covers that will be no more than 1 inch above grade, 5. Grantor she be srtttled to convey other easements encumbering or which may encumber C drasement Property to others provided such other easements do not unreasonab ir•tu-fe�o with the use of Easement Property by Grantee for the Facility. Within the exclusive portion of the Easement Property such other easements may not run parallel.to Facility;however,such other easements shall be allowed to cross the Facility at angles from 60 to 90 degrees. GRANTOR:BH Ashford Park,L.P. GRANTEE:City of Fort Worth a Texas limited partnership By:B&H Management,Inc. a Texas corporation Its general partner w j ,,endo Co. R Assistant CIN,Manager 4RortBarham,President APPROVED AS TO FORM AND LEGALITY q"- ",04 Assistant City Attorney ww 5 t Page 6 of 18 w ACKNOWLEDGEMENT STATE OF TEXAS § ! COUNTY OF TARRANT § r� ! BEFORE ME,the undersigned authority, a Notary Pubis in and for the State of Texas, on this day personalty appeared Ephert H. Sarham, President of B &_H Manacement,inc.,the general partner of 13HAhford ark.L.P. 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 BN Ashford Pad:. L.P.and that he/she executed the same as the act of said BH Ashford Park —P. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND ANDDSF-AL QF OFFICE this .11 _day of ani. . sa,zo k u Notary Public In and for the State of Texas ACKNOWLEDGEMENT STATE OF Tt § COUNTY b RRAdT § Randle f�at-w a act �- BEFORE ME,the undersigned authoritkmando Notary Public In and for the State of Texas, on this day personally appeared 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 20t(), t r C'�'� i EVOrQApANEtg l�� reroHar>f Notary Public In and for the State of Texas ,Aly 1Q 2018 I Page 7 of 18 EYP"A" Real Property Description of a Variable Width and a -- 35-Foot Temporary Construction Eas out of a 61.970 Acre Tract of d -- situated in ti,°ry Hiram Little Survey,A- 0 Being two parcels of land out of all that certain 61.9'i 0 acre`tract of land situated'in the Hiram Little Survey,Abstract Number 930 as conveyed J„rora Vark,L.P.by deed recorded in Instrument Number D205031703,Deed Records,Tarrant County,Texas for the purpose of constructing a sanitary sewer system and its appurtenances in the adjacent proposed variable width permanent sanitary sewer easement and being more particularly described as follows: Parcel 1 Beginning at a point in the West most Northwesterly line of said BH Ashford Park tract and the Southeasterly line of a 4.475 acre tract of land situated in said Hiram Little Survey as conveyed to Danny Miller by decd recorded in Volume 9816,Page 1844.said Deed Records, from which a 5t8"iron rod with a yellow cap stamped'A.N.A.'set in the East line of Oak Grove Rd.(County Road Number 1004)for the South comer of said Miller tract bears South 21 degrees,36 minutes,48 seconds West,153.55 feet and South 39 degrees,31 minutes,18 seconds West,35.00 feet; Thence:with the common line2t'ftiaid BH Ashford Park tract and said Miller tract,North 21 degrees, 36 minut"s 48 seconds East,46.63 feet; Thence:departing the common line of said BH Ashford Park tract and said Miller tract,North 54 degti01 minutes,48 seconds East,47.37 feet; Thence:North 74 degrees,21 minutes,33 seconds East,1,048.49 feet to the East line of said BH Ashford Park tract and the West line of a 99.515 acre tract of land situated in said Hiram Little Survey as conveyed to L.E.and Elaine H.Jowell,Jr,by deed recorded in Instrument Number D207250812,said Deed Records; Thence:with the common line of said BH Ashford Park tract and said Jowell tract,South 00 degrees,30 minutes,30 seconds East,27.12 feet,from which aW'iron rod with a yellow cap stamped'Beasley'found in the East line of said BH Ashford Park tract for the Southwest comes of said Jowell tract and the Northwest comer of Block 1,Vista Oak Addition,an addition to the City of Fort Worth as recorded in Cabinet A,Slide 11031,Plat Records,Tarrant County,Texas bears South 00 degrees,30 minutes, 30 seconds East, 929.18 feet; Thence:departing the common line of said BH Ashford Park tract and said Jowell tract,South 74 degrees,41 minutes,40 seconds West,980.67 feet to the beginning of a curve to the left having a radius of 590.00 feet; -- CFW SS M-325 I EASEMENT 2 1 BH ASHFORD PARK,L.P.TRACT I TCE 1 OF 3 Page 8 of 18 Thence:with said curve to the left,through a central angle of 04 degrees,43 minutes, 28 seconds an arc distance of 48.65 feet(the long chord of=which bears South 72 degrees,19 minutes,56 seconds West,48.64 feet); Thence:South 54 degrees,01 minutes,48 seconds West,90.44 fE t to the place of beginning and containing 25,844 square feet of land,more or legs,of which 21,726 square feet of land,more or less are within an existing permancInt sartiiruy sewer easement as conveyed to the City of Fort Worth by decd recorded in Volume 5324,Page 246,said Deed Records,for a net are of 4,118 square fee of land,snore or less. Parcel 2 Beginning at a point in the West most Northwesterly line of said BH Ashford Park tract and the Southeasterly line of a 4.475 acre tract of land situated in said Hiram Little Survey as conveyed to Danny Miller by deed recorded in Volume.9816,Page 1844,said Deed Records, ,. from which a 5/8"iron rod with a yellow cap stamped'A.N.A.'set in the East line of Oak Grove Road(County Road Number 100)for the South comer of said Miller tract bears South 21 degrees,36 minutes,48 seconds West,13.64'feet and South 39 degrees,31 minutes, 18 seconds West,35.00 feet; Thence:with the common lines ` Ashford Park tract and said Miller tract,North 21 degrees,36 minutes; East,65.29 feet; �. Thence:departing the common lift"` aid BH Ashford Park tract and said Miller tract,North 54 degrees,01 minutes,48 seconds East,138.07 feet; Thence:North 74 degree,,21 minutes,33 seconds East,1,019.26 feet to the East line of said BH Ashford Park tract and the West line of a 99.515 acre tract of land situated in said Hiram Little Survey as nveyed to L.E.and Elaine H.Jowell,Jr.by deed recorded in Instrument Nu mbcr D207250812 said Deed Records; ,. Thence:with the cdntrnan line of said BH Ashford Park tract and said Jowett tract,South 00 degrees,30 minutes,36 seconds East,36.26 feet from which a W'iron rod with a yellow cap stamped'Beasley'found in the East line of said BH Ashford Park tract for the Southwest comer of said Jowell tract and the Northwest comer of Block 1,Vista ,., Oak Addition,an addition to the City of Fort Worth as recorded in Cabinet A,Slide 11031,Plat Records,Tarrant County,Texas bears South 00 degrees,30 minutes, 30 seconds East,852.70 feet; ,. Thence:departing the common line of said BH Ashford Park tract and said Jowell tract,South 74 degrees,21 minutes,33 seconds West,1,003.52 feet; Thence:South 54 degrees,01 minutes,48 seconds West,186.91 feet to the place of beginning and containing 41,089 square feet of land,more or less,of which 546 square feet of land,more or less are within an existing sanitary sewer easement as conveyed to the City of Fort Worth by deed recorded in Volume 5324,Page 246,said Deed Records for a net area of 40,543 square feet of land,more or less. CFW SS M-325 I EASEMENT 2(BH ASHFORD PARK,L.P.TRACT I TCE .. 2OF3 Page 9 of 18 Note:Surveyed on the ground November 2009 Note:Bearings are relative to True North obtained from GI , 'oning Satellite System (GPS)Observations,North American Datum 1983(NAD tate plane Coordinate System,North Central Zone.Note:In accordance with the Texas Board of Prof onaurveying General Rules of Procedures and Practices,663.19(9),this"Repare nsitReal Property Description included herein and the Map of Survey attached herewith-, Note:In accordance with the Texas Board of ProfessionaYIand Surveying General Rules of Procedures and Practices,663.19(7),"T'he clte4; shruments are not necessarily the current owners of the subject property,but are the dercuncvntaining the descriptions of the boundaries as surveyed. °F... F .5500 w supv S evin Wendell,RY I,,5,#5500 March 15.2010 Date CFW SS M-325 I EASEMENT 2 BH ASHFORD PARK,L.P.TRACT TCS 3 OF 3 - PawdWEft'%* 99.515 AC TRACT HIRAM LITTLE SURVEY. A-930 BLOCK 1 Scale. N.T.S. APPARENT OWNER: VISTA OAK ADDITION L.E. 6 ELAINE H. JOWELL. JR. Z .? CAB. A. SLIDE 11031 INST. #D207250812 P,R., T.C., TX D.R.. T.G. TX "^ EXISTING 20' PERMANENT SANITARY SEWER EASEMENT .+•y fF �;, VOL. 5324, PG. 246 C' D.R.. T.C.. Tx EXISTING 10' TEMPORARY MAP OF SURVEY UTILITY EASEMENT ,.. 5HOWING A INST. #D205121981 VARIABLE WIDTH I ;, F D.R.. T.C.. Tx AND A 35.00 FOOT TEMPORARY CONSTRUCTION .* EXISTING 15' PERMANENT t, EASEMENT SANITARY SEWER EASEMENT OUT OF A INST. P0206053401 \61.970 ACRE TRACT D.R.. T.C.. TX SITUATED IN THE HIRAM LITTLE SURVEY. r `•. 61.970 AC TRACT A-930 ` HIRAM LITTLE SURVEY. A-930 APPARENT OWNER: 8H ASHFORD PARK. L.P. e I INST. *OD205031703 O_R.. T.C.. TX RCEL 2 i t PROPOSED 35.00 FOOT TEMPORARY CONSTRUCTION EASEMENT' RCEL 1 Yr. TOTAL AREA: 41.089 SO. FT. +/- PROPOSE[�, J E WIDTH N �� AREA W/IN EXISTING SSE: 546 SO. FT. TEMPORARY CONST, C EASEMENT i; NET AREA: 40.543 SO. FT. TOTAL AREA A 2 44 SO. FT. +!- � AREA WIN EX157ING55 *�50. FT. NET AREA. ,185'SO. FT. 3.24 ac rRAc HIRAM LITTLE SU E4. ;ti ; PROPOSED VARIABLE WIDTH A-930 PERMANENT SANITARY SEWER EASEMENT APPARENT OWNER: 1' BARNETT GATHERING. ...P. WA DA FRANCES BOULDIN Y 10' PIPELINE EASEMENT VOL. 8235. PG. 1342 (NON-EXCLUSIVE) D.R.. .0 . TX � Ly [NST. #0206088401 D.R.. T.C.. TX i• 4.475 AC TRACT {. • HIRAM LITTLE SURVEY. V A-930 APPARENT OWNER: ,�. DANNY MILLER VOL- 9816. PG. 1844 TARRANT COUNTY U.S.. T.C.. TX R.O.W. PARCEL ", VOL. 13416. PG. 489 ` e 00. 1�1 D.R.. T.C. TX DRAWN BY: SKY A.N.A.00NffMTANTB.I..L.C. DATE: 03/15/70 1'1611Iwe�db618 !00fto «owd SHT. NO. .+ IDS-1�_T1II&S- o► > 7�75:81 1 of s DWG NO•: EASEMENT 2 TCE per IP6 7Jm=76100 JFm qL�O A.N.A. PROJECT NO.: 061020 Fm 1:1v4Bl1'!J )� BLSW Page 11 of 18 100-001 soolet 10-100' 35.00' •r j; PROPOSED VARIABLE WIDTH ^� )• rte'.', PERMANENT SANITARY r: SEWER EASEMENT Z •',• `,�ct�t N J n isW 61.97D AC TRACT HIRAM LITTLE SURVEY, A-930 APPARENT OWNERS: BH ASHPURD PARK. P. INST. +40205031TO3 T.C.. TX �.k o PARCEL 1 _ '' " PARCEL 2 PROPOSED VARIABLE PROPOSED 35 FOOT WIDTH TEMPORARY '.`. 'TEMPORARY CONSTRUCTION CONSTRUCTION * EASEMENT EASEMENT .iA:i`% ^- s•:, r�° '• BARNETT GATHERING. L.P. CV01 'y,4 10' PIPELINE EASEMENT INON—EXCLUSIVE) "'i'; •,r'?•,.,, INST. #0206088401 O.R.. - .C.. TX 48+ 4.475 AC TRACT- HIRAM ..ITTLE S6kVtY. `?' P.O.B. A-930 `48.63' 74,6z r�: PARCEL 2 APPARENT OWNER: P.O.O. s3, V DANNY MILLER PARCEL 1 29. 2 VOL. 9816. PG. 1844 13'64' TARRANT 35.00 COUNT D.R.. T.C.. TX S 39° 1'18" W R.O.W. PARCEL -- VOL. 13416, PG. 489 D.R.. T.C., TX YOV140 Qy0041 Q (C CV01 „ A - 4143'28' 0 5 °01 48 R - 590.00' S 54°01 48 W 90.44 0.- 48.65' L034,01'48" 1311-OT, r.- 48.64' •0 48 rD - S 72619'56" W DRAWN 8Y: SKW A � � jos CMULTA� "C. DATE: 03/15/10 �+" Oogode08;oe: DyiL 061Jee SHT. �D, DWG N0.t EASEMENT 2 TCE 2 OF 3 oaH.u.rwar�LLa 170tYir�laR8d0�610 30G4Admoel84rk RodTP ( 71 76107 > _ 73301 A.N.A. PROJECT NO.: 061020 1 33s•11A10 p 631.3327 Page 12 of 18 99.515 AC TRACT HIRAM LITTLE SURVEY. A-930 BLOCK 1 n APPARENT OWNERS: VISTA OAK ADDUTI'ON L.E. 6 Elaine H. Jowell. Jr. CAB• A. SLIDE 11031 40 22 INST. #0207250812 . , ,f "f P.R.. T C,. TX O.R.. T.C.. TX 36 26 27.12' /TAMPED 52.70' RE SLEY' S 00130'30" E ''�• EXISTING 10TEMPORARY UTILITY EASEMENT INST. UD20GI21981 • r D.R.. T.C.. TX� Scolez 1 =100 EXISTING 20' PERMANENT :i.'° u' SANITARY SEWER EASEMENT _ z =?• -� VOL. 5324. PG. a p •?S'� �, m ;: D.R.. T.C., TX,'<*, ¢ � :'•;..f = 61.970 AC TRACT ;, !'�g �',•. a w '}.• n H1RAM LITTLE SU)�Vzr." ,,,i o : f•y A-430 APPARENT OWNMR' BH ASHFORD PA{�K•* L PV ``:+° EXISTING 15' PERMANENT INST. 9020503i'70� � "•_ o � � 1 .�.; . SANITARY SEWER EASEMENT D.R.. T C - .R i 3oi tet? INST. #0206053401 PARCEL 1 ;4� �'•;�. D.R.. T.C.. TX PROPOSED VARIABLE :?r,a' - ,:,.._• 111I6TH TEMPORARY a PARCEL 2 CONSTMICTION EASEMENTm '1 PROPOSED 35 FOOT ,•{ TEMPORARY CONSTRUCTION ;�• .;� EASEMENT 'ARNETT GATHERING. L.P. - `.`Y :i• 100.00' 11WPIPELINE EASEMENT = �.4, 35.00' ^�'fNON-EXCLUSIVE! a ':' PROPOSED VARIABLE WIDTH "'INST. 00206086401 ` '•' PERMANENT SANITARY D.R.. T.C.. TX � � SEWER EASEMENT CS SN...:s.Ks VJ14 YiP, e 55QG e.V.. e•'''C' stn t Natal 0enatw o SYS' IRS w/Yel low cap stooped 'A-N.A.' !-h*`•• •••' d Not:, Surveyed an tie ground November 2009 .Si1R*1�^- Note, Bearings are relative to True North abatolned from 0labol Posttlonln0 Satellite System(CPS) Observations. North American Datum. 1987 tNAO 931. T*Kcs North Cenirdl Zone. Natal In acwrdonas with the Texas Dowd of Professional Land Surveying 5. N i5vin W'an7ali R.P.L.S. #5500 General Rules of ProceE,ree and Practices. 661.19191. thin repart' omnetsts of the Nap aF Survey Included herein and a Real Property I lAlarch 15. 2010 Oescrlptlon. attached herewlth. Note, In accordance with the Texas Board of Professional Land Survaytnq GATE General Rules of Procedures and Procticsad. 663.19tT1. *The cited instruwnts are not necessarily the arrant owners of the subject property. Out are the documents oantalnino the descriptions of the baundarles as surveyed.' DRAWN BY,. SKW I&L &NA CONMUMM".C. GATE: 03/15/1AL EL cmaimbofilm 0 G NO EASEMENT Z TCE _ ]7DI!! >e9q�!le610 30D110zi®mt6lmlat 3 OF BHT. _ oow.arwirn��� 7WWe�,Tm6716IW 71x:7=1 A.N.A. PROJECT NO•: 061020 a's® OsMM (91 1fS9lOB 09dese ®1,1300 A� ! !3S 09b0 Ale 63141W Page 13 of 18 EXHMff"C" Real Property Description of a Variable Width and a 35-Foot Temporary Construction Ear out of a 61.970 Acre Tract of it d� ••• situated InAW Hiram Little Su ey,A- t) Being two parcels of land out of all that cemCni 61,970; tract of land situated in the Hiram Little Survey,Abstract Number 930 as conveyed to BH Ashford Park,L.P.by deed recorded in Instrument Number D205031703,Deed Records, (arrant County,Texas for the purpose of constructing a sanitary sewer system and its appurtenances in the adjacent proposed variable width permanent sanitary sewer easement a4 being more particularly described as follows: Parcel 1 Beginning at a point in the West mostPnrthwesterly line of said BH Ashford Park tract and the Southeasterly line of a 4.475 acy?tract of ltwnd situated in said Hiram Little Survey as conveyed to Danny Miller by deed remrdcd in Volume 9816,Page 1844,said Deed Records, from which a 5/8"iron rod with a yeliuw cap,� ped'A.N.A.'set in the East line of Oak Grove Rd.(County Road Nwrrtrer 1004)for the South comer of said Miller tract bears South 21 degrees,36 minutes,48 seconds West, 153.55 feet and South 39 degrees,31 minutes,18 seconds West,35.00 feet; Thence;with the conunon line of said BH Ashford Park tract and said Miller tract,North 21 degrees,36,minutes 48 seconds East,46.63 feet; -- Thence:departing the c on-line of said BH Ashford Park tract and said Miller tract,North 54 de 01 utes,48 seconds East,47.37 feet; Thence;North 74 degrees,21 minutes,33 seconds East,1,048.49 feet to the Fast line of said BH Ashford Park tract and the West line of a 99.515 acre tract of land situated in said Hiram Little Survey as conveyed to L.E.and Elaine H.Jowell,Jr.by deed recorded in Instrument Number D207250812,said Deed Records; " Thence:with the common line of said BH Ashford Park tract and said Jowell tract,South 00 degrees,30 minutes.30 seconds East,27.12 feet,from which a W'iron rod with a yellow cap stamped`Beasley'found in the East line of said BH Ashford Park tract for ... the Southwest corner of said Jowell tract and the Northwest comer of Block 1,Vista Oak Addition,an addition to the City of Fort Worth as recorded in Cabinet A,Slide 11031,Plat Records,Tarrant County,Texas bears South 00 degrees,30 minutes, 30 seconds East, 929.18 feu; -- Thence:departing the common line of said BH Ashford Park tract and said Jowell tract,South 74 degrees,41 minutes,40 seconds West,980.67 feet to the beginning of a curve to the left having a radius of 590.00 feet; ^� CFW SS M-325 f EASEMENT 21 BH ASHFORD PARK.,L.P.TRACT I TCE 1 OF 3 Page 14 of 18 Thence:with said curve to the left,through a central angle of 04 degrees,43 minutes, 28 seconds an arc distance of 48.65 feet(the long chord of Witch bears South 72 degrees,19 minutes,56 seconds West,49.64 feet); Thence:South 54 degrees,01 minutes,48 seconds West,90.44 feet to the dace of beginning and containing 25,844 square feet of land,more or Iess,of which 21,726 square feet of land,more or less are within an existing permarrent sanitary sewer easement as a— conveyed to the City of Fort Worth by deed retarded itt Volume 5324,Page 246,said Deed Records,for a net are of 4,118 squar ofd,marr,or less. -*^ Parcel Z -,,,) Beginning at a point in the West most Northwesterly Line of said BH Ashford Park tract and the Southeasterly line of a 4.475 acre tract of land situated in said Hiram Little Survey as conveyed to Danny Miller by deed recorded in Volume 9816,Page 1844,said Deed Records, from which a 518"iron rod with a yellow cap stamped'A.N.A.'set in the East line of Oak: Grove Road(County Road Number 1004)for the South corner of said Miller tract bears South 21 degrees,36 minutes,48 seconds West,13.63 feet and South 39 degrees,31 minutes, 18 seconds West,35.00 feet; Thence:with the common line of said I311 Ashford Park tract and said Miller tract,North 21 degrees,36 rrninutes,48 seconds East,65.29 feet; —� Thence:departing the common line of said BH Ashford Park tract and said Miller tract,North 54 degrees,01 minut 4,48 sands East,138.07 feet; Thence:North 74 degrees,21' tes,33 seconds East,1,019.26 feet to the East line of said BH Ashford bark tract surd the West line of a 99.515 acre tract of land situated in said Hiram little Survey m conveyed to L.E.and Elaine H.Jowell,Jr.by deed recorded in Instrument Ndirttrx D207250812 said Deed Records; Thence:with tho commonline of said BH Ashford Park tract and said Jowell tract,South 00 degrees,30 minutes,30 seconds East,36.26 feet from which a W'iron rod with a yellow cap stamped'Beasley'found in the East line of said BH Ashford Park tract for the Southwest comer of said Jowell tract and the Northwest corner of Block 1,Vista -- Oak Addition,an addition to the City of Fort Worth as recorded in Cabinet A,Slide 11031,Plat Records,Tarrant County,Texas bears South 00 degrees,30 minutes, 30 seconds East,852.70 feet; Thence:departing the common line of said BH Ashford Park tract and said Jowell tract,South 74 degrees,21 minutes,33 seconds West,1,003.52 feet; Thence:South 54 degrees,01 minutes,48 seconds West,186.91 feet to the place of beginning and containing 41,089 square feet of land,more or less,of which 546 square feet of land,more or less are within an existing sanitary sewer easement as conveyed to the City of Fort Worth by deed recorded in Volume 5324,Page 246,said Deed Records for a net area of 40,543 square feet of land,more or less. CFW SS M-325(EASEMENT 2(BH ASHFORD PARK,L.P.TRACT I TCE ! �~ 20173 Page 15 of 18 Note:Surveyed on the ground November 2009 Note:Bearings are relative to True North obtained from Global Positioning Satellite System (GPS)Observations,North American Datum 1983(NAD'83),Tcxm State Plane Coordinate System,North Central Zone. Note:In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices,663.19(9),this"Repore',consists of the Real Property Description included herein and the Map of Survey attached herewith. _ Note:In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices,663.19(7),"The citecd in strunments are not necessarily the current owners of the subject property,but are the documents Cflntaining the descriptions of the. boundaries as surveyed. er: • b.. S.XFVIN WENDELL ..v.................. .... 3o- 5500 .� �l�S,�oFf S 5;�f�O '0 Q' SURV�{ 5 �in Wende(� #5500 March 15.2010 Date CFW SS M-325(EASEMENT 2 BH ASHFORD PARK,L.P.TRACT TCE 3 OF 3 "" 99.515 AC TRACT HIRAM LITTLE SURVEY. A-930 BLOCK I Seal*: N.T.S. APPARENT OWNER: VISTA OAK ADDITION L.E. d ELAINE H. JOWELL. JR. s CAB. A. SLIDE 11031 INST. #0207250812 P.R., T.C.. TX D.R.. T.C.. TX EXISTING 20' PERMANENT ? R a .. SANITARY SEWER EASEMENT 1•y VOL. 5324. PG. 2461 D.R.. T.C.. TX �� ? fir" x EXISTING 10' TEMPORARY MAP OF SURVEY 7 UTILITY EASEMENT 81 SHOWING A INST. .. T.C.. TX VARIABLE WIDTH F+', D.R.. T.C.. Tx AND A 35.00 FOOT TEMPORARY CONSTRUCTION iks EXISTING i5' PERMANENT \\ EASEMENT SANITARY SEWER EASEMENT \6OUT OF A ° 4` INST. #0206053401 1.970 ACRE TRACT . : D.R.. T.C.. Tx SITUATED IN THE ,; ; HIRAM LITTLE SURVE . r :• 61.970 AC TRACT A-930 HIRAM LITTLE SURVEY. A-930 �4% APPARENT OWNER: BH ASHFORD PARK. L.P. INST. #0205031703 D.R.. T.C.. TX RCEL 2 (: PROPOSED 35.00 FOOT P TEMPORARY CONSTRUCTION EASEMENT a: RCEL 1 a TOTAL AREA: 41.089 SO. FT. i/- PROPOSE ' AE WIDTH + AREA W/IN EXISTING SSE: 546 SO. FT. +/— *. TEMPORARY CONST CTI .EASEMENT , NET AREA: 40.543 SO. FT. +/- TOTAL ARE 2 4 50. FT. AREA W/IN EXISTINGSS . 0. FT. +/- :J.r NET AREA: 8 0. FT. 3.24 AC TRAC S HIRAM LITTLE SURVEY. t �' PROPOSED VARIABLE WIDTH A-930 I. PERMANENT SANITARY SEWER EASEMENT APPARENT OWNER: BARNETT GATHERING. L.P. WANDA FRANCES BOULDINt!. 10' PIPELINE EASEMENT VOL. 8235, PG. 1342 ;' (NON-EXCLUSIVE) O.R.. T.C.. TX N �}' INST. AD206008401 O.R., T.C.. TX 'sr '4. 4 475 AC TRACT ti`• HIRAM LITTLE SURVEY, ��•- A-930 APPARENT OWNER: DANNY MILLER VOL. 9816, PG. 1844 TARRANT COUNTY D.R.. T.C., TX R.O.W. PARCEL VOL. 13416. PG. 489 p►lt� �. p�11 D.R.. F.C. TX tCO�Y DRAWN BY: SXW "JAL QQNWLTA`[II'Mj,,,j„C, DATE: 03/15/10 comm 1wMOIl m I101Y1wt4oq--610 3001AIkmodBlut $MT. NO, „�,• OWC NO.: EASEMENT 2 ICE amm I OIC Ii 1 OF 3 A.M.A. PROJECT NO.. 061070 >� I SM•bg/d IIS A1•S�T Page 17 of 18 - - ����� •, � '�,}'. 100 00' ,•' :,i`' 35.00` ... ry (;zi =� <_• PROPOSED VARIABLE WIDTH fY" PERMANENT SANITARY {?'r SEWER EASEMENT ci 61 70 AC TRACT H1RAlf d [TILE SURVEY. A-930 APP AkE6LT OWNERS: BH ASHFORD PARK. L.P. � , :�• INST t,, OZ050317O3 T.C.. TX IA PARCEL 1 " 'ARCEL 2 PROPOSED VARIABLE :' "r "y PROPOSED 35 FOOT WIDTH TEMPORARY TEMPORARY CONSTRUCTION CONSTRUCTION EASEMENT EASEMENT BARNETT GATHERING. L.P. CVO1 ,., 10' PIPELINE EASEMENT (NON-EXCLUSIVE) ..• x;'F's. INST. 4D206088401 N yr;Zlm ' ;a'z. D.R.. T.C.. TX s `�6';a., � .` � •J'r .t 4.475 AC TRACT HIRAM LITTLE SURVEY. A-930 �4,sz. PARCEL 2 APPARENT OWNER: P.O.B. 65,, DANNY MILLER PARCEL 1 Zy. 2 VOL. 9816, PG. 1844 , 13' 64' TARRANT COUNTY D.R.. T.C.. TX 353401 18 W- R.O.W. PARCEL VOL- 13416. PC. 489 D.R.. T.C.. TX OtI0 R 0�AD 010041 cC n CV01 a = 4.43'28" Ld N 54°61`40" E 4T.37' R =590.00' LWIS 54`"01 46 W 90 49 = 48.65' L0344 54'0 `48��E 139.07' 48.64' 104 S 54°Oi`48" W 136.91Ca= S 72.19'56" W DRAWN BY: SKW App AICA.C)XSMTAM,LS..C. DATE: 03!15/101td C J LT013�Cr35es,tlslY610 30fM1Y)mst6�wt 2NOF ]D OWC NO.: EASEMENT 2 TCE r?o cirtrs rtr 4s Fwtw T� 76107 7 7'J701 � . (f-Y13U-M > 411.3300 A.N.A. PROJECT NO.: 06102 k,f', ,,, ,,, >� {a Fm 81,E on r~. Page 18 of 18 see 99.515 AC TRACT j,"j HIRAM LITTLESURVEY. A-930 BLOCK 1 APPARENT OWNERS: VISTA OAK ADDITION L.E. A Elaine H. Jowell. Jr. CAB. A. SLIDE 11031 INST. #D207250812 , P.R.. T.C.. TX D.R.. T.C., TX 0.22 35 ;27.12' 5 /2' lRF w/cAP TAUPED-*BEASLEY' S 00'30'30" E EXISTING 10TEMPORARY Alm- .."t`.: UTILITY EASEMENT INST. #D206121981 Scales 10-100' O.R.. T.C.. TX �- EXISTING 20' PERMANENT Z SANITARY SEWER EASEM5%T i � •" -+ VOL. 5324. PG. �2�711 'j .f%`' A -4 O.R.. T.C. J. ag + W 61.970 AC TRACT HIRAM LITTLE A-930 w APPARENT OW 8H ASHFORD PA ' .4nr EXISTING 15' PERMANENT r. INST. #020503 0 '::' SANITARY SEWER EASEMENT D.R.. T.C.. Lon INST. #D206053401 PARCEL 1 m u` Q.A.. T.C.. TX 0 VARIABLE •a' - 'cj `�` DTH TEMPORARY o vt.c '�' ST ION EASEMENT � C` .1 PARCEL 2 PROPOSED 35 FOOT n ;� ,.,;• TEMPORARY CONSTRUCTION =+ EASEMENT NETT GATHERING. L.P. '� ''•% �• 100.00' PIPELINE EASEMENT Y <.,> 35.00' *^ ON-EXCLUSIVE) �{ 1' t PROPOSED VARIABLE WIDTH INST. #D206088401 ` ` PERMANENT SANITARY D.R.. T.C.. TX SEWER EASEMENT ..3..................... .. sp16 S.KEVIN WENOEII .aA•(CH�"I ..,4...5500...V .. �q~•0;cs s;0?04 Nates Cerates a 5/8' IRS w/Yet lost cap etanped 'A.N.A.' Nater Surveyed an thm around November 2009 �,,,, Na•SUR`1�' Nater Bearings are reldtiVe to True North obataine0 trawl GIODaI Poaltlonln0 Satellite Syslum(an) DWervattane. North American um. Dat1993 )NAD '93). Texas North Central Zane. Notes in a0cardonoe with the TOxae Board of Profit"tomal Land Surveying S. K in Wendell. R.P.L.S. #5500 Oenorai Rules of Procedures arta Praatiaes. 693.1919). thhl report' 00nelate of the Yap of Survey included herein and a Real Property March 15. 2010 Descripilon. attached horawifh. Notes In aaoordwoe with the Texas Board of Profsaalonol Land Ssr•veyln0 OATE General Rules of Procedures and Practlaesd. 663.19171. 