Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 52292
CITY SECRETARY 5P a6 a0 FORTW�URTI� PROJECT MANUAL FOR THE CONSTRUCTION OF Sanitary Sewer Main 257, Upper and Middle Village Creek Parallel Relief Main — Part 2A Betsy Price Mayor City Project No. 01227 Chris Harder Director, Water Department David Cooke City Manager Steve Cooke Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 2019 Alan Plummer Associates, Iris. OFFICIAL RECORD CITY SECRETARY FT; WORTH, TX City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 00 05 15 Addenda 00 1113 Invitation to Bidders 0021 13 Instructions to Bidders 003215 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small 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 11 00 Summary of Work 01 2500 Substitution Procedures 0131 19 Preconstruction Meeting 01 31 20 Project Meetings 013216 Construction Progress Schedule 013233 P3reconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control (By Reference) 0157 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 MobiIization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 11Ftw-fs.ftw.apailshareNprojectsk03I81040-011SpeeslFinalVinai Part 2A SpecificationslConformed100 00 00 Table of Contents.docx 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 01 7719 Closeout Requirements 01:793Operation and r ;.+ r Pat 01 78 39 Project Record Documents Division 02 - Existing Conditions 0241 13 Selective Site Demolition (By Reference) 0241 14 Utility Removal/Abandonment (By Reference) 0241 15 Paving Removal (By Reference) Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures (By Reference) Division 26 - Electrical 26 Q-5 1-0- for Eleotfise4 Systems 260533 Raeeways and Boxes for- ElecstfiG84 Systems Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 312400 c..mb21 s 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair (By Reference) 3201 18 32 Q i 29 Temporary Asphalt Paving Repair (By Reference) Comte PavingRepair 32 11 23 Flexible Base Courses (By Reference) 321129 Lime Treated Base Courses (By Reference) 32 11 33 32 A 37 - Cement Treated Base Courses (By Reference) Liquid ed so'��b�e 32 12 16 rea Asphalt Paving (By Reference) 32 12 73 Asphalt Paving Crack Sealants (By Reference) 3231 13 Chain Fences and Gates 3231 26 Wire Fences and Gates Cri'Y OF FORT WORTH Sanitary Sewer Main-257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 11Ftw-fs.ftw.apailsharelprojects10318\040-0 RSpecslFina1\Final Part 2A Speciiications\Conformed100 00 00 Table of Contents.doex 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3231 29 Wood Fences and Gates 32 32 i 3 East-in-P-I-Ase Gonerete Aeiaii4ng Wa4ls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding 3293 43--Teems Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 0131 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation (By Reference) 33 04 11 Corrosion Control Test Stations (By Reference) 33 04 12 Magnesium Anode Cathodic Protection System (By Reference) 33 04 40 Cleaning and Aeeeptanee Testing of Water- Mains Cleaning of Sewer Mains 33 04 50 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering (By Reference) 3305 13 Frame, Cover, and Grade Rings -Cast Iron (By Reference) 3305 13,10 33-0314 z Frame, Cover and Grade Rings -Composite t inlets, Valve B d "'�Stin�,-]'��BzE'"s;- inmet5;V t ,crmeSa caxc�- ovt1iL'i'- C�i{}vtiifcsr 3305 17 Concrete Collars 33 05 20 Auger Boring 33 0521 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 33 i i io 33 7 1 Y i 14 12 Bolts, Nuts, and Gaskets (By Reference) rti,,,.filp. r.A n;,•.,, PA-10t; I., —4-A Fittings Polyvinyl Ghler4de (PVC-) Pr-essure Pipe Pipe,33 Bar Wfapped, Sieel Cylinder Type 33 11 14 33Q A 33 12 1 33 i2 20 33 1221 331230 Buried Steei Pipe and Fitt' Water-SerwIees 4 ineh to 2-ine nos;t;o.,- Seated GatO valW n WW- R+tbbeE Seated Bu#eF fly v..t,,e Eem-b-inatien Air- Va4veAssenibliesfar- Potable Wfftef Systems 33 1240 ��• 3i 2 60 33 3i i 2 33 31 13 33 3445 Fire HydFanfs a�r Sample Station Cured in i2lnm Ripe (_ ERP) Fiberglass Reinforced Pipe for Gravity Sanitary Sewers High Density n Iyerh,jeHe Pipe foF Sanitary Sewe 33 34 20 (14PP-H) Pe15=inyl Ehleride (Pyc)Gravity Sanitary Sewer Pipe CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01227 Revised February 2, 2016 11Ftw-fs.ftw.apai\sharelprojectsk03l81040-OINSpecs\Fina]\FinaI Part 2A SpeciticalionAConformed100 00 00 Table of Contents_docx 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 3i 21 Pel)winyl Chloride Closed Pfefile Gfai* gafikafy Sewer- Pipe 33 31�3 3331 50 33-31 70 (PVC) Sanitafy cewef Pipe h..1, r..,.Fna + Sanitary Sewer Service Connections and Service Line (By Reference) Gaffibi f Samna,, Sewer- Pvrcc M 33 39 i o 33 39 20 33 3930 33 3940 33 39 60 33 41 10 33 41 11 cdox-n'ir-Vcrye�f iii Cast -i n Flare Eener-ete Manholes Precast Concrete Manholes Manholes Wastewatef Aeeesa-Qia ber (WAG) Epoxy Liners for Sanitary Sewer Structures Reinf r-sed Cea e SioHn SL F Pip Ct4 OAS i vw High Density P t ,l:.n6 Pipe faF Stem Drain 33 41 12- 33 4601 - 33-46 02- 3349 10 ed (HDPE) Reif& eed Peiyethlene (9Rxis Npe Slatted Slefm Dfaim -Fen Cast -in -Place Manholes and Junction Boxes Division 34 - Transportation 34 4-1 10.01 ARaehxefit A Eentreller Gabinet 34 41 10.02 --4asl-m- -entB Gent oller- Speeifleatien 34-41-10.03-#asl3nxent G Se ar-e Spee°�t e�x 34-4111 Temporary 44affie Signals 34-41-13 Removing Traffic, Signals 34 41 15 R-eetangulaf Rapid Flashing Beaeon 3441 LED n oad bufnittaifes 34-41-20.02-- lireeway LED Roadway Luminaifes 34-41-20.03- Risiderftial r�.d e ay huminakes 344130 Aluminum S�gE 3471 13 Traffic Control ?D 1y1filon 99 t .99 99 00 *pedal Mt asurement and P1 yinenI Appendix. GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions (Geotechnical Report, CMJ Engineering) GC-4.04 Underground Facilities (Subsurface Utility Test Hole Reports) GC-4.06 Hazardous Environmental Condition at Site (Not Applicable) GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities 1) Tarrant County Utility Permit 1 CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2,2016 11Ftw-fs.ftw.apailsharelprojects103181040-011SpecsWinal\Final Part 2A Specifications\Conformed100 00 00—Table of Contents.doex 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 2) Tarrant County Utility Permit 2 3) Oncor Temporary Work Area Agreement 4) TAC Historical Commission Pen -nit GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements 1) City of Fort Worth Water Department Standard Product list 2) Wager 1850 Odor Control Sewer Value SS] Specific Project Conditions and Requirements (Not Applicable) SS 2 Contractor Scheduling (Not Applicable) END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main-2S7- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 Ihtw-fs.ftw.apailsharelprojects103I M40-011Specs\FinallFinal Part 2A Specifications\Conformed100 00 00 Table of Contents.doex City of Fort Worth, Texas COUNCIL ACTION: Approved on 4/16/2019 - Ordinance No. 23642-04-2019 & Resolution No. 5078-04-2019 DATE: Tuesday, April 16, 2019 LOG NAME: 60M257P2A-THALLE REFERENCE NO.: C-29096 SUBJECT: Authorize Execution of Amendment No. 4 in the Amount of $261,005.00 to City Secretary Contract No. 38536 an Engineering Agreement with Alan Plummer Associates, Inc., for a Revised Contract Amount of $1,729,630.00, Authorize Execution of a Contract with Thalle Construction Co., Inc., in the Amount of $11,073,509.70 for Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2A, Provide for Project Costs for a Project Total in the Amount of $16,663,234.00, 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2; 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water & Sewer Commercial Paper Fund in the amount of $12,108,144.00 for Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2; 3. Authorize the execution of Amendment No. 4 in the amount of $261,005.00 to City Secretary Contract No. 38536, an Engineering Agreement with Alan Plummer Associates, Inc., for inspection services for Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2 (City Project No. C01227); and 4. Authorize the execution of a contract with Thalle Construction Co., Inc., in the amount of $11,073,509.70 for Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2A (City Project No. C01227). DISCUSSION: This Mayor and Council Communication provides for the construction of the Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2A project. On March 31, 2009, (M&C C-23421), the City authorized an engineering agreement in the amount of $889,676.00 with Alan Plummer Associates, Inc., for Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2A to expedite design and construction, the agreement was divided into Parts 2A and 2B. The agreement was subsequently revised by Amendment No. 1 in the amount of $79,414.00 administratively authorized December 7, 2010, Amendment No. 2 in the amount of $408,795.00 authorized April 18, 2017 and Amendment No. 3 in the amount of $90,740.00 administratively authorized March 20, 2018. Amendment No. 4 will allow Alan Plummer Associates, Inc., (APAI) to provide inspection services during construction of the Parts 2A and 2B project. Staff considers the proposed fee to be fair and reasonable for http://apps.cfwnet.org/ecouncil/printme.asp?id=26902&print—true&DoeType=Print 4/29/2019 the scope of services proposed. Construction of the project was advertised for bid on January 17, 2019 and January 24, 2019 in the Fort Worth Star -Telegram. On February 28, 2019 the following bids were received: BIDDER AMOUNT TIME OF COMPLETION Thalle Construction Company $11,073,509.70 540 Calendar Days S. J. Louis Construction of Texas, Ltd. $13,973,788.20 Oscar Renda Contracting, Inc. =1 $16,455,110.00 In addition to the contract cost, $552,159.00 is required for Project Management, inspection and material testing and $221,470.00 is provided for project contingency. In accordance with the terms of the Agreements between the Cities of Crowley, Burleson, and Fort Worth, Crowley and Burleson will reimburse Fort Worth for their share of the total project cost upon completion of the entire project This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one - percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue -supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction is anticipated to commence in June, 2019 and be completed by December, 2020. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's Operating Budget when complete. MWWBE OFFICE: Thalle Construction Co., Inc., is in compliance with the City's BDE Ordinance by committing to six percent MBE participation on this project. The City's MBE goal on this project is six percent. APAI: A waiver of the goal for MBEISBE subcontracting requirements was requested by the Department and approved by the MWBE Office in accordance with the MWBE Ordinance, because the MWBE Waiver is based on the sole source information provided to the MWBE Office by the managing department's project manager. The project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION I CERTIFICATION: 1-ttp:llapps.cfwnet.org/ecoi,u-icil/Printme.asp?id=26902&print=true&DocType=Print - 4/29/2019 attached appropriation ordinance, funds will be available in the Water & Sewer Commercial Paper Fund for the Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2A Project. The Water and Sewer Commercial Paper Fund includes authority of $150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $27,834,434.00 for future capital projects. Funding for the Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2 project is as depicted below: FUND Existing Appropriations Additional Appropriations Project Total* W&S Capital Projects - $303,000.0 $0.00 $303,000.00 Fund 56002 Clean Water SRF - $969,090.00 $0.00 $969,090.00 Fund 59602 Sewer Capital Legacy - $3 283 000.00 $0.00 $3,283,000.00 Fund 59607 W&S Commercial Paper 0.00 $12,108,144.00 $12,108,144.00 - Fund 56016 Project Total $4,555,090.00 $12,108,144.00 $16,663,234.00 Numbers rounded for presentation FUND IDENTIFIERS (FIDs): Department ccoun Project JProgram ctivity Budget I Reference # ID r ID Year Chartfield I FROM Fund Department ccoun Project Program Activity Budget Reference # mo ID ID ___ Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by, Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60M257P2A THALLE 1295 2019-462422 Redactef (Public) 2. 60M257P2A- THALLE Compliance Memo.udf (CFW Internal) 3. 60M257P2A-THALLE 56016 A019r.docx (Public) 4. 60M257P2A-THALLE FID Table.pdf (CFW Internal) 5. 60M257P2A-THALLE Map.Rdf (Public) 6. 60M257P2A-THALLE SAM-Alan Plummer.pdf (CFW Internal) 7. 60M257P2A-THALLE SAM-THALLE.pdf (CFW Internal) 8. 60M257P2A-THALLE Waiver,pdf (CFW Internal) 9. 60M257P2A-THALLE- REIMB RESOLUTION.docx (Public) 10. CP 01227 FORM 1295 Alan Plummer 2019-458531 Redacted.odf (Public) http://apps.cfwnet.org/ecouncil/printmc.asp?id=26902&print=true&DoeType�Print 4/29/2019 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 I SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 G, 6 7 8 9 10 11 12 r 13 1 14 15 16 17 18 19 20 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:\projects\0318\040-OINSpecs\Final\FinaI Part 2A Speci6cationslDivision 00100 05 10 Mayor and Council Communication(M&C).doc l 0005 15- 1 ADDENDA Page 1 of 1 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:lprojects10319N040-0I\SpecslFinallFinal Part 2A Specifications\Division 00100 05 15 Addenda.doc CI l �l�[/L �.