'The Cited Inatrunsnte are not neoesaorlly the current owners of the m blest property, but are the docu ants containing the aesorlptlona of the bourdarles as strveyed.' DRAWN KW S BY: ... DATE: Y: KW10 A .A.CONMXTA NM."C. pomanocom awboomm SHT. NO. DWC NO.: EASEMENT 2 TCE m k 1701WwwIll>m,1f bG10 300E14�tf oak 3 OF 3 FhdW 41_=76107 11me7S201 A.N.A. PROJECT NO.: 061020 j7) �� Page 1 of 9 EfectronicallV Recorded Tarrant County Texas Official Public Records 6161201312:46 PM D213114294 PGS 9 x.18.00 NOTICE OF CON FID rjUtysL90j . IF YOU ARE A NATLJRAhj4?fi &*YOU MAY REMOVE OR STRIKE ANY OR ALL OF HE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LiCENSE`'NUMBER. WATER PIPELINE(S)EASEMENT ANN RIGHT-OF-WAY ,o STATE OF TEXAS °.' KNOW ALL PERSOtiS BY THESE PRESENTS: COUNTY OF TARRANT " That BH Ashford Park.L.P.. whose addres &00 Summit Avenue Fort Worth Texas 76102(herein called"Grantor%whether one or more),for and in ccnsitlera imp of the sum of TEN AND NO/100 DOLLARS($10.00) and other good and valuable consideration to Grantor 64 ` d by TARRANT REGIONAL WATER DISTRICT,a Water Control and Improvement District, a body psliti a corporate(herein called"Grantee°),whose mailing address is 800 East North Side Drive,Fort Ward£,Texa -1097,the receipt and sufficiency of which are hereby acknowledged,has BARGAINED,SOLD,GRANTEi ' CONVEYED,and by these presents does BARGAIN, SELL, GRANT AND CONVEY unto the said Grant%:, an easement and right-cf-way to survey,perform tests, construct,install,operate,maintain;use n,onifrr,inset,alter,relocate,replace,repair,and remove one or more water transportation pipelines(the°°i{r lure s;iHt a,* cilities(the"Appurtenant Facilities'),including above-ground and below-ground lines or faeili`=es for eiecirir;it) nd for telephone or other comrnunlcallons or data transmission, water lines,cathodic protection egdspw�M,and such other surface and subsurface equipment and facilities as may be necessary in the judgment of Grantee, in,fin,under,over,and across the land described on Exhibit"A°(the "Land")attached hereto and Inccrpov!:id lierdn for all purposes. It is expressly stipulated and agreed that multiple ... Pipelines and Appurtenant Fa#es nv y be constructed, Installed, operated, maintained, used, monitored, Inspected,altered,relocated,rern&cd,reptaced,and repaired in,on,under,over,and across the Land and that such multiple Pipelines and Appu adlities need not be constructed or installed at(he same time.Grantee may at any time construct, install erate, ''ain(ain, use,monitor, Inspect,alter,relocate,replace,repair,and remove additional Pipeline i t Facilities above,below,or alongside any Pipellne(s)and Appurtenant Facilities constructed or installed in, de,over,or across the Land,without additional compensation to Grantor. The easerind ,. as iated rights granted hereby are sometimes collectively hereinafter referred to as the "Easement." .. Grantee agrees and covenants that the Pipallne(s)will be buried so that the top(s)of said Pipaline(s)will be a minimum of forty inches(40")below the surface of the Land. There is reserved from this conveyance and retained by Grantor all of the groundwater and all of the oil,gas, sulphur,and other gaseous minerals In,on or under the Land,but Grantor waives all rights of ingress and egress to or from the surface of the Land for the purposes of exploring,developing, mining, or drilling therefor;it being specifically agreed that no operations relating to such reservation will be conducted on the surface of the Land without Grantee's prior written permission. Grantor reserves the right to explore for, develop, and produce groundwater and minerals that may be produced through a wellbore provided that such water or minerals are produced by directional drilling or other means that do not require use of the surface of the Land and provided that such activities do not impact the lateral or subjacent support for the Pipelines)and Appurtenant Facilities or otherwise adversely impact the Easement granted hereby. Grantee shall have full and unlimited access at all times along,upon,over,and through the Land for the purpose of surveying,performing tests,constructing,Installing,maintaining,using,monitoring,operating,inspecting, altering,replacing,repairing,relocating,or removing Pipeline(s)and Appurtenant Facilities,including the right to 1 .eA i I �' Page 2 of 9 patrol the Land on foot,with vehicles,and with aircraft.Grantee niy cres5`"tangs,o en^gates,and reasonably traverse adjacent property as part of this access.Grantee shall hravi;Tr!�igki excavate,remove from the Land,and,at Its option,replace soli,timber,gravel,rocks,and c at::•rial' ,c ties found in,on,upon,or .. under the Land,and the consideration paid to Grantor includes all da rnlg zrl�'ng ir4arefrom. Grantor agrees not to erect,place,or perrrrr buRdings. ,n:w; r �,_..r ether Improvements or obstructions on,in,or over the Land. Grantor shall make no cariww-.;.,i ;i:e Lana except for agricultural uses permitted hereby. Grantor shall not conduct or allow any surface eCiiAt,u,s°in a five(5)foot radius of any above-ground .. Appurtenant Facility. Grantor may use the Land for cru,', .pr)vided that any such cultivation is no more than two(2)feet deep,and no cultivation may take pt r,; ir: t�-f"ftj feat radius of any above-ground Appurtenant Facility.Grantee has the right to remove any trees,woc'il f amts 's d nursery stock planted or existing on the Land without liability therefor. Grantor may use the su;iace o; for grazing of livestock,provided that no livestock maybe panned or concentrated onthAEasomun! `dc".v.i:'t=:a cin:t ,foregoing,Grantor will not Import to or otherwise cause to remain on or In close proxirnity to the baric arty tlecies designated as threatened or endangered or that is otherwise protected under the_Endangered Species Act of 1913,as amended,or any similar or related Texas or federal law. With the prior written approval o, Grantee,Grantor may use the surface of the Land for roads, paving, parking, and for vehicular, pedestrian, and livestock ingress and egress so long as any such improvements and activities cross the Land at argtea ,,r approximately ninety(90)degrees, do not violate any applicable law,rule,regulation,or s wde cation Of-Aieling maximum surface loading limitations on the Pipelines)or Appurtenant Facilities),or endanger rrr interfere with the safety,efficiency,or convenient surveying,performance of tests, construction, Installation, Inspeof 6m, alfaration, relocation, replacement, operation, repair, removal, or maintenance of the Pipeffne(s)and Apputterrdnior any other right of Grantee hereunder. Heavy loads may not be driven or otherwise transporled gn thAand parallel to the Pipeline(s)or Appurtenant Facilities. Grantor may place or allow the placem.ti of balow-ground utility lines for the purpose of providing utility service to the adjacent lands of Grantor so long as s:r ' line(:)do not run parallel to the Pipeline(s),cross the Pipelines)at an angle of approximately nlnety f901 r;ec reel, r':aintain at least a two idol.vertical separation from the Pipeline(,) and Appurtenant Facililies,arty',aro hun6d and�tUierwise constructed in such a manner as to hilly comply with all applicable rules,regufalicns,ordinances and laws,including,without limitation,casing and separation requirements Imposed by the Texas kml irative Code,as amended,and so as not to endanger the Pipelthe(s)or Appurtenant Facilities or othe irterfere 'th the rights of Grantee hereunder. Grantor shall not take or permit any action that .. damages or endan rs the line(s)or Appurtenant Facilities or the lateral or subjacent support therefor. Any prohibited use or installaf oe n,over,or under the Land by or for Grantor will be removed by Grantee at Grantor's sole cost and expense,and Grantee shall have no liability arising therefrom. Prior to the commencement of construction or the placement of anything in,upon,on,or under the Land, Grantor shall submit written plans therefor to Grantee,fully describing such proposed placement or construction and demonstrating that such plans comply with the terms hereof and all applicable rules,regulations,and laws. No such placement or construction In,an,or under the Land shalt commence until such plans have been verified In writing by Grantee to comply with the terms hereof and all applicable rules,regulations,ordinances,and laws.Grantor shall not excavate,remove,or place soot or other materials on or In the Land,or otherwise change the surface contour thereof, without the prior written permission of Grantee. Grantor shall not install fencing on or across the Land without the written approval of Grantee,and Grantor agrees that any approved fencing will Incorporate a gate(to be supplied by Grantee at its expense upon request by Grantor)of a size,design,and in a location determined by Grantee. Any such gate shall remain unblocked so as to allow Grantee access to the Land at all times. If any such gate requires a lock,Grantor agrees to coordinate with Grantee so that Grantee is allowed access to the Land at any and all times; Grantee may cut,remove,and replace locks which prevent Grantee from exercising Its rights hereunder. Grantee shall have the right to construct a road across the Land to access the Pipelines)and Appurtenant Facilities for maintenance and other purposes. Grantor shall not use the Land for any type of storage,including the placement of w 2 .ar Page 3 of S automobiles or equipment on or in the Land. Grantor shall not use the Land` aste ter treatment or disposal Grantor shall not construct any Improvements for the diversion or impoundment o ater,such as,but not limited to, wells,wetlands,ponds,canals,ditches or reservoirs in,upon,or over the� �t, rantor shall not Include the Land within the boundaries of any platted lot that includes other land.Ar 'p4at of the.land as a separate lot must be approved in writing by Grantee. Grantor shall not tap Into,connect with,or otherwise access the Pipeline(s)or Appurtenant Facilities. Subject to the foregoing,Grantor shall have the righoubordinao the rightsof Grantee created hereby,to subject the land to any use deemed desirable by Grantorsuse does not restrict the use of the Land, Easement, and appurtenant rights by Grantee and comrestrictions on Grantor's use set forth hereinabove. It is understood that Grantee Is acquiring a ent for the purposes of constructing, Installing, maintaining,using,monitoring,and operating the Pi n Appurtenant Facilities for public purposes and uses, and that this negotiated sale Is made In lieu of* e i roceedings at law. The consideration paid to Grantor hereunder shall include and cover all claims an s which Grantor could have asserted in condemnation proceedings,Including damages to any adjol pr owned by Grantor,and includes compensation for the installation of Pipeline(s)and Appurtenant Facilities ch Grantee may elect to install after the initial installation of Pipeline(s)or Appurtenant Facilities. After any disturbance of the-G.dzce of the Lands by Grantee for any purpose authorized hereunder(whether In connection with initial construction,any recorst r.ct:on or replacement, alteration or repair, any operation or maintenance;any survey or inspecivan;any:relocation within the Easement;removal;or otherwise),Grantee shall restore, to the extent reasonably pracitcabie, surface to the same condition as existed before any such disturbance. Further,if any imftvamenls are disturbed,damaged,or destroyed by the operations of Grantee hereunder,Grantee agrees t2qeplace.and restore such improvements,to the extent reasonably practicable,to a condition at Least as good as xisied before any such disturbance,damage,or destruction,but only to the extent that such improvements a o ' hJbIte4 by the terms hereof. Grantee shall not be liable for any damages resulting from keeping the Lan 4-trees, brush, undergrowth, and other obstructions in the course of surveying, performance of t sts, cons ting, operating, maintaining, using, monitoring, inspecting, altering, relocating, replacing,repaidn movi he Pipelines)and Appurtenant Facilities. TO HAVE AND TO HOLD the above-described Easement,together with all and singular the rights and appurtenances thereto in anywise belonging,to the Graptee,its successors and assigns,forever. The terms and provisions hereof shall inure to the benefit of and be binding upon Grantor and Grantee,and their respective heirs,executors,administrators,legal representatives,agents,servants,employees,contractors, successors and assigns,and shall be covenants running with the land. Nothing contained herein shall be construed to make Grantor and Grantee partners or joint venturers or to render either party liable for any obligation of the other, This grant covers all of the agreements between the parties,and no prior representations or statements, verbal or written,have been made modifying,adding to,or changing the terms of this agreement No amendments, modifications or revisions hereof shall be affective unless made In writing and signed by the parties hereto. This Water Pipaline(s)Easement and Right-of-Way shah be construed and enforced In accordance with the laws of the State of Texas. Grantee, at its election, may record this instrument or may prepare, execute, and record a memorandum of same. Grantor will execute and acknowledge any such memorandum at Grantee's request. —� 3 -- 7 MEN an WON eae Page 4 of 9 .r. aa. The person executing this instrument on behalf of Grantor warr rep ants that helshe is duty authorized to execute and deliver this instrument on behalf of Grantor, that mei the valid act and deed of Grantor,enforceable according to its terms. See EXECUTED this—�day of May,2013. B F PARK,L.P.,a Texas limited partnership By.Ashford Management,LLC,a Texas limited liability any eral Partner Fk Ber am Interests,Inc.,Manager e. 4 By: bert H.Barham,President Date: !!;--6.^r -3 .r, TARRANT REGIONAL WATER DISTRICT,a Water Control and Improvement District By: R Steve Christian Real Property Director ®„ STATE OF TEXA ' COUNTY OF TARRANT ' This Instrument was acknowledged before me on this 61^day of May,2013,by ROBERT H. BARHAM,as the President of and on behalf of Barham Interests,Inc.,a Texas corporation;the corporation acting in its capacity as the Manager and on behalf of Ashford Management,LLC,a Texas limited liability company,that limited liability company acting in its capacity as general partner and on behalf of SH Ashford Park,L.P.,a Texas limited partnership. ANNA PATNOE Notary Public for the State of Texas 11c.State of Tex,- y rA4'Oc'n+m s On OWN I<;'. May 22,2014 OWN 4 .. Page 5 of 9 The person executing this instrument on behalf of Grantor rca an resents that he/she is duly authorized to execute and deliver this Instrument on behalf of Grant and same is the valid act and deed of Grantor,enforceable according to its terms. EXECUTED this day of May,2013. rw ASHFORD PARK,L.P.,a Texas limited partnership shford Management,LLC,a Texas limited liability s:(General Partner By: Barham Interests,Inc.,Manager By: Robert H.Barham,President Date: r TARRANT REGIONAL WATER DISTRICT,a Water Control and Improvement District tiy. R.Steve Christian Real Property Director STATE OF T ' COUNTY OF TARRANT This instrument was acknowledged before me on this 60,day of May,2013,by ROBERT H.BARHAM.as the President of and on behalf of Barham Interests,Inc.,a Texas corporation,the corporation acting in Its capacity as the ,,.. Manager and on behalf of Ashford Management LLC,a Texas limited liability company,that limited liability company acbng in Its capacity as general partner and on behalf of BH Ashford Park,L.P.,a Texas limited partnership. i Notary Public for the State of Texas r 4 f S I �� Page 6 of 9 zn r STATE OF TEXAS f COUNTY OF TARRANT ' The foregoing Instmment was acknowledged before me o his r� ay of May,2013,by R.Steve Christian, w Real Property Director of Tarrant Regional Water District,a Con n Improve'�nl District,on behalf of said District. (J _7 Diary Public for the State of Texas AFFERRECORDING,RETURN 70t \\` Tarrant Regional WaW Obuict ,� A P.O.Box 4506 O n 6 9 FortWorih,Taxes 76164-0508 e; Alk Mr.R.Steve Christian n p TE1T1'g '. !REe......... ra* i 5 i Page 7 of 9 Parcel 62 % �'" Integrated Pipeline Project ,1 Page I of 5 EXHIBIT"A" Property Description Being a 4.904 acre (213,638 square foot) tract of land butt 4'1�e,E ram Little Survey, Abstract Number 930,Tarrant County,Texas,being the rcma Adpr ,41070 acre tract to BH Ashford Park, L.P. as recorded in Instrument# D205031703Scial JIMe Records, Tarrant County, Texas, (O.P.R,T.C,T.),and being further described as foil iU' s 4 COMMENCING at a 1/2 inch iron rod found on the Tine of said BH Ashford Park tract,being the Southwest corner of a tract of land as de, cd by deed to L.E.Jowell,JR,and Elaine H.Jowell, as recorded in Instrument#D207250812,O P , Pte"' THENCE N 003113"W,along said f�a.st i n of id BH Ashford Park tract and the West line of -� said Jowell tract,a distance of 916.31 tet , 'iron rod with Transystems cap at the Southeast corner of tract herein described alt ;POINT OF BEGINNING (N: 6,898,363.268, E:2,341,487,737 Grid); (i) THENCE S 89°58'03"W,alo tine lµt, ine of tract herein described,a distance of 246.92 feet to a set 5/8"iron rod with Trans to c (2) THENCE S 56-17-50"W,al uth line of tract herein described,a distance of 474.33 feet to a set 5/8"Iron rod with Trait's cap; (3) THENCE S 27°46`47' Wra c South line of tract herein described,a distance of 490.72 feet to a set 5/8"Iron rod with III MS cap; 4rv.,y (4) THENCE N 89°5�'*,,V;4ong the South line of tract herein described,a distance of 219.14 feet to a set 5/8"iron,od with nsystems cap for the Southwest corner of tract herein described,also being on the Easterly�bt-af ay line of Oak Grove Road,a variable width Right-of-Way,as recorded in Volume 5324,Page`';Decd Records,Tarrant County,Texas,from which a found Tarrant County Monument bears N 0°25'46"E,30.22 feet; (5) THENCE N 0°45'32"E along the West line of tract herein described and the Easterly Right-of-Way line of said Oak Grove Road,a distance of 45.13 feet to a set 5/8"iron rod with Transystems cap,at thebeg'uuting of a curve to the left; (6) THENCE along said curve to the left, an arc distance of 105.18 feet, through a central angle of 8°33'33",a radius of 704.07 feet and a long chord which bears N 3°30'48"W, 105.08 feet to a set 5/8"iron rod with Transystems cap at the Northwest comer of tract herein described; ~` (7) THENCE S 89°55'59"E,along the North line of tract herein described,a distance of 134.52 feet to it set 5/8"iron rod with Transystems cap; (8) THENCE N 27046'47"E,along the North line of tract herein described,a distance of 438.20 feet to a set 518"iron rod with Transystems cap; (9) THENCE N 56°17'50"E,along the North line of tract herein described,a distance of 557,84 feet to a set 518"iron rod with Transystems cap; Page 8 of 9 Parcel 62 �y Integrated Pipeline Project 4111N Page 2 of 5 (10) THENCE N 89058'03"E,along the North line of tract herein crib ,a distaucc of 291.03 feet to a set 5/8"Iron rod with Transystems cap for the Northeast C cl herein described,being on the East line of said BH Ashford Park tract and the West b of s _ Jo"I I tract; (I t) THENCE S 0631'13" E, along the East line of `._ her escribed, the East line of said BH Ashford Park tract and the West line of said Jowell ract,a d anec of 150.01 feet to the POINT OF BEGINNING,containing 4.904 acre(213,638 squa` .eet) and,more or less. NOTE: Basis of bearing is the Texas State PUQe Coordinate System, North Central Zone(4202), North American Datum 1983 (NAD 83)(200 k all distances adjusted to surface by project combined scale factor of 0.9998802448. NOTE: Plat to accompany this legal dA' ..., I do certify on this 4th day of t irst American Title Insurance Company and Tarrant Regional Water District,that a ode on the ground as per the field notes shown on this survey and is true and carr_ r to the standards of the Texas Society of Professional Surveyors Standards and Spe do r a Category 2,Condition 111 Survey,and accurate as to the boundaries and areas of the roperty and the size, location and We of buildings and Improvements, if any, and Ir location of all visible easements and'rights-of-way and the rights-of-way,easements a othe atters of record as listed in Schedule B of the Commitment for Title issued by First c Insurance Company,with an effective date of April 8,2012, issued date of April 26, #WSJ 2,636617 affecting the subject property and listed in Exhibit "A-I"attached he to. Except as sho the ey: (i)there are no visible encroachments upon the subject property by visible improveme adjacent property, (ii) there are no visible encroachments on adjacent property,streets or alleys by any visible improvements on the subject property,and(iii)there are no visible conflicts or discrepancies. —• This survey substantially complies with the current Texas Society of Professional Surveyors Standards and Specifications for a Category 2,Condition III Survey. �. trl�.flrt► � �� Timothy A.Frffit Registered Professional Land Surveyor Texas Registration Number 5316 A,ffi4`T�t Dated: 57— 61— 2�/Z. f '?` MiAE Page 9 of 9 LEGEND EXHIBIT "A" J PARCEL 62 0 = MARKER FOUND AS NOTED +S 1f��iTG�A1EP E��Ni 1 O - 5/8` CIRS STAMPED TRANSYSTEMS p:�';�f- FNc POST R= 4 = POWER POLE / .r _.1 0 = SANITARY SEWER MANHOLE i� y" ��� it HIRAM LITTLE SURVEY ABSTRACT 930l 4692 f+ // t•,✓ ���. r r r N�d,E 9847.73 wm i (� %�.'w 14r0• �,..-� I E .z.J41.40).>3?� raf 20'SErYER Mu{Ni / ��T_•' _4�•:': I' r" ��(GRIO) 1 m CITY OF FORT WORTH UOL. 5324 PC 269 p R.P.R.k.C.l. 35'SAHITARY SEVIER EASEMENT A•�!�.1�( •�r r r x,�-- CITY OF FORT WORTH / /� Lam' ( �� 1 t' 0210108502(PARCEL 2) , / r rw�� T 15 c'ry of Foai�r�EASEMENT I1 11 Z OPJtT.QF. / I j�2 �// 0206053401,O.Ra,Cd, I( � P• .RF PARCEL 62 „1 1 ii IY� F ,�v@ Irrr �/ ry/a� T•� 4,904 AC. S0. 11 110 ICA pw 'z'IRF 1 t / sI toy 213,638 SQ.FT. fyII IIpNp.o _ C4k[iN.l N .Q�� .III G cto e.RmrS u «uL GAtxTRxc� of PARCEL. 062 BH ASHFORD PARK, L.P. A l I 11 — Z589'SS59 E i+ `y INSTR. D2050317D3 bfpll Ilo 134.52' O ,R.T.C.T. �0 -'`CURVE I REMAINDER 61.970 ACRES 142 � E TUIx•r:T c;;uYtY u-;,fT 1°5€r" }. ,;z 1 99 5•–: •Qi' NA CURVE TABLE C I( I I k" � ' l� Z t J't4' CO1 8' 33 331704,071105.18 N3' 0 48' 105.08 I II f N x I ! LINE TABLE j 11 P.O.C. --Y I TARRANT 1 I II t(?'IRF rARIXI 6t F ycmNTY mom L2L1 32 E 11 II '"'-- VO a 1 28(rFO.387 1 \ .�.J 4 30. anT�.T. i ( f � tisW ,'DETAIL 1..p OAK GROVE RDADj —..—.. �STTrt fRtl P Xlfe 6. 200 100 C 200 A VARIABLE WIDTH"—"""^ .R.I. .T. RIGHT–OF–WAY I VOL. 5324, PG. 249 NOTE: KNOWN UTILITIES SHOWN– (OS-18-2012) CRAP)8C SCALE IN FEET D.R.T.C.T. N)TE- LEGAL DESCRIPTION TO ACCOMPANY THIS PLAT. T.'200' PRIME) d SHEET TITLE (i\ EXHIBIT A' 600 WEST SEVENTH STREET .c '. C. SEGMENT 9, PARCEL 62 S(RTE 1100 --' `%. BH ASHFORD PARK, L.P. FORT WORTN.TAI 7802 Tih Of A,kc:. f I"� 1817)339.8950(TELA '' r• 'j (617)338 2247 trAx) ,? E ,, QQ (PROJECT INTEORATED PIPELINE PROJECT bLE I a _ WA OF 9CARINO 14 INC TEXAS TATE,PLR4 Conlip"Alc LF'IaNI 9Y F..'x "• - N H5ry C;£'.Ih aR F2]'J£(T ctF7}tJVST kAIE d5UNY LCE X01 'tKfO DY IAF (NAR�1'J 20g7 ri FH ALL 01�1MC€S ROJlY'siEO rO i.1rFFACE OY PG. 3 OF 'FJ FYI-EC OAlE1 07.19.2912 'e_e 2',.. PMCCI C04 NUE CALL FACTOR 09 A9C802��60 "' PARCEL 3 po THIS PAGE INTENTIONALLY LEFT BLANK .. Page 1 of 11 Electronically Recorded Tarrant county Texas M325 PARALLEL 1 Y#1--'KW6&091JPPER VILLAGE Cf' k2Di11:52 AM D210148734 SANIT�RREHABILI, _�. PGS 11 rt.oD Parcel#3 Suzanne Henderson Submitt . Doe#3650 11433 Smallwood Dr Tract 19J,Abstract 930,Hiram Little Survey STATE OF TEXAS § § KNOW ALL MOO BY THESE PRESENTS COUNTY OF TARRANT § ALAMO TITLE COMPANY CITY OF EQt11-WORTH (a' gGf 0,;kg1-7.)-L PERMANENT SEWER FACILITY EASEMENT �La4 ENT DATE: MARCH 18, 2010 GRANTOR: DANNY MILLER AND PAMELA'P.MILLER GRANTOR'S MAILING ADDRESS(irlcclvding County): 11433 SMALLWOOD DR,BURLESON,TARRANT COUNTY,TX 76028.6948 GRANTEE:CITY OF FORT VJORT'H GRANTEE'S MAILING ADDRESS(including County): 1000 THROCI(MORTON 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 three parcels of land out of all that certain 4.475 acre tract of land situated in the Hiram Little Survey, Abstract Number 930 as conveyed to Danny Miller by deed recorded In Volume 9816, Page 1844, Deed Records, Tarrant County, Texas, and being more particularly described in a Permanent Sewer Facility Easement In Exhibits "A"and "t3", and two Temporary Construction Easements in Exhibits"C"and"D" Grantor,for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer(Line Facility,hereafter referred to as"FadlIV. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, PERMANENT SEWER FAdL1rY EASEMFMANOTEMPORARY CONSTRUCTION EASEMENT Rw.0812000 Page 2 of 11 under and across a portion of the property and more fully described in Exhibits 'A' and "B', 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, and a temporary construction easement, as described In Exhibits 'C' and "D". attached hereto and made a part hereof, to use In connection with the construction of said Facility, said temporary construction easement to expire upon completion of construction and aoqeptance by Grantee of said Facility. In no event shall Grantor(i)use the Property in any manner wflich interferes in any material way or is inconsistent with the rights granted hereunder, or (1)) erect u, Fa,,,,n .0 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.Qr.,.pther structures that require a building permit.However,Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shalt be obligated tc restore the surface of the property at Grantee's sale 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 shali 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 abov"escribed permanent easement,together with all and singular the rights and appurtenances thereto in ar:yway 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 cl iiming or to claim the same,or any part thereof. m, TO HAVE AND TO HOLD the above described temporary construction easement together with,all and singular, the right* 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 (hemsolves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, Its successors and assigns, against every person whomsoever lawfufly claiming or to claim the same,or any part thereof. When the context requires,singular nouns and pronouns Include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE) PERMANENT SEWER FACKM EASEMENT AND TEMPORARY CONFMUCWN EASEMENT Rw.OSY1006 Page 3 of 11 G NTOR:Danny Miller GRANTEE:City o;Fort Worth D Miller Fernando Costa Assistant City Manager PamelA.M&iller �� APPROVED AS TO FORM AND LEGALITY sistaht Ci Attorney Y $ ACIfht4WLEDGEMENT 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 Denny Miller. known to me to.be the some person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Danny Miller.and that helshe executed the same as the act of sold Danny Miller for the purposes and consideration therein expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ld!�W day of 20 /d. Kr "LUE F.INGRAM Notary Public in and for the S t of Texas + STATUE FT O TEEXAS .w ady oxr,,.E,�.O,tApsl2clD PERAIWMssWeRPAcnmrVWEMENT DTEWOPAWvor+srRUC ONEABENFM PAV.MAN I Page 4 of 11 i ACKNOWLEDGEMENT i STATE OF TEXAS § COUNTY OF TARRANT § �. BEFORE ME, the undersigned authority, s 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 naoae is subscribed to the foregoing instrument, and acknowledged to me that the same was the Oct n9 the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth ::< the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEALICE this day of 20jk ♦ .." rotary Public in and for the Skate of Texas '' 41603 ..,.,�i° STATE OF TEXAS ^^ COUNTY OF T NT z BEFORE ME, undersigned authority, a Notary Public in and for the State , of Texas, on this day personally Appeared PAMELA P. MILLER, 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 Pamela P. Miller and the she executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY RAND AND SEAL OF'OFFICE, this day of l ! 