■ ++IJF +}- ffr- `/a NAY'F, j 0 318-040-1f JJ���� I yLryy�y2TYpi J�JF�FTJ O4I INC AICDElr6lOt!■*! NO. TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH UPPER AND MIDDLE VILLAGE CREEK PARAILrLEL RELIEF SAN ITARY SEWER MAIN 257 PART 2 Cl TV PRO Jr=CT NO, 01227 Addendum Release Date: February 25, 2019 Bid ReceGved Date: February 14, 2019 Revised Laid Dale: February 2 $, 2019 This addendum forms part of the conlract documents referenced above and modifies the orlaInal Cori#rack Documents. Acknowledge receipt of this addendum by signIng and atlachfnq it to the Contract Documents (inside cover), Note receipt of the Addendurn In the Bid Proposal and on the otter envelope of your bid. TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The flans, SPeclfilcaticns, and Contract Documenis shaft be mod Med as follow: Item 1-t Pecificalions, Section 00 73 00 SUPPLEMENTARY CONDITIONS �nserf the foltowlng In Part SC 6.09C Outstanding permits and Ilconsas Outstanding Permit and licenses to Be Acquired OWNED PERMIT OF LICENSE AND LOCATION TARGET DATE OF POSSESSION . Tarfank ounty Tarrant County Driveway Permit for May2019 Construction and Permanent Access fforn Contractor rney have io McPherson Road onto Parcel 16 (Vargas coordinate with property Property) cwRer and Tarrant Count} Enrgfneering to have the permit prior to starling the work. Contact Mr. Hatcher 9t7 6�-7t3"k7 'lease acknowledge receipt of the Addendum to the following locations; 1 j In the space provided below. ) In the Proposal. 3) Indicate in upper case letters on (he outside of the sealed bid envelope: "RECEIVEq & ACKNOWLEDGED ADDENDUM NO. 4" Failure to acknowledge the receipt on Addendum No. 4 could cause the subject bidder to be considered �i ON -RESPONSIVE", resulting its disqualification, A sigrted copy of Ibis addendurn CITY OF FORT WORTH upparan# roll adlff Village PaFallol Rofief5anllory Uwar Maln, 257 Pan 2A F;1p�pre� 3031A1444-011Sp0c4TinEsW1Aa1 Pori 2A Sped Haa lcosOddersda�Addend 4%4ddandurrL4 A= 'CR}'PfGjeCl h1o.012 27 Lfwar an0 Midd'M Vlllaae Ci0gk M 257 Addsnd"m PENDUM 4 — RAGE! 1 OF 1&m mI I sliall bo Mar- ed m2 $e proposal at the time of bd B6laE All lems in mk| with mm ad do nd mp n m hotem de I-eled, THIS ADDENDUM IS MADE PART OF THE SPECIRCATf NS AND CONTRACT DOCUMENTS AND SHALL SE ACKNOWLEDGED ON THE PROPOSAL AND ON THE &O ENS LOPE. ALA N PLUMMER ASSOCIATES, INC. By (�" f- GearRe[ra m\P.E. Febrija ry 25, 20 19 SDI cITV OF FORT WORTH OF T� m. /■/ �; � .................... f GEORGET. FARAH ..........97448.... W ���9 74 4 8' � ■� % �£z 9 2 � WATER DEPARTMENT DIRECTOR CHRIS HARDER. PE By- _ Tom Shdd P£. ;Selrilor ceplial Projects ONE f (Wks Dept) R\ceIM Acknowledged: By: T60 rrm,kd�e VillegeP_+ %,I arms SgVdt F Milln, of mrl R¥� Mm� Am qe« nQr �e�w��lf � �q2 ��r� m,�km� mAm_ a��«u�.a� ADDENDUM 4- PAGE 2OF2 M .CO m,meAa�W CFevsk hk2a7 Ake&m Na.4 0316-040-11 ADDENDUM NO, 3 TO Addenda No. CONTRACT DOCUMENTS AND SPECIFICATION FOR Q 1 5/ 019 CITE' O#r FORT WORTH THALLE CONSTRVQTION CO INO UPPER AND MIDDLE VILL-AGE CREEK PARALLEL RELIEF SANITARY SEVVER MAIN 257 PARS' 2A CITY PROJECT NO. 01227 Addendum Release Date: February 22, 2019 8rd Received Date: February 14. 2019 Revised 8[d Date- N=ebruary 28, 2019 This addendurin forms parl of the contracl documents referenced above and modifies the original Contract Documents- Acknowledge receipl of this addendum by slyning and attaching 11 to the Contract Documents (inside cover). Mote receipt of the Addendorn in the Bid Proposal and on the outer envelope of your bid - TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The plans, SpecIfications. and Contract Documents shall be modified as required by the ATTACHMENT as folims; Please acknowledge rocelpt of the Addendum in Ilse fo[lowing 1oca1 jons; 1) In the space provided below, 2) In the Proposal. 3) Indicate in upper Case letters on the outside of the Sealed bid envelope. ..DECEIVED & ACKNOWLrzD ED ADDENDUM NO. 3" C17Y OF FORT WORTH Uppgr And B fddro Viuwge FararJei Ftariai San[jj3ry Sewer Maln. 257 Park 2A Clly Proieci NO- 01227 r;1prDjQrt 031M04D-d11SpamTinw)FInal Part 2A SpaclrwaLlOrIS)A4dandaMdendirn 3tiA#dundur%3_Covandm ADDENDUM 3 — PAGE 1 OF 2 Dal 8-040.11 Failure to acknOwledge the receipt on Addendum No- 3 court Cause the subject bidder to Ise Mnsidered "NON -RESPONSIVE'. resulting In disqualificataerl- A signed copy of this addendum shall be placed into the proposal at the [Imes of bid submiilal- All Hems in conflict with this addendum are hereby deleted - THIS ADDENDUM IS MADE DART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE RID ENVELOPE. ALAN PLiJ'MMER ASSOCIATES. INC. BY' T George 1, Far , P.E. February 22, 2019 40 ...:.......................... GEORGE I, FAF�AH f►'•.9744800 lfc Seat 4 *! AL WATER DEPARTMENT DIRECTOR CHRIS HARDER, P,E_ By; 0,' _� ojottr Tony Shololi. P.E. Senior Oapltal Projects Officer {Water Dept.) Recelpt Acknowledged; By.. 45. &4�� OF T K Vl =14F T�t�e Company CITY OF FORT WORTH Upper and Middle V191ggC Permtlet r�ellet $pni#ery 8rwer Main, �57 Part 2A CH P01e0t No. 01227 C ;5klsel9lJksis¢V�1 ppDal�4LaCal�lNlGYffsah41 N�1d4wslTem asraty rnlernet Fi1eSlConienr.C}r�/JtlIDD'1 4.2 F�R F{5f021UkAd�ydandum_3_Cavar-4oC ADDENDUM NO. 3 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH UPPER AND MIDDLE 'VILLAGE CREEK PARALLEL RELIEF SANITARY SEWER MAIN 267 PANT 2A CITY PROJECT NO, 01227 ATTACHMENT AD3 ADDENDUM SCOPE Clarifications 0318-040-11 The following responses are based on questions submitted by Contractors during the adveMsernent of this project. Tha intent of the response is to provide clarification of the Contract [Documents. 1) Cost for Junction Boxes and Siphon Boxes lncludes, but not limited to, mud slab, concrete, reinforcamenl steel bars. pipe connections, existing pipe support, grouting, removal of the existing pipe, stop logs. stop log frames, permanent concrete lid, removable concrete Tid, manhole frame and raver, stop log covers. Temporary Construction Fencing at bore shatUpit locations shall he 6-ft Mph (min) chairs link. 3) O2lbion cubeslbaskets are required at f h e Deer Creels Crossing, as shovm in the plans., 4) Existing Main 257 pips and siphon at Deer Creek are to remain in service. Abandoning the existing. siphon is not necessary as this project is a parallel relief main and not a rep?arerrient main. 5) Cement stabilized sand Is required on top of the concrete encased siphon pipe at the creek bottom, to reestablish creek bottom elevatlons. 6) Sheet 32, DEER REEK SIPHON PLAN & PROME; shows rip rap at the creek slopes. The center of creek's erosion protection is a combination of reinforced concrete. gabian cubes/baskets, cement stalbiTlzed sand (CSS), 7) Sheet 36. STRUCTURAL NOTES; Controlled BacTtfili Buried Walls, notes A and a for appropriate fill around concrete structures, 8) Sheet 41, SIPHON BOX #2 DEER CREEK PLANS; This sheet does not show weir eleva#on or iccaticn. Weir elevation send locatlan are shown an Civil Dra trigs, Street 34. CITY or- F ORT MRTH UryPIDr eind Middle Yllage Para9el FZ@lMf Sanitary VdBT Maln, 257 far! 2A C11y ProJeat No. 01227 F,*rojecls1031B1NID-01tiSpeetNrfnaKFinnj Parl 2A 3LAM Mdafvdtm' F_3 9C6k.dflc A[1DENi7UM 3 ATTACHMENT A03 PAGE 1 Ur- 11 0318-00.11 9) Sheet 68, STANDARD DETAILS. Detail 33 05 1P-00113; Regarding Oeotextlie Fabric; This detail is intended for use for all open cut installation of the pipell", Irrelevant of the surrounding sob lagers Ill the,plpe zone. 10) Current market. imh dons have belayed delivery of Compcaite Manhole Hinged ftarr:e and cover. The Contractor is advised to submit shop drawings and order approved material promptty in accordance with 33 05 13.1,0. CGrnposite Frame and cover are a long lead Item. 11) Between Station 67+48 and 101+19, Contractor shall backfill with CS S Lip to 2-ft below tinishW grade. 12) If the Ion+ bidding Contractor intends to use a Tunnel boring mactilne between station 67+48 and 101+19. then a su4station request should be submitted per section 01 25 00 UB TITLMON PROCEDURE. Item 1-2 Specifications, 00 00 00 TABLE OF CONTENTS _ INSERT specification 99 99 00 SPECIAL MEASUREMENT AND PAYMENT SPECIFICATION, Item 1-3 pwif cations, 00 42 43 PROFO. AL FORM. DEL E TE this section in its entirety and replaced as shown in (ATTAG HMFNT AD3-1 } ern -4 Specifications, 00 4512 PREQUALIFI ATICN STATEMENT DELETE this se0on in its entirety and replaced as shown in (ATTACHMENT AD3-2) Item 1-5 Specifications. 00 73 00 SUPPLEMENTARY CONDITION C-4.01A.1 "Availability of Lands!' INSERT The following information in the table: Outstanding Right -of -Way. and/or Easements to be Acquired. CITY OF FORT WORTH Upper and Mlddlo Vtltago Nrellet Relief Sanllary Sewer M&j. 20 Par/ 2A CAA Pmjul No_ 01227 r,00iectsM:IM40.011SpeuT,LnafSFinalPert2A$poolllcglionn)Addanda�AddondLan3lA03Addendum 3Scope.doc ADDENDUM 3 ATTACHMENT AD3 PAGE 2 OF 11 031 &040-11 PARCEL NO. OWNER TARGET DATE OF POSSESSION 5 Santa Homes JUNE 2019 14 Poore JUNE 2019 16 Vargas JUNE 2019 17 Vargas JUNE 2019 1 Vernon JUNE 2019 2 Jones JUNE 2019 5 Ferris JUNE 2019 6 Mary Kathryn Arnold Trust JUNE 2019 Item 1-- Specifications, 01 71 23 CCN TRLiCTtON STAKI!N0 AN SURVEY. 1)ELETI= this section in its entirety and replaced as shown in (ATTAC I1MEN'r AD3-3) Item 1-7 Specifications, 33 39 60 EPDXY LINERS FOR SANITARY SEWER STRUCTURES. DELETE this section in its entirety and replaced as i,hown €n (ATTACHMENT Aa3-4) tern 1-8 Speciflcations, 33 05 ID UTILI7Y TRENCH EXCAVATION, EMBEDMENT. AND BACKFILI- Part 2, Section 2,2, A, 2, -4. DELETE "or recycled concrete." Item 1-9 Specifications, 33 05 23 HAND TUNNELING Bart 1, Section I.1, B ADD the following' "3) The Contractor may use a ring beams and lagging tunneling optlon. Design calculations signed and sealed by a Licensed Professional Engineer in the State of Taxes wlll be required as a submittaI for the review anti approval of the owner. CITY OF FORT WORTH Upper and Midd ri VlUaga PalaHel HOW Saraary sewor M aln, 257 Pori 2A f.`IIy r fmjed No. 01227 F'I�roje�I51�31�104R•07ti.�',p2rs�CirteltiFlnal Per! 2A SpocJi�o��Itut�tiArtic'Fen�aWr3derMdum 31Ad3 Atida►1�UR1_3 �cope.doc ' ATTA HIVIEN1 A03 IMAGE; 3 OF 11 0318-04(1-91 4) Submittal far the wood box tun nLA or the ring 1.eam and lagging option shall meet section 01 33 00 of Ihese specifloations and shall also include, but not limited to the folk�wing; 1) Ilia#erlal Submittal 2) Signers and Sealed E ngineering calculatEons for the design of the lunnel. 2) Design asSLIITptiorls and safety #actors. 3) Field Quality Contfol Plan to maintain grade and slope, 4) Grouting Plan. 5) TunneEini� Schedule. 6) 0alrrjer Pape supports, anti -floatation anchors." [Lem -1-10 ;NSERT Specification 99 99 00 SPECIAL MEnASUREMEN'I' AND PAYMENT SPECIFICATIONS (ATTACHMENT MENT AD -4A) Item 1-11 Appendix GC-4.01 AvailabiRy of Lands The easements for the parcels shown on this table should be added to this appendix (ATTACHMENT AD3-5, ATTAC HMENT AD -15) Special Oond[tin ns fray property restoration are included in Appendix C-4.01-. These Conditions are for the parcels between Station 67+57.95 to Station 101 «19_ Item 1-1 Plans, Sheet 2 SHEET INDEX AND 0VERALL LAYOUT INSERT the following in the index of drawings "71_ DRIVEWAY DETAIL E RIVATE (RE 1DENT IAL-DOA+MERCIAL) 72 DRIVEWAY PROFILE DETAILS" Item -13 Plans_ Sheet 3 GENERAL NOTE En GENERAL CONSTRUCTION NOTES, DELETE Note 4 ire its entirety and replace it as follows; CITY OF FOIR r WORT-H Upper send huddle Village Parallel ReW 8iargary 8ewar Main, 2457 Pori 2A City Neoxi No, 01227 F:ypru*N%D3iBWAO-DI%9pocskrinaRRnal Part 2A psoii±r tl4nsLbddariijAkAsidenduhl 31Rd3 Addandum_3 5aope.doc ADDENDUM 3 ATTACHMENT A03 PAGE 4 OF 11 0318-040-11 "4. CONTRACTOR SHALE. HYDROMULDH SEED ALL DISTURBED AREAS IN ACr:.ORDANCE WITH CITY STANDARDS AND SPECIFiCATI0NS. UNE.ES OTI-IERI+VISE OUTLINED IN THE EASEMENT CONDITIONS ArgD AGREEMENTS," ADO the fviFDwing rates, "45. COASTAL HAYFiELID SHOULD EE SPRIGGED IN THE SPRING TO LATE SPRING OR EARLY SUMMER. 48_ PLANT SERMUDAOR.ASS SEEDS WHEN SOIL TEMPERATURES ARE CONSISTENTLY ABOVE a" F (18° ) —THIS SOIL. TEMPERATURE iS REACHED WHEN DAYTIME AIR TEMPERATURES ARE 80"OR HIGHER. THE OPTIMUM SOIL TEMPERATURE FOR GERMINATION AND ROOT GROWTH OF BERMUDAGRASS IS 75" TO 80-F {24° TO 27° C) - HIGHER TEMPS ARE ACCEPTABLE PROVfDED MOISTURE IS MAINTAINED. 47. PRIOR TO CONSTRUOT(ON, THE CONTRACTOR SHALL COLLECT TOPOGRAPHIC S URVEY TILL T E M PO RARY, PERMANENT AND ACCESS EASEMENT AREAS AND SHALL DEVI--LOP A DIGITAL TERRAIN MODEL (DTM) REFLECTING PRE-EXISTING TOPOGRAPHIC CONTOURS, THIS SURVEY SHALL BE PAID FOR UNDER THE BID ITEM FOR PRE -CONSTRUCTION TOPOGRAPHIC SURVEY. UPON COMPLETION OF CONSTRUCTION IN EACH, THE CONTRACTOR SHALL REPEAT THE ABOVE DESDRI'BED SURVEY AND DTM WORK. THIS SURVEY WILL I3F= PAID FOR UNDER THE PAY ITEM FOR POST-CONSTRUCTFON SURVEY, THE CITY WALL COMPARE THE TWO ~SURVEY TO CONFIRM THAT THE CONTRACTOR RESTORED THE EASEMENTS TO PRE-EXISTING CONTOURS. 48. FOR SITE RESTORATION BETWEEN STATION 57+4R AND 101+19; THE CONTRACTOR SHALL REFERENCE SPECIAL RESTORATION CONDITIONS JIB APPEN.DfX GC-4.01. 