2010. '* LAVONNE S.KM P'b0 n6taryPubric, 5 ate of Texas STNE OF TEXAS CanuNtdee EqW PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev.01PA S 1 { Page 5 of 11 _ WMIT"A" Real Property Description of a 40-Foot ' Permanent Sanitary (b , 3b Sewer Easement out of a � k 4A75 Acre Tract of situated Hiram Little S ey,A- Being a pawl of land out of all that certain 4.475 a 4 d of land situated in the Hiram Little Survey,Abstract Number 930 as conveyed y Miller by deed recorded in Volume 9816, Page 1844,Deed Records,Tarrant County,Tex the purpose of constructing,operating and maintaining a sanitary sewer system and' ccs and being more particularly described as follows: Beginning at a point in the Southwester said Miller tract and the Easterly line of the Oak Grove Road(County Road 1004) t ay from which a 518"iron rod with yellow cap stamped'A,N-A.'set for the Sou Co of 'd Miller tract,and being an angle point in said Oak Grove Road right-of-way degrees,36 minutes,42 seconds Fast,55.23 feet; Thence:with the 5outhwestenr�� id Miller tract and the Easterly line of said Oak Grove Road right-ofA 13 degrees,36 minutes,42 seconds West,43.25 feet, from which a 518"' th yellow cap stamped`A.N.A.'set at an angle point in the Southwesterly of 'd Miller tract and the Easterly line of said Oak Grove Road right-of-w"1111 oath 13 degrees,36 minutes,42 seconds West,127.82 feet; Thence:departin a westerly lime of said Miller tract and the Easterly line of said Oak Grove R way,North 54 degrees,01 minutes,48 seconds East,126.04 feet to the Sou y line of said Miller tract and the Southwesterly line of a 61.970 acre f Ian ituated in said Hiram little Survey as conveyed to BH Ashford Park,L P. recorded in Instrument Number D205031703,said Decd Records; Thence:with the common line of said Miller tract and said Ashford Park tract,South 21 degrees,36 minutes,48 seconds West,74.62 feet; Thence:departing the common line of said Miller tract and said Ashford Park tract,South 54 degrees,01 minutes,48 seconds West,79.50 feet to the place of beginning and containing 4,111 square feet of land,more or less. CFW SS M-325(EASEMENT 31 ODANNY MILLER TRACT PSSE 1F I • Page 6 of 11 Note:Surveyed on the ground November 2009 Note:Bearings are relative to True North obtained from Global Positioning Satellite System (GPS)Observations,North American Datum 1983(NAI:''83),'Texas State PIane Coordinate System,North Central Zone. Note:In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices.663.19(9).this"Report"consists of the Real Property Description included herein and the Map of Survey attached herewith. Note:In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices,663.19(7),`The cited instnM nts are not necessarily the current owners of the subject property.but am the d ontaining the descriptions of the boundaries as surveyed. yi Y9.FCEYIM WENUEIL HQ S(i cwt Wendell,R.F:L.S.#5500 Date -- CFW SS M-325 I EASEMENT 3 DANNY MR..LER TRACT PSSE 2OF2 Page 7 of 11 MMMITUB" MAP OF SURVEY sods 0-low 'SHOMNG A 40--FOOT PERMANENT SANITARY SEWER EASEMENT OUT OF A �4. ,ACRE TRACT OF LAND 61.210 AC TRACT SITUATED IN THE HIRAM LITTLE SURVEY. A-930 APPARENT Oman: w, LITTLE SURVEY. A-930 ..._ IN ASHFORD PARK. L.P. '-"°'�"' INST.402050.1tica O.R.. T.C.. TK .. I LM 21 4.6 I AMME 79 50' PNOP06TD 40--FOOT EAST SANITARY 6lIKR 4.4'76 AC TRACT "E';.. AREA.4.111 SQ FL iJ— Ho"LITTLE SURVEY, A-630 ,.,•„j... f e r APPARENT OWOUL DANNY MRLER VOL 6616,PC.1644 40.00' 011.,T.C.TX .... l• 1"�'6'42'E .0.8.' tl tssa ONE rJww m (02AVTa'RD.NO.IOU). REMAINDER OF 24.194 At TRACT HIRAM LITTLE SURVEY. A-930 LOT 1,BLOM A ... OAK CROVC ELEMENTARY ADDIRON APPARENT DIANSRS1 CAI.A.AIDE 122U D •; LnISVILLE 7 PARTNERS. LTD. P.R..T.C.,TK .�• . ..,,r VOL. 19566. PC. 71 STC O.R.. T.C.. TK y�{r.• � ,tN �S.'1tEVN WElDELL ..n...................... w.. e 5500 Y. �3 Ey�� Nota •Asveyed an tl �w��N 110011a* 00Y red*/p6w dm -ANA'Mt SURA Nate:Ieaftags are rdeUm to Thom North alaLafwO Daae Olabd poa S� �C�pana(SVS) Owhd tma M m ANaartaaa De4an,i6q�A0 7A,Tww Nstla Neter to eaxadmau alth the Twos Ieard at Praha imd Land Iawytl9 5 n Wendell.RP.LS {5500 Oa oral Wan of Procadaw and PYaaUm%S/litl(6j."'NpaR aanshb of the Map of Sunhsq tadaaded herds end•Rad ProPrty F-b--y 1.2010Da9a%Uen.attached hrm0ft MCA= In as %).-wm the Tama Iead at Ptvraw""Lane Saawyhq DATE Oenad Rada of Praeabnes and Pmctlo eml.W&18(7 'Rv d)teell o„ropart but the vietnt psaws all the —the doamaanb cont0ft do ddwarouo"s d the a6 aboN�a aurveyw DRAWN 8Y: SKW DATE: Y: SK iD ANA.COMMTAIIP1lBa I'T C' omm 2TsElaa�se sNT. N0. DWG NO.: EASEMENT 3 PSSE Ak earw/aT tie w3l 1�1�_sdK 1 OF S A.N.A. PROJECT NO.: D61020 �� ©y+, S —.'-. —... --_• --- -- •Page 8 of 11 EMIT"C" Real Property Description Of Two 30-Foot Temporary constmcdon . Easements out or a 4A75 Acre Tract of situated in Hiram Little S ey,A. Being two parcels of land out of all that certain 4of land situated in the Hiram Little Survey,Abstract Number 930 as conveyed to Danny Miller by deed recorded in Volume 9816,Page 1844,Dead Records,Tarrant County,Tgmtas for the purpose of consuming a sanitary sewer system and Its appurtenances is tltc i�t proposed permanent sanitary sewer easement and being more particularly described as i$p}lows: Parcel l Beginning at a point in the Southwesterly line of said Miller tract and the Easterly line of the Oak Grove Road(County Road 1004)right-of--way from which a 518"iron rod with yellow cap stamped'ANA.'set for the South corner of said Miller tract,and being an angle point in said Oak Grove Road right-of-way bears South 13 degrees,36 midutes,42 seconds Fast,22.79 feet; Thence:with the Southwesterly lane of said Miller tract and the Easterly line of said Oak Grove Road tight-of-way,North 13 degrees,36 minutes,42 seconds West,32.44 feet, from which a 518' iron rod .th yellow cap stamped`A.NA'set at an angle point in the Southwesterly line of said Miller tract and the Easterly line of said Oak Grove Road right-of-way bears North 13 degrees,36 minutes,42 seconds West,171.07 feet; Thence:depaninilbe Southwesterly line of said Muter tract and the Easterly line of said Oak Grove Road right-of-way,North 54 degrees,01 minutes,48 seconds East,79.50 feet to the Southeasterly line of said Miller tract and the Southwesterly line of a 61.970 acct trey Qf land situated in said Hiram Little Survey as conveyed to BH Ashford Park,L.P.by deed recorded in Instrument Number D205031703,said Deed Records; Thence:with the common line of said Miller tract and said Ashford Park tract,South 21 degrees,36 minutes,48 seconds West,55.96 feet; Thence:departing the common tine of said Miller tract and said Ashford Park tract,South 54 degrees,01 minutes.48 seconds West,44.60 feet to the place of beginning and containing 1,861 square feet of land.morn or less. CFW SS M-325 I EASEMENT 3 1 DANNY MILLER TRACT TCB I OF 3 17,11, 7 } 7 f . Page 9-0f 11 7H Parcel 2 Beginning at a point in the Southwesterly line of said Miller trat t and the Easterly line of the Oak Grove Road(County Road 1004)right-of-way from which a 518"iron =ith yellow cap stamped'ANA.'set for the South corner of said Miller tract,and he inn an ogle point in said ' Oak Grove Road right-of-way bears South 13 degrees,3 minutes,42 secor:ds East,98.48 feet; Thence:with the Southwesterly line of said Miller crecr and the Emterly line of said Oak Grove Road right-of-way,North 13 deVvar s,36 mirrt;tes,42 seconds West,32.44 feet, from which a 5/8"iron rod with yellow csp staraped'A,N.A.'set at an angle point in the Southwesterly line of said Miller trust und-the Easterly line of said Oak Grove Road right-of-way bears North 13 degrees,36 minutes,42 seconds West,95.38 fat; Thence:departing the Southwesterly line of said Miller tract and the Easterly line of said Oak Grove Road right-of-way,Ne-&54 dc ,01 minutes,48 seconds East,160.94 feet to the Southeasterly line of sa: Vbilar tract and the Southwesterly line of a 61.970 acre trail of land situated in said Hiram little Survey as conveyed to RN Ashford Park,LP.by deed recorded in itsstrument Number D205031703,said Deed Records; ^^ Thence:with the common line of said Wit.-ice?rcct and said Ashford Park tract.South 21 degrees,36 minutes,49 secco uds West,55.96 feet; Thence:departing the comrnou tine of slid Miller tray and said Ashford Pmk tract,South 54 degrees,01 minute:,,,48.`stitonds West,126.04 feet to the place of beginning and canhdning 4,305 square feet of land,more or less. CFW SS M-325 EASEMENT 3 1 DANNY MILLER TRACT TCE 2OF3 Page 10 of 11 ' r , Note:Surveyed on the ground November 2009 Note:Bearings are relative to True North obtained from G1o6 r`.Pcsitionsn ;Satellite System (GPS)Observations,North.American Datum 1983(NAD'83),`C'exas State Plane Coordinate System,North.Central Zone. Note:In accordance with the Texas Board of Professional Land Sup vq ing General Rules of Procedures and Practices,663.19(9),this"Report"consists of th e Ra Property Description included herein and the Map of Survey attached hmwidh. Note:In accordance with the Texas Board of Pro£es5inn-il LAW Surveying General Rules of Procedures and Practices,663.19(T),'The cited instruments are not necessarily the current owners of the subject property,but are the documents containing the descriptions of the boundaries as surveyed. 5kIRVEi 5 evin Wendell,R.PJ-S.43500 Data CFW SS M-325 i EASEMENT 3 DANNY MKIEu TRACT TCE 3OF3 4 Page 11 of 11 ExHwTT ow - -- MAIC't)r,SURVEY >:oa.�>•�owr AWING TWO _ 30�rFQOT TEMPORARY COWRU�CTION EASEMENTS =a O'ITOFA ,4,76M.ACRE TRACT OF LAND SITUATED IN THE 51.970 AC TRACT HI LITTLE SURVEY, A-930 HIRAi1 LITTLE SURVEY, A--93O APPARENT OWtERi SH ASHFORD PARE. L.P. , t O.R.. ?.C.. TE n '#RW*RD 4040M PERMAXENT'SANITARY SEWN EASEMENT wq ARZAa 9.1tt SO, FT. IV- 4.475 -4.475 AO TRACT ..a• PROPOSO KO M UTTLE SURVEY. g7.k TCE-PARCEL 1 A-930 AREAS 1,581 SPI. FT. V- � w. APPARENT OWNER: • e DANNY MILLERVOL trfl t i r D.L.TC.aTPIMS Is" ijt^.M ! "'4'•t', ,.. AREAL 1.705 SA. TEt'PARCEI.1 P.D.D. TCE PARCEL 2 OAK GROVE x (COUNTY .ND�OQA) .. REMAINDER OF 24.994 AC TRACT HIRAM LITTLE SURVEY. A-230 LOT t.DLOCX A OAK GROVE ELEMENTARY ADD100N APPARENT OUNERSl CAR.A.WIDE 12255 pF LEWISVILLE 7 PARTNERS. LTD. P.R.,LQ,TX >t .,,Tom.. VOL. 16555, P0. 31 ASTtpf -ft, O.R.. T.C.. TX .y �S'XEYAN WENDELI ;.,�.q...5 5.()0......p.. Note d Denotes a SAr Ion tad.ILda+cop stomped'A.N,A!mL SURV Note�M on the ovmd Novannlor 20DO Reorbw an rW%UwSttoot�Timw North ob*Wf d from 01" PallUwIl,. ISD3 '03A T�N�1YO:C# �Amerkml _ "m In neeuea:ae with the Tr.ae Band of Pratrdond Land Sorv" S. n t4endell,R.P.L,S �550D Gni Rutoe of Prcmdum and pnwu %INIM(G).this'rtport om*t0 at the Mop of S`,_ Included I--'- Fabruory 2, 2040 Dee¢fpUot.attaches hreatth, Hetet fn oomrdmca.0h the Toxon Bard of r-f�, y,. DATE Dorsal Rutty of Ptacedoreo and Prvof6ca"65:1.1 G(7),°The afed Inetrumente aro act aoomewly the curtert amrs of the:tr � ys t are U%4� menta mtifolt lg bra dmvtptl0as of the DRAWN 8Y: SKWAl DATE: D2�Dt/1G AICA.COMMTAM L.L.C. 100IL000111cs SHT. N0. EA9111ims1 d OWG NO.: EASEMENT 3 TGE �104]yTom Iffill ftftslt 1 OF 1 AMX=.TAh7D,. p 111lM�ett7f01Q A.N.A.PRO,�CT NO.; OfitD20 � 3354 00 011111011X1$300 ua®� 1� lIT�35S 99Q3 51St Elim f .s�� THIS PAGE INTENTIONALLY LEFT BLANK �. r. s. GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK w 0 Prepared for: DANNENBAUM ENGINEERING CO. •— Fort Worth,Texas GEOTECHNICAL REPORT FOR PROPOSED MAIN 325 PARALLEL RELIEF SEWER STA. 1+00 TO STA. 36+65.10 FORT WORTH,TEXAS Prepared by. •• GEOTEL ENGINEERING, INC. 2221 Manana Drive, Suite 170 Dallas, Texas 75220 ® 972-284-0718 .. Report No. E09-232 ...:.............................! WEI ZHANG. ..' August 28, 2009 1f�i.......81599 GEOTEL August 28, 2009 Mr. Grady H. Beachum,P.E. Dannenbaum Engineering Co. 6421 Camp Bowie Boulevard,Suite 400 Fort Worth,Texas 76116 Re: Geotechnical Report for Proposed Main 325 Parallel Relief Sewer Sta. 1+00 to Sta. 36.65.10 Fort Worth,Texas .. GEI Report No. E09-232 Dear Mr. Beachum: Attached is our geotechnical report for the above referenced project. This report provides the results of the field and laboratory investigations together with recommendations including lateral earth pressure for trench shoring design, safe slope rations for open cut trench excavations, backfilling and compaction for the design and construction of the planned project. It has been a pleasure to perform this work for you. If,during the course of this project we can be of further assistance,please call. Sincerely, GEOTEL ENGINEERING, INC. (David) g,Ph.D. Engineering •,,,..,.mow�4 P i (Maxi ell)Zhang, ``... a President CI ZH.ANG :..,...81598......; ,,. Copies Submitted: 3 . ' ;v l _ '. TABLE OF CONTENTS Geotechnical Report Proposed Sanitary Sewer Fort Worth, Texas Page 1.0 PROJECT INFORMATION.......................................................................................1 2.0 SCOPE OF INVESTIGATION...................................................................................1 3.0 FIELD OPERATIONS.................................................................................................1 4.0 LABORATORY TESTING.........................................................................................2 5.0 SUBSURFACE CONDITIONS...................................................................................2 5.1 Subsurface Conditions....................................................................................................2 5.3 Groundwater....................................................................................................................4 6.0 ANALYSES AND RECOMMENDATIONS..............................................................4 6.1 Trench Excavations.........................................................................................................4 6.2 Open Cut.........................................................................................................................5 6.3 Trench Shoring................................................................................................................6 6.4 Dewatering......................................................................................................................6 6.5 Trench Bedding and Backfill..........................................................................................7 7.0 LIMITATIONS.............................................................................................................7 FIGURES Figure Boring Location Diagram ........................................................................................1 a, lb& 1 c Logsof Boring .................................................................................................................. 2 to 9 Keyto Log Terms and Symbols............................................................................................... 10 GeneralizedSoil Profile........................................................................................................... 11 w w w w w w w w THIS PAGE INTENTIONALLY LEFT BLANK w w loww w w w on on Dannenbaum Engineering Co. August 28,2009 ws GEOTECHNICAL REPORT an PROPOSED MAIN 325 PARALLEL RELIEF SEWER FORT WORTH,TEXAS 1.0 PROJECT INFORMATION so This project consists of Main 325 parallel relief sewer construction along Deer Creek between Oak Grove Road South and Existing Main 257 in Fort Worth,Texas. The Main 325 sewer is planned to be 36 inches in diameter and about 2,700 linear feet from Sta. 1+00 to Sta.36+65.10. 2.0 SCOPE OF INVESTIGATION The purposes of this study were to: 1) explore the subsurface conditions along the pipeline alignment, 2) evaluate the pertinent engineering properties of the subsurface materials, and 3) ,�. provide engineering soil design parameters and recommendations to be used to guide design and construction of the proposed utility improvement project. 3.0 FIELD OPERATIONS r A total of eight(8) borings were drilled on July 16, 2009 at the site. The boring locations are shown on the Boring Location Diagram,on Figures 1 a through 1 e. The borings were generally drilled to a depth of 5 feet below the bottom of the pipeline with depths ranging from 15 to 20 feet. The test results of the boring program are presented on the Logs of Boring, Figures 2 through 9. A Key To Log Terms and Symbols is presented on Figure 10. A truck-mounted continuous flight auger drilling rig was used to advance the borings and to obtain samples for laboratory evaluation. Undisturbed specimens of cohesive soils were obtained ■., at intermittent intervals with standard, thin-walled, seamless tube samplers. These specimens were extruded in the field, logged, sealed and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. Geotel Engineering,Inc. Report No. E09-232 Page 1 Dannenbaum Engineering Co. August 28,2009 ^" Bedrock consistency was evaluated in-situ by TxDOT cone Penetrometer Tests (THD). The THD test consists of measuring the penetration of a 3-inch diameter cone driven by 140 pound hammer falling a distance of 24 inches. The number of hammer blows to drive the cone into the bedrock for each 6 inch or less test interval is tabulated on the boring logs at the respective sample depths. w Groundwater observations were made during drilling and after completion of drilling operations. These observations are reported on the boring logs. All borings were backfilled after final ■- groundwater level measurements were obtained. 4.0 LABORATORY TESTING The laboratory testing program was planned to evaluate of physical and engineering characteristics of the subsurface soils. Classification tests consisted of liquid and plastic limits, natural moisture contents,and dry unit weights. Compressive strength of the subsurface cohesive soils were evaluated by unconfined compression tests. Hand penetrometer tests were also performed to estimate the soil consistency with depth and between borings. Thest test results are tabulated at the appropriate sample depths on the boring logs. 5.0 SUBSURFACE CONDITIONS �- 5.1 Subsurface Conditions Subsurface conditions encountered in the borings,including detailed descriptions of the various strata and their depths and thicknesses,are presented on the Logs of Boring. A brief summary of the stratigraphy indicated by the borings is given below for the site in general. Note that depth on all borings refers to the depth from the existing grade present at the time of the investigation. Boundaries between the various strata are approximate. Geotel Engineering,Inc. Report No. E09-232 Page 2 Dannenbaum Engineering Co. August 28,2009 Subsurface soil conditions encountered in the test borings are grouped into strata and are summarized in Tablet. The field test results are summarized for each stratum and are shown in Table 2. TABLE 1. SUMMARY OF SUBSURFACE CONDITIONS **■ First Bottom of Stratum :Description Description Encountered(ft) Stratum(ft) .. 1:FILL' Very stiff to hard, brown and tan mixed Ground Surface 1.0 clay with sand and gravel and broken rocks II :CLAY Very stiff to hard, brown clay with sand Ground Surface to 2.0 to 8.0 and lime nodules 1.0 III:SANDY CLAY Stiff to hard, brown and tan sandy clay 2.0 to 7.0 3.0 to 15.05 WITH GRAVEL with gravel and iron ores -- IV:WEATHERED Hard, tan weathered limestone with clay 8.0 to 13.0 11.0 to 15.05 LIMESTONE layers V:LIMESTONE Hard,gray limestone 11.0 to 13.0 20.05 r Comments: 1. Only encountered in Borings B-4 and B-7. 2. Not encountered in Boring B-8. 3. Extended to the boring termination depth of 15 feet in Boring B-1. 4. Extended to the boring termination depth of 15 feet in Borings B-2 and B-3. 5. Boring termination depths. Geotel Engineering,Inc. Report No. E09-232 Page 3 Dannenbaum Engineering Co. August 28,2009 ■r TABLE 2. SUMMARY OF FIELD AND LABORATORY TESTS ENGINEERING PROPERTIES FILL/CLAY/ Weathered LIMESTONE Sandy CLAY LIMESTONE MOISTURE CONTENT% 7-21 - - LIQUID LIMIT% 28-38 - - PLASTIC LIMIT% 17-20 - - PLASTICITY INijrn/o 11 - 18 - - MINUS SIEVE#200(%) 64-78 - - HAND PENETROMETER(tsf) 1.5-4.5+ - - DRY DENSITY(pcf) 103- 122 - - UNCONFINED COMPRESSION(tsf) 2.5-11.6 - - TxDOT CONE PEN.(blows/in.) - 100/0.25"-4" 100/0.25"-0.5" 5.3 Groundwater .. The borings were advanced with a continuous flight auger drilling equipment. This method allows relatively accurate groundwater observations to be made while drilling. No groundwater was encountered in the borings during drilling operations. All borings were dry upon completion. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are also functions of subsurface soil conditions. 6.0 ANALYSES AND RECOMMENDATIONS 6.1 Trench Excavations Trench excavations will generally be performed to depths ranging from 12 to 18 feet below existing grade. Approximate excavation depths,invert elevations,and soil and rock conditions at the boring locations are summarized in Table 4. Geotel Engineering,Inc. Report No. E09-232 Page 4 Dannenbaum Engineering Co. August 28,2009 rw� TABLE 4. SUMMARY OF FIELD AND LABORATORY TESTS BORING APPROXIMATE INVERT INVERT ANTICIPATED SOILS STATION DEPTH. FT ELEVATION B-1 1+34 13 616 Clay,Sandy Clay B-2 7+00 13 617 Clay,Sandy Clay B-3 13+00 12 618 Clay,Sandy Clay B-4 19+50 12 619 Clay,Sandy Clay,Limestone B-5 25+10 14.5 620 Clay,Sandy Clay,Limestone B-6 30+00 18 621 Clay,Sandy Clay,Limestone B-7 34+50 13 621.5 Clay,Sandy Clay,Limestone B-8 36+76 14 622 Clay,Sandy Clay,Limestone A generalized soil profile with the pipeline location was present on Figure 11. 6.2 Open Cut The subsurface soils encountered for this investigation predominantly consist of very stiff to hard clay and sandy clay soils with the exception of B-4 through B-8 where hard limestone was encountered. The very stiff and hard clay soils are considered to be stable and will permit excavation using typical conventional open cut methods. For trench excavations less than 5 feet in depth and in stable clay soils, walls may be cut near vertical in accordance with OSHA regulations. For temporary excavations deeper than 5 feet in stable clays,sloped sidewalls of 1 horizontal to 1 vertical (1 H:1 V) or a shoring system should be used. For excavations to any depth in submerged soil or where seepage or sloughing is observed, the sidewalls should be sloped on 1.5H:1 V or flatter grade or braced. Sands were not present in the borings. In the unlikely even sands are encountered, excavation in sands to any depth, sloped sidewalls of .� 2HL IV or temporary shoring should be used. It should be noted that free standing slopes will be less stable when influenced by groundwater or saturated by rain. Geotel Engineering,Inc. Report No. E09-232 Page 5 Dannenbaum Engineering Co. August 28,2009 Hard tan weathered limestone and gray limestone were encountered at depths of 8 to 15 feet in Borings B-4 through B-8. For excavations in limestone as a stable rock described in OSHA regulations,walls can be cut near vertical. The excavations should not be entered until the side walls are verified to be stable and/or a trench shield is placed in the excavation. It should be noted that the tan and gray limestones at the site are very hard and will require rock excavating techniques. The rock can be excavated by large dozers with single tooth rippers,front end loaders and hoe rams. The rate of excavation will depend on the number and size of the excavation equipment used. 6.3 Trench Shoring -- Where site limitations require excavations to have vertical side walls,an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench ®- braces. The trench bracing and bore port shoring should be designed for constant lateral earth pressure,p, equal to 30nH,psf, where: H is the excavation height in feet; n is 1.0 for excavations in clays and sandy clays; and n is 1.3 for excavations in sands. Surcharge loads and traffic live loads,if present,must be included in bracing design. In lieu of a shoring system,a trench shield consisting of a prefabricated rigid steel unit,adequate to withsand anticipated lateral pressures,may be used. 6.4 Dewatering Groundwater was not encountered in the borings at the time of this investigation. However, water may be encountered at other locations in the trench excavations due to surface water run-in or seepage through rock fractures and soil fissures. In areas where groundwater is encountered in clays, a system of ditches, sumps and pumping may be used to provide groundwater control. Geotel Engineering,Inc. Report No. E09-232 Page 6 Dannenbaum Engineering Co. August 28,2009 6.5 Trench Bedding and Backfill The pipe bedding should conform to the City of Fort Worth's specifications. The excavated soils MR may be used for trench backfill. Use of rock fragments greater than 6 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Fill should be placed in maximum eight(8)inch lifts and compacted to between 95% and 100% Standard Proctor density (ASTM D698). Clay soils having a PI over 20 should be compacted at a moisture content ranging from zero to plus 4 percentage points above the optimum standard Proctor values(ASTM D-698). Granular soils having a PI less than 20 should be compacted at-3 to+3 percentage points of the optimum moisture. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of backfill must be closely controlled, the area around the man-holes should be backfilled with either cement stabilized sand or flowable concrete with a 28 day compressive strength between 50 and 200 psi. 7.0 LIMITATIONS The professional services which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotech- nical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the bore holes. The number •. and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities,while considering the nature of loading,size,and cost of the project. If there are any unusual conditions differing significantly from those described herein, Geotel Engineering, Inc. should be notified to review the effects on the performance of the recommended foundation system. w The recommendations given in this report were prepared exclusively for the use of City of Fort Worth and/or their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and Geotel Engineering,Inc. Report No. E09-232 Page 7 wo Dannenbaum Engineering Co. August 28,2009 should not be used for any other structures,locations,or for any other purpose. This firm is not responsible for the conclusions, opinions, or recommendations made by others based on the information submitted herein. This report presented recommendations to guide preparation of project specifications and should not be used in place of project specifications. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. .. Wn Geotel Engineering,Inc. Report No. E09-232 Page 8 FIGURES A THIS PAGE INTENTIONALLY LEFT BLANK .. 1 1 1 ! 1 1 1 1 1 1 i 1 i i 1 i i i ■ �KnswinMr [wy6Gluc® _ SFYRA 4� 15) J}BTuICs]t2 J (!•n�oo lu-J}Sl / �F WAytCRmiT JO:A(C x!e ti Y.0.NxCnpY tMR CAJM :4 p r e Ew w fM IRB('I s .lTpw C.I]sJ / �wiOSED U3sy[xo ....•. N�t�tWE'If Cp1N CCE-}J�Wt.w S Swi /sMR IMC u-15 �/ --- --- ----------- --- --- --- B-1 + ♦ M RRWJSE[3J�NAwsB 0 MIhR 45EN:HiM F -1 tµ o (aW saco !aM 2 _ I�6�WXLJRY �"' Q Nii,WY YVF IPo(y-12! FnSngG � /� M iMY pCWCR a NiY�NI NYx(]2!) (N J}s) N i S3N�OA _ { W 9/_I}s) SEM(R(NFLCN(r 5 COy�iNti SM 5'pa. pL WMWR11WpR iNCFRI 6 ttxtq[iE tplM -}JAl6MAs e cwM•n�� «nE wNxBEmsipxna TOWER FOUNDATION DIAGRAM PROPOSED SEWER LINE STA 1+00 TO STA 9+00 FORT WORTH,TEXAS NOT TO SCALE '�ElEOTEL If E09-232 1 a peehA^!,! �-!]e 1!K•im D vi -------- u., _ B-3 w -- - - - --- --- - fes. n is ` PeortCT ALL FM1Vlh GFmFFR1Y 'fie'e>,[i 3G r.a-9�c a M9M9mt tOR NIV BORING LOCATION DIAGRAM PROPOSED SEWER LINE STA 9+00 TO STA 18+00 FORT WORTH,TEXAS NOT TO SCALE GEOTEL E09-232 1 b 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I SaDD. n wcc Ro —Tr mRaRrt mEUR �Y"' corzu.°`iER r a Ew- asu��wNcrcn:<oww "�a ii:c.afisials [.:�sjii L�• F { B-4I Q B 5 W w"..e.'S5 Y-Jle DIDf]IM ♦r9b�fi.[r]m 4i�� M RlY�4NYN mSJiYn ]b 6.n[Cn n Po "'c' �Fi6i /, mO.LE Si[tl5 1, NDrt:�SPO�MS•�RR� DIL�QRODN[WYND[merR°Cnm L TOWER FOUNDATION DIAGRAM PROPOSED SEWER LINE STA 18+00 TO STA 27+00 FORT WORTH,TEXAS NOT TO SCALEF'°DNEN° FGEOTELl n E09-232 1 C v,°vsaP"e`BBa.<� vis :,rom:aSM-Srs> XO BNCf.K Si[i55 wSCT GKa� G ' EUErvi�� O ------- W -- —�.00 -— En' ZF{ E4, i0 . / ••u SMauwan Ga Ona nn) +:�SSRO+x[wo Pe / EP,Wiwr ,+•.0 na mace e i%84[r♦K 5[C153 9WCf5GK i % ro ulaTtB[AwK•9 avGL,9BA16,rPG.9e,6 TOWER FOUNDATION DIAGRAM PROPOSED SEWER LINE STA 27+00 TO STA 34+00 FORT WORTH,TEXAS NOT TO SCALE GEOTEL E09-232 �1 d 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 uNM Vi.OL N K.[4aJK': NM/C xfd-w�•_-e \''/ \, t OM QLK[L[uCN'R� t of ryc N \ S" �� wr uMw uric u us � t TAC W�O.ANRu1RC AW K...L-G]0 um Po nF.taar4}1L iPPoYCxtt a.Nxc� AwlFlllal iGcb) .x.4 Can[oLm,c coxsrtNcnw TOPOGRAPHIC LEGENO cu vNK nm . __-c mcaxx«c war rs •fs4 saw oaNx xrnxaC 7F [— ww* _�- aaK wx ., TOWER FOUNDATION DIAGRAM w. —m-- �w - r PROPOSED SEWER LINE STA 34+00 TO STA 39+00 OKNUD[1LC. — — w «o FORT WORTH,TEXAS Jill NOT TO SCALE �x a ® "¢ °x"" "`" GEOTEL as E09-232 1 Q LOG OF BORING BORING B-1 Project: Proposed Sewer Line Project No.: E09-232 Date: 8/14/2009 Elev.: 626.3 Location: Sta 1+34 (See Fig. la),Fort Worth, Texas Depth to water at completion of boring: Dry — Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P.PEN LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % Pcf tsf tsf feet &FIELD TEST DATA 0 . . . I. ............................................... .... .... "" .... ..... ...... ........ .......... .rr Hard,brown CLAY with sand and lime 4.5+ 625nodules 4.5+ 4.5+ 4.5+ 8 28 17 11 122 4.5+ 11.6 5 FW 620 ................... .................... ..... ........ .... ... . .. . . . Very stiff to stiff,brown and tan Sandy 4.0 CLAY with iron and gravel / 7 25 1 5 10 615 l f 4 5 15 610 2 0 raw 605 Nwr 25 600— .-30 595- 35 .. 590 Notes: Completion Depth: 15 feet L — FIGURE NO.: 2 GEOTEL ENGINEERING, INC. LOG OF BORING BORING B-2 Project: Proposed Sewer Line Project No.: E09-232 Date: 8/14/2009 Elev.: 628 Location: Sta 7+00 (See Fig. la),Fort Worth,Texas .. Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL 200 D.D. P.PEN LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % q, PI % Pcf tsf tsf feet &FIELD TEST DATA w0 ................................................ .... .... .... .... ..... ...... ........ .......... Hard,brown CLAY with sand and lime 4.5+ nodules 64 4.5+ "w 625 4.5+ 4.5+ 15 30 18 12 113 4.5+ 3.6 5 MR Very stiff,tan Sandy CLAY with iron, 4.0 620 �_ ravel and pebbles i/. 21 34 18 16 106 3 5 2.8 10 615 . . ............................................ .. .. .. .. ... Tan Weathered LIMESTONE with ,r interbeded clay leyers and iron or rock 4 5+ 15 '°rAl 610 20 605-- -25 600 w 30 595 35 Notes: Completion Depth: 15 feet FIGURE NO.:3 GEOTEL ENGINEERING, INC. LOG OF BORING BORING B-3 Project: Proposed Sewer Line Project No.: E09-232 Date: 8/14/2009 Elev.: 628.2 Location: Sta 13+00 (See Fig. lb),Fort Worth,Texas Depth to water at completion of boring: Dry -- Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI %s ,,,t tsf tsf feet &FIELD TEST DATA Hard,brown CLAY with sand and lime 4.5+ nodules 4.5+ 4.5+ ww 625 r 4.5+ 16 111 4.5+ 6.3 5 .... ...... ........ Very stiff,tan Sandy CLAY 3.0 620-- is 20 18 112 2.5 5.0 10 c' ............. .... .... .... .... ..... ...... ........ ......... ' Tan LIMESTONE with clay seams 615 ..r., + JO/2.5" 15 I 610 20 605 25 600— .-30 595- --35 Notes: Completion Depth: 15 Feet FIGURE NO.: 4 GEOTEL ENGINEERING, INC. LOG OF BORING BORING B-4 Project: Proposed Sewer Line Project No.: E09-232 Date: 8/14/2009 Elev.: 628.8 Location: Sta 19+50 (See Fig. lc), Fort Worth, Texas ... Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL 200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % off, off, PI % pcf tsf tsf feet &FIELD TEST DATA Hard,brown and tan mixed CLAY with '4.5+ . .......... sand and gavel(Fill)...................: 4.5+ Hard,brown CLAY with sand and lime 12 38 zo 1e 110 4.5+ 8.14 ' nodules 625 5+ 9: 5 Hard,tan Sandy CLAY with broken 4.5+ - limestone r .............. .. .. .. .. ... .... ...... ........ Tan LIMESTONE with clay seams Y>, �r 620 •; 100/3" 10 !J. rrr - Hard,gray LIMESTONE 615 100/0.5" 15 610 .., 20 605 25 600 30 s 595 35 No t I Notes: Completion Depth: 15 feet L-- FIGURE NO.:5 GEOTEL ENGINEERING, INC. LOG OF BORING BORING B-5 Project: Proposed Sewer Line Project No.: E09-232 Date: 8/14/2009 Elev.: 631.7 Location: Sta 25+10 (See Fig. lc),Fort Worth,Texas Depth to water at completion of boring: Dry -- Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P.PEN UNCON. �.. DEPTH SAMPLER SYMBOLS DESCRIPTION PI feet &FIELD ILSf DATA % % % % pcf tsf tsf 0 ................................................ .... .... .... .... .... ' Hard,brown CLAY with sand and lime 4.5+ 630 nodules 4.5+ 12 37 19 18 107 4.5+ 7.3 4.5+ .............................................. .... .... .... .... .... . ,r .. . ...... ...... Hard,tan Sandy CLAY with gravel and 4.5+ 5 broken limestone .............. .. .. .. .. ... .... 625 '' Tan LIMESTONE with clay seams 100/1.8" 10 620 Hard,gray LIMESTONE •- 100/0.5" 15 615 20 610 25 605 30 600 i 35 595 Notes: Completion Depth: 15 feet FIGURE NO.: 6 GEOTEL ENGINEERING, INC. LOG OF BORING BORING B-6 Project: Proposed Sewer Line Project No.: E09-232 Date: 8/14/2009 Elev.: 632.2 Location: Sta 30+00 (See Fig. 1d),Fort Worth,Texas ,,.. Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: .., ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 D.D. P.PEN UNCON. feet &FIELD TEST DATA % % % % Pcf tsf tsf Hard,brown CLAY with sand 4.5+ 10 35 19 16 103 4.5+ 2.5 630 _. ............................. " ' Hard,tan Sandy CLAY with gravel and 4.5+ ,. broken limestone . .... .... .... .... ..... ...... ........ .......... ............................................: %;% Tan,Weathered LIMESTONE with clay s =� % seams .... ........ .......... .. .. . 625 . . .... tF i Tan LIMESTONE with. small clay seams a= 1. 5" 10 'T ..i .. ......................................... .... .... .... .... ..... ...... ... Hard,gray LIMESTONE 620 ,.. 100/0.5" 15 615 i 20 610 25 605 +sM 30 600 35 595—"f' Notes: Completion Depth: 15 feet FIGURE NO.: 7 GEOTEL ENGINEERING, INC. LOG OF BORING BORING B-7 Project: Proposed Sewer Line Project No.: E09-232 Date: 8/14/2009 Elev.: 632.7 Location: Sta 34+50 (See Fig. le),Fort Worth, Texas Depth to water at completion of boring: Dry •- Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL 200 D.D. P.Pt UNtsf feet &FIELD TEST DATA % % % PI % pcf tssf o .. .... .... .... ..... ...... ........ .......... ... ............................................... q : �� Broken Rock(Fill) Hazd,brown CLAY with sand and lime -4.5+ 630 nodules 11 34 17 17 107 4.5+ 7.1 4.5+ � s Hard,tan Sandy CLAY with gravel and broken limestone .... .... .... .... Tan Severel Weathered liKiESTONE 625with clay layers a.s+ 100/0.2^ Haz.d.,.gray ...... LIMESTONE................. .... .... .... .... ..... ...... ........ .......... 10 620- 100/0.5" 20100/0.5" 15 615 100/0.5" 20 t l 610 25 605 30 600 35 ... Notes: Completion Depth: 20 feet FIGURE NO.: 8 GEOTEL ENGINEERING, INC. LOG OF BORING BORING B-8 Project: Proposed Sewer Line Project No.: E09-232 Date: 8/14/2009 Elev.: 636.5 Location: Sta 36+76.4 (See Fig. le),Fort Worth, Texas Depth to water at completion of boring� Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL 200 D.D. P.PEN UNCON, feet &FIELD TEST DATA % % % PI % Pcf tsf tsf Hard,brown CLAY with sand and lime 4.5+ .w 635 nodules 14 78 4.5+ 4.5+ 4.5+ 10 34 17 17 108 4.5+ 4 5 630 ................ ............ ... Hard,tan LIMESTONE , l 100/0.2" 10 *.. 625 ' Hard,gray LIMESTONE 100/0.5" 15 620 .r — IDO'o 5° 20 615 25 610 r 30 .w 605 w 35 600 Notes: Completion Depth: 20 feet FIGURE NO.: 9 GEOTEL ENGINEERING, INC. KEY TO LOG TERMS & SYMBOLS Symbol Description Symbol Description Strata symbols : o Broken rocks with gravel and Sand Low to medium Plastic Clay �Q with sand Soil Samplers Sandy Clay with gravel Undisturbed thin wall m o Shelby tube o. : Weathered Limestone ❑ THD Penetration test r r1 LIMESTOME with clay layers Fill Sandy Clay with gravel and broken y, rocks Limestone Severely Weathered Limestone Notes: 1. Exploratory borings were drilled on 8/14/2009 using a 4-inch diameter continuous flight power auger. 2. No free water was encountered at the time of drilling or when re-checked the following day. 3. Boring locations were taped from existing features and elevations extrapolated from the final design schematic plan. 4. These logs are subject to the limitations, conclusions, and recommendations in this report. 5. Results of tests conducted on samples recovered are reported on the logs. FIGURE NO.: 10 GEOTEL ENGINEERING, INC. II 4+00 8+00 12.00 16+00 20+00 24.00 211x00 92+O0 96+00 810 Bb B-8 W............................................... ................................ .................... .................... ....................z....................z.................... —635 630- ........... ................................ .................... ........... ....... ........U630 ......... ..... .. .. B-2 .. ... Bit B-3 B-1 ......................... ...................... .... ...........:..................u` ............ ...... ............. .... Propos�ed 4 SAN. no— —620 ... ..........77�7:7. ................ .... .......... . . ............... .... .................. ............ SEN' 1NE iII V: ....................... .................... ......... .... ............ ................................... ............ ....... .......... .............. 615 IV 61 .... ........... .................... ......... Gto ............. ......... .... .................... .................... ...................................... .......................... ...................................................................................... ............. .................... .............0...... ......0..........................................F Strata symbols Sandy Clay with gravel and broken rocks Low to medium Plastic Clay with sand Limestone GEOTEL ENGINEERING,INC. Sandy Clay with gravel Severely Weathered Limestone H ON GENERALIZED SOIL PROFILE 99M Weathered Limestone DRAWN BY/APPROVED BY DATE DRAWN Broken rocks with gravel and Sand 8/31/2009 LIMESTOME with clay layers Proposed Sewer Line Fort Worth.Texas Fill PROJECT NO.E09-232 FIGURE NUMBER GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK �w CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK N. r. COUNTY TARRANT COUNTY, 8 STATE TEXAS_ ESQ, nw.wcv n ..ar.crts�n,«� �sasN.�r,r.«a qs,i,o sux a«n nv"vrm a.«r.� w`�uam WL,TrO,r5 ur. ra.r G �: i•' . k k& ��� F� S � 4 k 6������A 8 g � S � 8 R - 6 R B E 9 HIRAM LITTLE SURVEY A-930 7� w GENERAL INFORMATION LEGEND FIELD NOTES SUMMARY OF MATERIALS REFERENCE DRAWINGS REVISION BARNETT GATHERING,LLC --ro 6 acs o aan. apa rw"rav �r" THIS PAGE INTENTIONALLY LEFT BLANK .,, pm GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 r.► THIS PAGE INTENTIONALLY LEFT BLANK 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 wu 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 w w. ■r """ Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK .•r om 3rd Party Line Crossing Agreement .. Date: Select a dG - Crossing: Enter text. Watch job: Ticket# =rater text. GPS: Enter text. Name of Pipeline: Pipeline Size: Barnett Gathering Point of Contact: Barnett Gathering Contact Phone Number: Contractor: Contractor Point of contact: Contractor Contact Phone Number It is agreed that you,the contractor representative,will do the following as prescribed: • After state One Call Laws have been completed,contractors must notify Barnett Gathering 24 hours prior to any excavation. • Contractor will not excavate within 15 feet of Barnett Gathering pipeline without a Barnett Gathering representative on site.All of Barnett Gatherings policies and procedures are to be completed first. • All third party encroachments on Barnett Gathering pipeline must request written approval from Land and Legal Dept.When both parties agree on encroachment.Barnett Gathering pipeline must be hand dug or hydro-vac to expose pipeline before mechanical excavation starts. • At a minimum Barnett Gathering,LLC ("BARNETT")requires the following Please see attachment Utility and Construction Requirements • Contractor will not leave Barnett Gathering pipelines exposed for more than 24 hours. Exceptions are to be coordinated in writing with Barnett Gathering. • Any changes in the plan agreed to with Barnett gathering,must be coordinated with the Barnet Gathering contact above. • The contractor shall be liable for any and all damages to Barnett Gathering pipeline or other facilities caused by the operations of the contractor,and the contractor agrees to protect,defend,indemnify and hold harmless Barnett Gathering and its affiliates from any such damage. By signing below,you,the Contractor representative,agree to the above terms.Any Questions on above info please contact:Charles Vaughan 817 584 5371 Contractor Representative's Name: Contractor Representative's Signature: Date: Barnett Gathering Representative's Name: Barnett gathering Representative's Signature: Notes and plans on reverse side of this document. Barnett Gathering, LLC 810 Houston Street (817)870-2800 Fort Worth,Texas 76102 Fax:(817)870-1671 March 24,2015 To Whom It May Concern: At a minimum,Barnett Gathering,LLC{`Barnett' requires the following: + Storm Drains: Barnett will allow crossing under Barnett pipeline at minimum 5 ft.separation. • Sewer Line: Barnett will allow crossing above Barnett pipeline at a minimum of 5 ft. separation and it has to be in a casing of our choice, through the width of our easement. • Open Drainage/Water Swells Etc.: Barnett will allow for crossing above pipeline in open cut with gabion rock basket as long as Barnett maintains 5 ft.cover between rock and pipeline a EIectric/Phone/Cable/Opt: Barnett will allow all crossings in PVC casing and 5 ft.separation • Water Line:Barnett will allow all crossings with minimum 5 ft.separation • Streets/Sidewalks/Parking Lots: Barnett will allow all crossings with minimum 1 Oft.separation + Fence Post/ Light Poles/ Street Lights/Bridge Peers: Barnett will allow drilling to be done after Barnett line is potholed and spotted with a minimum 5 ft.separation • House/Trees/Swimming pools/Barns: Barnett will not allow any of the listed items to be placed in ROW • Other Pipeline Crossings: Barnett will allow all foreign operator of steel - and metallic pipeline to cross under Barnett at a minimum of 10 ft. separation • All crossings will be at angles between 45 and 40 degrees w. �. • Barnett will not be held liable for any repairs to streets/storm drains/ gabions/waterlines/sewer lines,etc.,if repairs or maintenance is needed to be done to Barnett Gathering pipeline in the future. Please be advised,these are minimum guidelines and are subject to change at any time.Additionally, each specific circumstance differs and as an organization, we analyze the provisions and risks associated on a case by case basis. This list is intended to be a starting point or at the most,a rough outline to assist in planning ^° and as an outline for future discussions with Barnett. Please consult with a Barnett representative for specifics. Barnett Gathering,LLC By: K (�� Steve Rose, President THIS PAGE INTENTIONALLY LEFT BLANK ■. TARRANT COUNTY �- FLOODPLAIN DEVELOPMENT PERMIT APPLICATION APPROVAL Permit No.,_ �' J The Floodplain Development Permit Application submitted by C_ W -- :fin _k sav-jii and dated - i20 , together with the accompanying documentation, if any, have been reviewed "R by the Tarrant County Floodplain Administrator. The Floodplain Administrator has determined that the Application for Proposed Development complies with the terms of Article 4 Section C of the Tarrant County Flood Damage Prevention Rules. Accordingly, Applicant is hereby granted a Floodplain Development Permit for the limited purpose of * completing the Proposed Development as specified in the Floodplain DevelQprqent Permit Application. This Permit expires on �� - ' and Applicant will be required to submit another Flood Plain Development Permit Application for consideration and approval by the Floodplain Administrator if(1) Applicant desires to alter or ., change the Proposed Development from the specifications contained in the Application or (2) Applicant .has not 'started or completed the Proposed Development by the expiration date of this Permit, but Applicant desires to go forward with starting or completing the Proposed Development. Because conditions and circumstances may change subsequent to the issuance of this Permit, Applicant is not guaranteed nor has the right to the approval and issuance of a subsequent Permit. — APPROVED: EFFECTIVE DATE: )L 5b/ I / 4. 'i J Li�r nt County Floodplain Adirinistrator TARRANT COUNTY I'LOODY LAIN DEVELOPMENT PERMIT APPLJCAI ION RIMU ONS: Complete all questions. ;f any item does not apply,indicate by place"NA"in the blank. DO NOT LEAVE Ate'MANK ZMKrY. U=ATOIt 1. 1,1Yifl�iIJ.RSJAC.1L'�.�' 3 x X111 PROPERTY OWNER'S FULL NAME:John Knavich,P.B.,City of Fort worth Address: 200 Texas St City: Fort Worth State: TX Zip Code: 76102 Home Phone: NA Work Phone: 917-392-8480 Cell Phone: NA eMail Address: Iohn.Kasaviah@Mxtwaddmu.gov Is the Owner a Qgxnrdion or Partnership? QYas gNo If Yes,attach a left on company ,miomy,siped by an aattrorind individual,authorizing the Applicant to file en Appfleatim on oehalfof the con any. SEC'I'JON 2. .A.PP~UCANT INFORMA4"ION ❑ Some as Owner(if checked,sldp to Sadion 3) APPLICANT'S FULL NAME:John Shepherd,P.E.,Damenbaum Engineering AppheaWs Address: 6100 Western Place.Suite 402 City: Fort Worth State: TX Zip Code: 76107 Home Phone: NA Work Phone: 817-763-8883 Cell Phone: NA *� eMail Address: john.shephm4 c@dmmcnbaum.eom SECTION 3. a€.TIJ,,TECT lPROVI ERTY It MAMA'I'ION Street Address for the Subject Property(if established)': 11600 Oak Grove Rei S City: Unincorporated,Tarrant County Zip Code: 76028 Lapl Description: Lot: NA BlocL NA Subdivision NA Section or Phase: NA If not located in a subdivision: Survey; Hiram Little AbstraM A-930 Recorded(VoVPage): NA List the names of aII roads by which the property can be accessed: Oak Grove Rd 3 Total Current Laid Area: 2.75 ne-permanent easement Vicinity Map Attached? MYes []No Located in City STI: ❑Yes ®No City Name: NA 'It a 911 street address has not boan assigned to the Subject Property,tare Applicant rnnat contact Me 911 Coordinator at(817) to obtain as address. SECTION 4. PROPOSED DEVELOPMENT: DEVELOPMI' T CDS`I,AND(Check all that are applicable): �- []Clearing ❑Fill ❑Mining ❑Drilling []Grading ZExcavating(except for sbuctaral development obeeked above) ❑Wate=urse Alteration(including dredging and channel mor ons) .® ❑Road,Street or Bridge Constwtion []Subdividing Name of Subdivision: ®Construction of Utility Type of Utility: Sggjry Sevier ❑other(please specify): DE'VELOPIION"I OF S'I UC'TURES(Check all that we applicable): 0 New Construction ❑ Relocation ❑ Demolition ❑❑ Addition del El Alteration Q Repair ❑ Replacement ❑ Other: STRUCTURE TYPE(Check all that an applicable): ❑ Habitable Structure: Living Area: #of Bedrooms: ❑Single Family Residence(1 family) ❑Muhl-Family Residence(24 families) ❑Muhl-Family Residence(more than 4 families) DMobile/Manufactured Home Located in MHRC? ❑Yes ❑No []Recreational Vehicle OCommemial Type: ❑ Combined use(Rwidanthd and commercial): Type: ❑ Non-Residential Floodproofing Type: FlooaprooBng Cwtificaflon Attached Acton-Inhabitable Strue m(specify): ❑Gari ❑Storage Building ❑Bam ®Other; Sanitary►Sewer TYPE OF FGIJN 3A 7ON: ❑Building on Slab ❑Building on Piers,Piles or Columns ❑Building with Basement Estimated market value of the existing Sbuctare: NA Estimated cost ofproposed construction: $ 2.M.893 If the cost of the proposed construction equals or exceed fifty peroern(50%)of the market value of the wristing Strixft e,"Substantial Improvemenf'provisions shall apply. Contact the �- J Flood lain AdmWsft Mr at(81 984-1250 before proceeding. SEC—TION 5. ENGIMMING STUDIES AND DOCUMENTATION FIRM Map Parcel: 435 of 495 ❑ Zone A 0 Zane AE Site Plan attached? ❑ Yes ® No Construction Platys attached? 0 Yes ❑ No Certification by Registered Engineer or Architect attached?❑ Yes No -- Base Flood Elevation: ¢2.3 Elevation of Lowest Floor: ' NA How was BFE determined? 0 Flood Insurance Study(FIS) Date: 9/250 ❑ Flood Insurance Rabe Map(FW IW) Date: ❑ Flood Elevation Study Date: ❑ Two-Foot Contour Map SECTION 6. CONSULTANTS: Lint all profmionals kvolved im the prepar..tiom of fts Anplimflon cr any of the supplemental infermation provided herewith. Attach additional sheets,if nemsary, RRGISTERE PR€bFRSSI©NAL LA"SUR MOB: Name: Mailing Address: .. City: State: Zip Code: Work Phona: Cell Phone: Fax Number: eMail Address: Name:John Shepherd,P.E.(Darmenbaum Enginiaering) Mailing Address: 6001 Western Place,Suite 402 City: Fort Worth State: 'TX Zip Code:76107 -" Work Phone: 817-763-8883 Cell Phone:NA Fax Nimnber.817-377-2956 eMall Address:john.shepha'd@da=anbaum.com OTHER: Nance:Douglas Guinn,P.E.(Dannenbaum Engineering) Mailing Address:6001 Western Place,Suite 402 City: Fort Worth State: TX Zip Code:76107 Work Phone:817-763-5883 Cell Phone:NA Fax Number: 817-377-2956 eMail Address:doug. .cxlm Name: Mailing Address: City. State: Zip Code: Work Phone: Cell Phone: Fax Number: -- SRCTi`ION 7. OVMEWAFPJ ICANrS ACK NOWLEI3ixPM47 AND CERTl3ltiCATION., By my signature below,I acknowledge that I have read and understand the following: 1. No work of any kind may start until a Floodplain Development Permit is issued by Tarrant County. 2. The Development Authorization Permit may be revolted if any false statements are made in this Application or its attachments. 3. The Development Authorization Permit expires if work in accordance with this .,. Application is not commenced within 12 months of issuance or if the work is not completed within 24 months of issuance. 4. If the Development Authorization Peamit expires or is revoked far any reason,all work must cease until a new Permit is issued. The Applicant will be required to submit a new Application with accompanying fees., S. It shall be unlawful to use,occupy,or permit the use or occupancy of any building, development,or premises,or any part thereof;hereafter creaked,erected,changed, converted,altered,or enlarged until the development is in compliame with the Tarrant County Subdivision and Land Use Regulations and Tarrant County Manufactured Housing Rental Community Regulations. 6. Applicant may need other permits to NO local,state,and federal regulatory requirements. It is Applicant's responsibility to determine what permits am needed and to obtain these permits from the appropriate authorities. 7. Construction costs undertaken in accordance with this Application are Applicant's respom`bility. Applicant is not permitted to erect permanent structures or signs on or over any portion of Tarrant County's right-of-way or within any established setbacks. 8. Applicant must construct the improvements in strict conformance with the plana ,,. and specifications submitted with this Application and as approved by Tarrant Courriy. failure to do so will result in Applicant bring required to modify or re- construct the improvements at Applicant's cost. 9. Maintenance of improvements remains the Applicant's responsibility,and the County retains the right to require any changes,maintenance,or repairs as necessary to protect life or property. I hereby certify to the following: 1. I have carefully read the complete Application and all its attachments and certify that all documents submitted are true and correct. 