49, BET EEN STATION 87+48 AND 10 14 19, CONTRACTOR SHALL RACKHU. ALL OPEN CUT PIPES AND TUNNEL SHAFTS WITH CSS UP TO 2-FT BELOW FINS SHED GRADE- 5 0, AT THE INITIATION OF PIPE L.AYiNG PR0GES , THE CONTRACTOR SHALL COORDINATE WITH THE CITY THE DEMONSTRATION OF THE PIPE INSTALLATION TRIAL TEST SECTIONS. A. THE TRIAL TEST SECTION SHALL CONSIST OF AT LEAST TWO SECTIONS (JOINTS, LENGTHS) OF PIPES WITH A MINIMUM LENGTH OF 40 FEET. a. THE PIPE SHALL BE INSTALLED TO THE DEPTH AS SHOWN ON THE PLANS AND THE CONTRACTOR SHALL USE HIS PROPOSED METHOD OF PLACING AND OOMPACTINO THE EMBEDMENT, O_ THE CONTRACTOR SHALL SECURE THE END OF ONE PIPE ,JOINT SAND ONE LENGTH OF RIPE SHALL BE CAREFULLY REMOVED TO AGLOW CITY OF FORT WORTH Upper arid Middle VIllage Parollei R-RII42[ SantlRry Semr Mnrn, 257 Pari 7A Clly Project No 01227 PAPwK�al!91031Ski40.0IkSpecs3Flnal htal Part 2ASpe kiDtlnn4ibAddmda;Addendum MAW AfldFr Ljrn_3 Srope.dac ARDENDUM 3 ATTACHMENT AD3 PAGE 5 OF 11 031"406-11 THE INTEGRITY OF THE EMBEDMENT ALONG THE HAUNCHES AND BELOW THE PIPE TO BE EVALUATED VISUALLY AND BY IN -PLACE DENSITY TESTING TO VERIFY THAT THE CONTRACTOR'S METHOD WILL ACHIEVE THE PECII"IED DENSITY AND UNIFORMITY OF THE EMBEDMENT. IF THE DENSITY IS ACHIEVED AND IS ACCEPTABLE, THE PASSING PROCEDURE SHALL BE USED FOR INSTALLATION OF THE PIPELINE FOR THE REMAINDER OF THE PROJECT. D. ADDITIONAL TEST SECTIONS SHALL BE PERFORMED FOR ALL DIFFERENT EMBEDMENT MATERIALS, OR IF THE CONTRACTOR PROPOSES TO CHANCE METHODS OF PLACEMENT AND COMPACTION, OIL CHANGES TO CONTRACTOR'S FIELD CREWS. THE MEANS. METHODS, AND TECHNIQUES OF PLACEMENT AND COMPACTION' SHALL BE THE SOLE RESPONS1BILVIY OF THE CONTRACTOR, AND THE TEST SECTIONS SHALL BE CONSIDERED ONLY AS A MEANS TO VERIFY THAT THE CONTRACTOR'S METHOD ARE CAPABLE OF ACHIEVING THE SPECIFIED DENSITY. E_ THE ACTUAL QUALITY OF THE EMBEDMENT AND BA KF>LL. A COMPACTED, SHALL BE. THE RESPONSIBILITY OF THE CONTRACTOR AND SATTSF CTORY RESULTS FROM THE TEST SECTION(S) AND FIELD DENS" TESTS SHALL NOT BE CONSIDERED AS A GUARANTEE OF THE QUALITY OF THE CONTRACTOR'S EMBEDMENT AND BACK ILL OPERATIONS." NOTE 24 DELETE "33 06 10" ADD '33 05 10" 13m j-14 Plans, Sheet 4 GENErRAL MOTES ADD the following notes to this sheet .,PARCEL 3 SCONE OF WORD A) CONTRACTOR SHALL NOTIFY THE CHURCH OF HIS INTENT TO MOBILIZE ON SITE A MINIMUM OF ONE WEEK PRIOR TO MOBILIZATION. B) REFER TO APPENDIX GC-4.01 FOR CHURGH AGREE MEET LETTER. O) CONTRACTOR COULD PARTIALLY BACKFILL THE POND TO RETURN THE EXISTING EASEMENTS (TEMPORARY AND PERMANENT EASEMENTS) TO THEIR ORIGINAL WIDTH AND GR DEIELEVATIONS PRIOR TO THE POND`$ CONSTRUCTION. C" OF FORT WORTH Uppor and Middle YPJlage ParadFel Retie! SaNldsy Semr "n, 367 Wail 2A City PrAerl No. 41727 F_lprolmM031M44.014Spucs%FfrwAF1na1 Purl 7A SperirimUun!iVWdenda�Addendum 31AW AGi um_3 Sege,dw ADDENDUM 3 ATTACHMENT AD3 PAGE 6 O6 11 SURVEY ELEVATIONS WILL BE MADE AVAILABLE TO THE CONTRACTOR. D) THE CONTRACTOR MAY DR fN OIL PUMP DOWN THE POND TO A WORKABLE LEVEL THAT IS SUITABLE FOR CON TRU TEON AND PROPER BACKFILLING OF THE EASEMENTS. E) THE CONTRACTORcowi-RACTOR WILL BACKFILL THE PERMANENT EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT TO RESTORES TO FARE -POND EXCAVATION GRADES. F) UPON COMPLETION OF PIPE INSTALLATION, THE CONTRACTOR SHALT_ REOR DE= THE TEMPORARY CONSTRUCTION EASEMENT TO A 41 MAX SLOPE AND HALL REMOVE ANY EXCESS MATERIAL. PLAICE DOCK RIP RAP ALONG THE 4:1 MAX SLOPE OF PERMANENT EASEMENT. THE TOP OF THE POND SHALL BE THE WESTERN EDGE OF THE PERMANENT EASEMENT. THE RIP RAP WILL EXTEND TO THE POND'S TOE OF SLOPE IN ORDER TO STABILIZE THE BANK AND PREVENT EROSION OF THE PERMANENT EASEMENT. T. H) SIFTER THE PIPELINES CONSTRUCTION HAS BEEN COMPLETED AND PASSED INSPECTION, RESTORATION OF THE CONSTRUCTION AREA SHALL BE PERFORMED- THE REMAINDER OF THE SITE WILL BE RETURNED TO NATURAL GRADE AND THE AREA WILL BE SEEDED. 1) CONTACT MR. POLYCARP N. DUCTHUAN AT (41)._ 8-7787 TO SCHEDULE A PRE -CONSTRUCTION SITE VISIT AND COORDINATE ACCESS WITH THE PROPERTY OWNER." Item 1-15 Plans. Sheet 5 PROPERTY MAP AND CONTROL POINTS DELETE call out "PROPOSED 15- PERWANENT ACCESS EASEMENT 1" on Parcel 3, Et_.�m 1-1r3 Plans. Sheet 7 PROPERTY MAP AND CONTROL POINTS MODE call ouI "E -32I" to parallel OAK GROVE ROAD. U Y OF FORT WORTI-I Upper and Middre Vlrla!}e Parollnl Riallef SaNiary Sewer Main, 267 Part 2A crly r rojecr No. 01227 F'%project3lO318VMf1-0?SSpecsARnahFln23 Para 2A S;teclfrcallorrilAddPnf�aVddendL?M 31Ad3 AddondUln_3 %r.np�,dor. ADOENpI IVI 3 ATTA HMENTAD3 PAGE 7 OF 11 0 1 B-Q4Cl-11 Item 1-17 Plans, Skeet 9 PROPERTY AND ACCESS EASEMENT MAPS DELETE this sheet in its entirety and replace it with revised sheet 9 (ATTACHMENT AD3-6) [tern 1-18 Plans, Sleet 12 PROPERTY OWNER INFORMATION Parcel # Recording Information 2 D211087935 6 0218155786 6-TCE D218155787 D218155793 9-TGE D218155794 10 D218077846' 13 D218078022 14 D2112OW6 15 D 18113072 17 D212062219 18 0218113072 19 132180711417 27 D218182719 31-TCE D218182720 32 D218182721 -T E D21818272 32A D 18'182723 37 D218094234 37-TCE D218094235 37A-TOE D218094236 DELETE the requirements of the Vargas Property (Parcel 14, 16, 16A, and 17) And REPLACE with the following: * 'Maintain ingress and egress across the easement during construction; * Secure any open trenches with 6-foiat chairs link fence; • provide metal crossing plates over trenches, * ResprlgIrestore the easement area With Coastal hayfield', M Restore fencirig if damaged during curlstruction; CFTY OF FDRT WORTH ripper and Middle Vftp ?ai aHel ReW samtary Sewer Muth. 257 Pari 2A C41y Project No. 01227 F,kpraacM031=40-014ess3FnsWlnalParl2ASp*60ralkHMVA?isandALAWnndLun3LAMAdderLOWL 3SPupn�.doe ADDENDUM 3 ATTACHMENT AD3 PAGE 8 OF 11 0318-040-11 by/v*rkers will secure boundary ferkces and gales at all times during their use of the land- Speciftally, boundary gates should be closed except durng entry and exit and boundary fences must be secure at all times p-dmarily to prevent horses from wandering off of tale property and; Contractor shall construct a 48-foot driveway approach with cattle guard for the permanent actass easement to be uses# by the City and property owner_ * Reference Appendix GC-4-01 Availability of Land and sheets 71, and 72 for addittanaI Information." DELETE the requirelnents of the Vernon Property (Parcel 2 1) And REPLACE with the following: • :'t,+taInto 6 ingress aria egress across the easement during construction; * Secure any open trenches with -foot drain link fence. ■ Provide metal crossing plates ova trenches; + Res prig/re store the easement area with Coastal hayfield; ■ Restore fencing If darnaged during construction; * City/workers will secure boundary fences and gates at all tunes during their lose of the land. Specifically, boundary gates should be closed except during entry and exit and boundary fences mast be secure at all times primarily to prevent horses from wandering off of the property;" DELETE the requirements of the Ferris Property (Parcel 2 5) And REPLACE with the following: * "Maintain ingress and egress across the easement daring construction; * Secure any open trenches with Voot chaln Ilnk fence; * Provide metal crossing plates over trenches; * Respriglrestcre the easement area with Coastal hayfield; * Restore fencing if dammed during constructiorl; • Cltyl arkers will secure boundary fences and gates at all times during their use of the land. Spedflcaliy, boundary gates shQuId be closed except during entry and exit and boundary fences most be secures at all tires primarily to prevent horses from wanderlrrg off of the property;" Item 1-10 Plans, Sheet 2 3 C IVIL PLAN & PROFILE STA 78+00 TO 87+00 DELETE this sheet in its ontirety and replace it with revised Sheet 23 (ATTACHMENT MENT AD3-7) CITY OF FORT WORTH Uppw and MIdWe VINage ParalW Rellel Sanllaiy FeEW r Main, 257 P$rt 7A Cily r-rojftl No. 01227 �!APF11iectsM1&040•01part 2A SpPririr-aiionstiAddanrfaSAdtPoncitvm 34AD3 Addandumr3 Sevpe-doe ADDENDUM 3 ATTACHMENT AD3 PAGE 9 OF 11 0318-00-11 Item 1-20 Plans, Sheet 30 CIVIL PLAID & PROFILE STA 141+00 TO 150+00 DELETE this sheet in its eatlrety and replace it with revised Sheet 30 (ATTACHMENT AID3-8) Plans, Sheet 32 DEER CREEK SIPHON PLAN & PROFILE In the profile view, DELETE " X" and REPLACE with "63" DELETE "TYPICAL SIPHON PIPING ENCASEMENT DETAIL (SEE SHEET - 0 )" and REPLACE wi h "TYPICAL SIPHON PiPiNG ENCASEMENT DETAIL I (SEE SHEET 3)," Item 1- 2 Plans. Sheal. 33 CREEK CROSSING SECTIONS 1 ADD the following note: "1) SECTION A -A OCCURS AT STATION 146+65" Item 1-2 Plans, Shoot 34 SIPHON BOX #1 AND #2 SECTIONAL PLANS ADD the Lallowing notes; 'A. CONTRACTOR SHALL USE DEI IENTITIOUS OR EIVIENT- AND GROUT (2,500 PSI 2 8 DAYS) 1<OR THE WEIR AND THE JUNCTION BOX SOTTOM, 5- REFERENCE STRUCTURAL SHEETS FOR BACKFILLING AROUND THE CONCRETE JUNCTION BOXES-" Item 1-24 Plans, Sheet 40 SIPHON BOX 9 1 DEED CREEK— SECTIONS DELETE this sheet in its entirety and replace it with revised Sheet 40 (ATTACHMENT AM-9) Cl'I"Y or FOR 1, woRTM UPpo 4ind Wode V0age PA,aVe3 R421I2f SmApiy Sr MaIFI. 257 Park 2A COy Prvjocl No. 0227 FApru.imc skQII CAD-0ItispacsTirimffinal Palt 2A SparJ[Icaiiun4i +Adderda\Addenduln 31AW Add w luro_2 Scope-ouc ADVENDUM a ATTACHMENT ADD PAGE 10 OF 11 0318-040-11 Item 1-25 Plans. Shect 42 SIPHON BOAC # 2 DEER CREEK — SECTIONS DELETE this sheet Ert its entirety and replace 11 with revised Sheet 42 (A M'AGHMENT AD3-1 D) Item 1-6 Plans. Sheet 44 JUNCTION 13OX # 1 --- SECTIONS DELETE this sheet In its entirety and replace It with revised Sheet 44 (ATTACFlMENT AD3-11) Flans, Sheet 46 JUNCTION BOX # 2 — SECTIONS DELETE this sheet In its entirety and replace it wit 11 revised Sheet 46 (ATTACH MENT AD3-12) Item 1-28 Plans, 8 he-t 57 S TA N DARD DETAJ LS MI S C ELLANEOUS'DETAILS DETAIL 33 06 4-0204 DELETE "C L M FRCM S0TTOM AN1) 1-1MITS DF LAUNCH OR R EC EIVING PIT TO 6' ABOVE CASING PIPE OR TUNNEL LINER PLATE TO PROTECT END SEAL." INSERT " SS FROM BOTTOM AND LIMETS OF LAUNCH OR RECEIVING PIT TO 2- FEET BELOW FINAL GRADE." Rem 1-29 Plans, S haet 71 DRIVEWAY DETAJL PRIVATE (R ES 10 E NT IA L-C 0 M M ERC IAA) Add Sheet 71 (ATTACHMENT AD3-13) Item 1-30 Plans, Sheel 72 DRIVEWAY PROFILE DETAILS Add Shoot 72 (ATTA I-IMFNT Ana-14) CITY OF FORT WOR7H JJppar Wnd Middla Vlllaql� ParijEltel IjeNef',anttary SDWbj Mare, 257 Parl.2A CHy Project No. 01227 F;3profacts303'191040.{}1Parl 2A SpaclkallonalAddendalAddondurn IV=Add-en4um_3 5cope_dac ADDENDUM 3 ATTA HME=NTAD3 PAGE 11 OF 11 SECTIDN Olt 42 47 PROPOSOL FURM (PART 2M UNIT PRICE BID SIddees Application m at yl en 19M'G6hL arµ I wl U1nMr I I"m Ynfvrm■IFm Ii42Jr,'r 11r P-1 11WYI41 L{■m moq b"Opu11e, c3b spereiim Sedion W. 11rdt a! hTr i urre m a QUm1L1df UMH fti-e M11 Ymb1e 1 1311 4X l Ce Ri4a L WvJ'l SN-72} T,3 31 13 LE 10.738 S T 2 9497,W41 i14' PFhar htl►NFrrvr Fi by OIhmTTro f.u4' 39 31 17 LIP 1 7#U T 3 S1i1,47'ffi ti0'�ergFas]lga�erP.ipe{Cana�9.7Z},C'�BnrklLLl.Q■r D06} 313111 LP 1 A7n € L131.4514 W Fiber ■HE%w rlpf {CIMMY-M 3.11111 LF lip i 3 M1.014 4r lUo r PIU jpmu FN.7%1 Jcon #1 }1 11 LF tsp s s a 331.+4L4 lb- 196reg4n S~f {!Im ISN•7 SG bolo ki 373113 L,P w # 7 M111.4101 VSe a 131L19,1131 IJr111110 LF 17 S s 4 770S UM TlPw* 13 03 10 LF NAM T S ! 323LC1+11� $F1 kooJ 311119 LP IJ S i LO 1231.Mi 1 U06W WU; Muhl P011 121136 1P Ulm ;1 S L 1 1231.410 113113 r.V 410 * S 1x 1"090 lkevm Fmoo Q3 1 13' LP } 9v F ti pA• J}u]L1U7 9q'Sh*d1�mi Chller'nm Opm 131 1305-4 1F 1 M S S UB+ 1-M IM XVTulmdLau Kw a f3h■rTir■ul} MCM 13asn id I.?m f I. I]C' 3TO 1107 W WaW 9mTuF W U1'+7N1F#Tla1 fk= C1u 33 Os21 LF ramor■d1m to pnmd&U.Hil rr'o5WDId'VoluefQr mly 4jttso[4o Me mmgnd ellrrnaleal r1W1a.11. Dph10'rFRGYME;MCI MUCEMI D VALMMFUKEACII ALTIFFLNA UEL 14 1101oO N Prs1MTY owlan p1117T LF id,jaa L t % LS 1701.0DO 1'ub '4TV Jry oo 330131 L,tt i 4.1.10 S Hs AM.0113 Vo 11�m 3305" aA Is S Y7 'ANYb= CryXa1hmIrFEJmN1160, Edwet Fiff 333L 13 RA 1 S IA 11111JM V1 AmudwLe 33 39 !0, 33392b EA Lb S 4 19 333F.IMJ R MWII.oL6 1h�CNdr1 f 0' PVC arelow■1c Va 714IQ. 311920 PA I S } 20 1319A L02 S Dmp Mzrrhole 33 19 IQ, ID TO Y4 Eh 1 € ] t 17x9. I Y Y krlq� ❑G bdoliLnL4 n19 L0, 33 377IT YF. 751 i R2 339"1On *-BMW Da 11I1 MMILWO 1� 10 10, 333920 YJN A f i 73 aX15,4112 CmunirG1At SrKk1 336S FT EA 19 S S U 13MO112 C,pborele Cully f Dba 1305 11 FA 1 f � 75 V3R9.WW 0,AM LLQ,"UPI 99P9L76 EA 6 S F 26 99W.o91P4 ?1 fur Pwrlwd Vo lnootium 1514-M 94 W w EA 1 S # CUP t* FOLT Wran1 11r*mkmv Mwloamrr.W uzcwx7ffmP *arFm Tr+iAYW!#N MM SANITARY SEVER MA [N-217 PART 2,A CITY YR¢]1 C,T N4, Q M7 AY7Y7El{I31-IM NO3 ATPACIOAUW AD3-1 1'r3 L a[3 KCTION OD42 u aR4-if'()SAL F U1ird il'ART 2Ay UNIT PRICE BID Bidder's Application rl$ at) Mb rw mml J'rnJr[ I Itr�„ I,f„I r-,urli ll]Rrl�r'1 Fipl'l1Y Dldmi 14b No. DnrrlplLSa Spa rLM114111e'e Sertlell Mt. 111dl of McAk.rs Bid mumlilf UM111 PFICo Rid Yalud 999S ADH 1fhv Ra J•lc4 Pi4dm*aiehk jY 11L',Sti ii+td 24 I 'dill 116.51M.77 111' Mt 131116.9Q Sy rip LA I $ si 36L3IJlr L]M JIlrbelr 11x26 Ls 1 3 3 2P "I.Mim tvGble J9"d 323J 26 RA 141 S 4 IP S S I0 3?41.4101 M8mItOIeVM=MT'err J813¢ RA aI: Q9994M ]awa:liuilGmRnOSIPMm tWx].ATeibu 31013R RA 1 4 1 # S 3] 333$$VOJ . hilt c%%xr 71Ih:rinrl bm 01 a 154 $55, ll 3P 10a 13 3A 14 LS I L 1 73 34 91S.XQP SWRAq Saws Junouon Liwa.JiZ Ora 1544..W. "9.20M tsmiem7 &k r Sl hpni3mNIY4 141+31:47 13-19 Lk 3730 3] 14 10, 333y'241 LS I # # •• 7 S 3M.290] S !;ewer Si um IWx 42 a 1474i0 S M"10. 3 39 20 S 56 5117.01M IAG r4 pa]N Kimm cky 31 17011 Cy $23 S S 17 mum 6'-1,2'UramslarT.Reman�s }I MVP FA 135 1 x 36 $1mal01 L3`-111-EhmnmerTamItenm%?O 310iW AA 1.5 # 5 39 i i 10.411M I IM-241 $ jlrmer"'Dm Rwwy 11 d 1 NOW EA .25 s >F 40 tID(IIDS 24'em)Ui 7ratlRrmo4el 3110Liu P-.1 10 S S �1 LJ2 Wylb X01 COIkle # FIHtOd%Sex rP a 03 ]aOu C'V 474 S s l.Mw fl{, Ilfai,lR r 99n0 113 329ZU4 O 3e*dio i -drmuldl arnwda n 9211 sY KfAD # S 44 WW.OMM A"pipjEc wrA*e w4bCunkWHhq'%PmcFh5.F4Q. IQ1.1,1d-1%IkJ5,IHA, 17,11,14r11,M,x 23,#,j1.