2. There is no outstanding tax liability to Tarrant County on the Subject Property, 3. The Owner of the Subject Property,if different from the Applicant,has authorized the submittal of this Application. 4. As the Owner of the Subject Property or a duly authorized Applioant,I hereby grant permission to representatives of Tarrant County to enter the promises and maim all necessary inspections and to take all other actions necessary to review and act upon this Application. Signature. tint Name: 54401ra Doe: . �'a�l�7 TARRANT COUNTY UTILITIES COMPANY PERMIT NOTE: Should it become apparent the permit will expire prior to the completion of construction, the Contractor shall be required to resubmit the permit in a timely manner so as not to allow a lapse in maintaining an active permit. A Precinct#: 1 UTILITIES COMPANY PERMIT Date: 06/09/2017 Permit#: _ Firm Name:Dannenbaum Engineering Contact Person: John Shepherd Address_6100 Western Place, Suite 402 Fort Worth,TX 76107 Phone: (817)763-8883 Fax: (817)377-2956 Permit Extension Date: Is hereby permitted to work within the Tarrant County R.O.W. (Right-of-way)in accordance with the Tarrant County Transportation Services Departments provisions and specifications. LOCATION OF PROPOSED WORK(WITH MAPSCO#:)Proposed Main 325 sanitary sewer parallel relief line follows Deer Creek between FM 1887 and McPherson Blvd/Garden Acres Dr,using Oak Grove Road S to access the site for Part 1. MAPSCO#120E (Attached layouts as necessary) DESCRIBE PROPOSED WORK IN DETAIL: Oak Grove Road S,which falls within Tarrant County R.O.W.will be used to access the project site. (Attach additional sheets if necessary,) SPECIAL INSTRUCTIONS: 1.' Roads are to be BORED or TUNNELED only.Roads WILL NOT be OPENED CUT.Permits requesting exception must be applied for with APPROVED STAMPED plans for consideration. 2. Contact Rick Hatcher at(817)266-7817,24 hours PRIOR to working in the County Right-of-Way. 3. This permit is valid for 180 Calendar Days from the above written date. A new permit is required if the project is delayed or extended. .,, 4. Vegetation will be re-established upon completion of project/work(i.e. sod, hydromulch w/seeding&curlex,etc.). 5. Approved stamped TRAFFIC CONTROL PLANS and FLAGMEN will be used and maintained throughout the life of the project. Tr porta n ervices Department Signature of Firm Name Representative :3o4.4 54te,'-.e,rd Printed Name of Firm Name Representative A THIS PAGE INTENTIONALLY LEFT BLANK .. GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK ., f 1, CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:01.31-2017 STANDARD PRODUCTS LIST A ApprovalApprovall SpecNo. �'Classsiflcation Nhr,ufecturer Model No. NationalSpec Size '*NAST EWATER Field i Use v ' 330513 lmm.mn .. "—pd— ASTMD 1243 Fo,7A',r. • 33051 3 3QS13 Madsde Wet 1 - P ..c ASTMD 1243 Fm24'da 33 0513 A/mhda iaaat .c ASfM D 1213 Fm 24'die 1 0923% 330513 MasAeu k 1, ^f _ _ L 3 r „..eel Fm 24"da ' 0923% 330513 'mmbok limn 5-d S&. ioQ-Lok-Stamksa Steel Fm 24'dim Manholes&Bases/Frames&Covers/Rectaneula • 330513 Manhole Fr®amdc_ I.M's., 4::!:;. :h IQO] 24"x40"WD • 1I M13�'—We.Fra7eemd Cows f. \al Ary6730 24"x4C"WD }e;,_:rants:;&severs/Standard(Roundl 33-OS-13(Rev 2.:x/16 -.r: W.V—iron wod�E.as a F 30024 24"Di. : hSaKiv Irtn Wtxks 1m. A24 AAS 24'Dia n :achakF dCaven \cmaAcudu 24'Dia MJnhde F—and Coves Va—F 1342 ASTMA49 24-Dia Nimhole Fomes and Cows Si C M1-144N 33 0513 Manhole Frame aadCovers Si MH-143N 330513 M.aenak',—.dCaws Pmt.A-M.amm O7'SST7) 24"die 3305 73 1_d_v':raz France and Coven N..b Cutin 24'da r,",. 310513 rrameamdCmeas Poweneal_ Dad0elsm Madnle AS7MA536 24'Dia 330513 Mmr._c P_amm aid Coven m Sdm-Gobain ' 'sa asexhexas RE32-RBFS 30"Dia 330313 0 .h lung and Corm East lorded iron Worla V1432-2 and V1493 AASF3TO 24306-04 30"Dia 05', J .`.Vag !. Si Ca o. W1651FWN R MH16502 30"Dis w 3.�.�,_ ... StuP' Pduas 1.4137FTWS5-DC 30"Du-....... 220700 H with Gaekd 30•Dm_.. 36'ERGO XL Aemmbly 330513 30"DI ND3�Rs'n,sod Cmv &Lmkabk list Sardm llan.Works with Cam Inek/MPIGT-Luker ASSHM M105&ASTM A536 30'Di. hles& es&Covers/Water i t . o IMudok Fames cad Cavae Pmt-A-Mmssm P-46A 24"Dia FLvMOn Prunes and Caro Naewh 24"Dia - i 3 NfanhaGe F»mm and sown VIA—F..&Y 2342 ASTM A 48 24"Dia. • 33 0513 M4ohok Fomes en&C.— Watem hm W 11 Fu&Ha,,s Fc.,_ 300-24P 24'D'u. 330513 M-W.Forces ad Cows MelCia:e, •�. _ wP0.J1AM 24'Dia 03MM 3305 13 Maolmk Frames and Caws RC•2[00 ASTM A 43 24'Dia Mf20MI 330513 M.Mc Frwusad Cow¢ Sdi-_--_s -::c!:i 300.24-2.3._?S Rae amd Cove ASTM A43 24'Dia as on 33-39-10(Rey 07.2387_1 33 0513 IUm&aoe HYdmobil.W."m AW Ra�,k K. A kka Ultra 5ea1 P-201 I ASTM D22404120792 0426lW 730513 '0ffmt3awf. 4'Diasa MH H—Cmmk'':s•:i,, .. Dowio No.33-0048001 r 0426Po0 33 0513 Psofle Geakel far 4'Dum.MK. Prtm-Smd Luke:C�:; - 2504G Gukd ASTM C-443/6361 SS MH 12699 3303]3 FIDPE Mmhole 'eslment Rin Ladlech,:ar ! -HDPFAdjmtrnent Rio Nmaaffw ass 523N3 1 330513 Mmbd4 EmcnW Wmp Cm:.-- "P, `�up�:�::,I t'.:�.S�9-E etim S Mmbolm DEpaje-w2rmast Concreft Mg, i 333910 Maohde PrecutCmceo Cmdoit _ SPL 1D k49 ASTMC 478 4r • 1 31' ID t4mhole Precast Cmaese WO Cmade Apr(--a:,: ASN G443 4r 333910 1Maehde PrecastCwaem F frnmerly_O1ff_,rc::3:1:::_r:..n AS'IMC478 18• 0426400 333910 °,amafaOBret Sal lakt F famarly Cn'tt::.:!1.';,rersm F 354*45-00I ASTMC 479 48'Dim MH 09/13% 333910 Mmbel Pceaxr C.-t, Cmerete['-o::,:_i:.:c. 4r LD.Mmhokw/32'Cme ASTMC479 43"w/32nema 0830/06 333910 Mmdala Precut Csxwde 7be_Tun:c C_;_va 48'I.D.Maahok w/24'Cme ASTM C 173 43- 10/27M 33391 ,Mmhol Psesam CmSxde Dld'm-Psaaarl Cor. 49"LD.Mmhok w/24"Cmc ASTM C 479 4r D4i-24" 06N9/10 3339 Mmhol. Precw mtt Pal a ooads is^ ' A Rekk—d Po C—ta AM C-76 N"to 72• Manholes& cw/Fi I s 33-39-13(I/LW 1/26M 3- - 126M 333913 Msohde I _ r:�'..::�>.::::�:::�z I:._. Fimvdte ASTM 3753 No,4nZeass OV30M 333913 �--- s Mm)wle LF.'.ts.ra.:.:.:.3_ Nm�cass E1.14 Vm6ele Rebsb S ._. _ 04aMl EI-14 Manhole RdobS ems Rdb.MSP E1-14 Nf.vhok Rdons abS APT:Y::D:af- 420A1 EI.14 iMdkRehabsy� SYv_o-g.Sa1 MS2A R66S s 5/12/03 E1-14IMmhde Rdem ubS - .rnl�.ea UNmra,rpd=h stopiomre— ASTM D5813 0630ft16 'GmadC r,etc Raeir FkxS.. ...sees ! t „ ":v-sten eir Prodat Mim.U. & <•'i y'��' tit nus 05200% FI.14 Nl hd, .aP Systems 5.....— S m,',t',: ,:..'onei ASTM D639/1Y/90 fit-11 'h9mbole!?:^.-6 35ytrmr. Sm Cow 71/I4N1 Casio i'c:::-iosveeo°an PRTECFI 01/31M coa0o8s sim Pmseclioa Cheatama ]:,52 Add Room—Titer Sawa APDk�wns 323/1006 'Coate ! siao Prale bnn w,srm Eovirol ..-.. - sewm Sa6aa 0830A6 !Conde x,aim Pm-6w cit." ;�s 1«v sewer Amllatiom 'Pi=VSH/Centrifugal:.'CatFT _ _1 /( 72189 333117 Cem,Car :',-rg4m Hobo P4.USA.Ise. +..:..+ssuae ASiMD32621D3754 0327/10 333113 Fs3cr�a Ameem .,.. •"aP.P AMU D3267/D3734 10.30ro3 Amhteh USA _ V. ASM D326203754 4724103 - Asohmh USA -ck Pi ASPM C33 A276 1477 V in 102',Claw V 060920 I E15ERsmi.em-s_-. 5=,:'+" US Reid'.ar tud.'r,11.+aer Coomem ASTM C-76 .. 33� EI-04 Cmo. Reiofoeed Wan CwAmte Pipe Co.W. ASTM C 76 El-04 Com. Reootw9ed Hydm Cossdah Clue m T&GSPL Item#77 _ ASTM C 76 81-04 Cmw R®fwmd Haremcsmele TrOd9nb AS7Td C76 S1-04 Cmc.Pim,Ramfadd C—aft Pt,a Frodmtt Co.7— ASTM C76 I� 33-11-10(118113) 33 11:0 Dusde hos Pipe 0 dfr.Pipe Pfwocta Co. Sapaaell-Tke DaotO Irm Presame Pim Cl---11 AW WA CI50 C151 3'thea 24' 33 11:0 Doebk km Pipe A—Dactk hm Pip Co. Ameicm F.&C Pipe _ AWWA CI50.C151 4',r k 10' 331170 ]Ductile hm Pips U.S.Pipe and P,,Ay Co. AWWAC150,C15i 331110 Dunk lrm Pi MoW—Cam hmmr.Co. AW WA CISO,C151 A Prepared 3242016 Pagel .a4 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:01-31-2017 STANDARD PRODUCTS LIST MEN Approval Spec N Iclasssification Manufacturer Model No. National Spec Size es/New VC re sure 33-11- 1/ 7112/02/lk 33-I1-12 DR-16 PVC Press,ee Pipe Pipetlk kt&— PVC P__Pipe AVMA 0900 4'thm 12" 10/22/14 33.11.12 DR-14 PVC(teesme Pipe Royil Bud Produen R Sed PVCP—?ipe AWWA 0900 4"thea 12" Pines/NeW/HDPE(Ping BtustinPJSlinlinine)33-31-23(1/8/131 • Me-daeitypolyeklemepipe 'e-e Im DucidePo lem 8'ASTMD 1248 -� I Hi —d— volyclylone pipe Plam 1ma ASTM D 1248 8' '.Hi daui he0,lem Ion, AS1MD1248 8' 'Hi mi CSPI Hydm cwAn McComdl Pi ASIMD 1248 Eigoakw2vF U-5L-20 • 3}31-20 FVC Sewer CWTar,lodamist ASTMD 3034 4`d-12' • 33-31-20 PVC Sewn Pip, Ca TadP.&M ASTM D 3034 4'On1115 • 3} ewer A've 3i-20 PVC S --- ASTM D 3034,D 1781 4•�8' ' 33-31-20 PVC Sewer P:-- 7•M AdMAOMM9 Co hw(im ER" _ ASTM D 3034 V-15" 12/23,97• i 33-31-20 FVC Sewer:':: _ Diemmdm b SDR-26 and SDR-35 ASTMF769,AKMD3034 1 4-tea 15' • i 33.312,1 PLC Sewe l4msm ASTMF 789 4-d.15' W0007 33-N_' 1 C Scwc hl Sire® SDR-26 and SDr-35 ASTM D 3034 4"d.15" 3}31-2tl C S < . ProdmoU Se SOW W.0 SDR 26 8 35 ASTM 3034 4"Imn 15" • 33-31-20 r...••.•r ,-,e >§mndan Tnehod I. ASTMD3034 8.10" 1121198 33-31-20 F'.C 5swq el, Diammd PWsM Cwpmatm "S"Gra' Sn—Pix ASTM F 679 18"9 27" N33.3 -31-20 'PVC Sewn Pi LM Co Inc.JM ASTM F 679 16'•2T .31-20 PVC Ja Stram .ny.`G.�:"S SDr-35 ASTM F-679 IB"-31-20 'PVC Slid WallP�e YNwaod Placa P546 ASTM Pfi79 -31-20 PVCSewnFitdngt Hem ,.. _.�3.5I. 35 GuketFiitUoea ASTM Q]039 Q178d aM 3-31.20 PVCSewer Fi' Pfeee T'eds.Ino Wezkemo l`a�'waMvesF' ASTMD 3034 100-2 Cloxd ProtBe PVC Pipe D—MPWOa ASTM 1903SM 18'to 46• 16"to 48" 4'-35" 1MewIM-2 PVCSaver ,Ribbed L—nn C_v m V m HC.Cloed Pro81e ASTMF 679 18•m48`100.2 PVC Sewn`•,- -^•_' EtnunnT Inc. JL4.FA P fkSewn ASTMF679 IB'to4M 8100.2 1PVc Sc r: UPw SII 11/1020 1C0.2 Poly^ 2 r Cower Pip,Dnbb Will Adv .d S ADS SamTk HP Dmbk will ASTMF 2736 24'-30" 11/10!10 100-2 F P Sews PiMT,101,wu Ad—.d S AD SanaTmel@T' Wall ASTMF2764 30"U 60' I 0311621 sta&c., vdh lane Cn7ech Cmmucdom PI.&.0 Dtmmeoa ASTM F 2562 24"to 72' i ehab/ EP 33-31-1:i 1,: 7 1=,1 Cmd m P1—Pi_ Immd-m Te Inc ASTM F 1216 05/03x99 C—d inPLee ' Namil Envvolech GM9, Ndaoil Lima(SPLI Item 827 ASTMF•1216/D-5811 0529/96 Cmedm PLa Pi _ ds baoUhw 7ahaW USA Inlioa Ted...., ASTMF 1216 _ P' hab ld • Pddad F-m PT, Cullum P4,S Uma.lne. 11103,96 Fold and F-m :-:Aft-Teanvfa'a Inc. Usibalmm'NYPI ' ASTM F-1504 FoM adFasm .. A-enry-. ape kEa.es.loo. De +,+!� 12/01190 Fdd and Form l I ULilmePVC Allo.^-.'i T• '....'R �&d7 06199193 Fdd dW Form ,..1'.1� ...::�. ESC hlahad -_. .,.t' L a.r ci P'AS _- Powetbylm W NJ. A ..., McComed S _ Mci L-vr.•-,:_: - cd N§ - TRS B . .__. erv• Tseaehleu F. ::r S,yem PoI km a -r:l_e Pn'm: —Pine Casing Spacers 31-05 f. 13) WNW S1W Band CanoC Sp,- Ad.mced Prod—ed sysrm,Lc. Cb.SUd S Mudd Sl ..a.. 02/0293 Stamke Sled Cas_v: ... Ad—.d?1.d—and Syaea,low _SUmke Ied Sp—.Mmdd SSI 977187 Cemg Speer; C—.&We—bm—a—in8 C-4SP- 091t4/10 Sta®ka S:- +, -- Pipeline Sed and ImWe- st:Llas Steil Casioy spaces Up U 48'<i>Q> a924no Coed sttei cam_.sl:_::: Pipeline Sed and Lwdeer CoaUd S-1 sin— Up m48-<i>Q> MIM I I 'StaLkss Sttel Casa,pis-::«r -.._ P—A 4610 P.—ho Y UP W 48'<I>Q> a' 33-39-60 0 7I,;y_;':j 0223)0 EP,,y Lura Sy-, _ SaeeetpEu,Inc S.—GW 210RS LA #210.133 104/14/0 4/01 , Elk 7echniW F41.h 2030 ed 2100 Series5 imaiaDuc0le Iran Pi ,, Ind— Proteato 401 ASTMB-117 DacWt km Pipe Only WATER i itiincs C:.,Ir_hi_ra_,IM A.ir Releau 33-31-70(011AsM 11 1 EI•Il �Cambin4ae,'.r Rel-..,;- ...r - MlWsoiea,La. Emoy Am and Vamsn Valve,Mudd 935 ASTM A 126 CLU B.ASTM A V&2' E1.11 Cmmbum-, P-I:•„: .. MWbpkx Ndwd Ua Co. Crin.Abad Vaoem Valva.Modd No.AS, 12'V&2' • E1-11 C b-n4 ,:::I_Ic.:::':�:• ----- Valve and P.—Ccup APCO#143C.f145C and#147C w i elves& i.in€ ) ;,.•lr t l mess 1 -:]�JS;131 - 0723192 El-07 '�DuaBe l-nr.':�.-ine4 j S.Pipe Product,im. MWmecd]nim Fil4op AWWAC157&C130 ” • El-09 D..61.im .a Calm PEDC PMd=Co. Whmal Joint F—o AWWAC 110 • El-07 DmmTe hsF:nin BdeW>adryM Unum llbEnta Dlviaim MaLwixAl lomtF" SSB Cl— AWWAClS).0 110.C_Ilt 0820198 El-07 M7F' Si Co. Clue 350 C-153 Ml Fining AWWAC153 4--24- 02126n4 El-07 WEmuo A.n Ow 35OC453 MIFirdW AWWAC153 4"-12' 0524/18 El-07 Ducolelmmlvini RL, Ferd Metm Box CoNoi- DmFFkmp Sala 1400 AWWACIIIIC153 1 4"1036• tl' 0524198 E1-24 .PVCk tRostrum!.. Ford Meter Box CoJUni-Flam Ud-FMF Sedm 1500 C.I1 L Jc AWWAClI liC153 4-to 24'40 11/09/01 81117 Us=ia 7rao loin;k::aawu----- One Inc. Ove D*R.M dlnmt Vdi.9 AWWAC111/C116,C153 A,wir —__ 0229!12 3}ll-II D:-:-,lxuoOPIR, r`.m;W 7dedRaeamt EBAA L—,IncMe8ile2 Sats 1100(1-DIP") AWWACIZUCll_6+C153 4•U42' 0229/12 33"]1-17 P\':;:".pe 74eeLary..,:I.,im Remaim EBAA Uc. Me6ola8 Sala 2000 Cf.PVC Pipe) AWWAC11i_T.116,4'153 4'to 24' 0&05/04 El-07 Mc:::,�ucd 7ob:.t Pe.::-.rClaods Si CO. sip.One-L k Meehanieal levet Raabaina A1lWA C II D:.t 53 4"L24" BW1dve Syaam(Diemond Lek 21&IME.Sk __-. 10/12no EI-24 Ines:;'.4,u4i1),;,,•ti�,^x:r, S&BTed-W Pr.&mb Lac 900) As';'+.'�'..,..:.: Pm 12" ,+ BIP ladusvir Mechndwllvint Fiero -'a..,,c, - 4"U24" 06/16/06 El-07 -rFar.. ..r P AW 1119726 33-11-17 Sm Le. PVC SWVy Si.4000 #aa Prapatad 8112018 Pape 2 a_ CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:01"31.2017 STANDARD PRODUCTS LIST Approval Sec No. G7as5516catioB Manufacturer Model No. National Spec Size t1t A B N45UM 33-11-05(01/08/13) i Pipes/Valves&Fit 11 s/Resiliant Seated Gaze Valve"33-12-20(05/131151 ! Redkeu V.'a;get Gate Vilw who Cams American Flow Carvtrol Series 2300 Dnrwbiz B 9420247 16' 12/l3/02 Rudieu'4 it:c_•zaw Val" Amaiea 92wCgMW Serim2530mg5aim2536 AWWAC515 30'ad 36' __0&3199 Resurr`z'. -,.1V.1-Vilw Americen Flow Coowl Sorin 2520&2524 SD 94-2025 AWWAC515 20-and 24- !R i,. !'Rosi'` .:r.:c':r-,_.e Amclm Flow Control Sorin 2516(SD 942024 AWWAC515 16' 1W2it00 E1-26 Res rr .. y Aired-Flow Control Series 2500 iron AWWAC515 _ 1"to 12' 0100594 Res -Wed Go.Vt 1" Ae-m Flow Dowd 42'and 48"AFC 2500 AWWAC515 42'nd 48" 052391 EI-26 P'..-Wed merican GdeVhe AAVK Co A-da AVK Ra.tien Snded GV AWWAC509 4"to 12' esniWWed Gua Vilw .. 10M 2 EI-26 RAmerican AVK 20"sed-Her E1_" ReeOiem SWM Gate Valve Koro 4"-12' E1-26 Rrdb'em Seared Gate Valve M&H 4'.12'- EI-26 Ren1'nt 5Wd One Valve Mudler Co. 4'-12" 1110899 R..ib-Wage Get.V.J. Mueller Co. Series A2361.SD 661 AWWA C515 16" 012393 Reel-W Gde Vilw Moaner Co. Serie A2.360 far 1 B'-24'81367 AWWA C515 24'W-11. 05/13115 Reaniem W M a Gde Valve Mall.Co. Moller NO-k 36-C-515 AW WA 0315 70 d 36" 0113196 ResiLem We Gate-aha Mall.Co. Muena42"&48'G515 AWWACS15 nd 4B" 01258E EI-26 Rib-W Core Vd" Clow Valve Co. 1011/94 Resi1'eol Wed Gax VA. Clow Vilw Co. 16-RS GV ISD D-2099 ... s';5 5' _ __ 111Oa99 EI-26 R.1i Wed Gore Val" Clow Ve1wCo. I Clow BW Vilw(SD[-21652) A "IS amal:kr 11!29/04 ReaBiW Wed Gate Vd" Cl-Vat"Co. 0-30"&36"C-515 ..r...,..... .... .. A 11/3022 'Rnilicat Wed Gate Yil" Clew Valve Co. Clow Vilw Mode12638 A`h'_.�_..i.5I5 - - _ 7X t:.,:t;•3, 059591 E1.26 RebOkm Seawd Gate Vaal Sw kh.m Vdw&Fittiop A-A C soa,MV 420-swm ASR! 4".32" EI-26 ReagiW SWMGax Vdw U.S.Pip,end Foudry Ca. Mewed 730 SPL 074 3'm16- 102626 33"12.20 R.M.A SWM Gate Valve EJ Jmrdm lrw Work, E7 FlowMumr am Vdw k Boxes iDeSN".-.& Seated ButterfIv,Valve -12-21(07/10/14) E1-3C Rebber SWM Valve - Honer Prot Co. AWWA G504 14" E1-30 Rubber Scarad VaF.e M.,r Ga.. AWWAC"504 241M smarter 1/1199 1 E1.30 Robb.SWM Vdw _ Demik V.1-Co. AWWA C-504 2!'®d 06/12103 El•30 Vahatre AmarirmB Vdw ___ Vahoatic Vdw and M-&-in Co Valmatre Amaieee BmrorB Vil". AWWA C-304 oB4'diamder 04/0687 E1.30 Robber SWM B Valve M&H Val" M&Fl S e 1300&1450 AWWA C-504 24'to 45' Station 1� -7296 Water Sbtra Water Plus 112... ::cr Svo,laF Sudo. -40 01/15/14 1091/87 &1-12Bend llm Ameriou-Dulvi Vil" Iha..-: �.'160E 94-16560 :`z'WA G502 031185 &1-12 Burd Fire Amrticao Dewlime vel" Stir:.:'::rr:,:`i,9418791 :'X•WAC402 09/30/67 &1-12 Dr,Hertel Fire H Clow da Si, 19396 _ .^-5i, _ 012193 E-1-12 B.rtd FoeH America AVK Co .. 062485 E-1:2 Burci PircH dant a-c ane Drawl !J436,B2CSC6 &1-]2 earroi FvaH t fl•r[.e® Vilw Shop '•u D.607E3FW A a t '.502 0921187 E-1-12 1My Berrel F'oeH M&H V.1-C Spp::•::.:-i;!:o.13476 ;.'•1".t':1 C:502 Shwp:�rn•-gs No..6461 --. .. .. 102487 1 &1-12 Dry Bawl Fiore k tMinna Company A423 C.-,,.. AWWA C-502 Shop DmvdnB F: 01258E EI.12 Barrel Firs H Muener C A-1. C ,.200 AW WA C-5p2 10/0987 &1.12 Borrel Fire Hydrict U.S.prpe&Fo _ Shop Dnwm No.%0230 AWWA C"502 A 09/1687 &1.12 JD,,Bm.IF.H we-. Shop Drawer Na.SK740803 AWWA C-302 05/12!16 33-1240 Bard FucMdro4 El Jordas Lon Works WaaManer5L'D250 OB2107 Doubles S.M. Smith Bev -- p3 77 a�Cmocd Lquble S.dAa 072322 33-12.10 2L. S Savioe Saddle Mallin DR2S Dwble 55 S Dl Siddle AWWAC800 1"-2"SVC.W to 4"Pi 102787 Qvb S Bill Mder Vdw McDonald - 6100M,6100MT&d10MT 3/4"and V A 102787 1 Curb§VptB&U"a VdwMCDomld 4503B 46018 6100 6100TM avd 6101M 1'A"asd 2' 0126110 Coated T Saddle with Double SS Lt.-In ]CM too. 0406 Double Beed SS Saddle V-2"Taps m to 12' 0821/12 33.1245 T m Skew(Coaled Sial 2Mludoabi toe. 412 jKTjM Skew FSS AWWA C-223 U to 30'w,'13'Out 05110/11 T Sl-LStwuwllw Steel) p-Mod 7490113 &3190M1 1"-B'and 16" 01/2922 33-12.23 T io Slttre Court Steel Romae FCS 240 AWWA C-223 Up w 42"w24"0 t 022912 33.12-25 T ist>rlolsa.St Rano. SST St.W-Sreel AWWA C-223 Up w 24'.212"0. 0729/12 33-12-25 Tent.Sleets S."eu Roma SST Swell-Sted AWWAG223 Cto 30'.212•cot 05/0/]1 7o®t - Powersed 3232,B,1 lo_t R.L. 4-w 30' Plank Mater Box./Goer efts tid DFW Pl u 1a4 D''•'3TC-l2•IEPAFFIW I'Lsde Met.Bmc wfCamaro tid DFW['laatlw lm. .x'".9C-ll-IEPAFFr�- 08130J06 I Time Md.B.w 'te Lid DFW Plebes 1. D.r'•5C-14-IEPAF FTW CL.'A" 'Coes eMda Bos Bus df•`.1:137-8721118 Lm-9 aonud. n _ ICMBox B. & CKM 18-Dual 1416 LID,-9 'Caarex Milerox BBw& r_:•.t:+,^._B{,5 1627 L.17A e rn 33-11.1 (01/08113) _.__ 05/17A3 J EI-13 an.E-em FW.W P.Jaging - AYANA A CI05 8 .1 LLD 051103 j E1-13 polyedlyheic E� Maumee.Stan Muses iMS--,+AFP Ind Stmwr!.-c_. >s• AWWAC105 -Z LLD 051105 E1.13 PoNdWeieeFno>m<em AEP 1.dusc-c• Halhtrm by{;.•.-:,rr &Gasket AW WA C105 S inn LLD 0710593 E101.5 DdeGora-6 ow, Amn Carr,rr Mack::;:•:uv,:t.7r Check Val" AWWAC550 !'-10' 0695104 Maa.dlc D- -m..,,Turbine Hese;� _-- s.e.4'erdwl AWWA C701 Gnat 310"-6' NOTES Fmm SordnrJ Produen lin - <7> Carder ID _ Q> Abow 48' -d len cox we bads U> '30i..haud ;Z <4> Producs w 36"However 0905 PVC u s i w 24" -- ort w mm®Szc renew o on der s odiaucem proJna Specific-far specific produce,are-hided w pan of the Cower edam Cootraet Doamnss,the re-eeb Drax ree'l-al Specifioaan will a-k the Fort worth Worm DMartmmrs Sndad Spodemdaa nd the Fat Worm.mer Dep.rmxm`. StamOmd P,om.Beand grperd of le.epeaf.p,.dau in be based m morcip ms ofthe red..dSp..Bada whMxr or.a me Wer>6c pwdna madtk.Fort W.A Ween Depemrrt'.St®dmd Specdkee m or u am dw Fat worm.mer '.Suodud Aadrna LiaL Prepared 324/2015 Page 3 TECHNICAL REQUIREMENTS AND SPECIFICATIONS FOR NEW WET WELL,JUNCTION BOX INTERIOR SURFACING SYSTEMS PART 1 —GENERAL ®" PRODUCT DESCRIPTION: The manhole lining system shall be a field-applied 100%solids epoxy monolithic surfacing system for use in coating of new manholes and wet wells. The 100% solids epoxy lining system shall be one of the following products: ■ Warren Environmental System 301 ■ ARC S1HB by A.W.Chesterton Company Or Pre-Approved Equal In order to be considered as an equal a product will have the following minimum characteristics as measured by the applicable ASTM standards referenced herein: w Solids Content(vol%) 100% Compressive Strength ASTM D695 13,627 p.s.i. .. Flatwise Tensile Strength Of Sandwich Constructions ASTM C297 2,608 p.s.i. Tensile Strength ASTM D638 7,000 p.s.i. w Tensile Elongation ASTM D638 4.8% Flexural Strength ASTM D790 10,000 p.s.i. Flexural Modulus ASTM D790 400,000 p.s.i. Bond Strength—Concrete ASTM D4541 400 psi or Concrete Failure Minimum Corrosion Resistance suitable for environments PH of.5 or higher Chemical Resistance to: Sulfuric Acid,70% ASTM D543 Immersion Service +■� Sodium Hydroxide,20% ASTM D543 Immersion Service Note: Equal products must be approved a minimum of two weeks prior to bid date. In order for a product to be considered equal the final product must be tested to meet or exceed the minimum standards included in this specification. A bonded third party testing company must perform the testing. Only 100%solids epoxy products that are heated and sprayed will be considered. Product must be listed on the current City of Fort Worth Water Department Wastewater Standard Products List. The manufacturer of the lining shall furnish an affidavit attesting to the successful use of its material as a lining for concrete structures for a minimum period of 5 years in wastewater conditions recognized as corrosive or otherwise detrimental to concrete. The product must have an equivalent of 750,000 SF(59,713 VF)of 48"sanitary sewer manholes installation history. A contractor that has been licensed and trained by the manufacturer must install all products. The contractor must demonstrate a successful history of installing the exact product in structures of similar size and scope. ® Prior pre-approval is required to determine if the prospective product may be bid on this project. Without prior pre-approval within the specified time frame a product may be rejected as unacceptable. This time frame allows the Engineer ample time to determine if the proposed product is an acceptable alternative. INTERIOR SURFACING SYSTEM MP Imp This specification covers work,materials,equipment and tools including specially developed application equipment as required for installation and testing of a field applied unique monolithic interior manhole surfacing system. The use of specialized application equipment combined with rigorous surface preparation requirements shall be used to apply the products without the use of solvents. The equipment adds high heat and pressure to the monolithic surfacing system resulting in a high build and quick set of the completed system. Product application requirements and procedures described include surface preparation,mixing, application,material handling and storage,qualification of the applicator and application quality control. REFERENCES MW ASTM D638—Tensile Properties of Plastics. ASTM D790—Flexural Properties of Unreinforced and Reinforced Plastics. ASTM D695—Compressive Properties of Rigid Plastics. ASTM D4541 —Pull-off Strength of Coatings Using a Portable adhesion Tester. ASTM D2584—Volatile Matter Content. ASTM D2240—Durometer Hardness,Type D. *■ ASTM D543—Water Vapor Transmission of Organic Coating Films. ASTM D543—Resistance of Plastics to Chemical Reagents. ASTM C297—Flatwise Tensile Strength of Sandwich Constructions. ASTM—The published standards of the American Society for Testing and Materials,West Conshohocken,PA. NACE—The published standards of National Association of Corrosion Engineers(MACE International),Houston,TX. .. SUBMITTALS All submittals shall be submitted in accordance to the applicable portions of these specifications. Qualification and Performance Responsibility of Applicator: The Applicator shall apply the system and be responsible for the complete performance of the ..� system,including materials,application and quality control. Applicator shall provide documentation that Applicator is an approved installer and licensed by the monolithic surfacing manufacturer and specialized equipment supplier. QUALITY ASSURANCE Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM standards. Applicator shall use an adequate number of skilled workmen who are thoroughly trained and experienced in the necessary crafts. These workmen shall be completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. Applicator shall use approved specialty equipment adequate in size,capacity and number sufficient to accomplish the work of this Section in a timely manner. DELIVERY, STORAGE,AND HANDLING r Materials are to be kept dry,protected from weather and stored under cover and stored between 50 deg F and 100 deg F. Materials should not be stored near flame,heat or strong oxidants. Protective coating materials are to be handled according to their material safety data sheets. .. .n PART 2—PRODUCTS AND APPLICATION EQUIPMENT r INTERIOR SURFACING SYSTEM The system shall be applied in the field after all other work to the manhole is completed. This will insure a monolithic coating across the joints and connections. The interior surfacing system shall be continuously bonded to all brick,mortar,concrete,chemical sealant,grout,pipe and other surfaces inside the manhole according to ASTM C882 testing and therefore shall be designed for hydrostatic loading. The finished system shall provide the following minimum coverage: New Junction Box 125 Mils minimum thickness New Wet Well or Manholes(greater than 10 125 Mils minimum thickness Feet Depth) Manholes(up to 10 Feet De tli) 125 Mils minimum thickness The cured surfacing shall be monolithic with proper sealing connections to all unsurfaced areas and shall be placed and cured in conformance with the recommendations of the monolithic surfacing system manufacturer. When cured,the system shall form a continuous,tight-fitting, hard,impermeable surfacing that is suitable for sewer system service and chemically resistant to .� any chemicals,bacteria or vapors normally found in domestic sewage. The system shall effectively seal the interior surfaces of the manhole and prevent any penetration or leakage of groundwater infiltration. PROTECTIVE COATING APPLICATION EQUIPMENT Heated,plural component,specially designed equipment for use in the spray or spincast application of the specified system approved for use by the monolithic surfacing system manufacturer. .■ PART 3—EXECUTION PRE-COAT INSPECTION w The applicators vehicles and equipment must be able to access the structures to be coated under their own power. All surfaces including benches,inverts,joints,lift holes and walls shall be made smooth and ®' suitable for application of the interior surfacing system. All benches and inverts shall be in place and complete. Active flows shall be dammed,plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. .■ Installation of the protective coating shall not commence until the concrete substrate has properly cured. NON-TYPICAL CONDITION OF STRUCTURE If pre-installation inspection reveals infiltration(defined as visible and consistent movement of water)though the wall of the structure,a collapse in an area of the wall,a bench that needs to be rebuilt/repaired,a necessity for sandblasting(if necessary after surface preparation as described in specification)or anything that will require more than typical preparation of the structure,the contractor will advise the Owner's representative. Such extra work will be approved in writing between the Owner and the contractor prior to the commencement of the work and shall be considered as a separate pay item. SURFACE PREPARATION Applicator shall inspect all surfaces specified to receive the monolithic surfacing system prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces that may interfere with the proper preparation or application of the monolithic surfacing system. All concrete that is not sound or has been damaged by chemical exposure shall be restored to a .. sound concrete surface. All contaminants including: all oils,grease,incompatible existing coatings,waxes,form release,curing compounds,efflorescence,sealers,salts,or other contaminants shall be removed. Surface preparation method(s)shall be based upon the conditions of the substrate and the requirements of the monolithic surfacing system to be applied. Surfaces to receive protective coating shall be cleaned to produce a sound concrete surface with adequate profile and porosity to provide a strong bond between the monolithic surfacing system and the substrate. The first procedure upon entering each structure will be to blast all specified surfaces by low pressure water cleaning. When all loose and/or contaminated debris has been removed,the surface shall be water blasted by the use of a hand held wand again. The wash �. water shall include a dilute solution of chlorine to diminish microbiological bacteria growth and to kill any bacteria residing on or in the surface. The surface will be tested at this point to ensure that the pH is within acceptable limits(not to exceed 8.5). These tests will be performed with litmus paper on various areas within the structure. All test results will be retained for review by the Engineer. Detergent water cleaning and hot water blasting may be necessary to remove oils and grease from the concrete. Whichever methods are used,they shall be performed in a manner that provides a uniform, sound clean surface that is not excessively damaged. Active water infiltration shall be stopped by using a cementitious water plug or hydroactive grout that is compatible and suitable for topcoating with the specified monolithic surfacing system. APPLICATION OF FIELD APPLIED INTERIOR SURFACING SYSTEM Application procedures shall conform to the recommendations of the interior surfacing system manufacturer,including material handling,mixing,and environmental controls during application,safety,and equipment. The equipment shall be specially designated to accurately ratio and apply the specified materials and shall be regularly maintained and in proper working order. The specified materials must be applied by an approved installer of the monolithic surfacing system. ^' The cured surfacing shall be monolithic with proper sealing connections to all unsurfaced areas and shall be placed and cured in conformance with the recommendations of the monolithic surfacing system manufacturer. ••• Specially designed spray and/or spincast application equipment shall be used to apply each coat of the system. TESTING AND INSPECTION A. During application a wet film thickness gage,such as those available through Paul N.Gardner Company,Inc.meeting ASTM D4414—Standard Practice for Measurement of Wet Film .. Thickness of Organic Coatings by Notched Gauges,shall be used to ensure a monolithic coating and uniform thickness during application. 1 7 B. After the system has set hard to the touch it shall be inspected by the Engineer verifying the following: a. The Engineer will measure the system-cured thickness form a specimen retrieved by the Applicator. Retrieval can be made by physically cutting through the surfacing(by drilling or coring)or a suitable non-destructive type of thickness measurement may also be used. b. Groundwater infiltration of the system shall be zero. c. All pipe connections shall be open and clear. d. No cracks,voids,pinholes,uncured spots,dry spots,lifts,delamination or other type defects shall be evident in the system. C. A final visual inspection shall be made by the Engineer and the Applicator. Any deficiencies in the finished system shall be marked and repaired according to the procedures set forth herein by Applicator. D. The system may be put back into operational service as soon as the final inspection has taken .,, place. PART 4—WARRANTY A.All approved products must provide a five-year performance limited warranty that the installed product will: 1. Stop deterioration of the lined surfaces by sewer gas induced corrosion. 2. Prevent infiltration of ground water into the collection system through the lined surfaces. 3. Stop root intrusion through the lined surfaces. B.During the five-year warranty period if the rehabilitation component,fails,delaminates,peels or shows any defect,which may materially affect the integrity,strength,function and/or operation �. of the manhole structure,it shall be immediately repaired according to the manufacturer's warranty. " END OF SECTION w Technical Specification for Fiberglass Gravity Sewer Pipe Part 1: General 1.01 Scope This specification designates the manufacturing,design and installation requirements of Fiberglass(glass- fiber-reinforced polymer)Gravity Sewer Pipe for sanitary sewer systems,storm sewers and industrial applications.Fiberglass pipe and couplings shall be manufactured in accordance with ASTM D3262(latest edition). w 1.02 References This specification references American Society of Testing and Materials(ASTM)standard specifications, which are made a part hereof by such reference and shall be the latest edition and revision thereof. A.ASTM D3262 Standard Specification for"Fiberglass"(Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe B.ASTM D3681 Standard Test Method for Chemical Resistance of"Fiberglass"(Glass-Fiber-Reinforced w Thermosetting-Resin)Pipe in a Deflected Condition C.ASTM D4161 Standard specification for"fiberglass"pipe joints using flexible elastomeric seals D.ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading Part 2: Product OW 2.01 Materials A.Resin Systems:The manufacturer shall use only approved polyester resin systems with a proven history of performance in this particular application. .� B.Glass Reinforcements:The reinforcing glass fibers to be used to manufacture the components shall be of the highest quality commercial grade of glass filaments suitably treated with binder and sizing compatible with impregnating resins. C.The internal liner shall be suitable for service in a sewer pipe,and shall be highly resistant to exposure to sulfuric acid as produced by biological activity from hydrogen sulfide gases.Pipe shall meet or exceed requirements off ASTM D3681. D.Silica Sand:Sand shall be minimum 98%silica with a maximum moisture content of 0.2% E.Additives:Resin additives,such as curing agents,pigments,dyes,fillers,thixotrophic agents,etc.,when used,shall not detrimentally effect the performance of the product. " F.Elastomeric Gaskets:Gaskets shall be supplied by qualified gasket manufacturers and be suitable for the service intended. 2.02 Manufacturing and Product Construction A.The pipes shall be manufactured in accordance with ASTM D3262. B.The pipe shall be field connected with glass reinforced plastic sleeve couplings that utilize elastomeric sealing gaskets as the sole means to maintain joint water tightness.The joints shall utilize elastomeric ® sealing gaskets meeting the performance requirements of ASTM D4161. C.All fittings shall be fabricated from pipe meeting the requirements of these standards.Ductile iron, stainless steel or fusion bonded epoxy coated steel fittings may also be used. 2.03 Dimensions A.Diameters:The outside diameter of pipe shall be per the ASTM D3262-Table 3. B.Lengths:Pipe shall be supplied in nominal lengths of 10-40 feet.Actual lay length shall be nominal t1 inch. Special short lengths may be used where surface geography or installation conditions require shorter lengths. C.Wall Thickness:The average wall thickness of the pipe shall not be less than the nominal wall thickness published in the manufacturer's literature,and the minimum wall thickness at any point shall ■* not be less than 87.5%of the nominal wall thickness. D.End Squareness:All points around each end of a pipe unit shall fall within +/-1/4 inch or+/-0.5%of the nominal diameter of the pipe,whichever is greater,to a plane perpendicular to the longitudinal axis �. of the pipe. 2.04 Testing A.Pipes:Pipe shall be manufactured in accordance with ASTM D3262. B.Joints: Joints shall meet the requirements of ASTM D4161. C.Stiffness: Each pipe shall have sufficient strength to exhibit the minimum pipe stiffness at 5%deflection as required by the Engineer.Minimum pipe stiffness provided by pipe diameter shall be as shown on plans.Stiffness shall be tested in accordance with the test method of ASTM D2412.A minimum of one pipe shall be tested every 100 lengths of each type,grade,and size pipe produced. D.Chemical Resistance:Pipe shall meet or exceed the requirements of ASTM D3262 Table 4 when tested in accordance with ASTM D3681. 2.05 Customer Inspection ■•• The Owner or other designated representative shall be entitled to inspect pipes and witness the manufacturing process. 2.06 Packaging,Handling and Shipping Packaging,handling and shipping shall be performed in accordance with the Manufacturer's instructions. Part 3: Execution 3.01 Installation A.Installation: The Bedding,backfill and general installation requirements of pipe shall be in accordance with the project plans and specifications and the manufacturer's recommended practices. B.Pipe Handling:Use of slings,ropes or forklift is recommended.Do not use chains or cables. C.Jointing: 1.Thoroughly clean the pipe bell coupling grooves and rubber gaskets to ensure no dirt is present. 2.Apply a pipe lubricant to the pipe ends and gaskets.Use only the lubricant supplied by the manufacturer. 3.Use suitable methods to push or pull the pipes together without damaging the pipes. 4.Contact manufacturer for the maximum angular deflection allowed. D.Field Tests: 1.Infiltration/Exfiltration Test: Maximum allowable leakage shall not exceed local specification requirements. «. 2.Low Pressure Air Test:Each run of pipe may be tested with air pressure(max 5 psi).They system passes the test if the pressure drop due to leakage through the pipe or pipe joints is less than or equal to the specified amount over the prescribed time period. 3.Individual Joint Testing:For pipes large enough for man entry;individual joints may be pressure tested with a portable tester to 5 psi max.with air or water in lieu of line infiltration, exfiltration,or air testing. �,, 4.Deflection:Maximum allowable long-term deflection shall not exceed 5%of the initial diameter. 5.Backfill Density Testing:This test must be performed by a representative of the manufacturer to ensure pipe fill material is properly installed. w NOTE:Contractor is to provide all field test results to the City for review.All testing is considered subsidiary to the cost of installing the pipe and no additional compensation will be allowed.If any tests fail to meet minimum manufacturer and City requirements,the Contractor will correct the installation for no additional pay. ■w so so wr w Mw .ir w w .. THIS PAGE INTENTIONALLY LEFT BLANK Oft w. on m ow 4 APP-99 99 01 Contractor Scheduling THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK .. r• .. om Schedule Quick Reference Guide for Contractors FART NVORT1-1 New City contracts require contractors to develop and update schedules for construction. These schedules are merged into the City's overall project schedule, and the resulting information is used to drive all the City's dashboards and reporting systems, including those available to the public on the City's web site. This Quick Reference Guide is designed help contractors begin meeting these requirements. If your company doesn't have a Buzzsaw login, contact Fred Griffin (fred.griffin ,fortworthgov.og). Step 1. Baseline Construction Schedule 1.1. Download the Schedule Guidance Document from Buzzsaw. It is located under the RESOURCES folder in the SCHEDULES subfolder. It includes most of the information you will need to develop schedules acceptable to the City. Section 3 is focused on preparation of Baseline Cost Loaded Schedule. 1.2. To make starting easier, download a schedule template from Buzzsaw that matches your project type. Templates are located under the RESOURCES folder in the SCHEDULES subfolder under SCHEDULE TEMPLATES. 1.3. Use the basic task structure in the templates. Add and revise lower level activities as you see fit to accurately reflect how you will perform the work. 1.4. If you need assistance getting the baseline schedule set up correctly, contact the City's project controls lead, Vishali Kundi (vishali.kundiCa)fortworthgov.org). We will help you get started on the right foot. 1.5. The draft baseline schedule must be submitted to the City for review and discussion prior to the pre-construction meeting. Schedules must be submitted in both native file format and .pdf format by uploading to the project folder on Buzzsaw(per Section 6 of the Schedule Guidance Document). Step 2. Progress Construction Schedule 2.1 Section 4 of the Schedule Guidance Document is focused on preparation of Progress Schedule. The progress schedule is simply a copy of the City-approved baseline schedule that is statused monthly. 2.2. The progress schedule should show the actual dates that activities start,the actual dates that activities finish,the remaining duration of activities in progress, and the%complete of all activities. 2.3. The progress schedule must be submitted to the City monthly no later than the last day of the month. Schedules must be submitted in both native file format and .pdf format by uploading to the project folder on Buzzsaw(per Section 6 of the Schedule Guidance Document). Step 3. Schedule Narrative 2.1 Section 4.2 of the Schedule Guidance Document is focused on the schedule narrative. The Schedule Narrative is a brief, concise narrative summary of the progress schedule that explains variances from the baseline on critical path activities, any potential schedule conflicts, and recovery plans where appropriate. 2.2. The schedule narrative must be submitted to the City monthly no later than the last day of the month in conjunction with the progress schedule submittal. Repeat Steps 2 and 3 Through Project Closeout Approved Software Systems -Primavera(Version 6.1 or later or approved by owner) -Primavera Contractor(Version 6.1 or later or approved by owner) -Microsoft Project(Version 2003/2007 or later or approved by owner)(phasing out) 1 P3T3-2010-ContrGu idevZ ppt <11/18/201 0> Schedule Guidance Document Contents 1. Purpose 2. Applicability 3. Preparation of Baseline Schedule 4. Preparation of Progress Schedule S. Additional Guidance for Tier 4 and Tier 5 Schedules 6. Submittal of Schedules Attachment A-Work Breakdown Structure Attachment B-Example Tier 3 Baseline Consulting Schedule Attachment C-Example Tier 3 Progress Consulting Schedule Attachment D-Example Tier 3 Baseline Construction Schedule Attachment E-Example Tier 3 Progress Construction Schedule Attachment F-Schedule Submittal Process for Buzzsaw Desktop 1. Purpose The City of Fort Worth is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. One of the most important tools the City uses to achieve this goal is accurate, updated, current schedules for its capital projects. Accurate and updated schedules allow the City to effectively track and manage its projects both in aggregate (at the program or city-wide level) and project-by- project. The City uses this schedule information to display project and program status to the City's elected officials,staff,and its citizens. The City's goal is to take every reasonable step to ensure that projects finish on time and within budget. Project schedules are the fundamental building blocks to planning and executing projects efficiently and on time. These schedules are best prepared by those closest to the work. Because the vast majority of capital project delivery at the City is performed by contractors and consultants, it is critical that contractors and consultants prepare schedules as part of performing their work for the City. This Schedule Guidance Document complements the City's Standard Agreement and Contract Documents to guide contractors and consultants in preparing and submitting acceptable schedules for use by the City. The City's Program Management Office is the owner of the schedule submittal process and associated reporting systems. 2. Applicability The City has developed a tiered approach to scheduling, recognizing that projects have a wide range of needs for schedule information. The City's Program Managers will determine the appropriate level of schedule needed for each project, and will include that designation and the associated requirements in the consultants' and contractors' contract documents. The schedule tiers that the Program Managers will select from are summarized as follows: City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 1 of 28 • Tier 1. No schedule submittal required by contract. Small,brief duration projects. • Tier 2. No schedule submittalrequired by contract,but will require some milestone dates.Small, brief duration projects. • Tier 3. Schedule submittal required by contract as described in the specification and herein. Majority of City projects,including all bond program projects. • Tier 4. Schedule submittal required by contract as described in the specification and herein. Large and/or complex projects with long durations.Examples might include a large water pump station project and associated pipeline with interconnection to another governmental entity. (Note: Applies almost exclusively to Contractor schedules) • Tier 5. Schedule submittal required by contract as described in the specification and herein. Large and/or very complex projects with long durations,high visibility.Examples might include a water or wastewater treatment plant. (Note: Applies almost exclusively to Contractor schedules) Schedules for the Tier 1 and Tier 2 projects will be developed by City staff based on date and milestone information provided by the consultant or contractor. Contractors and consultants are responsible for preparing schedules as defined herein for Tier 3 through Tier 5 projects. Tier 3 projects and the associated schedules will be the "default" and most common. Therefore the schedule guidance that follows is focused on meeting Tier 3 requirements unless stated otherwise. There are three(3)basic elements to schedule submittals. 1. Baseline Schedule. Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 2. Progress Schedule. Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 3. Schedule Narrative. Concise narrative that highlights changes in the schedule, expected delays,key schedule issues,etc. The Baseline Schedule is prepared by the contractor or consultant at the beginning of the project (prior to the initial payment)and submitted to the City as defined herein. The Progress Schedule is prepared monthly by the contractor or consultant and submitted to the City as defined herein. The Schedule Narrative is submitted to the City monthly in conjunction with the Progress Schedule. 3. Baseline Schedule 3.1.General The contractor or consultant will develop a cost-loaded Schedule using approved software and the Critical Path Method(CPM). The schedule file project ID should be based on the five digit Capital Project Management System number and the name assigned to the project by the City in Buzzsaw. When submitting the first schedule add the word 'Baseline" to the end of the project ID. Monthly updates moving forward should have the year and month at the end of the project ID. Refer to the following examples and Attachment F. City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 2 of 28 Baseline Format.City Project#-tracking log file name Baseline Example. 00701-Flaxseed Drainage Improvements Baseline Monthly Update Format. City Project#-tracking log file name-'YYYY MM' Example. 00701-Flaxseed Drainage Improvements-2009-01 The approved Baseline Schedule will become part of the contract. The contractor or consultant has the sole responsibility to correct any latent defects in its Baseline Schedule and perform to the subsequently revised schedule. The contractor or consultant will use the Baseline Schedule to coordinate and monitor the work (including the activities of subcontractors,equipment vendors and suppliers). The contractor or consultant must keep a copy of the approved Baseline Schedule. 3.2. Schedule Work Breakdown Structure and Activities 3.2.1.Work Breakdown Structure(WBS) The scope of work to be accomplished by the contractor or consultant will be represented to the City of Fort Worth in the form of a Work Breakdown Structure (WBS). The WBS shall be the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. Attachment A shows the WBS for the City of Fort Worth. 3.2.1.1.Design The consultant's (engineer) schedule WBS should roll up under one or more of the following, as confirmed with the City's Project Manager and Project Controls Specialist: • 1.10-Project Planning — 1.10.12-Traffic Studies/Field Reconnaissance — 1.10.14-GIS Mapping — 1.10.15-Condition Assessments — 1.10.16-Hydraulic Assessments • 1.30-Design — 1.30.31 -Conceptual Design — 1.30.32-Preliminary Design — 1.30.33 -Final Design. • 1.40-ROW/Land • 1.50-Survey — 1.50.51 -Preliminary Survey — 1.50.52-Construction Staking • 1.60-Public Involvement — 160.61 -Public Meetings • 1.80-Construction — 1.80.80-Project Management — 1.80.81 -Construction Advertisement City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 3 of 28 1.80.81.10-Bid Preparation and Advertisement 1.80.81.20-Contract Award — 1.80.82-Pre-Construction Activities — 1.80.84-Material/Soil Testing — 1.80.85-Inspection 3.2.1.2.Construction Construction scope for each project should roll up under: • 1.80 -Construction — 1.80.83 -Construction Contract 1 — 1.80.87-Construction Contract 2 — 1.80.88-Construction Contract 3,etc. Within 1.80.83 the contractor should organize the activities to logically represent the project(see 3.2.2). The goal is to have each project organized in a logical order by type of work that rolls up to the City of Fort Worth's Construction WBS level. 3.2.2.Activities Activities are the discrete elements of work that make up the schedule. They should be organized underneath the umbrella of the WBS as described in 3.2.1. The following information will be provided for each activity: 3.2.2.1.Activity Number • Use a five-digit number between 10000 and 99995,left justified in the activity I.D. field. • Alphanumeric activity numbers are NOT acceptable,unless specifically directed by the City of Fort Worth Project Manager or PMO for selected use. • The initial network will be numbered by l Os or 20s with the following activity number greater than the preceding activity number. 3.2.2.2.Activity Description • Activity descriptions should adequately describe the activity and in some cases the extent of the activity.Examples of acceptable descriptions might include"place concrete between Avenue A and Avenue B", "water line conceptual design",etc.). 3.2.2.3.Activity Durations(Applies to Contractor Schedules Only) • The activity duration will be based upon the physical amount of work that is to be performed for the stated activity and are limited to 20 working days.If work is to exceed 20 days,then break the work down so the work will be completed within a 20 day time frame. 3.2.2.4.Activity Start and Finish Dates • Activity start and finish dates will only be accepted if calculated by the software. • Actual activity start and finish dates may not be assigned in a baseline. However they must accurately be assigned in the working version of the schedule(see Section 4 Progress Schedule). 3.2.2.5.Activity Dependencies All activities will be logically tied with a predecessor and a successor.The only exception to this rule will be for the project start and project finish milestones. 3.2.3.Milestone Activities city of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 4 of 28 The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City of Fort Worth and should be reflected in the Project Schedule for all phases of work,as applicable: 3.2.3.1.Consultant Schedule(Engineering Design Example) • Notice to Proceed • 30 percent Plans and Specification Submittal • 60 percent Plans and Specification Submittal • 90 percent Plans and Specification Submittal • Design Complete 3.2.3.2.Contractor Schedule • Notice to Proceed(Construction) • Preparation and submission of shop drawings,submittals,and any required re-submittals (if applicable) • Mobilization • Fabrication and delivery of equipment and materials(if applicable) • Pre-final and final inspections • Project Acceptance 3.3. Baseline Schedule Development The contractor or consultant will designate an authorized representative (Project Scheduler)responsible for developing and updating the schedule and preparing reports. It is recommended that a qualified scheduler develop the baseline schedule. The City will supply a template for download as an example of how to set up a project. The purpose of the template is to help the novice user develop schedules meeting the City's requirements. The contractor's or consultant's initial schedule submittal will contain NO progress and represent the planned work for the duration of the project. Once approved by the City of Fort Worth, this schedule will become the baseline against which all future variance analysis will be performed. The use of activity external constraint dates and lags on relationships is discouraged unless specified or approved by the City of Fort Worth. An example of an external constraint date is "concrete construction will begin no later than January 1." The reason for this requirement is that it creates an artificial(rather than calculated)critical path. The baseline Schedule will consider delivery lead times, construction and access constraints and the coordination of construction with The City of Fort Worth operations. 