}�,73 TM 12A,XJ67C 87 37TCf 37A A 9y LG124 i i 45 1305.OJ D4 (WM1 M1 Wnler Cwabol }3 0 19 14 1 L S -16 3319.ti042 Ppoar7�n¢IueEJedra(57.'4rrAIGnYUonurHrlel$FPl.li 14P*wk C'aufOrmmhti09Irgn wApFnmd Egmd] tits 114+5f U, 911 1544-M 09 SIR 14S-M 9! fl s 147H4S7 6139 GO S.F 1 9Sb i s a7 k11'7,0041 LrpoapMenlmk LLmrfS' [Klrj L1Vglron 1�rxroaravaenW � 111-14fl NiroeimPnmmdooar 39M Vp .44* Y 49 U0ll1k Tree 1'ralermon Tzn.�2ormry CcLi mle itn4e 11 23 oV LS 1 i # 49 3125.D101 XWPF t arcs 31 2# Ok [S J 9 9 54 m71aw 'rmmgcerdrvl 0.T111 L. 1 5 # ti MOORE Smian UmmxP 4i4 aW Wiftulk-mY t7n'oe1 5) Agipendix Is I # 3 12 A90.0011 KIOACI # 14W ffgaltemmilU V eleaJ 6, end A Ildrs 1.5 1 # F 53 9 ".111012 i3ergrrrioprryMiWXagUil=MU(jr.N.111), 11. rF.hnd 19) ARErndix LS 1 5 1< 99%.0013 0areo.la eik mqllx lend 'AmA 15 trod I Appmiu t.7i 1 S # WYnrPUPWORM 31AW%mp CTR3'iuC1YA#JPGL'u'lG4b.+H Dwimam d.rvl�ri..11417R774 l-y--i:N+ia5rnuecaraN'aYlkrRlrn ftM 2A*kLF61urr.W -&wrJ t—T 9AN1TARY SEWER MAN 259 PART2A CITY 1'1[U, C7NQ.03M .i.L1DEN130M ?M j ATTACF MENT AW E i Eb I Of A SECI7oN tilt 42 a PROPOSAL FbkM tPAFrr UNIT PRICE BID BIddeF s Application 01141 nm L'Jarrnr�dL Ty.nud� N u1`e L llew ILLCh Lfl 6 Q:Jddaas FmLyorsl B401-hr Efeur Na. uesrrlpcim SpcednrAOML SeLGuo Na I Ioil ud MSenuire raid Qunnhhfi VE14 Frlre uw V.6m S7 4.0014 VM1 W P"rPy air* ivqu4I Crmiui;Pitr441 ; d, 14, I-DA, and 17-kCIJIQW 1041911411. cA, 4ggrsEur4 frr�md Fyliali kmai6m La X IIF urodfraaceerrmimrremll :5 nidin I$ I S 3 � 36 't0015 WIXiWR1r'IV eilY silt re rmarvlrka ITucd 2S coda YS i 1L S 57 �99lA4Id Jnm I Pj VCLM tv 31{urr ulnnmA '017A 4dr1I.1 Arm& is I ! S L #9 0997611 iremr 11'raputy side mquirurwris(Lbrcnl 33) .39 PM-0011 ClwCrdwkSubbmPix mrFyjIteregw-,r p(Ir"2r. 31 37 FCV-ki�fsAd r t s 60 99R9.5019 Wry KoL61yn Arnold 7rrdt PdoporSX JIfa ngiu FIIIMF Turcd-g, TQ tn4WM1 r Ls.'. L ! # d1 9M.OM OWIMM PM Shn r 11`41%WL Frae1 37 MA 771E A dne 0 1 S ! 63 9,M.OUI Wr Cajwh aiooi ofmgarpliadSWr4 01 71 v IS I i G1 4 t,nit## CVI5lhwhnnTc d 01 A M "'99Y.M ul c'.R.HuucR R Skllo a] 71 xa L I S f 05 7440-fim Cm &udmh IM R" .+Ile d1 71 i Li 1 S Y 56 ff90-0023 Cmmii Ivwti;lyll waver. Ingm I LS l 220pem %2N.*w.Qq MO OF 1LEi_ r1L*i cm-arrE"wott6l s�iL.oa 5711Urik #.il..rr.Y11111WW rOrJ�fuh'F'i1RhnJA 7s-+Jlr�cnnnrlwr,.w.n.n i. SA 41TARY SSWER MAR 357 PART v! CITY l°I*1KT NM 01227 ATFAMMEKF AW-1 M 3DO 1 2 6 7 a 9 10 12 13 14 IS 16 17 18 t9 20 21 22 23 24 M4512-1 PREQlJfv Lff ICAMN STATEMENT Page I of l SEMON 00 45 12 PREQUALIRCATION STATEMENT EaiLh Bidder for a City" prneurement is required to complete the infonna#ion below by identifying the prequallfed contractors andlnr subcontractors whorn they intend to utiriae for the major work type(s) listed. Major Work Contrat:torlSubc ntractar Company dame Pr�t{u;�lft3ca#ion Type Expiration Date Sewer Interceptors, 60- inch Diameter nud Sinaller Sanitary Sewer Manhole and Structure Interior Lining (WM-MIl EnMroum antal T onnoling - Tunnel Litter Plate 84" and smaller, Wood Box 84" 6nd smaller, Steel using 84" and smaller. The undersiped hereby Bert€ties thatthe contracto rand/or subcontractors described in the table above are curr6n ly prequalif"ied for the work ty s listed RrDDER: By: Company (Please Print) S i gnat ure; Addrem Title: CitylStafel 1p (Please Print) Date: END OF SEC.'710N CfTY OF FORT WCaTN Smitmy ScmmrMmin �17- Purl'ZA 9TANDAkMCON31RUCIZ ISPECVICATIONDOCUMENTS CityPrujorlNu. _U1227 R43VIOM Ady 1.2D11 ADDENDUM NO.; A'I'rAa MWT AW4 J�*VJreJW3iru"PVpeedd9udFcdYoeIA&paj5cdizdLAddui"LWdeuduulivii"41Tf,�.PrrgmllMIMOnSIOIe n[lac 017171-1 CY3MMUC'110N STABLING AND SURY6Y pagr 1 erg 1 SECTION 017123 2 CONSTRUCTION nAI ING ACED SURVEY 3 PART t - GENERAL 4 1.1 SUMMARY 5 A. Sectian Includes: 6 1. Requirements for constTaction staking and construction survey 7 & Deviations from this City of Fort Worth Strn&xd SNdfioafion 8 1. Cant motor shal l perform pre-constmaion topographic s ur ay to generate 0.5 ff canWur 4 hoer . After construction is complete the Contractor 1 collect past construction ID topographic survey and generate 0.5 ft.contour linos. 11 2. Contractor shall d6ordimtc access to collect the tapograp5.ic information.. l2 3, The Contwtor steal l provide pre-constnaction topo (on a thumb drive or tub) and pre- 13 camtxuction video (Q1 32 33) to the City prior to beginning the work. 14 4. 'rho Contractor sisalI provide post eonshruction topographic survey to the City40;r t 15 completion of final site grading. 16 5. The Topogaphic survey will he ncce-tswy on the full width of the Tempdrary wid 17 Permanent Sanitary+ Sewcr'Ea!�crtkants, including any access easement along the pipeline 18 route dtribed below, 19 6� The Contractor shall perform the topographic survey services on the! following par6cjJ 24 a_ Parcel 3. Station 29+75 to 41+27 21 b. Parcels 10, li, l2, 13, 14. 15, 16. 17, 18, 19, 20, 21, 22, 23, Station 69-1-75 to 101,71 2.2 7. TopograpMc "Survey Pre-Cont t"rtion and Pwt Corj "etion) 23 a. Measurement 24 1) Measurement for this Item shall be by lump sum. 25 b. Payment 26 i) The work pvrt'orrru:cl and the materials furnished in accordance with this ltern shall 27 be paid for at the lump sum price bid for "Pre-Conswx ion Tapu, Post 28 Canstruction Tapp". 29 2) "Payrrient-far""Pre-Construction Top. Post- onWuctit Topo"'shall be made in 30 partial payments pron Ied by work ccmpl;led compared to total work included in 31 the lump sum item. 32 8. Contractor ghall submit a pdf of the updated flowline information and s ACAD file (on a 33 1humb drive) writainIng the updated pipe ftowline-as-built information with his manthly 34 pay requests. for thq Cffy's review. 35 C. Related Specification Sections include, but are nel necessarily limiW to: 36 1. Division D — Bidding Requiremenis, Contract Forms} artd C.anditions of the Conira,ct 37 2. Division 1 — General Requir7eusents CITY OF FORT WORTH 5ANITAkY SEWE11MAlN 257 STAN1JARD C ONS?RUCUCW SM.C.TFIC'ATION DOC'UMFiNTS PART 2A CRY PRWFCT NO. D1227 ADDEN13uhs N4. 3 ATTACHME T AD3-�l Reviled Febrrarg IC 2018 437123-2 CONYMUCTTON STAK3NGAND9MVEY Ngs2 49 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A. Measumment arxd Payment 3 1. Construction Staking 4 a. Measurement 5 1) Measureincnt ferihis Item shall be by lunip sum. 6 b. Payment 7 1) The work performed and the materials furnishf d in accordance with this It= shall 8 be paid for at the lump sum pdice bid for "Construdion Staking" 9 2) Playment for "Construction Staking" shall be made in partial payments prorated by to work completed compared to total work included in the lump sum item. I 1 c_ 'rhe price bid shall include, but not be Iirnited to the following: 12 1 j Verif cation of eonfrol data provided by City. 13 ) Placement, maintenance and replacement of required stokes and markings in the 14 field. Is 3) Preparation $nd submittal. of construction sip king doeumentatioi in the form of "cut 16 sheets' using the ity's standard ternptate_ l7 2. Cons&udion Survey 18 a. Measur ent .19 l) This Item is cvnsidored subsidiary to the various items bid. 0 b. Payment 21 1) The work performed and the materials frrrished in occordame with this Item are 22 subsidiary to the various items bid and no other compensation will he allowed. 23 3. As -Built Survey 24 it. l ca,Rurewni 25 1) Messummont for this Item shall be by lump surn, 26 b. Payment 27 1) The work performed and the materials furnished in aocor&nce-wilh this Item shall 2# be paid for at the Irimp sI,m price bid for "As -Built Survey" 29 2) Payment for "Construction Staking" shall be made in paliai paymems prerated by 30 work completed cornpa i to total whyk included In the lurnp sum item. 31 c, The price bid shall itrolude, but not be limited to the fallowing.- 32 1) Field measurements and survey shots to identify location of completed facilities. 33 2) Dar-umentadon and submittal of us-btd t survey data onto cantraetor redline plans 34 atxd digi[at survey files. 35 36 1.3 REE RENCES 37 A. definitions 38 1, Construction Survey - The surw;y MWurements made prior to or While construction is in 39 ixrngress to control elevation, horivorlIat position, dlmemions oml configuration of 40 viructures/impravements included in the Project Drawings. 41 2, built Survey—Th.- measurements made a tter the construction of the improvement 42 reatures are complete to provide position cWrdinates fbr the features of a project. CITY Or FORT WORTH SANITARY SEWPK MArN 257 STANIIAP-n CONMUCTION SPEC IFIC'ATTON DOC VMENTS PART2A U Y PROJECT NO. M27 'ADD13NDUM No. 3 ATTACHMENT AD3-3 Rexlked Feb"nry 14, 20M /��{ a I/ �y� yrI�e�+ yDD 1 7I 23 --y3 Pegs 3 laf 9 1 3. Construction Staking —The placement of M akes and mark inns to provide offsets and 2 elevations to cut and fill in ardor to locate on the ground the designed 3 structurrs}improveru rm% Included in the Project Drawings. Construction staking shall 4 include staking casenienb andfor right of way if indicated urn the pleas. 5 -4. Snrvoy "Field Checks" ,— Measumments made alter construction staking is compicted and 6 before construction: work begins to ensuie that structures marked on the ground are 7 accurately located per Project Drawings. 3 13, Technical Referenm 9 L City of Fort Worth —Construction .t[&ng Standards (available on City+'s 1 nzmaw Website) 10 —ill 71 3.16.01— Attachment A_aurvq Staking Standards � 11 2. City of Fort Worth:- Staard Survey Data Colleotor Library (W) files (ava.itable on City's 1.2 Bozzz;aw web site). 13 3. Texas Department of Transportation (TxDOT) Survey Manual, latest rev4sion 14 4. Tcxas Socicty of Professional Land Surveyors (TSPS), Manual of Praciiw for Land i5 Surveying in the State ofT&m, Category 5 l� 17 1.4 AF1WNISTRATIVE RE,QUIRE14 ENT is A. The Contraetur's seleethso of a surveyor must cankply with Tczas Government Cade 225+14 19 (qualifications based selection) for this prujpet. 20 1.5 SUBMITTALS 21 A. Submittals, €frequired, shah be in accord=e with Section.01 33 00. 22 13. All submittals shall be received snd-rev'te .d by the City prior to delivery of work. 23 1.6 A=ON SlUBMITTALSINFORKATIONAL SUIBMnTA&S 24 A. Field Quality Control SubmltWis 25 1. Documetitation vcrifying.p curacy of ficld engineering work, including coordinate 26 eonversion.i if plans do not indicate grid or'gmund coordinates, 2? 2- Submit "Cur -Sheers" conforming to the standard template provided by the City (refer to 01 28 71 23, if-01 — Attachment A — Survey Staking 51andards)- 24 1.7 CLOSEOUT SUBMITTAI S 30 B. As -built Redline Drawngg Stlbmitta.l 31 1. Submit As-13ui11.9urvey redline Drawings documenting the local`iom/elevaliGns u£ 32 constructed improvements si ed and soalc d by Regiswrcd Professional Land Surveyor 33 (KK. ) respant4 +to for tW work (refer to 01 71 23. L6.01 — AttacKment A — Survey. Staking 34 landar&) . 35 2. Contrator shall submit -the proposed as -bulk and completed redline drawing submittal ona 36 ( I ) week prim to sebedul ing the pruj act final inspection for City mview auid eornnicnt, 37 Revisions, if necessary, shall be made to the as -built redline drawings and resubinlitted to as the City prior to scheduJing the con Lion final inspection. CT)-7C OF FORT WORTH SANITARY 5F.WBR MAIN 257 STANDARD CONSTRUCTM SFF.CWYCA-11QN DOCUMENT. PART2A CITY 11R0]M' N(]_ 111222 ADD2NDUPA NO- 3 ATTAC-FZMFNT A D3.3 Rrvimd Fphrunry 14. 2418 0I 71 23-4 CONS TRWTION STAKING AND SURVEY Ya�c d off 1 1.8 MAINTENANCE MA.TERIAL SURM11'FTAL [NOT U EDj Z 1.9 QUALT Y ASSURANCE 3 A. Constr-uctiotr Staking 4 1, Constr=tian staking will be performed by the. Contractor. 5 2. Coordination b a. Contact City's Pmnjern Representative at least orla week in advance notifying the City 7 of when Co mrmtian Staking is schoduied. b. It is the Contrnctot's responsibility to coordinalo staking such that construction 9 activities are not delayed or negatively impacted. 10 3. General It a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are t2 required to m-stake for any regacm, the C ontract�or will he msponsible for costs to 13 perform staking. Jf in the -opinion of the City. a sufficient number of stakes or n=kngs 14 have been lost, destroyed diswrlscd or omitted that the contracted Work cannot taI•kt 15 pface then tho Coritractor will be required to:04ke or re -stake the deficient areas. 16 H. Construction Survey .I7 1. Construction Survey will be performd by the Contractor. is 2. Coordination 19 a. Contractor to verity (hat horizontal and vertical contral data established in the design .20 survoy and required for comtructinn survey is available and in place. 21 1 ( nerai 22- a. Construction survey will be performed In order to construct the work drown arr the 23 Comtruution Drawings and specified in the Contract Documents. 24 b. For emmstructian methods ather iharl-opan cut, the Contractor shall perform 25 construction survey ar<d verify control data including, but not lini ted to, the following, 26 1 ) Verification thfa established berrclunarks and control are accurate. 27 2) Use of Benchmarks to furnish and maintain a]l reference lines:nnd grades for 28 tunneling. 29 3� Use of tine and grades to establish the location of the pipe. 39 4) Submit to the City copies of field nolesused to establish ag Iines and grades, if 31 recludmed, and allow the City to oh.eck guidance system setup prior to beginning each 32 tunneling drive. 