3.3.1.Safety Requirements Schedule performance should never take precedence over safety. Project schedules must allow work to be performed in a safe manner. The contractor or consultant cannot reduce safety or worker protection in order to shorten schedules,recover lost time or accelerate the work. 3.3.2.Project Calendars The baseline schedule will be based on a standard work week (the days of the week -typically five day week- the contractor or consultant plans to work)including City holidays as non-work days,unless it is the contractor's plan to work more than a 5 day work week. If the consultant or contractor plans to use a non-standard calendar(i.e. more or less than 5 day work week),then the City should be notified as part of the submittal of the baseline schedule. City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 5 of 28 Listed in the table below are typical City holidays that contractors and consultants will need to develop project calendars for that exclude these as work days. Refer to the City web site for additional City holiday schedules. Holiday 2009 Dates 2010 Dates 2011 Dates New Years Day January 1 Jas:u�:n• 1 January 1 Martin Luther King Day January 19 January 18 January 17 Memorial Day May 25 May 31 May 30 Independence Day July 3 July 5 July 4 Labor Day September 7 September 6 September 5 Thanksgiving November 26 November 25 November 24 Day after Thanksgiving November 27 November 26 November 25 Christmas Day December 25 December 25 December 26 3.3.3.Inclement Weather Refer to climatology data for anticipating work that can be affected by inclement weather. Historical rain days can be reviewed from the following web site: www.srh.noaa.gov/evix/html/cLbnate.htm. 4. Preparation of Progress Schedule As described in Section 3, the baseline schedule is used to coordinate and monitor the work. The contractor or consultant is required keep a copy of the approved baseline schedule. The Progress Schedule is simply a copy of the approved baseline schedule that will be statused monthly. In other words,progress on the project will be shown monthly as an update of the schedule that will be compared to the approved baseline schedule. 4.1. Progress Updates The contractor or consultant should show on the progress schedule update the following: • The actual dates that activities start • The actual dates that activities finish • The remaining duration of activities in progress • The percent complete of all activities on the schedule(0 percent to 100 percent complete). 4.2. Schedule Narrative The progress schedule will be accompanied monthly by a concise schedule narrative that explains the submitted schedule.The purpose of the schedule narrative is to: • Speed review time • Explain variances from baseline on critical path activities • Explain to the City logic changes and potential schedule conflicts related to dependences. city of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 6 of 28 If the project is on schedule, and no significant issues related to schedule exist,then the schedule narrative is extremely brief. On the other hand, if the project is falling behind, and/or there are significant conflicts and obstacles to meeting the baseline schedule,then the schedule narrative should describe these issues and what steps will be necessary for the project to recover. Sharing this information ensures that the entire project team will be aware of the issues and have opportunity to assist where applicable. 4.3. Change Orders and Amendments Change orders (contractors) and amendments (consultants) sometimes affect the schedule of a project. In these cases,change orders and amendments will be incorporated into the previously approved baseline schedule and clearly show impacts to the project timeline, if any. This "re-baselined" schedule will be submitted to the City for approval (See Section 6). In these re-baselined schedules,the following should be adhered to: • Time extensions associated with approved contract modifications will be limited to the amount of time the project or critical phase of construction is actually delayed,unless approved by the Program Manager. • The contractor or consultant will submit revisions within fifteen(15)workdays after the date of the change request. The changes in logic or durations approved by the City of Fort Worth will be used to analyze the impact of the change.This impact shall be included in the change order or amendment. On the re-baselined schedule,the Activity ID of a new activity added to the schedule for the change order or amendment should be coded in the Activity ID with the CO number or amendment number. Use as many activities as needed to accurately show the work of the change order or amendment. Use Activity IDs in this form. CO<Change Order Number><Activity ID> AM<Amendment Number><Activity ID> Revisions to the baseline schedule will not become effective until approved by the City. 5. Additional Guidance for Tier 4 and Tier 5 Schedules — Applicable to Contractors Only As noted in Section 2, Tier 4 and Tier 5 schedules are required for more complex, schedule-dependent projects. Brief descriptions of the additional requirements (beyond Tier 3) are provided in this section, and are applicable to successful Contractors on Tier 4 and Tier 5 projects (not Consultants on these projects). 5.1.Tier 4 Requirements for Contractors In addition to the Tier 3 requirements a Tier 4 schedule will include the following elements. 5.1.1. Schedule of Value Pay Items City of Fort worth,*Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 7 of 28 Schedule of Values Pay Items (Work) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. (It is intended that Earned Value will be calculated as the schedule resources are progressed). 5.1.2. Resource Naming Convention The resources assigned to the schedule activities will be derived from the pay items in each contract. Quantity of work times the unit price established in the resource dictionary will be the basis of the dollar value of the scheduled work.Resource ID shall be CPMS Project Number.C.Bid Item. The C will be used for Construction contracts.If there should be more than one construction contract for that project, then the second contract would use C1,etc.Examples are as follows: • 00100.C.101 • 00100.C.102 5.1.3.Reports A Scheduled Earned Value Report reflecting the scheduled end of month earnings in dollars and percentages.The report shall also contain the following: • Activity number • Activity description • Original duration • Remaining duration • Activity percent complete • Early and late start dates • Early and late finish dates • Total float • Budgeted cost • Budgeted Cost of Work Scheduled(BCWS) • Budgeted Cost of Work Performed(BCWP) 5.2. Tier 5 Requirements for Contractors In addition to the Tier 3 and Tier 4 requirements a Tier 5 schedule will include the following elements. 5.2.1.Man-Hour Resources Labor resources (Man-Hours) shall be loaded into the schedule software using the "LABOR" resource type with man-hours only,no costs. 5.2.2. Man-Hour Resource Naming Convention Labor Resource IDs shall be CPMS Project Number.TRADE Name. Examples are as follows: • 00 1 OO.Electrican • 00100.Cement Finisher The Contractor's initial schedule submittals shall include a project total planned manpower curve (expressed in man-days or men per day) based on early and late finish dates. The submittals will contain both tabular and graphic presentations. As progress is made on the project, the contractor shall update the progress line of the curve to show City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 8 of 28 how well the project is progressing according to plan. 6. Submittal of Schedules 6.1. Submittal File Formats Every time that a schedule or report is submitted (baseline and monthly progress) the following file formats are required. 6.1.1.Baseline Schedule Submit the schedule in native file format(see below). Also submit a.pdf of the bar chart schedule consisting of the following columns: • Activity ID • Activity Name • Duration • Start Date • Finish Date • Float • Cost 6.1.2.Progress Schedule Submit the schedule in native file format(see below). Also submit a.pdf of the bar chart schedule consisting of the following columns: • Activity ID • Activity Name • Percent Complete • Duration • Start Date • Finish Date • Float 6.1.3.Schedule Narrative Submit the schedule narrative in.pdf format. 6.1.4. Native Schedule File Formats The native file structure is to save the schedule as follows: In Microsoft Project(Phasing Out) • Save the file as a Project MPP file. In Primavera 6 • Save the file as an xer file. 6.2. Submittal Process City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:22.15.2011 Page 9 of 28 The City administers and manages their schedules through Buzzsaw. If you are not currently a registered Buzzsaw user please e-mail or contact: Fred Griffin,Buzzsaw Administrator City of Fort Worth Fred Griffin@ fortworthgov.org 817-392- 8868 Once you have obtained a user name and password for Buzzsaw, log onto the system, locate and verify that the naming convention for the project file coincides with the name and project number setup within the Buzzsaw project folder. Draft project baseline schedules must be submitted within fifteen (15) calendar days after the formal notice to proceed from the City. All schedules must be submitted in their native format (either in an MPP,an xer file, or a concentric P3 file) as well as in a PDF format.The City will review and accept or reject the schedule within ten(10)days of submittal. Once the baseline schedule has been accepted, schedule updates will be due monthly no later than the last day of the month. For detailed step by step directions for uploading your files please reference Attachment F. City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 10 of 28 Attachment A City of Fort Worth Schedule Guidance Document Attachment A Attachment A-CFW Work Breakdown Structure WBS Code WBS Name 1 _ Citi_of Fort Worth Project t 1.10 Project Plannin rs 1.10.11 Pre-Cont.icturz Packaging 1.10.12 Traffic Studies/Field Reconnaissance 1.10.13 Grant Application 1.10.14 GIS Mapping 1.10.15 Condition Assessments 1.10.16 Hydraulic Assessments 1.20 Project Agreement 1.20.21 Consultant Selection Process 1.20.22 Consultant Contract Negotiation 1.20.23 Draft Project Agreement Preparation 1.30 Design 1.30.31 30%Conceptual Design 1.30.32 60%Preliminary Design 1.30.33 90%Final Design 1.30.34 Constructability Review 1.30.35 Developer Plan Review 1.30.36 City Flood lain/CLOMR 1.40 ROW/Land 1.40.41 Right-of-Way/1-land Costs 1.40.42 Fees 1.40.43 Facilit IlLiildirlg Purchase 1.40.44 Permits 1.40.45 Environmental 1.40.46 TxDOT Environmental (CE) 1.50 Survey 1.50.51 Preliminai-N Stine■ 1.50.52 Constrautiui Staking 1.50.53 Easement/ROW Document Preparation 1.50.54 Platting 1.60 Public Involvement 1.60.61 Public Meetings 1.70 Utilities 1.70.71 Cit} Utility Relocation Costs 1.70.72 Private Utility Relocation Costs 1.70.73 Utility Coordination/Clearance 1.70.74 Demolition 1.80 Construction 1.80.80 Project Management 1.80.81 Construction Advertisement 1.80.81.10 Bid Preparation and Advertisement 1.80.81.20 Contract Award 1.80.82 Pre-Construction Activities 1.80.83 Construction Contract 1 1.80.84 Material/Soil Testing 1.80.85 1.80.86 L<`m,kclipli 1.80.87 C )n Contract 2 1.80.88 Cons )n Contract 3 1.90 Closeout 1.90.91 Close-Out Report and Review 1.90.92 As-Built Survey 1.90.93 j,Pln _._. 1.90.94 As-Built Plans Attachment B ................. ............... CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT B Print Date:03-31-09 Example Consultant Baseline Schedule Project:Consultant-UD-6 AttachmentC-Example Tier 3 Consulting Progress Schedule Aio0ty in Atwiry Name OD RD Percent Start Finish Total Phase-1 Var Finish 2009 2010 2011 Complete Float Date 5 Ocl N Dec Jan F Mar Apr M Jun Jul Aug Sep Oc[Nov Dec Jan F Mar Apr M Jun Jul Aug S OM N Oac Jan F Mar Apr Consultant-UD-6.30 Design-Phase @-Station 5+10 to Station 95+32 Consultant-UD-6.30+31 30%Conceptual Design 11c00 Issue Design NOfce TO Proceed 0 0 100% 10-01-0BA 90 0 11010 Pre Design Coad nal on Meeting 1 0 100% 10-OB-08 A 10-08-06 A 30 11020 Prepare ConcepWal Englneedng Plans(30%) 2n 0 100% it-28-0BA 12-26-08A 90 0 � , •- " M � , -- 11030 Rev ew Conceptual Eng nearing Plans(30%) 20 '� 0 100% 12-29-08 A 01-27-09 A 11040 Incorporate Rev ew Comments ntp ConcepNal Ervin ring 20 0 100% 01-28-09 A 02 24 09 A 90 _ 0 _- __.._... __ 11050 30%Conceptual Plen Submittal 0 0 100% 03-03-09A 90 -5 11060 Noltl Project Rervew Maelhg witM1 the City 1 0 100% 03-04-09 A 03-04-09 A 11080 Ad@ass City Comments 10 0 100% 03-OS-09A 03-18-09A 30 5 110. Perkin Gectechnicel lnveshgalon 30 21 3o% 03-19-09A 04-29-09 13] 30 '.i d Consultant-UD-6.30.32 601 Preliminary Design 11100 Prepare Preliminary Plans antl Speciications(an%) 2n it 45% 03-19-09A 04-15-09 0 30 3 11110 Review Prelminary Plans and Specifications(60%) 20 20 0% 04-16-09 05-1309 0 30 -5 11120 Inceryomte Comments nto Prehminary Plans and Spec licati._ 20 20 0% OS-14-09 06-11-09 0 30 '',, 5 11130 .0%Preliminary Plsn and Specification Submitlal 0 n 0% 06-1109 0 30 5 ;l 11140 Review 60%Prehmnary Plansand Sp.lficaii—(COFW) 20 20 0% 06-12-09 01-10-09 19 3o -5 11150 TWDB Review 40 40 0% 06-12-09 08-0109 0 30 S 11160 Protect review Meeting 1 1 0% 0113-09 07-1309 19 3o -5 111]0 Add Conmm is 15 15 6% 08-10-09 082809 0 a0 -I 11130 S b It PI s tc Ut l y G pl I s 1 1 0% 08-28-09 08 28 09 153 30 5 Consultant-UD-6.30.33 90%Final Design 11200 Prepare 90%Plans and Specif.ff— 20 20 0% 08-31-09 09-28-09 0 3n 5 .. _ .0 11210 90%Plan Submitlal 0 - 0 0% 09-2B-09 0 30 S F 11220 :Review 90%Plams and SpecM1wOons(COPY✓) � 20 20 i 0% 09-29-09 1n2fi-09 0 30 �i , 11230 Project Review Heeling 1 1 D% 10.2]-09 10.2)-09 0 30 5 , 11240 Incoryorse,Rnal Comments antl Submit Final Plams and Sp. 10 10 0% 10-28-09 11-10-09 0 3n 5 11250 Final PWns and Spedicallons Submitlal 0 0 0% ' 11-iP09 . 30 -5 11250 Circulate Plans erd Speclficw6m for Signi—s 5 5 0% 11-11J19 11-1109 0 30 -5 ..__._. .—_._ 112]0 Desgn Camp@te 0 0 D% : 11-1]-09 0 30 _ _.___..__-____ ....-..._._.... ..—r_ 11280 'A9uire TWDB Approval to Advertise P 20 0% 111&0.9 '. 12-1]-09 0 30 -: 5 Consultant-UD-6.30.33.1 Protect Environmental 11300- Perform Archeobgi.l 1--tigallon _- 20 20 0% 0]-20-09 OB-14-09 C2 30 5 11310 Prepare Draft ravimnmentel Int—neel on Document(EID) ----''�------- - -- n za 20 o% g12a-as be-i&os- 1z 30 ---s_ : : : : : � : : '• 11320 Review Draft E[D 20 20 0% OB-1]-09 09-14-09 12 30 5-- - - --, 11330 Prepare Final EID 20 24 D% c9-15-c9 to-12-09 12 30 S 11940 Rev ew Final EID - 10 'i 10 0% 10-1309 10-26-09 12 ` 11950 AtiveR semen(for ElD Pubic Header - 20 20 0% 102]09' 11-23-09 11360 EID Public Hearing 1 1 0% 12-02-09 12-02-09 12 30 5 11370 'Respond ro Comments and Submit Final EID ro TWOB 10 ', 10 0% 1103-09 1118-09 12 30 5 � ' ®Actual Work + +Milestone o Remaining Level of Effort♦ ♦Baseline Milest... Page 1 of 2 ®Remaining Work + +Critical Milestones —Actual Level of Effort Sample Consultant Baseline Schedule Layout:FTW-01 b-Project Schedule- Critical Remaining Work+ +Completed Milestones -Project Baseline Bar �-tatused - Print Date:03-31-09 Example Consultant Baseline Schedule Project:Consultant-UD-6 Attachment C-Example Tier 3 Progress Consulting Schedule Aitivffy lD Activity Name OD RD Percent Steri Finish Total Phase-1 9 Bnish 2009 2010 2011 C.mplete Float Dal. 5 Od N Dec Jan F Mar Apr Id Jun Jul Aug Sep ea!Nov Dec Jan F Mar Apr M Jun Jul Aug 8 Oct N Dec Jan F Mar 11380 Prepare Foust 20 20 0% 12-1]-09 01-15-10 12 30 -5 i Consultant-UD-6.40 RQWLand Consultant UD 640.42 Negotiations/Easements/Legal Fees 11410 Prepare Right Of Way(ROW)Dacv ms 20 6 0% 03-12-09 A 04-08-09 12 40 -5 11415 Pedorm Appraisals 40 40 0% 04-09-09 0a c4-09 12 40 5 --- -- - -- - "-"-'"" ` 11420 Review Appototsand Prepare Offer 10 f0 Il% 06-05-09 oe-1&O9 12 40 -5 11425 Present First Offer and Negot a ibn/Acceptance Pard 20 20 0% 06-19-09 0]-1]-09 12 40 - -5 11430 Prepare Sewntl Offer(IF Naetled) 10 10 0% 07-20-09 0]-31-09 27 t 11435 Present Second Off.,..a Negatiap'PNAcceptance Period(if... 20 20 0% 08-03-09 08-28-09 27 40 -5 11440 Prepare&Del r Condemna4on Perkin(if N—sc) 1e 10 0% 08-31-09 09-14-09 27 40 I 5 ........... 11445 Condemnation Period(If Needed) 70 70 0% 09-15-. 12-23-09 27 11490 Real Propedy Complete 0 0 0% 12-23-09 27 40 -5 Consultant-UD-6.50 Survey Consultant-UD-6,5051 P nary SurveY 11500 To a rx I,ic Field Surve 40 0 100% 1001--- 11-25 — --- __ - P9 Fl ( ) Y OBA 112508A 50 0 Consu@ant-UD-6.80 Construction - -- - —� Consultant-UD-6.80.81 C nsbncton Advertisement - - ' Consultant UD 6 Bd.81.10 Rid Preparation and Advertisement 11620 Fnal ze Bid Package 10 - 10 0% 0204-10 021]10 0 80 5 11830 S rtAdvertisement 0 0 0% 021810 0 80 _ 5 - , 11840 Advertisemen[Periotl 25 25 0% 02-18-10 03-24-10 0 80 � 5 11850 H.Id Pre-Bid Meeting 1 f 0% 02-23-10 02-23-10 6 80 5 11850 Issue Addenda(As needed) 15 15 0% 02-24-10 03-ifi-10 6 Bo 5 11870 Bid Opening-Review Bids-Bid Tabdatiens and Select Con... 1 1 0'/ 03-25-10 03-2510 0 80 -5 Consultant-UD-6.80.81.20 Contract Award --- -- - - - - _w- 11875 Stad M&G Proc ss Consiruc9on 14 032610 re.. MWBE Submltlal 5 5 0% 03-26-10 04-01-10 45 80 1 5 11890 Revm and MWBE Submittal 10 10 0% 0402-10 04-15-10 45 80 5 MProve _ 11900 M&C Process 60 60 0% 03-26-10 06-18-10 0 11910 Execute ConVacf DowmeMs 10 10 0°/ 06-21-10 O]A2-10 0 � 80 I 5 11920 Issue Constmctlon Notice TO Proceed 0 0 0% 0]-02-10 0 80 I 5 Cone.Rant UD 6 80 82 Pr C slr ton Activities- - - - - - - - - - --- 11950 Hold Pr&Construc4on Meeting(.Rh Contractor) 1 1 0% 0]-06-10 0]0610 8 80 5 11960 6uhmillals and Approvals - 10 10 0% 0]-06-10 0]-19-10 0 BO 5 11970 .Start Construction 0 0 0% 0]-20-10 0 80 5 Consultant-UD-6.80.83 Constedeton Contract —r— 11990 Construction - - 180 180 0% 0]-20-1c 01-15-11 0 80 ] Consultant UD 6.80.85 Inspection- - - - - -- --- - - --__-- _ 12110 First lnsp..Ii. 20 20 0% 01 03-11 _ 01 31-11 0 80 5 12i2p c t cu.n c.mplela - o li a% 013111 0 -s ®Actual Work ♦ ♦Milestone ®Remaining Level of Effort♦ ♦Baseline Milest... - Page 2 of 2 Remaining Work ♦ ♦Critical Milestones -Actual Level of Effort Sample Consultant Baseline Schedule Layout:FTW-01b-Project Schedule- ®Critical Remaining Work♦ ♦Completed Milestones -Project Baseline Bar �Itatused Attachment C CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT C Print Date:03-31-09 Example Consultant Baseline Schedule Project:Consultant-UD-6 Attachment C-Example Tier 3 Consulting progress schedule Activity lD Activity Name OD RD 1 Percent StartFinisM1 Total Phase-1 Var Finish 2009 2010 2011 Complete Float Dale 5 Oct N Dec Jan F Mar Apr M Jun Jul Aug Sep Od Nov Dec Jan F Mar Apr M Jun Jul A191 S 10c[I N IDIIIJ,nj F Mar Apr Consuilitant-LID-6 Sample Consultant Baseline Schedule Consultant-UD-6.30 Design-Phase @-Station 5+10 to Station 95+32 Consultant-UD-6.30.31 30%Conceptual Design 11000 Issue Design Notice To Proceed 0 0100% I-1-11A 30 a 11010 Pre-Design Co dlnalion Meeting 1 0 100% 10-08 as 10-08-08A 30 0 11020 Prepare Conceptual Eng neer ng Plans(30%) 20 0 100% 11-26 08A 12-26 08 30 c 11030 Review Conceptual En9neering Plan,(sex) - 20 0 100% 12-29-08A 01-2]-09A 30 0 11040 Revew Comments'nto Conceptual Engneering... 20 0 100% 01-28-09A 02-24-09A 30 0 11050 30%Conceptual Plan Submihal0 0 100% 03-03-09A 30 5 11060 Hold Prated R,,-Writing with the Cl, 1 0 100% 0304-09 A as N as A 30 5 : 11080 Atltlress City Comments 10 0 100° 03-c5-09 A —809A 30 5 11090 Pedorm G.-tunical Investgaron 30 21 30% 03-19-09A 04-29-09 137 30 5 : --------- -------- COnsultant-UD-6.30.32 60%Preliminary Design 11100 Prepare Preliminary Plans and Specicatlonc(60%) 20 11 45% 03-19-09A 04-15-09 0 30 5 11110 Revew Preliminary Plans no Spec fcations(60%) 20 20 0% 04-1609 05-13-09 0 30 5 - 11120 Incoryorate Commentsnto Prelminary Plans and Specllcali... 20 20 0% O1-14-09 96-1109 0 30 5 ': 11130 60%Preliminary Plan antl Speciiicahon Submittal 0 0 0% 0611-09 0 30 -5 11140 Review 60%Prelm nary Plans antl Specicra—(CoFW) 20 20 0% 06-1209 07-10-09 19 30 -5 11150 TWOS Review 40 40 0% W-1209 08-0]09 0 30 5 11160 Protea review Meeting 1 1 0% 071309 07 13 09 19 30 5 11170 Address Conmmenls 15 15 0% OB-10-09 08-211-09 0 30 5 : : IIuo Submit Plans to Utlltiy Complanies 1 1 0% os-2809 08-28-09 153 30 5 Consultant-UD-6.30.33 90%Fina[Design 11200 Prepare90%Plans antl Speil'cations 20 20 0% 0831-09 092809 0 305 11210 90%Pill Submittal 0 0 0% 09-28-09 0 305 11220 Review 90%Plans and Spec--(COFN) 20 20 0% 09-29-09 10-26-09 0 30 -5 11230 Project Revew Meeling 1 1 0% 10-27-09 10-27-09 0 30 -5 11240 Incoryorale Final Comments antl SubmtFnal Plans antl Sp... 1c 10 0% 10-28-09 11-10-09 0 30 -5 11250 Final Plans and Speif cal ons 5ubmitle1 0 0 0% 11-10-09 0 30 -5 11260 Circulate Plans and sift allons I.,Sgnit— 5 5 0% 11-11-09 11 1709 0 30 -5 11270 Design Complete 0 0 0% 11-1]-09 0 30 -5 11280 Aquire TWDB Approval to Ative- 2c 20 e% 111a. 121]09- 0- 90 --5 Consultant-UD-6.30.33.1 Project Environmental 11300 Pedorm Archeological lnvestgaton 20 20 0% 07-20-09 08-14-09 62 30 -5 11310 Prepare DraO Environmental Inlormaston Document(EID) 20 20 0% 07-2009 08-14-09 12 30 -5 11320 Review Ure1t E10 - -- --- 2020 0°h 081]-09 0914 09 12 30 -5 : 11330 Prepare Final EID--- - 20 20 0% 09-15-09 10-12-09 12 30 -5 11340 Review Final E. - - -- 10 10 0% 10-13-09 10-26-09 12 30 -5 11350 sd Nsemenl for El.Public Hearing - Zo 20 0% 10-27-09' 11-23-09 12 30 -5 11360 EID Public Hearing 1 0% 12-02. 12-0209 12 30 -5 I 11370 'Respontl ID Comments antl Subm l Final EID IO TWDB 10 10 '. D°b 12-0309 12-1609 12 30 Actual Work ♦ ♦Milestone Remaining Level of Effort♦ ♦Baseline MIIesL„ Page 1 Of 2 Remaining Work ♦ ♦Critical Milestones —Actual Level of Effort Sample Consultant Baseline Schedule Layout:FTW-01 b-Project Schedule- Critical Remaining Work♦ ♦Completed Milestones _Project Baseline Bar Statused Print Date:03-31-09 Example Consultant Baseline Schedule Project:Consultant-UD-6 Attachment C-Example Tier 3 Progress consulting Schedule Activity to ACIIVIIIName OD RD Percent Sted Finish To(al Phase-1 Var Finish 2009see 2011 Complete Float Date 5 Oct N Dec Jan F Mar Apr M Jun Jul Aug Sep Oct Nov Dec J ni F IM.rlAp,l M Jun Jul IA.gl S lo.il N ID..[J.nl F Mar Apr 11380 Prepare FONSI 20 20 01 121]-09 01 18 10 12 30 -5 Consultant-UD-6.40 ROW/Land '.. L. Consultant-UD-6.40.42 Negotiations/Easements/Legal Fees 11410 Prepare Right Of Way(ROW)Documents 20 6 0% 03-12-09A road as 12 40 -5 11415 Pedorm Appraisals 40 40 0% 0409-09 06 04 09 12 40 5 11420 Review Appraisal,and Prepare Offer 10 10 0% 060509 as 18-09 12 40 -5 11425 Present First 011e,and NsgodW,.d/Acceptance Perotl 20 20 0% as In 09 0]-1]-09 12 40 -5 11430 Prepare Second Off.,(11 Needetl) 10 10 0% 07-20-09 0]-3109 1--27 40 -5 11435 Present Second 011e,and Negotiator/Acceptance P.rcd(If.... 20 20 0% 0803-09 08-2809 , 27 40 -5 11440 Prepare 8 Deiver Bond emnaad,Packet(it Needetl) 10 10 d% 0831-09 09 14-09 27 40 5 '; 11445 Condemnation Pericd(if Needed) 70 70 0% 091509 122309 27 40 -5 11490 Real Property Complete 0 0 0% 12-2309 27 40 5 Consultant-UD-6.50 Survey Consultant-UD-6.50.51 Preliminary Survey 11500 Topographlc(Field)Survey 40 0 100% 1001-08A 11-25-08 A 50 0 - --- --:---(--- Consultant-UD-6.80 Construction Consultant-UD-6.80.81 Construction Advertisement Consultant-UD-6.80.81.10 Bid Preparation and Advertisement 11820 Finalize Bid Package 10 10 0%. 02-04-10 02-1]-10 0 805 11830 Stan Ativedisement 0 0 0% 02-18-10 0 80 5 : 11840 Advertisement Period 25 25---- 0% 02-18-10 03-24-10 0 80 5 11850 Hold Pre-Bid Meeting 1 1 0% 02-23-10 02-23-10 6 80 5 11860 Issue Addentla(As needed) 15 15 0% 02-24-10 03-16-10 6 805 11870 BU Opening-Rev m ends-Bid Tabular.-and Seledt Cud... 1 1 e% 03-25-10 03-25-10 0 80 -5 Consultant-UD-6.80.81.20 Contract Award -- -- -- - 1187s Start MBC P—ti.Constructor 0 0 01 03-2610 0 80 5 11860 'MWBE Submittal 5 5 0% 0326-10 04- -10 45 80 -5 11890 Review and Approve MWBE submittal 10 10 0% 0402-10 04-1510 45 80 -5 11900 M&C Process 60 60 0% 03-2610 06-1810 0 80 -5 11910 Execum Contract Documents 10 10 0% 06-2110 0]02 10 0 80 5 11920 Issue Construct on Nc1'ce To Proceed 0 0 0% Vd210 0 80 -s Consultant-UD-6.80.82 Pre C—chucton Activities 11950 Hold Pre-Construct do—ting(with Contractor) 1 1 u% 07-06-10 0]-0810 8 80 " 5 11960 submittals and Approvals 10 10 d% 07-06-10 0]-19-10 0 80 -S nwo '.sten consvucd0n- - - 0 0 6% m-2g-10 o eo -s Consultant-UD-6.80.83 Construction Contract 11990 Constmcdon 180 180 0% 0]-20-10 01-15-11 0 80 Consultant-UD6.80.85 Inspection 12110 Final lnspertion 20 20 0% 01-0311 01-3111 0 80 -5 12120 Construct on Complete 0 0 0% : 0131-11 0 80 -5 Actual Work • ♦Milestone —Remaining Level of Effort♦ ♦Baseline Milest... Page 2 of 2 Remaining Work ♦ ♦Critical Milestones —Actual Level of Effort Sample Consultant Baseline Schedule Layout:FTW-01 b-Project Schedule- Critical Remaining Work♦ ♦Completed Milestones _Project Baseline Bar StatuSed Attachment D CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT D 02951-CONTRCT32-FTWORTH 2951-Baseline FTW-13 Project Schedule Attachment D:Example Tier 3 Baseline ConstructionSchedule ANM4lo Acl'rvity Name Pbo lcel% oo x sten Hnlab 2007 plata May Jul Aug Sep Jan 2008 Apr May Jun C Duration ,Rin Oct Nov Dec Feb Mar MOBILIZATION 10 10 21-MCY-e) _01-.I 7 -_..._._._ MOBILIZATION .- - 10 _-I 21 MeY OJ 01-7 - ----- - -- .................:.......- ......... ---__--_-_- -------------- ------------ -- 0] 0 OJ LINEA5041(CINDY) - _.. 12 aY' -------------- --- - .................... .._._...-. ......... SM—SEWER 12 f MaY-07 --07 -0) 0 BMAIN _ _] - 0 SERVICESCLO 5 _ 0%�-_J _ May OT; 0 OT -- - ....... _ — ....... ...... .... . ........... ......... .......--- - _-....-__-__ -1-01 0] --J 07_-- _ 1030_ �REMOV EXIST MNHS 0% 1 Jun-07,'__Jurv_aJ_ WjO TEMP ASPH RE ... _-.