33. 5) Provide access for the City, -if requested, tv verify the guidance systerrl.and the line 34 and.gradri of the carrier pipe. 35 f} The Contractor remains wily respnnsibic! for tire -accuracy of the work and 36 ccrrectlaa of it, as required. 37 7) Monitor Iine and grade continuously during conMruclion, 38 8) Recoud deviation with respect to design line and grade nnte-at each pipe joint and 39 submit daily records to the City. 40 ) if the Jrnitrllation does not mw the specified tnleranees {as outlined in Sections 33 4 t 45 23 andlor 33 05 24), irnin+ iiatelp no* the City and Qorrect She installation in 42 accordance with th- Contract Documents. My OF TORT WORTH SANITARY 5Fi17V73'R MAIN P57 MNOARDCONMiJCTIONSIfFCTFICATIONDOCTJM2t FE� PART2A C-17Y M{31!♦GT NO. 01227 ADfrEWDE TM NO. 3 ATTACHM LU AWL-3 Rryfted February 14, 2011I 1� li 12 13 14 la 16 17 LS 19 20 21 22 2-3 24 25 26 U 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 UI7123.S CONS LW.T10N 4TAKD1G AND SURVEY Ngo 5 of 4 C. As -Built Survey 1. Required As -Built Survey will be perforined by the Co utractor. 2. C.ourdination A. Contmotor is to aoprdinatc with City to confirm which futures require as -built surveying, h. it is the llontraetor'� responsibility to coordinate the as -built survey-md required measurements for items that are to be buried such that construction activities are not delayed or neg4tiveiy impacted. c. For sewer mains and wafer roams 12' and under in diameter, it is acceptltble to physically utedaure depth and mark the Iac4an during the progress Qfcordmetion and take as -built survey afiar the facility lies been buried. The Conlmctor is responsibla for the quality control needed to ensure accuracy. 3. Geatal a_ TFIc Contractor shall provide a&b ulit swvty including the elevation and location (and provide writted documentation to the Oily) ofconstruction features during the progress of the coustructlen including the i'ollow lngL, 1) 'Water Lines a) Top of pipe elevations and coordinalcs for waterlines at -the following 1nCalinns; ( I ). Minimi�ru every 2501iriear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line,tm (4) Plugs, stub -oats, dead --end lines (5) Casing pipe (each end) tired all buried 1'ittksgs 2) unitary Sciver a) Tap of pipe elevations and coordinates for force rrnains and siphon sanikmy sewer tines (nonVavity Facilities) at the fallowing -localiens. ( I ) Minimum every 250 linear feet and any buried fitfirugs �2) Hor[7ontal and vertical points of inflection, curvature, etc. (3) flowline elevations and coordinates for each rand of a joint of Pipe. b) Matduoles and Junction Strut fates (1) Rim and flow IIrm elevations (far Bach pipe entering and existing the manhole or struclure) and coordinates for each manhole and junction structur+c. b. The Cotlzraator AhWl provide as-huilt survey including the elevation and location (and provide written documentation to the City) of construction features after the coastrurtion is completed incluidingthe following: l) Manholes a) Rim sod f1o►arli.ne elevations and coordinates for each nimhole 2) Water Lines a) Cathodic protection tel stali0z b) Sampling stations o) Meter boxes{vaslltt (AII sires) d) Fim hydrants e) Valves (gwe, butterfly, etc,) = OV FORT WORTH SAN TARY NEWRltMAIN 357 STANDAW] (_X)N5 rRLTCM0N & CIFII.ATION DOC{IMFtNTS PART'AA CITY PROJECT NO. M227 ADDENDUM NO.3 A'TTACTIMFNT AD3-� Rrvin it F&hraary IC Zags 01 71 23 - b CCOSTR[rc- ON STAKING AKD SURVEY I f) Air Release valves (Manhole rjM and von[ pipe) 2 1) Blow off valves {Manhole riin and valve lid) 3 h) Piossure plane valves 4 i) Undergrntjnd Valiks 5 (1) Rim and flowline elcvalians and coordinates ibr-e>3ah G llttderground Vault. 7 3) Sanitary Sewer 8 a) C3eanouts 9 (1) Rim and fiowline: elevations and coordinates for each [[a b) Manholes and Junc[ion SttuctuTes 1 [ (1) Rim and #loWiihe elevations alid worditnates for each manhole 12 and junction structure. .13- 4) tormwater —riot Applicable 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE) CO1 DF]IONS [NOTUSED] 16 1.12 WARRA,NW 17, PAR`P 2 - PRODUCTS is A. A construction suivey wJJI produce, bed will not be limited to: 19 1. Recovery of relevant control paints, points of curvature and points of intersection. 20 2. Establish temporary horizontal and vertical control alevations (benchroarks) suf#-iciently 21 permanent and Incaied in a manner to be used throughout construction. 22 3-. The location of planned facilities. e¢isements and improvements. 23 a. Establishing final fine aAd grade:ilakes for piers, floors, grado beams, parking areas, 24 u[iIit! es, streets, highways, tunnels, and other construction. 26 fix, A record of revisions or corrections rioted in an -orderly rniumar for reference. 26 c. A drawing, when required by the client, indicating-khe.horizontal and vertical iocildran 27 of facilities. eas�tmejirs snd improvements. -as built. 28 4, Cent sheets shall be provided to the City inspector and Survey. Superintendent for all 29 construction staking projects. These cut sheets shall be ors the standard city template which 30 can he obtained from tine Survey Superintendent (817-3 -7 5). 31 5. Digital survey files in the following formats shall be acceptable: 32 a. AutoCAD (.�lw 33 b, MR1 Shapefile (.shp) 34 c, C8V file (.osv), formatted with X aatd Y coordinalus in separate colurnn!3 (time siaridard 35 temp[ales, if avail -able) 36 b. Survey fifes shall include vr±ttitzi and horizanWl data tied to original Project vontrol nd 37 benchmarLg. and shrill include feature descripliuns 39 PART 3 - EXECUTION MY Of FORT WORTH 5AfiiPFA RY SFWER MATK 257 STANOAF1r) L-M, TikiIC-ION SPEC-MCATION DOUM NTs PART 2n CFTY PRL]iWr N0- 01277 AT)DENDUM NO. 3 ATTACHMENT AD.3-3 Rewbed February 14. 2018 01 71 13 -7 CONSTRU RON 5`i',°`K�Ne AND STJRV Puio 7 of 9 .1 INSTALI. RS 2 A. Tolerances; 3 1. The stake location of any irnprovi2ment or Facility should bi., as accurate as practical and d necessary. The degrees of precision required is dependent an many factors all of whNh muss 5 remain judgmental. The toI rancens listed hereafter are base-d on genersiitfe s and, under 6 certain clmumstan"s, s# M Meld to specific requir�!mgnts. I>e survcyor scull assess any I situation by review of the overall plans And through consultation with responsible parties as 8 to the need for specific toImacos, 9 a. Earthwork: Grades For earthwork or tough cut should nut exceed 0.1 ft. ve:rticai 1.0 tolenme'e. Horizontal aiignmen( For earthwork and rough cut should not exceed 1.01 11 tolerance, .. 12 b. Horizontal alignment m a structure shall be within .0. lf1 tolerance:. 13 C. Paving or concrete for 5t ct5. curbs, gutters, puking areas, drives, a l lty,% and 14 walkways shall be lmwed within the don#ines-uf the-siTe boundaries and; koaLWbnally, 15 along a boundary or any other restrictive line. Away from arty rostrictiw line, .these 16 facilities should be staked with an accurucy producing no more than U.05ft..t61ersnce 17 from their specified Iocations. is d, l ndcc rgrawid and overhead utilities, such as sewzem gas. water, telephone and electric 19 brics, shall be located horizontally within their prescribed areas or easements. Witllin 20 assigned areas, these utilities shoalJ be staked with an accuracy preadueingi -more than 21 0.1 ft tolerance from a specified 1"attion. 22 u. The accuracy regolmd for the vertical location of utilities varies wide4y.141.my. 23 mWergmund utilities roquire only a minimum cover and a ioletrance of-0.I tl. should be 24 mairataimd. Underground and overhead utilities on p1m me,d ps'Alr, knot depanding. 25 on gravity flow for-pertorrnancc, should not ex"0.I 'ft. tolerance. 26 B. Surveying instn ments-shali-be kept in close adjustment mcordingto manufacturer's 27 sped-ficatlons or in compliame to standards, The City reserves the right to request a cniibrwion 28 report at any time and recvmmend� regular maintenawx schedule be performed by a certIFiccl 29 techaician every 6 months.. 30 1. Field measumine3nts of angles and distances -shall be done in such fashion as to satisfy the 31 closures and t,oleranccs expressed in Part 11.A. 32 2, Yvaical locations shall be -established from a pre -established benchmark and checked by 33 closing to a different bench mark on the same datum. 34 - - 1 Construdion survey field work sllalI coTmspond to the girlie nfsjplati& Irreguiaritid or — - - - 35 Vx f laq found shall be reported Ixmmptly to the City. '16 4. Revisions, correctitam, and other ptrti nent data shal l be logged fbr future reference~. 37 39 3.2 iliXAMI. ATION [NOT USED] CRY err FORT WORTH 5'T'ANDARn CONSTRt1CTMN SPFCIF ICA'iT{7N DC7L� 5ANFFAkY SEWER MAIN 2s7 PART2A CTF Y FROTBCT NO. 01227 ADDENMM NO. 3 A7TACIVJENT Ana-t RCY1101 F911MI ry Id, 2011 01 71 23,- 8 Cf3WMUCTJON STA KI'lq -AND SURVEY NMgof4 1 3.3 PREPARATION [NOTUSED1 D1 2 3.4 APPLICATION 3 3.5 REPAIR f RESTORATION I A. I (lie Contractor's work damages or destroys- one or rriore of the control monunianWpoints set 5 by the City, the monumentr, shall be adequately referenced for expediellt restoration. 6 .1. Notify City if any control daty meteds to W restored or replaced due io dunnage caused 7 during constniction operations. 3 a. Contractor small perform relriakoments and or restoration.", 9 b. The City may recluir� at any lime a survey"Field Cheek" of any monument or 14 bonch marks that are set be verified by the City surveyors before further associated ] l work can move fonvard. E2 3.6 RE-1rNSTALLATION INOT USED] 13 3.7 FIELD loRl SITE QUALITY CwUROL 14 A, It is the Contractor's responsibility to maintain a11:swbs and control data placed by the Cfty in lS accordance with this Specification. This inolude3 casements and right of way, if noted on the 16 Plans. 17 13, Do nat change or relocate stakes or control data without approval from the City. 18 3.8 SYSTEM STARTUP 19 A. Survey Chcck.i 20 1. Rie City reserves the right to perform a Survey Cheek at any tirnC deemed necessary, 21 2. ivh=kn by City personnel or 3' party mntraeted surveyor are not int ndW to relieve the 22 contractor of hislher responsibility for accuracy, 23 24 3.9 AD-TUS ING INOT USED] M 3.10 c Lr NiNG fKGT USED1 26 3.11 CLOSE OUT ACTIVITIES [NOT USED1 27 3.12 PROTECTION [NOT USED] 28 3.13 MAWTENANCE [NOT USED) 2P 3.14 ATTACHMENTS fNOTUSED[ 30 LN D OF 4ECTION I Revision Log CrrV ()F I?VKT VMRTI-t SANITARY SEWER MAIN 2S7 STANDARD CONSTRUC110N SPECIFICA*NON PX-T iF. M FART2N 0TV PROJECT NO. 01 W ADD2NDUM NO, 3 AITACRM AD3-3 Revimad Febrieilry 14, .Z034 o17123-'� CONSTRUCTION STAKING AND Z3ORVEY Nrx 9 of 9 DATE NAME $CP VDAARY OF CHANGE Al31l2012 D.lubmiuri Ad&d ilaslru&ian mid ivadL&d meimsurem of & pAyFnonl urukr L2; added 8f31f2017 ht, C1wLu dc Fillidam and r�&mncm under 1.3; au;diiied 1.b; added 1:7 elu5�nu1 submJ%l quiTa=nkw; mndJ ficd 1.9 Q.mlity Asournmre; nddLA PART 2 — MKOD 1L'1 S ; dded 3.1 installarr W&d 3,5 RGpnirl lotn4 #o; Wf ai3hd 3.S Sysb m SLUMP. useved "blue text% revised mmmranieml i►nd pn�Tmtll-lwairpm for coolllvuiiun Staking and As-l#ulh Survey; added. ra femora to ACllon uumpl iWim: with TOO 704aM M Owen Z254; mviscd action mxd Closcow simbnuktal rcquiterrmats; added nuce-ptable depth measurement ori#cr , rC iOnd liml ofiloms ulring u-built survey " du.ring" and �He�' cahitruellou. Ji*d reuiyCd M4cVTA IC digiWl survey PiC Farrnoi Cm OF FORT WORTH SANrKARY SL•'WI:k MAIN 257 .TTANDARDC[jNSTUUE ON"PECIFICATIONDUCUMEIM PART2A CITY PROTECT NO. 01-227 ALIDENDUM NCL3 ATrAC31MEN ' AD3-3 llevidrtd Febronry 14, ZA18 33396D- I LJNEF1,5 FOR SANrrARY SEWER 3TRUC" URFS Tsgga I or 10 I SEA Ti ON 33 39 60 2 LEqERS FOR SANITARY SEWER STRUCTURES 3 PART 1. - GENERAL 4 1.1 SUMMARY 5 A. Sectiotx Includes: 6 1. Application ofi high -build epoxy coating system (or mndilied polymer liner 7 system, i.e. 5pectraShield) to concrete utility structures such as raa hol€% lift 9 statitln wet wells, junction boxes or other concrete facilities that may need 9 protection from corrosive materials. This covers rehabilitation of existing sanitary t sewer structures and newly inslaJ led sanitary sewer structures;. 11 2. For smiitary sewer trains 8-inr-h diameter and larger, use of a.strwural liner 12 system, Warren Fnv iron awntaI Systern -301, ARC S I FHB by A-W. Chesterton 13 Company, is acceptable. 14 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-fcet in depth. is tlse of a hror system, SgectraSbieid, is arxi ptable- 16 11 Deviations from tlris City of Fort Worth StsndArd Specification 17 I. None. 18 U. ReJated Specification Sections indlude but are not mnxceSsarily limited to: 19 1, Division .0 — Bidding Requirements, Contract f orrns, 4nd Cori ditk)n5 of the 24 Contract 21 2, Division 1 —Gen=I Regoiremonts 22 3. Section 33 Ili 3Q— Sewer and 1 anhole 'resting 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 L Manholes 26 a. Mmsuremctit 27 1) Jvleasurer> unt for this item shall be per vertical foot of" uatwg-as. measured 28 from the bottom of 11ie frame to the top of the benvh, 29 b. Payment 30 1) The work performed, and materials furnished in accordance -with this lmm 31 amd measured as provided under "Measarement" will be paid for at thce unit 32 price bid per vertical fool of"Mst hoie Liner' applied. 33 c, The pricc bid shall include: 3R 1) Removal of roots 35 2) RemovaI of existing eoathW 36 3) Eliminating and+ leaks 37 4) Mnoval of steps- 38 S} Repair.h tl cronneaion Qf the existing frame to chimney errr OPV09TWC}TM SANITARY SEWER MAIN 257 PA1RT 2A STANDAM) MNS`ITtUC7'IQN SPE[ EFICAI C N DOC'Ohit=i+f-r5' CITY T'R{Vq 7NQ 01227 ADDENDUM NO. 4 T2zvipbd Februmy 14. N19 ATTACEME T AD34 F:yH CQEIWIIM"iVrpa*TiM10F 1Pan ;A&PWir[hti kAdc'ndelAd&AL=SVD34-'13396A_LinuaEuSeninrySawoSwiewuiRevI62. 13-] 9.dro 31 39 60-2 tJNERS FOR 3►lWffARYSP.WFR RTRIJC TWA Paxa24f14 ! 6) Repairs of any cracks in the exLgdng structure~ chimney, corbel (cone), w+ kfl, 2 bemli, includ ing any mplacement of damapd rebar, pipe 3 7) Surface cleaning 4 9) Furnishing and imtalirng Liner'ais specified by the Drawings 5 9) I3auling 6 10) Disposal ofexcc:ss material 7 II) Clean-up a 12) Cleening 9 13) Testing 10 14) lie -Testing 11 2. Non-lV anhale Structures 12 Et. '' Measuremenf- 13 1) ' Measurelneni for this 1 tem sha I I be per squ= font of area where the 14 coating is applied. 15 b. Payment 16 l) The work performed, and -materials ft mished in accordance with this lteru 17 and measured as- provided udder. -Measurement" shallI be paid for at the unit 18 price bid per sq ware (bet of "Structure Liner" applied. 19 c. 'Me price bid 41aal] inirlude; 20 1) ROMOVasl of roots 21 2) Removal of existing coatings 2.2 3) Eli miriking any Ieelrs 23 4) Removal elf steps 24 5) ,. Repalr� ll oonnection of the dieting frame to chi rnney 25 6) RePaks of ar y cracks in the existing structure chimney, corbel (cone), well, 26 hench, inclining any reolaeement of damaged mbax, pipe 27 7) Surface cleaning 2S 9) Furnighing and installing Lhier as speci fiW by the Drawings 21) 9) Hauling 34 1 0) Disposal of excess matefiai 3 l 11) cl -up 32 12) Cleaning 33 13) Truing 34 14) I Testing 35 1.3 RFFIIW-1CW - 16 A- Reference Standards 37 1. Reference standards cited in this Spc�cificatian refer t4 the current reference 39 standard published at the Sims: of th-c latest wvE ion datc lagged at the end oftiiis 39 Speciftcatkm, unless a darip is specifically cited. 40 2, ASTM International (AS'l'h+f)- 41 a. D543, Stm&rd P'racticcs for Evaluating the Resistance of Plastics to t~hewical 42 Roa nts. 43 b. D638, Standard Test Method for Tensile Properties of Pladic;s. 44 e. D695, Standarrc Tcg Method for Compressive Properties of Rigid Pl tits, M Y QF FORT WORTH SA VARY SLWER MAIN 2.57 PART2A STANDA MI CONSTRUCnCIN SYFqa?ICATMN PQCUMIf N C4 CTFY PRWPr,7 NO 41227 ADDENDUM TqO- 3 R,evisei Fermtry 14.IGI') ATTACHMENT AD34 f' pr jeckk73l ' 6,O1iSpec�ll��e14[F�ul Pen 2A SpteifkhLkjW% ddtod*Vsd&Ud= nAI 3 4 �0 #950_1iacos fire "9e,Va SII LW to RSVI 02- 13• k9 iFac M3 6Q-3 UNER,5 FOR SANn ARY SEWER Sllzt icli uRF.S FlAge 3 of 10 t d. D790. Standard Test Methods for l" lexuraI Vropeuies of Unreffifomed and 2 Reinforced Piestics and Electrical Lnsulating EVlaterials. 3 e. FA060, Standard Test Method for Abrasion Resistance of Organic Coatinp by 4 1he Taber Abr4scr. 5 f. D4414, Standard €'raatice for Measurerrlent of Wet Film Thickness by Notch 6 Gages. 7 D4541, Standard Tekt Melhod for Pull -off StreVh of Contings Using Portable 8 Adhesion Testers. 9 h. D7234, Stand Test Wthod For Pull -Off Adhesion strength of C atings on 1 #1 Uoncrele Using Portals le Pul (-Off Adlr�sion Testers. Envi romnental Protection Agency .(EPA). 12 4. NACE tntemnlional (NAC _). 13 5. Occt, paxional Safet and Health Administration (OSHA), V 6, Resource Conservation and Recovery Act, (RCRA). 15 7. The Society for Protective Coatings/NACE international (SSPCINAC;E): It a. SP 131NAC;E Nq. 6, Surface Preparation of Concrete. 17. b. SPO 198, Discontinuity (Holiday) Testing of New Protective Coatings an .Vk Canductive Substrates 19 1.4 ADMMfSTRATWE RE UI E NTS [NOT USED1 24 1.5 SUBMITTALS 21 A, Submittals shall be in accurdancc ►arilh Section 01.33 00. 22 B. All sdbmitlalg shall be approved b} the City priur td delivery. 23 1.46 ACTION SUBMITTALWINFORMATi<ONAL SUBMITTALS 24 A. Product Data 25 1. Technical data sheet on each product used 26 2, Malerial Safety DAA Sheet (MSDS) for each product used 27 3, Copies of independent testing performed on the cmdrig product Indicating the 28 product meets the requirements as specified herein 29 4. Technical data sheet and pnrject specific data for repair muter] als to b-c topcoated 10 with the coating product including application, cure time and surface preparation 31 prkiotdureb 32 5. fvlaNdal and method for repair of leaks or cracks in the structure 33 l3. Contractor Data 34 1. Current documt;nl ati an f om coating prod ucl manuraziurer cc ftifying.Cantractor's 35 training (and/or licensed) as an approved installer and equipment complies with the 36 Quality Amurani�e rep irements specified herefn Cr" QV FART W0Rn1 Y +tiTARY SEWER MAN 257 PART 2A STANDARD CONS7RI1C-FIUN sPF.cffr 'A-rioN tx)cu.NwNn ['PTY PROTECT KO 0 i 227 ADPF.NDUM NO-3 ltosiied Vr ynw y 14,2019 ATTAMME T AD34 ri�w4e0o'k)1R144" 1%Sp9eAFkHmWnel1`ni2A3UDY14343)0aLIM1iesfbiSSahlidr44mcr'�ImcduuwRmI4l- I]-19-dec - ll19d0-4 LRNFE6 FOR SANVrARY SFWE� R&TRUCTURES POV i ar III 1 2. 5 recent references of Contractor indicating successful application Gf coaling 2 pmducq{ ) ofthe same matofiol type as specified herein, applied by spray 3 appli"tion wINn the municipal wastewater environment. References Shall include 4 aI least the following: owner name. City inspector iiame and phaxra number, project 5 namolnumbeF, size and linear footage ofsanitatry sewer main, manhole diameter, 6 structure dimensions and number of each, square feet (or vortical fleet) of product 7 installed, contzuct cost, and contract duration. Ctml v4or rust demonstrate a 8 successful history of instadli tic product to structures of similar sim and scope. 9 1.7 CLOSEOUT SUBMITTALS JiD A. Testing MICUmantutibrt I t 1. Ptuvide test results required in Section 2.4 and Sectic.)n 3.3 tp City, 12 a. include the following manhole or structure locmtion inl'OTMativii 13 1) Sanimry sewer rhainllaterat number 14 2) Station number 15 3) OIS ID number 16 b, Inspection report of each manhoWstructrtrc tested 17 1.8 ik+iAINTENANCE MATEMUL SUBMITTAL INOT USED] 18 1.9 QUALITY ASSU RARCE 19 A. Qualifications 20 1. Contrwor 21 a. Bo trained by, or have training approved and certified by, the boating product 22 marnifacturer for the handling,, muting, application ana inspeetionofthe coating 23 product(s) to be-Tssed as specified herein 24 b. btttiate and enforce gTMityr cnnool proreduras congistentt-with the tooting 25 product(s) mauu facturor recommendations and applicable NA S or S.SPC 26 swridards as referenced herein 27 1.10 DELIVERY.STORAGE, AND HANDLING 2S A. Deep materials dry, protected from weather a.nd.siored under ever. 29 B. Store .coating materials between 30 degrees I~ and 90 deg as F. 10 C. Do not store- near flami e, #sent or strong oxidants. 31 M Handle coating materials according to their tmatmial safety data sheets. 32 1.11 FIELD [SITE] CONDMOINS 33 k Provide confiners space entry, flow diversinn and/or bypass plans a?, rleces!iary tie 34 perform the specified work. ActiYex flows shalI he diverted with flow Ihrough pfts is 35 required to ensure that flow is maintained off the surfaces to be lined. 36 1.12 WARRANTY 37 A. Contractor Mirmnty 0 1. Cont=ToCs Warranty shall be in accordance with Division b. My OF FORT WORTH SANDARY SF?WER MAIN 2-V PART ZA STANDARD CONSTRUCnON8FI3C:iF1CA'rT[]NTXK-V KTs CITY PRO CC'rNl)0M? ADDENDUM NO 3 Ri wiRd Febmnry 14.2019 ATTACHMENT AD34 E.!*rojcc1iT318'AdMI]VOM 33 39 &U_jlnoi6 rw swuwy SwworSbaeeuucrFtcv102- 1.].19daa as39fid-S LINERS FOR SANITARY SLEW &TRUCTURES page 5aito PART 2 - PRODUCTS 2 2.1 OV1 NER-ITJRNISSED lea] OWNED -SUPPLIED PRODUCTS [NCrT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 4 A. Repair and Resurfacing Products 5 1. Compatible with the specified coating product(s) in order to bond e1=f`gctively, thus 4 forming a composite system 7 2. Used and applied in accord=e with the rnl nufkturer's recommendations 8 3. The repair and resurfacing products roust meet the following: 9 a, 100 percent solids, solvent -free epoxy gout apetitieally formulated for epoxy 10 lnpmating compatibility l I b. factory blended, rapid setting, high early strength, fiber reinfbreed, non -shrink 12 repair mortar that can he towoiod or pneumatically spray applied and 13 specifically formulated to be suitable for topcoat]ng with the! specified coating 14 pmduot used 15 B. Coating Product 16. I. C®pable of being installed and curing pruperly within a manhole or concrete utility, 17 envirunmenL 18 2. resistant to al forms of chemical or bacteriological attack found in munlcipal- t sanitary sanver sy- tems; and, capable ofadhering to typical manhole structure 20 substrWcs 21 3. The 100 percent solids, solvent' -free ultra h igh-bui I d- epoxy system shall exhibit fhe 22 following charkteristies: 23 a. Apphication Temperature- 50 ftreca F. minimum 24 b. Thickness- 125 Mils minimum for newly installed structures; 250 roils 25 minimum far mhabiliteionofcidsting structures (Warmn Environmental 26 System 301, ARC SII-IB by A.W. Chesterton Company) 27 c, Color - WWie, Light BIUe; or Beige 28 d. Compressive Strength (per ASTM D695)--8,800 psi minimum 2.9 e. Tensile Strength (per ASTM D638) - 7,500 psi minimum 30 f. Hardness, Shore D (per ASTIk1 D4541) - 70 minimum 31 g: A►braaion Resislanve (per ASTM D4060 CS 17F Wheel) -80 mg loss 32 maximum 33 h. f lecural Modulus (per AST D790)-4QU,OUO'psi minlntium 34 i. Flexural Strength f per ASTM D790) - 12z000 psi minimum 35 j. Adhesion la Concrete, mode of failure (AST 1)454t): Substrate (coneretc) 36 failure 37 k, Chemical ftesistaiwe ( per ASTM D543IG20) all types of service for: 38 1) ilrlunicipal ,unitary sewer envifOnment 39 2) SuIfuric acid. 70 percent a0 3) Sodium hydroxide, 20 percent 41 4. Or. Tk rnuIIi-layer modifiod polyurzo and polyurethane shol I exhibit the fallowing 42 chaxacteristk"S: 43 a. Application Temperatum--50 degrees F, minimum Crr'r €}F mRT woRT71 WITAftY SEW Mt b4AtN 257 PART ZA STANDARD MNSTRV Tt FMflF1CA710N bC1f.:i.rMt NTS MY PROJECT NO it 1227 ADDENDUM NO-3 ai`.we d Fi:hr,iory 1-1.2ar51 ATTACHMENT AD3-4 R;pcojacuV I8% 0-0 I hSpce64FIoaRF1n1 Port 2A Spcciftnt1eirki 1danrPa A4knkm 34ADf-4 33 D 0 Llnara for Sanrrary Sewer Simtrur-x kra r 02. 91. MAM 35 39 60 -G LMU FOR SANITARY U1Ik F7TRTJC IURE5 Paps R of Ili 1 b. Thickness— 500 mils minimum (SpectraShield) .2 c. Moisture Barrier and Final Corrosion Dauer 3 1) Color — Pink 4 ) Tensilo Strength (per ASTM 174(2)-2550 psi minimum 5 3) Hardnem, Shore D (per ASTM D22+40) — 56 m -Lmum S 4) Abrasion ResisWice-(per ASTIR D40b0} — 20 mg loss maximum 7 5) Percent Elongation (per ASTM D412.) = 269 9 d. Surfacer 9 1) Compressive Strength (per ASTM D161)-100 psi miniraun 10 2) Nnsity (par ASTM DI b 2) — 5 lltslcu It minimum it 3) Shear StrengCl>I (per ASTM C273)-230 pr i minimum 12 4) Closed roll Content (per AST?4 D1940)— >95% 13 CL Coating Application Equipment 14 1. Manufaoturer approved heated plural component spray equspinent 15 1 Hard to reach areas, primer application and touch-up may be performed use itend 16 tools. 17 3, Applicator shall use approved specialty equipment that is adequate, in size, caparccity, 19 and number sufficiant to accomplish the work in a tirnely manner. 19 2.3 ACCESSORE S [NOT US-ED] 20 2.4 SOURCE (QUALITY CONTROL 21 A. Coating Thicknei�; Toiling 22 1. Film Thickness TesOng for epgxy systems 23 a. 'fake wet film thicknm gauge measurements per ASTN4 D+4+414 —Standard 24 Practice for Measurement of Wet Film TWckrkmis by Notoh Cages at 3 locations 25 within the manhole, 2 spaced equally apart along tl Wall and l on Cho Bench. 16 1) Doru rent and attest m ousurernents and provide to the .City. 27 2, Thickness Testing for mad ified polymer liner sysft-m 29 a. Upon installation of the Final Corrosion Barrier insert probe into substrate for 24J depth of system measurement at 3 locations within the manhole. 2 spaced 34 oqm ly apad along tba wall and l on-ttre banah. 31 3. Doc-lment all testlrtg msulU and provide to the City. 32 B. Non -Conforming Work 33 1. City reserves the right to require additional testing di 1pendiny, on the! rate of failure. 34 2. City will select testing locations. 35 C. TesliJig Frequency 36 l . Projects with 10 or less manholes.andlur st=tures-tes# all. 37 2. Projects with Beater than IQ marthiales and/or structures, test d least 10 and test 23 39 percent ofmanholcs and/or structures after the first 10. 39 3. City will select the mimholes adlor slzuct= to be tad, CITY OF FORT WORTH SAN rFARY SFWT)R MAIN 257 I?ART 2A 5TANDAP33CONSTMUCTMN SPEVWICATION I]00WEN113 crrrTIR10JEL"r NO GMI - D13MI fM NO. 3 ReWwdFebmtkryJ4,W19 Al A HMENTAD3 4 F,*AL c�316WO-DItiSpamkfimrfirulP+1}A3p"L9phuv}VWdcai6%Addmndum3 kDIA33"b0_L"enamdueSnniWScwurSw umR*YlV- 133960-7 L13+1EM FOR SANnAkV �IEWFR STRU(MrRES Page 7 of I a PART 3 - EXECUTION 3.1 INSTALLERS 3 A. All installets small be certified appl Icalor5 approved by the manufacturers. Applicator 4 shall use adequate number of skilled workmen that have been trajnW and experienced for 5 the approved product. 7 3.2 EXAMINATION INIl T USED] 9 3.3 PREPARATION 9 A. Manhole Preparation to I. Stop active flows via dammning, plugging or diveriing as required to ensure al I t liquids ate maintained below or away from the surfaces to be wated, 12 2. Maintain lernperature of the m rfht a to Ins coated between 0 and 120 degrcc� F . 13 3. Shield specired surfaces to avoid exposure of0-ect sunlight or other Intense hkat 14 source. 