__. -- -- --- - � 2- _ 2 12 Jun-OJ -14J OJ_ SAN_nARY_-11 1 _2 12-Jun-17 - sTEMP AS PA -- 0 2 _-- ... ----------------- ----------- ........ ---_--_-_..... ------ ......... -.- ...--------_------_ 7 07 SA ITA Y_8 WER - - > ] - % c .. 167. 4U 0 0 _ 4 MNHS( H EMOV) _-_ _0% 1 I TEMP ASPH x -- �,.�.,.. _ 0% a e 0] _---- ---------- _- --- .................... tb 14 n 0] 1 Ju10] �-�-� �-- - ��� A NITARV_SEWER 1d' 2 JunA] 13-Jul-O] 1100 _--.-_ _._ _-..- -- _.- __ ... ........................... e MAIN 0"° 6 6 J n-0) 0}Ju40] ' tt10 '.45ERV CEBCL OUTS 0°/° 0 9 un07 tOJUIUJ_ 20, 'MNHS(I ST L OVt "/° I _ 1 1130 TEMP ASPH REPA R -- - --0% l ] r4-1.1-.1 :-1}Ju40] ... -----------, - - NE 6AJ( ST) ...-. 12 11.1-0) ITARV 12 ub0> 31-JOLOI 12 1f40 0 MAIN 0% 3 3 u 0] 16 Ju401 ---- ----. : ...ftV CES&CLOUTS2}Ju40J ...... ........... ........ ......... ON tt50- <MNH INSTAMOVI 0°/" LL&RE -._ - _ t _- 1 _ul-a7251-7 21 J�l 17 LIKE#4 a5(HEDRILK 31 JUFO] ....._'-......... ---.- __..__. __.. --.-.. 12 12 --07 16- g-0T SANITARY SEW ER 1100 _ B+AA N 0°/" a 3 -_ uM Ol - .... --. ------- 1150- V_CES&CL OUTS_ _. ._------------- ---- ----------- --------------- ...._.._.- - _-........ .... 200 (INSTALL BREMDv1 L, I - 16 1210 P ASPH REP R _ 0°h 3 a -A.,,- - - ---------- _ CINDY 9TRl.ET - _._ 44 44 t3-Au W 1]-OgFel: WATER _ 446AUF0]_ 1]-Oct-eJ 44 1215 :TEMPORARY WATER 0°h' 20 20 %-0].�,_14 SepO] - --.--. 1220 N.._ _ -- - - e_ 26 ;,oj7 ------- ------- ............---_----- ---. ...._... -.-... a e P-0] 1- 265 Se�O]- 0.._.. 1 WATER INE _. _ -------.---- - --- .. 1250 "1 SERVICES BBULLFIEA03 _- —,_L7 ---_--_. ---- ----------------- ......... ........-.-- --- ......... 0%� 2 2 ep0] �-�� ��- 1260 - _ _- 1 RVICE ,. 0% 0 01 - I— CONNECTION S q% d al S } 7- �-- f200 FRE H,YDRN TS _._... OYe _ Oct O] OItO t0) CPAVING 0°h 6 -.c'-6 -- : ......... ---._----- ..... ..__-----_-_--_ -------- -------------- ----- .......... -_--_----__ RY WATERR 0°h 1 1 O 0] ]-Oct O] --��� AL LAKE11W0 STREET-- 1 19. 170-0] tSNw-0F LVATER 19 19 J O T 16N0v-OJ - ia05 T PORARY WIT" 0% 3 ] 07 � - --------------���� -.. _. __ 3I 1T 0 22- 3f0_ __ MAIN. _._._. -.. - 0% ] __.T',. ] 30-OcFOT - - -__ - -— - 5 G E BULLHEAD SERVICES _ ..... --. 12 0% 21 - ---- 'FIR NTS(INSTAL BREMOVI _ _ i _11 30.0 _ OCW] --- 1350 CONNECTIONS41 -- - f J Of Nov-0] 1 16 _. .... ----_-... ...-. -----.... ---_._ - ..._ ..- ---- --.- BEET- i N 7 1 N - 5 ITEMP H C AVINGR %I 1 13 N T 1}N GAY ITEM RARY WATER RE.-AL-- - _b 2 1 (PERM PAVIN RE R _ % N ] 1.N ] -------- .- .....--- ----_- ...._-_ ... .... ..... ... ......... ... 1 NmtO OB-0 ? -- WATE -- 1944 0T 060 T_ 36] 2 2j Is-d4.w0] ISN 0J ®Actual Work ♦ ♦Milestone ®Remaining Well ♦ ♦Clnmal Mlllac" 02951-CONTRCT 32-FT WORTH 2951-Baseline 09-Ian-0908:25 Cntical Remaining Work Pnmary Baseline Data Date:20-May-07 02951-CONTRCT32-Fr WORTH 2951-Baseline F7W-13 Pmjel Schedule Attachment D:Example Tier 3 Baseline COnshuction Schedule —Y ID ANWWNam. Co PM1y-'. O 2eDmaining Stan FI.IaM1 200] 2111 mplete ua May Jun qu9 Sep Nov Mar APT May non Jul OU Dec Jan Fes Jun 'e MAIN_ 046 4 1 Nov-07 21 v-0] 180 -1 SINGLEe BULLHEAD SERVICES 0% 6 N -07 1Ny-0] 1390 FEE HY 0% d 16 N.v-07 ]. ......... ......... 400 FIRE HYO.RANTS(INSTALLB REMOVI. _. .. — ... ........__. ....... ........________ .._._ 0% t 1 2 T.- 1405 CONNECTIONS _ 0 121-N.117 ZT-07 14 N AC AV b 4.7 PERNIANENT NSPH R -- -------�- 0% TEM _ REMOVAL 0 HEDRICKB REST -. _. 1 --t6.MT .. _ _. 1415 TEMPORARY WATER @W° 1 1 -c-07 0]Ueo07 Ilii I 1420 a MAIN 0% 3 ]De_c0] 1-07 - - - .......... ...... 1440 1 SINGLE A S—READS SERVICES 0% 4 7 1T-Dec-07 I 450_ FIRE ITYORNINTSINSTAL REMOVI -.. ...._0% 0] i-:_... 7 1_. --1460 .CONNECT ON ......... ...... 1465 TEMP R—PAVING REPAIR 0% e - - ---- -- - --- -07 14]0 _ MANENT G N -IR 1 ] _26 D.,07 60 TEM _ARYW TERR OVAL 0% 1 - 2] _._._.. .--_ _-- ,- ......... .......... —_—.' ---.--,_ -_.. VING -. 26 2SF 59B 01 APr-DB ..... - ------------_---_- __- - -__ _ __ _.._ ___ __- ____- 1500 I.R N STEEL PLCMM __ - .. 0% 1 2 p-08 25-Mar 08 _ 0 SLIP FORM _ _ _..0% 1 __t M S0 1 __ ANDPLCMNT _ __0° 1590 MACHINE CHANGE F 0% 4 4 2EM r-0e -31 Me-0e 1600 REMOV WATER LINK ALMESWOOD FENCE _ 0%' 1 ar-O6 3_Mar-Oa - 0 JUST WATER VALVES 0% 4 4 25 M e 0 AO WATER METERS-_.. @% 4 31IA-0 - - -- __ __ . ...... ..........___..... PERM—Q WOANTwMR —- _.._-- i9 _ -19 tdAarvOs -pg.AM-40. 19 18 Mar 08 3SAPr-OB : : - : a... SAWCUT_ 1 1 1 M _1 M _ __-___ __________ ____ _ ....._.._ ...... ifi40 FLOWABL_E_RACKFILL _ 0% _ --------- ---------- --------------- .-....... ........- 2 2 arae 0 A OB ---�------- ! 1650 ASPHALT _ 0% 2 -. 2 B 0 e 660. JUST SANITA YSEWER MNHB 0% 3 A ,'..0 .................. ......... ...... 1610. 0% -,"S _ FO- _ 5 A OB 2Sq 6 -- INGIIERA4._ _— _ _ -.— 2 _...21t DeuOT ZBJerv00 DIRT WORK 20 20 31-D:07 28Jan-06 680 CIASS F— n°/ 20 20 TION .... ......... .. _,__ CSIOEWAL MOV - - 0°/ 2 _2 1 01 n08. W R URBSG ER C% 6 -e 08 1710 RE ST OR INLET&IATERA.L 0"/° [ fi 1Ueo07 ------ ---- ------------------ - - - --- - 2 - 715. MOV CO_CO VEWAYS OY 10 19 _ M -- 20.__. MOV CONC=LEY GUTTER__.. O% 4 4 03 n08 _ _ _ .. ....................... _ -_ 19 ______________ ......... 6 LIME 19 4JanDB 25Fe406.. -.. ... ... DIRT WORK 19 19 J OB 2SF tr08 LIN . _ E 1730 ST M _ - 0Y° _� _ 9 06 11 ............... .............. 740 LC&COMPACT.._ ........- 1 -...-.. --_ - -- -- -------- t750 ...-I FINAL MC(_._ 15F -08 9 b B 25 FeS08 ______ ....... . ........... ___........ ......... D_ FINISH - --- PRDJECTAQCE@TANGE' 1 PROJECT ACCEPTANCE 1 1 25-APr-OB. _EBApr-OB - - 1770-- C nsnucr.nC mplete-- 0°3 0 - 0 2S Pr-0e --- _ 1]]5 F II ____..._ ....... ............ ......... ...._._ T4 T4 STD_RM DRAIN 1 1 4)4Mo0):91-DeoOT : M�490_ STORM GRAIN - - 0% 1 _ 1 7 --I. -0] BMALL STRUCTURED .. 16 16 4SFe0D8 1B-Mer-OB ----_-_-.-___-- --- ...... 1500 CRETAINING WALL _ -..— _. 1... ........._ ._....... ........ 0% 1 16 F B- _ ' 1510 L1 STORM URAIN INLET e 0% — _.. -- B1 01 46-Fetr00 94ipr-W FLATMbRK _ _. 0 _0--- ADA RA S�(tY 7 _. ...... ..... Wkl C. VALLEY GUTTE PLCMNT _ 0% 1 1 1540 44 CO BIOEWALK - 20 0% 0 20 8 '�, 2S 08 � ' 1550 �CONG URNEWAYS 61 3D 20 1 Ma Oa ®ACIURI Work ♦ ♦Milestone ®Remalnirg Well • •Critical Milestone 02951-CONTRCT 32-FT WORTH 2951-Baseline 11--1111:21—Critical Remaining Work ®Primary Baseline Data Date:20-May-07 02951-CONTRCT 32-Ff WORTH 2951Aaseline FTW-13 Project SChedUle Attachment D:Example Tier 3 Baseline C—t—tion Schedule ACINIryID. cINOy Name 13]0,._. 'e MAIN Pa%le O - OmuarianllNign Slant FlniaD MJu _ Jul Aug Sep Jan PO AyCam" Jun 1380 1SINGLE&BULLHEAD SERVICES - o% 4 41­07390 - 1,_ _ 2 ] 1_TAPS -_ 0°k.. 4 1 N v-0]_ 2 N ] - - 1400 FIRE HVG ANTS(INSTALL&fteMOV) _ _ a%, 1 1 21Nov0_7 2 ov_07 IONS 0%' 5 1 ] 6. TEMP HMAC PA IN. F­l 1 2­07 -...67 ...-_ .._.... - .-..- -.. ] PERMANENTASP REP IR 1410 TEMF.NARYW VAL HEOWCIfsTREET - 18 - 10 i DE,07 2TD-.7 WATER _ 16 .16 O6-DeaO] 2]-Des0] ..... ___ ..... ...................... 41s. _ _. _ _ ORARY WATER 0°A 1 Deo 1420.... AN___. _ -_ 0%. 3 _ 07 1 _ _ ................................... 1440 � '1 SINGLEBBULLHEADS SERVICE6 - � � - 1]DeoO] �-������-�- » ��������� ��������� 0°h. a 4 11 Dec o] 1450 RE EC110NTSIINSTALLBREMOVi 1 ._ 1 D c„0] ONNECTION 1460 0% 1 Dec-0] 18-b..67 __ _._ _._ _ ... ..... ......... _....... ..___. ......___. 70 PERMANENTG IR- --���-- ��� -0% 1 - ---- - 1 ] 2 ec 0] - _ ORARY WATE REMOVNL,_ 0°/e 1 - _ ] _2 - -_ - .. ......... ..... --- OT- TCCNCFAVINO 26 26 2SF -Gli Df-AprLO •.............................. .. ... PAVING - -�—� � -26 2 F 8 _1560 _ EINFSTFEL 1570 IP FORM 13 15 0 _ H_ANO PLCMNT _ 0°i 5, -Ofi 01-AP r .. 1590 MACHINE CHANGE - oY 4 ,4 25M OB 31 600 _ OV.BRELOC LINKB WOOD FENCE 0°.J 1 roe. ,----_--_--- _--.�-_--_----.- .... ... 1 ... ... _ _.__.1, __�. 3M 1610 . '.A J S[WA_VALVES _ _ o%°. 4 _ 4_2sM 31-MarIS S ­USTWATER_METERS 0°/ 4 4 2SM r06 31 OB- PERMffMADWMNTIIEPAIR - _�_ -�19 S1-Maz-OB-PB.lµrv® -.-_-----__ ----- ------ -------- ----------------_-__-_- AVING 19 18 31­ 21APr-OB 630 FLOMB O% 1 1 r08 31 r08 1640_ PLOWABLE BACKFILL ....... 1650. ASPHALT_... 0% 2 ? .4. e .._ 1660 UJUST SANITARY SEWER MNHS Oe 0 o°% 3 3Oe 09 16]0 TOPSOIL - 25-Apr08 .--...-.................................... .--..-... ......... ........ 0°% 5 5 8 IN GENERAL -..__. -._-.-_._. _--. - - - 20 __.20 1-DecU]- ➢6Jeen08 DIRT WORKK 21 p - -ec-0] 28-Jan- 1690 20 20 0] 21-­­ __C­ 8_ oe 1690 _ RE__._ E 31 A_LK MOV _ o% 2 2 ]_ ON—_ 1]00 MOV CURB 6 ER 0% 6 6 UeoO] OB OB 1]10 VST DR INLET LATERAL _ 0% 2 2 -0]_ ----_- ---_--.F -_----.---__ ------------------- -- -----�.- �..�-......-- 1]15 'REWV CCPC,O VEWAYS 01 18 19. 7 _S 1]20REMOV CONCV - GUTTER 0% 4 ] 03 108 _ - ___ ......... ................................... ......... .... ................... 6 LME - DIRT WORK _ iB 19 2&Jan418 2SFetr08 1]40 MIX&COMPACT - - - 0% 5 Fe608 11-e608 .... ......... ................ ._--_--__ 1]50 _.. _ _ _.. 5 _ 18- b-O8 17fio FIN.NGRA.F -- -- 0�( 9 -9 1 F -,2SFeb98 : PAQJECi ACCEPTANCE —_ _.: _-__ - -- 1 1 25APFOa ...__. PROJELTpCCEP_TANCE 25Apr-08 20-Apr-0OA,14R_ 1 80 -2e A.— 14 2T-De�DI D3ga -T4 rL6 : .-.-_- 4i sa--'v srDRM_oRAry __oY. 1 P 2]D e m ST-7- SMALL8TRUCTU ES CONC RETAINING WA L _ %I b 1 M i 1 - 1 M DRAIN INLET - _ % 2 2, b FIATN 1 31!28 LOB Ap-0e _ ftAMPS(tt 1 8TY _ 0% 1 I _ .. .. ...... ..... _.... ..... _______ _ _ _ ..... LG F�b 08 B LONG LEY GUR SLC NT J 1 M 11 M _ %_... SB 1540 ,4 CONCSIDEWALK 0% 201 e608- 2SMar-08 1550 C_ORNEWAYS 0% 20 ��� �������� � Actual Work ♦ ♦Milestone Remaining Work ♦ ♦CrnlLal M11e610ne 02951-CONTRCT 32-FT WORTH 2951-Baseline - 09-1an-0908:25 Critical Remaining Work Primary Baeeline Data Date:20-May-07 02951-CON TRCT 32-FF WORTH 2951-Progress FTW-13 Project Schedule Attachment E:Example Tier 3 Progress Construction Schedule rv1y lO tlivny Name y—mple%le OO R.—hing 11A F—nis — Flaal ] 2008 Cu Jul I AuSep OcJan Feb Mer Apr May MOBg.IZATION __- - 10 0 21. Y-OTA 01 M061UZATION - 10 _-- R-Iday0]A 01Jun07A ..- 0980 eea 100°/° 0 0 21-M4 17A 0990 Ilhello0 _100°h 19 MaY 0).A 11--17 A SAN -ler12 5-MaY-07A 12-Ju1-e7A 1000 _- MAIN _ 100°/° 6 MaY-0)H J n_0]A 1010 4 SERVICE 8 CL OUT 100°k. 1 0 30 May OZ A 03 Jun-07 A 1020 4MNH_S(S-I. -_STAND) 100% 1 JunA]A un-01,A 10300]'REMOVE%IST MNHS 100°h 1 _6Jurv6]A A 1040 TEMP ASPH REPAIR _ 100% 6 4Jun OlA 12Jun-0]A'_ _ - LINE#5044�6045$BG4T -- - _. 2 _. 12JumMA 14Ur,07A BANITAR_YSEWER --- - � - 2 0 12-JummA 14Jn-0TA - 1 0. 8MAIN MNHS PH REPAIR 100% 2 J n0]A 0]A -. - ____ --------- -- ---------- ......-- LINES6]119(O1N0}l _ ___. - _ ] ._-. 11-d AUYA 3SJim-0YA ---------------- ..-.--.----- - _ANITAR_YSEWER T 0 14Jun-07A SJn-0]A -'I060 _ __. _... _ _. _. S MAIN - 10,0% 2 14 J n-07A n 07A 0% 3 15 Juno .10)0 4 SERB CLOUTS _. ]A 20 Jun 0]A 10 -91 A go Jun-0]A 1030 _(NSTALLBREMOV) 100% 1 1050 - __ _. -- - TEMP ASPH 100% 3 E-. WA ___,__ N L4M]A 19J IA]A - SANITARY_eEWER 14 0 2KkafiU 13J lA _ 1100 4 SER 100% 6 - _ SJun 07A IS-Jul-07 A: _ _ 1110 4 SERVICEBCL OUTS 100°h _ _______________ _____ ____________ _ _ _ -........ ...-...-_ ......................... 9 2 n67 F07A 120 S(INSTALL_REMOV) 10r% 7 J 7A 7A TEMP ASPH R ft _f00Y A -07 A ___ ---------_----------------------- -----------_---- LNEp464T(6AY 5rL_ 2 - 1 w)A- Juw)A S_ANITARYSEWER - ---. 12 -- 0 1-1.07A 31JU OTA--- 1140— ._..__._ _-__-.. __100% 3 _________ ........ ...... 'a MAIN F07A Jul-07 A _ __. _. _. .. _. _100% e - ._. _ .. -_.......___ _________._ .-.--.-. ____ 1150 45ERV GES_&CL OITTS _ _ 0.,-16-Ju10)A 5Ju14]A 10_% 1 0 25J w A- A 0 _ 'T PASPH REPAIR __ J.. _._ A _____ _ ___ ....... __ ___ ___ _________ --- d J wl_A_ 1 12 1 tJ ]A SSd]ul#0] .--.-. ..--.-.____ _ .:.. ......... .- SANITARY SEWR 12 J07A A907 - 0 6 SERVICES&CL OMAIN..._._ _. -0] __.._ 90CUTS __. ..— _ _ —__ _ _ ....... _.. _ _ ._ ..... ..-...-._ .-.-.-..- 11 _ 0°/° I tl]_ 0l 4 200_ S H RE REMOV7 0°/° m 1 4 A A] 0 12 0 TEMP PH1 REPAIR .. 0% 3 u9-01. . . .......... ...., .......... --------__ _____ ..--.--. _ ________. .................... CINDY SSR13E1' 441-07 0 WATER 44 16:Aug�O] -Oh-O] - 46 0 15... -TEMPORARYWATER Oq• 20 _____ Au9U]_ _ _0 ...-..__ ______ ___ ..-._ _12 MAIN_. _.. _.-. eGN_: S Ol _..0 MAIN __.... __ 0°/ t 0. _ :1 W TER UNE _.-_ -0Y 0 _ ePOT.. p 0) _ _ ........................ .. ........ .....-... _ 013ERVICe.&G LL HEADS__ _ _ _0% 22 24 07 1260 SERVICE - . -OY _ 65,g,07�..' Z6SepOT _- 1210.._ :182TAP5 _ 0% 2 5 1 ...0 4_ 0daT._�'�. 4 Sem]_ 1290- FIR HYDRANTS - e-OC O] 0% OcI-07 , _ 2 0 1295 M HMAG PA __- ._.. 0% 6 ]__. 160G-0] 0 - -- _ _ _ ----------- ----------- 1300--- TEMPORARYWATERREMOVAL 0•h �� Or101 -�-����----- --���-��- -�-- ' 1 1]OU-0l 0 WATER .--..._____ 1305 MPOFARY WATER 0% 3 1310._.. '.a MAIN OY° T 0-Oct'07 0 1320 15NHYLHRA LLHEAD SER VICES -0%. 2 OU;07 Octal 1- ---0 ---- _ _ ____ ---- --- 1330___ F R YOR.ANTSgNSTALLBREMOV) _... 4 Oc10T ......... .......... ..-._._____ ..-... _______ .-.--. _ ._......__ _ .......... OY° 1 0 1340 --t TAPS 0% 4 4 2-07 07 _..CONNECTIONS _—_- 0% 1 _... o.5, ,-N— ] 0 : __ .... ........ T- I 1355_ TEMP HMAC PAVING REPAR- - % 6 _ av 0]'. Nav O] - �-----� ������----- 0 -1360 'UMPORARY WATER REMOVAL 0°h 2 -v-OT -5 PERN f'V N ] - _...._ G R - 00°k _._ N ] .-.... .__. _ _____.. _ ...-.-.-. ...__._____ .......... ...... GAY STREET 1 SS.13No M r.'4. WATER 1 18 13�NevoT 0&04c0)1 0 ; 136] Tap—WATER 0% 2. 1 Nav-0]' 1 OT 0 O Actual Work ♦ •Milestone ®Remaining Work ♦ •Cdtical Mi 9',ne - 02951-CONTRCT 32-FT WORTH 2951-Progress _ 13-f--0913:35®Cnboal Remaining Work ®PdmaryBaseline - DataDate:31-1u1-07 02951-COMRCT 32-FT WORTH 2951 .grecs FTVJ-13 Pmjecl Schetlule Attachment E:EXampla Tier 3 Progress ConshUCtiOn SDha ule vlyl ACOVOy Neme Physical% OD Remaining Slav Finish T-1 07 ompleta FIaa1 May Jun Sep Oct MaB Apr May C O n All qug Nov 13]0 Oec Jan Feb ''e MAIN 0% 4 4: 1SNov-0r 1Nov-0T 0 1380-- NGLESOU -SERVICES 0% 9 4' 1SNOv-0] -Nov-O] - 0 1390 1 APG -- -_- - OY° 4 .0] A] ---"4414. - -- -•_--- 4444..... 4444-- _ -----------------"--"4444 _---- -0% 1- -- 1 21 Nw�0] iNv-0T , 1400 FIRE ECTIONTSONSTALLS REMOUJ _ _- - _ 1605 i0 CONNECTIONS a%� 1 1 21 Nov-0] 4-p 0]. 0 1406 TEMP HMAC P REPAIR 0%' 6 8 26 NOVO] 04 Oec O] 0 140] PERMANENT ASPH REPAIR 0%.- 0 04-0eo0] 00.Deo0]- ----------- ----------- - -- ---- - - 1tr10 TEMPORARY WATER REMOVAL � 2 2 04 Dec OT 06-Dec-m 0 DRK:K6TREL4 _ _ 8 �W __ 0 .._ _----__- '4111---_-._- .. 18 16 O6Mo0T 2]DaoO] 0 4444------_.-- •.".. --__.---_-_ --.. 1415--_-__--"_"___"_____ __--_-___- -_--0%'--1 i TEMPORARY WATER - ----- _ --- - 1420 MAIN__....__.._. _. ec0] DerA] 0 Decor] 160.0 0% 3 eoOT : ......... ._--_ .------__ ...-_---_-__- ........ ......... ERVICE6.._ -0%.. 4 00] OeoO] 4444.._---__--. 4444.. _-�-------------- -- - E8e L - .'450_ FIRE HYORANTGLNSTALLSREM_OV1 0% 1 o0y 0 1480 --,.CONNECTION __- -- -0% 1 _-_--- ]- -------- ..4411. _ - -07 T 1465 TEMP HMAC PAVING REPAIR 0%' 6 6.1&Dec OT 26.Oec-0] --- -- ---- - "" -- -- """"' - -16]0 PERMANENT CONC REPAR --- - - - I - -- __.0 0% 1 eO9] 0] 0 1480_....._--.—._--_-4 414.. _ _- _07 ____-.- :TEMPORARY WATER REM—__ -- -- _-_. -- •--_-- "_.-"._-_- cONC RA91N4 26 -Febffi 1 Mares n-- 4444,-. _--_----... ........... .. ........ ..........- 4444 - AVING 26 5 21-Fab08_ 31-Mer-0O 0 -____ EL PLCMNi 1660 _ REINF STE _ 0%:' 21 _ --Feb08 20.Mar 08 0 _-_- 4111. -.._ 4114 4141_.. 15]0 'BLIP FORM 0% 13 13 05 Mar 05 26 Mar-Oe -_-_-- �---'-�-�- - --- - I- ....H D PLCMN_ - 4 414- 1 141- ---.. 0- - _ __ _ _ 0% -5 I0.Mar-a6_ Mr06 0 1590 '.MACH EC_HANGE 4 N _.� 1600 REMOV 8 RELOC LINK S W000 FENCE t 1 26 M 1Z. 2]-MarAe 0 x 1610 JU TWATER VALVES 0%y __ _ 4444...-.�- 4444... _ 1111 _ _. _ 6 EMarA8 2 M r-68 0 1620 _ ':ADJUST WATER METERS 0% 6 8 0 PER. R:- x--_.. 10- 10 26-Mar OB- OTApr 08 - -.----_-__- 4144..- ------------------- ................ -- � -_--_- ...................'__- _ -:.-. - _._- PAVING - C'7]-Apr(0 0 0 Oe 4411- 01 1 1M r-On 29-Mar-Ce 0 -..---_-- . 640 'PLOWABLBAACE KFILL R. 2 a 28-Mar-08 01-APr-Ce ���--" ------------ - -� �--��-�-�-- - -.__ _ __ 0 "4444. ...-44 1 _ 1650 PH11LT 4441_ __ _ _ .......-_ 1 E60 �e%' 2 r08 -Ce 0 JUST SANITARY SEWER MNHS 3 .A All 6]0PHO L 1141 - - -0H 0 ------------ - - ...... .- 0% 5 ........ ... -.1411 20.3l-pe94J 28-Jan-00 : -51 DIRT WORK 2D 20 _- 51 _ anA6 - 168020'UNCIASH EXCAVATION _ °h _ _ _ -0DeuO] 1690 SIDEWALK REMOV 0% 2 1-Dec-0] 1Janna [MOV CURBSGUTTE _ _- - - - _ --- - 1700 R 0% 6 ] OB 62 171011—TER.--_- 4441__----__- - - 0°h. 2 2 31 OeoOT O1Jan Oe -- --------� ---�------- ------------ ------ -- 52 ......... .-4414--' ---------_-.- 4444 OVCONCORVEWAYS -- - _- -- 1]15 0%' 19 1 U-7 4--8 52 1]20 'RE CON_ GInTER 0^h d -_ 4 et-OecOl OSJarvpe - _ 4444 I LIME.. _ �._. ."..._...... 19 __. tB 28,krtU® Y1•Peti@e' 0 4444"... ' ... DIRT WORK 19 19: 2— _-8 -0 ]30 —LE _ 0°k 9 _ anOe bAe 1]40 'MXBMPAC _ 1114_.. - '. �- 1]50 FIN COT 0% 5 L MIX- 1]60 FINISH GRADE 0% -0e ROJEGTACCRPTANCE-- -.�.-_�.� __. _ ._---f $1+MV�de'-. �__- - ......... ------------- -------"""""-_ 4444 --_--_--__ .........., ----_-- 4441. PROJECT AG T NCE 1 1 91Mx-00 O1-APr-OB -__5 -1]]0 __-- wn Comp ete 0% 0 0 ar 08 5 4444-... 4114-------- 1 nsPedwn .1441_.__ 0% 1 I SATrOeaM-O._-..IN "4444...-.. 2-0 0 ;1 ------------1114. 4444... ..i - -1490---:21 STORM ORAIN- ----" 0% 1------ - - 8 0 - - e ._. 6MALL 8TRUCNRES _ 16_ _ 16 21 Fe400 ___ 4 "MM 1500 ICONC RETAINING WALL _ _0% 16 - 16 21 Feh-O8 1]-Ma-U6' 4 10 - STORM DRAIN INLET --_ 2 e— 608 ._. a --. - 1411_ _-_._ FAT WORK 20 20 2bfWS0 26Mar-0S 11 1520_ A RAMP&TY 1 dTYJ" - _. 10 - 1 Feb08 M r08 __. ..._.-------- ._._._.. - ---_-_.--_ ..............- - 1444_ _-----_-_ - _.."4444 4444.. 0°A ......... _ 1530 - .CON R PLCMNT _ _ _-..... VALLEYS _.. 1444... - x-0e x-0a 21 CONC BIDEWAIH _- _,0°6 20 2 fhLe 24M d -. 550 .GONG ORprEWAYB .. % 2SFeboe'�24 Mer 08 ®Actual Work ♦ ♦Milestone ®Remaining Werk ♦ ♦cdliCAl Mile6tOne 02951-CONTRCT 32-FT WORTH 2951-Progress l3-Jan-ovl3:3s ®Cnlical Remaining M,R PnmHry Base line - Data Date:31-Jul-07 Attachment E CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT E Attachment F CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT Attachment F Schedule Submittal Process for Buzzsaw Desktop Client Users This Job Aid contains consultant and contractor instructions for Verify that the file name contains the 5-digit Project ID, Project submitting baseline schedules and schedule updates to the Name, and Submittal Date and follows the standard naming City of Fort Worth(CoFW). convention. If you are not a registered CoFW Buzzsaw user, please email Initial schedule submittal will be labeled as'Baseline'for or contact: example: Fred Griffin, Buzzsaw Administrator 00701-Flaxseed Drainagelmprovements-Baseline City of Fort Worth Schedule submittal updates will be labeled with Schedule Fred.GrifFn@fortworthgov.org Submittal Date 'YYYY MM'for example: 817-392-8868 00701-Flaxseed Drainagel mprovements-2009_01 Using your registered username and password log into the City's Buzzsaw Site Expand or select the Schedules folder and add both the native file and PDF file to the directory. haps:l/projeetpoint.buzzsaw.com/clienUfortworthgov From the Toolbar Select->Add Document i 12M xxi;E ,AMAW4 4f-1:9?Q-9 CO 'Y mAl-Paveed bYrQ hamapi wi IUYin !bI T,:. 6�--�]eE N'm L1l4a.Ye Ie,10PJ, ]6,3i IS>meR � � Qfd 4afvls AC)(WRsh [f C— i'QGray CmSatlbcvrcnmmd Spetl U w', r ' 9 d igeGbsNe¢ +QP6kM CVJ; F Q Pultlmem Ca rm J Spcibi'ra.ab c7 VYt>< *1 MA5-ltEe,Ciprs­f 3;�mAStleriq,eifrbYO>er SwA 'mJ05-Uban 4tiges 5E0� AerYM �'mASbbm tMps SE Oe>Q IYar Ea.: }a m]3U-Saftey Scan Pell CmReRLC : _�mJ53-n16nY[Ic11005®Yer tmv— } mJE6.0YaibaC-f45s<Lvnm GaB Navigate to your Project Folder. Verify that your Project ID and > < > .... ........... Project Name are consistent with Project Folder Name. ""` Navigate to the Schedule Directory under your Project Folder. Select Browse and go to the location of the files on your The 00701-Flaxseed Drainage Improvements project is used desktop,select Open. for illustration. Rwm� Rlaallw 4411.., Sb •rt;y for-^') '•_ ..... ff - X.. .'.S L':}14Y� -'.��:.':: PD•: Yre.awr: __ IGAt-wneabrmtlnwm.<..,fr 4racfigtYStb - +`e d w rt. � u+unm.nwar�Y �a.sv..�fr� e.+n4 Q01tflNK G 5.<4ac4>as.s f.f .Q NAKneemq 1r..- ff<a4�t �GpO1R9Yb 1075 y0�am.nv r.--- ,^. trfQ.+tl+aefa.aeeuaeNl ..cls •„J Mnr....ca� Via* . :_dux.um+trR,caaYa.,.f �'�'r' trtm,,.twe�r f4.�smnanaea ssmn5-uf;nw44a4ovara.4e P"'"""u"�w .s Er mA4-ue4.v4wsE bmn.ertlr r< mm-sir<�se�egndrbea>�.e ,r6ir �4mmer.m vr.wrnmmftlr4mYmY Y�mora-taa.m..a ' i�m165-Su4nm Lrte4 A5wee,e 5ch Rs 'lf lac y,.•.' YA mm oaeRra<.a�ua.en.m. A,.Y T erg !rf-'t WfMMYlswai�s3r4vbs a.lwade a4tlmtf4l,Iai�4Ba �.._.. .. Two files will be uploaded for each submittal.A native schedule file format either Primavera .xer or MS Project.mpp and a PDF version of the schedule will be uploaded. AftaChmientF Schedule Submittal Process for Buzzsam/ Desktop Client Users The file will appear inthe BuzzoowAdd 0oProject—Select Documents window. Select Next Donot select Finish e8this time. AJ-#J|! Select the Paste Comment button hacopy the Comment into You will beplaced into the Attach Comment window toenter o the body ofthe email. Select Finish. record into the Project Schedule Submittal Log. Enter the Project ID-Project Name-Submittal inthe Subject Line.Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. Theschedule fi|aiouploaded hothe directory. 4nemail/osent tothe Project Manager and Project Control Team. You will baplaced into the Send Email Notification window. Select Toand the Select Recipients window will appear with o list ofProject Contacts. D. Select the Project Manager aothe TmRecipient and the Project Controls Group aothe Copy Recipient. Upload the PDF file using the same guideline. GR-01 7123 Construction Staking and Survey THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01333 Revised July 1,2011 Construction Staking and Surveying-Special Requirements Page 1 of 1 GR-017123 CONSTRUCTION STAKING AND SURVEYING Special Requirements Projected Coordinate System: NAD-1983-StatePlane-Texas-North-Central-FIPS-4202-Feet -� Projection: Lambert-Conformal-Conic False-Ea sti ng: 1968500.00000000 False-Northing:6561666.66666667 Central-Meridian: -98.50000000 Standard-Parallel-1: 32.13333333 Standard-Parallel-2: 33.96666667 ... Latitude-Of-origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS-North-American-1983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree • Convert all data from ground to grid prior to delivery. • Data must be delivered in a shapefile or other ESRI-compatible format(.csv, .dwg/.dwf,etc.)with the correct data dictionary/tables. • Data should be converted to a Scale Factor of 1 upon delivery. Tolerances should be listed and followed appropriately. GR-017123 Construction Staking and Surveying Village Creek Drainage Basin Main 325, Part 1 City Project No.01333 Water GPS Feature Fields Page 1 of 4 Field Type FEATURE TEXT(50) Contains the asset-type of the shot as a drop-down of the associated GPS Asset list X_COORD DOUBLE X-coordinate of the GPS shot ..M Y_COORD DOUBLE Y-coordinate of the GPS shot Z_COORD DOUBLE Z-coordinate of the GPS shot DATE—SHOT DATE Date the asset was shot X_NUM LONG INTEGER X-Number;City Water project number CP_NUM TEXT(10) City Project Number VAULT BOOLEAN Yes/No field disignating if the asset is in a vault COMMENTS TEXT(255) General comments field .e GR-017123 Construction Staking and Survey Village Creek Drainage Basin Main 325,Part 1 GPSFieldsAndFeatures.xlsx City Project No.01333 Sewer GPS Feature Fields Page 2 of 4 Field Type FEATURE TEXT(50) Contains the asset-type of the shot as a drop-down of the associated GPS Asset list X_COORD DOUBLE X-coordinate of the GPS shot Y_COORD DOUBLE Y-coordinate of the GPS shot WE Z_COORD DOUBLE Z-coordinate of the GPS shot DATE—SHOT DATE Date the asset was shot X_NUM LONG INTEGER X-Number;City Water project number R, CP_NUM TEXT(10) City Project Number VAULT BOOLEAN Yes/No field disignating if the asset is in a vault COMMENTS TEXT(255) General comments field r. wr e� w GR-017123 Construction Staking and Survey Village Creek Drainage Basin Main 325,Part 1 GPSFieldsAndFeatures.xlsx City Project No.01333 Water GPS Assets-FEATURE field Page 3 of 4 Code Description Main Line Gate Valve Main Line Gate Valve Fire Line Gate Valve Fire Line Gate Valve Butterfly Valve Butterfly Valve Air Release Valve Air Release Valve Blowoff Valve Blowoff Valve Bend Up Bend Up Bend Down Bend Down Bend Left Bend Left Bend Right Bend Right �- Tee Tee Cross Cross Plug Plug Sleeve Sleeve Reducer Reducer Tap Tap Hydrant Hydrant Meter Meter Ball Valve Ball Valve Plug Valve Plug Valve Backflow Preventer Backflow Preventer Surge Relief Valve Surge Relief Valve Check Valve Check Valve Pressure Reducer Valve Pressure Reducer Valve .. Wye Wye Pump Pump Sampling Station Sampling Station Tank Tank Casing Endpoint Casing Endpoint Tunnel Endpoint Tunnel Endpoint Vault Vault Top Of Pipe Top Of Pipe GR-017123 Construction Staking and Survey Village Creek Drainage Basin Main 325,Part 1 w GPSFieldsAndFeatures.xlsx City Project No.01333 Sewer GPS Assets-FEATURE field Page 4 of 4 Code Description Manhole Manhole Cleanout Cleanout Junction Chamber Junction Chamber Plug Plug Tee Tee Gate Valve Gate Valve .. Butterfly Valve Butterfly Valve Air Release Valve Air Release Valve Check Valve Check Valve Surge Relief Valve Surge Relief Valve Flush Valve Flush Valve Plug Valve Plug Valve Reducer Reducer Wye Wye Cross Cross Orifice Orifice Pump Pump .. Sluice Gate Sluice Gate Weir Weir Meter Meter Casing Endpoint Casing Endpoint ... Tunnel Endpoint Tunnel Endpoint Vault Vault Top Of Pipe Top Of Pipe GR-017123 Construction Staking and Survey Village Creek Drainage Basin Main 325,Part 1 GPSFieldsAndFeatures.xlsx City Project No.01333 G"l 7123 Construction Staking and Survey Page 1 of 1 Valve�BoX -a` Sewer Manholes/junction°Struttures:�. Sewer Cleanout ;+ Sewer Main GPS(6rid) GPS(Grid) Coordinates,Texas NC GPS(Gridj Coordinates,Texas NC GPS(Grid)Coordinates,Texas NC Coordinates,Texa Sta.k 4202 Elevatian(2) Sta.# 4202 Rim Elev. Flow Line El_ 4202 Rim Elev. Sta.H s INC 4202 TJP-250'Intervals 0-00 N(Y)= E(x)= GR-017123 Construction Staking and Surveying Village Creek Drainage Basin Main 325 Parallel Relief Sewer,Part 1 Red Line Coordinates 6-5-17.xisx City Project 01333