15' a. Where varying surface temperatures do cxW, coating installation should bo 16 schtdulcd when the temperature is falling versus rising, 17 B. Surface Preparation s 1. Remove ails, roats, grease, incompatible existing castings; waxes, form release, 19 curing compounds, e#33orewonce, sealers, salts or other t:antarninanis which mAy 29 affect the performance and adhesion of the coaling to lie substrate. Remove ony 21 steps found in the structure. 22 2. Remove concrete and/or mortar damaged by cohort, chemical attack or -other 23 mea is of degradation so that only sound substrate remains. 24 3. Surface preprot ion method, or combinatiaq'Ofrnethod% that may be used include 25 high pressure water cleaniTtgr high pressure water jeWrig, abrasive bloating, 26 9hotbiasting, grinding, scatrifying, detergent water cleaning, hot wirer blwtiug and 27 others as dtJscribed in SSPC SP 13 NACE No. 6. 28 4. All tnethods used shall bc; perfrnmed in a manner that pravides a uniform, sound, 24 clean, neutralized, surface suitAble for the �Lpeo€tied caa ng product. 30 5. Aber completion of surface preparation, inspect For leaks, cracks, holc�, exposed 31 rebar, ring and cover condition, inverl cnndiIicn, and inlefloutlet pipe condition. 32 Cs_ After defects in the struchre have hbon identified, seal cracks, fepair exposed rebar 33 wit rmW rebar to match existing, relmir leaks and cracks with grout or other 34 methods approved by Ilse Mimuiacturer. Ail new rebar shall be embedded in 1 35 1n@h epoxy mastic~. RcpfaceAs l Connection between exining frame and chln=y if 36 it is found lons,; or not attached. CITY Of FOkT WORM SAN FrARY SSWa MAN 257 PART2A VANDARD C:ONMUC TRIM SPFZWF CATION DOCUML,-NaS = M0FCr NO 0 3 iZ7 ADDENDUM NO. 3 Revhed FrbYmxy 14, 2019 A TAC HM N'I AD3-4 F.VajectiOlIWO-DIMprudt'i=1WirFdP4F4-"2AWfi&iaomVddonda%&I&ndujlIMAW4 111)60 Linvrafor Sanimry'; weFStrum" Rtv]02, i]-jg.dge 33396o=I! LUgERS F0R'5AN1rASrY SEWER STRLTC'F PY-9 Hags 6 of H} 1 7. The repair mortar aitid epoxy topcoat must share the sansc epoxy matrix to ensure a 2 handed weld. No cementitiuus repair tnaterial, quick Setting high -strength concrete 3 with Latex cr curing ngcnt additives, or quick set mortars will be allowed. F-sVper 4 surface preparation procedwes most be followed to ensure adequate bond strength 5 to any surface to be coated, New cernertt-zare time is at least 30 days prior to 6 coating- 7 3.4 INSTALLATION 8 A, Genera! 9 L Perform coating aver the sewer line replacement/repairs, grade adjustments and 14 gout ing are 'cGrnplete, 11 2. Perform application procedures per recommendations of the coating product 12 marrufact=r, including environmental cimtrols, product handling. mixing and 13 application. 14 B . Temp turc 15 1. Only perform app3 icauon if surface temperature, is between dU said 120 degrees F. 16 2. Matte ao applii +alion iffrce4hj k expected to occur Inside the manhole within 24 17 hours after application. 18 C, Coating 19 1. Spray apply Per manufacturer's moommendation at a rnirdmum film thickness as 20 noted in Section 2.2.H. 21 2. Apply coatfrig from bottom of manhole frame to the benchltrough, including the 22 betchArough. 23 3. After wails are coated, mmove hench covers and spray benchltymiglt to at least the 24 setae thickness as the wal Is. 25 4, Apply any topcoal or additional oasts within the product%i mcoat window, 26 a, Additional surface preparation is required if the racoul window is exceeded. 27 5_ Allow s minimum of 3 hours ofc urc time or be set hart) to touch before reactivating 28 flaw. 29 3.5 RE, PAIR J RESTORATION (LOOT USED] 30 3.6 RMNSTALLA`i'ION [NOT U EDI- 31 3.7 FIELD QUALMY CONTROL 3i A. Each structure wiII be visually inspecled by the C ity. the same day following the 33 applimion. 34 B. Groustidwofer infiitrationi fthe system shall be 2,xro. 35 C, All pipe connections shall be opera and clear. 36 D. The inspector.will check for deficiencies, pinholes. voids, cracks, uncured spats, 37 del aminstion, and thin spats. Any deficiencies in the liner shall be marked and repaired is amording to the procedures outlined by the-Mmufacttmsr. CM OF 11GX 0wiH SANITARY 51 ER MAFN 2.57 PART 2A SiTANPARD {;0M55RUCT1DN $PEC112ICATION DOCUbi NTS CITY PROJ.1 CC NO OM7 ADDENDUM NO. 3 Rcvuod Fekwt�aly ��, �4 ATTAC WW AD34 i:� ajE�l i&[ � ffY 1119a4F�ll� Ful 2 4 Spccir[cafiuuii iLU4"enhm.}kAb34 31 J91rQ—Luwa IN S.WWWY 5C1Wa lCruChwf s R"I17• 3339ba-9 UN .R'i FOR SANITARY SBWA STRUCTURES NV9ofIf) I E. If leaks arc detected they wi11 be dripped barkplugged and coated immediately with 2 pTotective epoxy resin co-ating. 3 1. Make repair 24 hours after leak detection. 4 F. Post I€>;stallatitxn Coating Tests: All struefturs: sWI he tested. 5 1. Buliday Detection Testing 6 a. Holiday Detection test the Ifuar purNACE SP0188—Dimontinuity (Hol16y) 7 Testing of Nrw Protective t~ontings. on Conc11jctive SuWtmttes. Mark all 8 detaeled holidays. Repair al I hohdays in accordaiwo to cr'stfrrg manufacturer's 9 rccommendatior�. 10 1) Document and attest all lest results repairs made and provide to,the ♦city. 11 2. A d hes i on Testing L2 a. Adhosion test #fie liner at a minimum of three locations (cone area, n,id-section, 13 and bottom of the structure). For strw1ures exceeding 6-feet acid one additional 14 tem fvr every additional 64"1, For example, 6-foot manhole —3 tests. 6-feet, 1- Is inch manhole thro 11-feet, 1 I Anoh manhole —4 tests, 12-foot manhole — 5 tests. l6 Etc.... 'rests performed per ASTM D7234 — Standard Test Method for Pull -Oft` 17 Adhesion Strength of Coatings on Cancseto Using portable Pull -Off Adhe5rion is Testers_ 19 1) The adhosive med to alhach the dollies shall Iidve a tensile str=gth greater 20 that the liner. 21 -2) Failure of the dolly adhesive is deemed a non -test and requires reteMng. 22 3) 2/3rds of the gulls shaalI exceed 300 psi or concrete failure with more than 23 5b% of Ilse silbsurface.adher+ed to the costing. If over 1-/3'd fail, additiotW tests 24 maybe required by the City. If additlorzal tests fail the City.Inay, rewire 25 removal and replacement of dw Iiner at the contractor's exliense, 26 3. A bonded third -party testing company -shall peffotm the testing. 27 4. Or Contractor mEr y perform tests if witnessed by representative of the coating 28 manufacturer, Coaling trian6fnetnrr_r f presentativc to provide certafi�ation that 29 Cantraetor performed tests in accordance with noted slandards. 30 G. Nan -Conforming Work 31 1. City reserves [lie right to require additiunal testing depending an the rate of failure. 32 2. City will select testing locations. 33 3. Repair all defects according to (lie marlufactumr's reeotrlmtndal ions. 34 H. Testing Frequency 35 1. Projects with 10 or less manholes and/or structures test all, 36 2. Pm] with greater than 10 manholes and/or structures, test at Iew 10 DQd lest 25 37 percent of manholes avid/or structures after the first 10. 38 3. City wi11 select the rrlaraholes and/or structures to he tested. 39 1, Test manhole for final at:ceptancc according to &ction 33 01 30. CrTY OF FLIRT WORTA SANITARY SEWER MAIN 2V FIART 2A STAKDARD C;ONSMCITON SPA-CIFICA ON nUCtlMfsNTS CITY PWJFC7N0 01227 ADDENDUM NO -.I RCV[Sed FcbTUary w, 2019 AT['A CHMENT AD34 F.?pX0jddmi431R' OLD ILSpar"krjrgli Firm Pwl2A 35(& Ljwbd fw SkULL7y,Sm" RM4111191 ROM 01_ 13.14) rh1c 3119 80-- 16 LINERS FOXIRANTrARY SEWER KRVC [1, E9 Pago ILIofIt) 1 3.8 SYMM STARTUP [NOT USEII1 2 3.9 ADJUSTING ]NOT [USED] 3 3.10 Cr 7iANMG [NOT USED] 4 3.11 CLOSEOUT ACTW][TIES 5 A. Provide all tat results ftom tostirig per S&tion 2.4 -and applicator certificatians per b Seciivn I.l I. and in accordance with Section 1.7. 7 B. Upon f mI completion of the warp the inanufacturer will provide n written eertification 9 of paper application to ft City. 9 C. The certification will confirm fivatthc deficient areas were repdtired in accordance with ID -the pure yet forth in this SpEzifcation.1be final report will doll tha location oftk 11 to i•s i€ -tM strucWm and descriptioa.ofthe repairs.. 12 3.12 PROTE, r.,"I 1.0N [N6T USED] 13 3.13 MAINTENANCE [NOT TUSED1 14 3.14 ATTACHMENTS [NOT USE, i5 14 END OF SECTION' Kevision Log DATE NA F SUMMARY OF CHANGE 02-12-2459 J. Kasavich keokoval of haven Using 0ys m and 04uskm of SpcchmSM64 mmd W n Unviranurcntal SysG m 101. and ARC SIRE by A_.W, Cf�M1tu1on Company. Additional vubno qu+if y,1gx introl and Feld quality uuntrol tait. agalrcments. erry OF Fokr WORTH SANITARY SANER MAIN 257 PART 2A STANDARD LQ4� S7RVC110N $PMMCATION D0CUWM1% i3 t r�Y PItQ1EiC! ]�O ai2 J AiDDFS34DUM NO. 3 RtvitcdFvkumy14,2419 ATTA(�HNIENT AD34 F.ipmj ecui 03! Pal ah 34W34 n 39 K-Umm Ert Safe" Smu Sbunkm Revl 07- L341).dbu 99 s9 W-1 SPECIAL MEASLJRCMENT AND PAYMENT SPECIFICATIONS PACE 1 OF 4 SECTION 99 99 GO 2SPECIAL MEASUREMENT AND PAYMENT SPECIFICATIONS 3 5 1) ITEM 9999,001 60" FIBERGLASS SEWER PIPE BY OTHER THAN OPEN CUT 7 This bid item is for 0-inch Fiberglass Pipe in accordance with Section 33 31 13 f iberglass Reinforced P1pe for Gravity Sanitary Sewers inside casingitunPei 0r woad 9 box. 1b This per lirFear foot bid item for the sanitery sewer gravity pipelines, at all depths and at 12 the varluus sizes and various stiffness classes shown In the Proposal and included In the 13 Contract shall be full compensation (unless a separate pay Item is provld,�!d in the 14 Proposal) for' site clearing. top soil stripping, stock piling and re -spreading; saw cutting 15 and pavement removal, removing or supporting all existing utMtles, ground water control 16 planning and dewatering activlt€es, trenching, cuffing and plugging existing lines; 17 furnishing and installing pipe and pipe in8talled irk casirkg, tunnel liner plate or Wood Box is pipe detection tape, transition pieces. stub out pipes. closure pies. adapters, geotextile 19 fabric, cafrier pipe within ericasernent pipe inclilding spacers, rails, grout, and end sealS, 20 conducting hydrostatic testing; and for clean-ulp, disposal and other work necessary for zi acceptable Installation complete in place_ 21 23 Measumment for the pipe at the various sixes shall be the actual horizontal length along 24 the centcirline of the pipe, from centaur to center of co.rinecting pipes of to ends of pities, 25 with no deducflon irk length made for manholes and adapters. No separate measurement 26 will be made fof payment (tknless a separate pair item Is provided in the Proposal) for 27 trenching, depth of installation, hydrostatic testing, transition pieces, insulating gaskets, 28 concrete cradles, fittings, valves, joint restraints. and quality testing, but will be considered 29 subsidiary to installing the pipe, 30 31 32 ) ITEM 9999-002 CONNECTTOEXISTING MPELINE 33 34 This bid item is for the oonfiecticn to existing 6 0-inch Fiberglass Reinforced P!pa (FRP) 35 at the upstream end of Upper and Biddle Village Creek lain- 57 Part 1. 316 37 This per each bid item Is for material, labor and equipknent for the connection at t h 6 3a existing rnain- 57 Part 1, existing 60-inch Fiberglass pipe, 39 The bid shall be full compensation for the connection as shown an the Mans and shall 40 include all necessary excavation and backfllling, and providing and installIng papa, fittings, 41 insulating gasket. couplings, unions, and any other appurtenancas required to provide a 42 cornplele installation. 43 Meagurement shall be per each connection to existing pipe. 44 CITY OF FORT WORTH SANITARY SANER MAIN-257 PAR'r 2A STANDARD CONSTRUCTION SPECIFICA71ON 00CUMENT CITY PROJECT NO.01227 ADDENDUM NO. 3 ATTAGHMEN I ACIa.AA V-tiprr.mu nj16W-so-0I1specs'lFinalTinig Per1:A SpeOlcabonayAdenOinAddpiWum MSECTION 99 99 DD.dQCX 59 90 00-1 SPECIAL. MEA UREMENT ACID PAYMENT SPECIFICATIONS PAGE 2 OF 4 3) ITEM 9999.003 ODOR CONTROL. UNIT 3 This item is for Odor Control units to be installed at manholes as shown in the plans or 4 directed by owner, S 6 This per each bid item shall be full compensa#ton for the odor control units, In accordance 7 with Wager 1850 Odor .Control Server Volvo (Product requirements), as shown in the 8 Plans and shall Include all ncessary excavation and backfilling, and prWiding-ale odor 9 control. unit, and installing pipe, fittings, insulating gasket, couplings, uhlons, and any other 10 appurtenances required to provide a complete installation. 11 12 Payment shall be full compensation per each Wager 1850 unit Including,, labmr, 13 materW and e'quIpment, riser pipe, connections, couplings, adapters, reinforced 14 concrete slab, coating, lining a and any other appurtenances required to provide a 15 compete installation. 1� 17 Measurement for this item shall be per each odor i.IriiL �.S 2I1 4) ITEM 9999.004 PLUG FOR FUTURE C011NECTION (STATION 155+20) 21 This bid Item is for the temporary plug at station 155+20 22 23 This per each bid Item shalt be full -compensation for the plugging of the pipeline to prepare 24 for the future connecticn to the future Maur-257 Part 2R. as shown on the plans and shall 25 include all necessary excavation anti ba&filting, and providing and installing pipe, fittings. 26 insulating gaisket, couplings. unions, temporary fibarg#ass plugs and any other 27 appurtenances required to provide a complete 1nsta11atian. 28 M"surernent for this Itern shall be per each p4ug, 29 30 31 5) ITEM 9999.005 SEWER TIE-IN RECONNECTION 32 (8", STA 85+11.29; 12", STA 116+59,27; 18" STA 133+96.9.6) 33 34 This bid Item Is for car}nectlon between existing sewer collect€on IInes, sewer Serv€ce 3S lines and the new pipeline. 36 This per each bid Item shall be full eornpensat€on for bypass piping ar pumping for surer 37 collection lines that cuffenitty flow to the existing main- 257 and will have to connect to the 38 new main-257. This bid Re'm includes all necessary excava#iun and backfiilling, bypass 39 piping or pumping, material, equipment, and providing and install€ng pipe, fittings, 40 insulating gasket, couplings, unions, and any other appurtenances required to provide a 41 cormplete installation and flow diversion from existjnq main-257 to proposed main- 57 after 42 the new main has been tested and approved to receive flows by the City, The existing 43 pipes are located at Station 85+11.29, 118+59 and 133+96. UTY OF FORT WORTH SANFARY SEVVER MAIN-257 FART 2A STANDARD CON STRUOTION SPEC IFICAT10N DOCUMENTS CITY PROJECT NO. 01227 ADDENDUM NO. 3 ATTkcH Tnns4A p.tibroJAoraWl nado.G1YSpe swineEnnel Pan2A SpaeifKAdiankVkxdend, 4kGdalidgm Z%$Z' ON M 97 00,11aex 99 99 DD-1 SPEC€A1_ MEASUREMENT AND PAYS+ EW SPI CIFICATION PAGE 3 OF A 2 Measurement for this bid item shall be. per each. 6 S 6) ITEM 9999.006 JUNCTION BOX AND SIPHON BOX LEAK TE -rING 6 This per each bid item is for materiel, labor and equipment for the testing of the 8 Car7crete, cast In place junction and siphon boxes for leaks. The par each price Chic# shailI .9 be full compensation for the testing of each siphon and junction box and shall include all 10 necessary pipe, fittings, insulating gasket, couplf 9Sr unions. and any other 11 appurterfanci*s required to pefforrn the testing. This Bld item includes all necessary 12 plugs of connections. water for hydrostatic testing, bypass pumping if necessary, repairs 13 of leaking junction andfor siphon box, retesting the structure. 14 15 Measurement of this per each brd item will be in direct relationship to the percent of the 161 project work that has been completed. 17 18 19 7) ITEM 9999.007 GRAVEL ROAD REPAIR 20 21 This per sgiAare yards bid item is for the reconstri)dion of new gravel access reds, as 22 shown on the plans and specifications anti?or to replace existing gravel roads damaged 2-3 during construction in the same lacadon as shown on the Plans. The roads shall be 24 constructed per the standard details including soil preparation, crushed stone, crowning 25 of the toad to provide drainage, removal of ar�ganics, and all incidentals. 26 27 Measurement and Payment for the grovel roads shall be per square yards. 29 29 30 9) ITEMS 9999.008 & 9399.0010, 9999,0U11 TO 9999.00 0 SITE RESTORATION 31 32 -mese lump sum bid items shall be full camperlsatilon for completing any site yr special 33 conditions outline and described in the Plans and Spncffications, Easements, and 34 Property Owner Agreements Insluded in the Contract bacuments, complete In place. 35 36 Measurement anal payment fcr tills item shall be per lurnp sun. 37 38 39 9) ITEM 9999.026 CONSTRUCTION ALLOWANCE 40 41 This lump suni amount of 200r000 shall be used for extra work not included in the pilans 42 or specifications as directed by the CITY For Iegitirnate unanticipated profea related CITY OF FURT WORTH SANITARY SUVER MAIN-257 PART2A STANDARD CONSTRUCTQNr SPECIFICATJON DOCUMENTS CITY FROJEGT No 01227 ADDENDUM NO. 3 ATTAG11MEN i AD3-4A F_tiprWacb5o3141p4p. Mpp0s)Finm hFa1131 Pwi 2Nspociricahono%AddendaLa�fdgnmim 31,$Euiow 99 i9 d0.dxg 95 6B 00-1 SPE•OIAL MEASURE MENT.+ AND PAYMENT SPEC IN CATIONS PAGE d OF # 1 conflicts, issues, or requl red additions resulting`frorn u nforeseen oWacle , Scope of work 2 and specific costs shall be established by the issuance of a proposed contract modification 3 by the ENGI to the CONTRACTOR. Upon acceptance by the CITY of the proposed 4 contYact rnodlfication, a field order will be Issued allowing the worts to proceed and payment 5 to be requested by the CONTRACTOR under this bid item. No payment wJfl be made under this bid item without prior written agreement by the CITY anti CONTRACTOR as.to the scope a€.d cost Qf additional work. Any expenditure under this allowance will be directly related to the purpose of this praject. 10 1 L END OF SECTION CITY OF FORT WORTH SANITARY SEWER MAIN-257 PART 7A STANDARD CONSTRUCTION SPECIFICATION DOCUMEWS CITY PROJECT N0. 01227 ADDENDUM NO. 3 ATTACHMENT AD3-4A F:"tvct%kQA Flarl 2A 5peclflra1wn0AdcFarr3aVWdmmdum 3ISECTIGN 99 0 9Q.dorm EWronjealIV Recorded Offic,IaI Pohir, Records vyb�udd*—' i. L 00-to 14 wy Louise afoia Torrent Comity Texas 4l141011 10:27AM Submitter' AC D 11OB7935 SA IrANY aEVYEIII MAIN 2fl? UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN, PART 2 CITY PROJECT No. 01227 PARCEL No. 02 DI45 R#tENEND J � L U 4Q4� DON ROAD SHELBY COUNTY SCHOOL LAND SURVEY, ADSTRACT No. 1375 STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRM'Ii ALAMO TITLE CoMpANy GF O - S PIRI4f ENTMWERFADILITYEA mmi M YCOMMG1 -Mogfff DATE: JANUARY 2011 GRANTOR- GARFIELD T. SIEBEIf+IHAUSEN AND BETTY JEM 8I9BE HAXISEiN. ,AS TRUSTEES OF THE BARrIELD T. SIEI ENHAUSI:N AND 13ETTY JEANI SIEBENHAUSEM REVOCABLE LIVING TRUST GRANTOR'S MAW NO ADDRESS (IncUdino Cc unty)- 4045 REHDON ROAD FORT WORTH. TARRANT COUNTY, TX 70140-9787 GRAi TSE' CFTY OF FORT WORTH ORANTEI 'SMAILIN 0 ADDRES (Including County} 1000 THR rwKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION; Tern Dellare ($10.00} and Other goof and valuable consideratlorr, the recelpl and eufflclency of whfah Is hereby acknowiedgad. PROPERTYz Being 40 foot permanent sewer facility easement and a 26 foot temporally constmcbor essernerrl sttuated In the Shaby County S: hool Land SuryeY. Abstract W. 1375, Tarrant County, Texas, and boing a portion out cf a tract of land deeded to Cartield T. iabanhausen and Be# Jean lebenbausen-Trustees of the Garfield T. SfebenhsGaen s Batty Jean Siobenhausen RevocaWe Living Tryst, an Mcorded In County Clerks Irish-umerlt Number D 197201113, Da6d Records of Tarrant County, Texas. and belrilg more parilcolarly desm1bed In F'emanent Sawver Facility Eanement and Temporary Conslruaon Eajoen•snt In EAlb4s qA" and ATTACHMENT AP3-5 1 O 81 SANITARY SEWER MAIN 257 UNDER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN, PART 2 CITY PROJECT No. 01227 PARCEL No. 02 DOE 9 6216 45 REN1)ON ROAD SHELBY COUNTY SCHOOL LAND SURVEY, A13STRACT No. 1375 STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT ALAMO COMPANY GF a? - � CITY OF FORT WORTH~ r'� •�� � � ��` PERMANENT SEWER FACILITY EA EMENT b TEMPORARY CONSTRUCTION EASE ENT DATE: JANUARY 5, 2011 GRANTOR. GARFIELD T. SIESENHAUSEN AND BETTY JEAN SIEBENHAUSEN, AS TRUSTEES OF THE GARFIELD T. SIEBEMHAUSEN AND 13EM JEAN SIESENIHAUSBN REVOCABLE LIVING TRUST GRANTOR'S MAILJNG ADDRESS (including County): 4045 RENDON ROAD FORT WORTH, TARRANT COUNTY, TIC 75140�9787 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (IncludingCounty): 1000 THROCKMORTON ST, FORT WORTH, TAR ANT COt. NTY, TX 76102 CONS I DERATI 0 N. Toff Dallars (S 10.00) and other good and veIda ble consideratia0, t% receipt and sufficiency of which is hereby acknowledged_ PROPERTY: Being 44 foot porrnanent sewer fadhLy easement and a 25 foot temporary construction easement situated in the Shelby County $Ghoul Lanni Sufvey, Abstract No, 1375, Tarrant County, Texas, and Wrig a poftion oul of a tract of land deeded to Garfield 1"_ Siebenhausen and Betty ,dean Siebenhausen-Trusless of ilia Garfield 1, Siabenhausen & Betty Jean S-lehenhausen Revocable Living Trust, as recorded in County Clerks Instrument Number D197201113, Deed records of Tarrant County, Texas, and being more particularly doscribed In Permanent Sewer Facility Easement and Temporary Construction Easernenl in Exhlbits "A" and ,:U. PFRNIAMENTSEWER fFCI1_ffY EASEMEN 1 AND TEE& OFARY CONS1'RLJCrJUW EASE NDENT ATTACHMENT ADM 2 OF 161 Grantor. for the consideration Paid to Grantor and other good and valuable considemlion, hereby grants, sells. Arad conveys to Grantee, Its successors and assigns, two exclusive, perpetual easements for the construcl�an, operation, Maintenance, replacement. upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as " Eacillty'. The l=acility Includes all incidental Underground and aboveground atlachmants, equipment and appurtenances, Including, but riot Iirnite-d to marihof s, rrrar hale vents, ialera,t lino connections, pipelines, junction boxes in, upon, under acid across a portion of the property and more fully described in Exhlbits "A' & "B" atlached h"to anti incorporated herein for all pertinent purposes, together witi) the right and privilege at any and all times to enter property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgredpng, and repairing safcf Facility; and a temporary construction easement. as described in Exblbits 'A' and u113", attached herelo 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 mcepta rice by Grawee of said Faddy. in no event shall Grantor (1) use the Property in any manner Which inlerfems iri any material Way or is Inconsistent with Eire rights granted hereunder. or (II) erect or permft to be erected wilhin the easerneni property a permanent structure or building, including. but not limited to, monurnenl sign, Pole sign, billboard. bFICk or masonry fences or walls or other structures chat require a building permil. However, Grantor shall be permilted To maintain ar}y existing concrete driveway or road on the Property, Grantee shall bo abligated to m5bro the surface of fhe property at Grantee's sole cost and expense, including the restoration of any sidewafks, driveways, or sirnlfar surface improvements locale upon or adjacent to die Easement which mayr have been removed, relocated, altered, damaged, or destroyed as a resell of the Grantee's use of thaeasement granted hereunder. Provided, however, that Grantee shad riot be obligated to restore or replace irrJgatlon systems or other improvements Installed In violation of the provislons and intended use or this Easement. TO HAVE AND TO HOLD the above -described permanent easement" logelher with ail and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Granlor does hereby bind Jtsaeif and Its successor and assigns #o warrant and forever defend all and singular the easement unto Qrentee" IEs successor and assigns. against every person whomsoever lawfully ciaiiming cr to clairrr lire same. or any part ihereof, 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 28s101118 until the wmpletjori of construction and acc8ptance by Grantee, Grantor hereby bind themselves, Their heirs, successors. and assigns, to warrant and defendr all and singular, said easemenl unto Grantee, its successors and a9eigns, again t every person homsaever lawfully claiming or to claim the same, or any► part thereof. When the context requires, Singular neuns and pronouns inciude the plural, (SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMAWNT SEWER r-ACUTY EAFjCMMTAM1Jr7RAPORARYC:)NiITRUUTLONtAtiF,61LN1 Flee ri61, 7@ ATTACHMENT AW-5 or- 181 G RANTOR: Ga ffleld T, S leben ha usenand Be■y Jean Siebenhausen. as Tr maw of the G e rfield T. Sebenh ausen and Betty Je an Siebephausen Revoca be bang Trust Gaq d T. Sie 6e nhau em Trustees the Garfield T, &eben he usen and Be|yd ea n 5|ebe au�n Rovocable Living Trust � � •z _ 8e y Jean >Oe q\ . arfWeId T. Siebenhousen and Betty S|eb en he usen Revocable, LingTrus , GRANTS: CI LY of Fart Wanh Femandoc m Assistant City Wrager APPROVED AS TO FO M AND LEGAP TY J—A401�^ f�r &A* Assistant City A[Wmey ¥FmeEwg m;k ar HA2VENIMuTEMPORARY cO"SICGFA�3g91 kv. flflizDag ATTACHMENT ADIZ OR 181 A #SNQWiLEiD MEKT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undmignod authority, a Votary publye ita and for like Slate of T'exm. on this clay pamonally appeared Gaield T. Sicbe hairserx, as Trustees Of the Garfield T. Sicbmhaiisen and Reny Jean Slebenhaukn Revetabic Living Trust, known to the to be the same pe on whose mate is sul scribed I the foregoing instrurri nt, and acknowledged to me ?hat the same was the OLct of Ciarfluld T. Siebenhusen, as Trusimm of the Garfield T. Siebcnhawien and 19etty Jar= Sicbcnhausen Revocable Living Trust and That Irelshc enwuted d same ns the act of said Oarfield T. Siebeahau4on, as Trusicas of true Garfiafd 'T. icbenhausen and Betty Jean Sicbenhausea kmrucabie Living Trust for the purpnses and e0mideration therein expressed and itx fire capacity khcrein stated. GJVEN UNDER MY HAND AND SEAL OF OFFICE this a ' day of 3'r ;' Y,nrarY ?�L�sS.. 5ta�s sf 'I�xaa Notary+ Pubho in and for the State of Texas AglLh1OWLEID EMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE II+IiE, the undersigned authority, a Notary Public in 13nd for the Sime of 'Texas, on Ihis day Pcrs011aily appeared Betty ,inn Siebeft=enk ns Trustee of the Garfield T, Siebcnhammn and Detty Jtan Sicbenhausetx Rovoeabie Living'frust, kmwn to me to be the slime person whose name is i;ubscdbcd to the foregoing inscrumgr ,E, and acknowledged to me that tie some was the act of Garfield T. Sieb hausen, as `l'rust= of the Garfield T Siebmihausea and Betty Jean SiBbenhausen Revocable Living -must and That Ws:he executed the some as the act of said Guriield T. SiebenhausOr4 as Trustees of Lhc Garficid 'r, Sinbenhamen and Betty Jena Sieberlhaur}en Revocable Living Trust for thr. purpo.�es and consideration rh=in expres"d and in the capacity thereni stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2l?j-j. ROSA �S j�Y� ,0.; r1Fy Pk �W� ,.%, ol'.'xxd-i 1 �!f S::}'r: +1r � lI7•FFS 1 lY l� L�4 Gcr�uei 23, 2�1�1 � — Kota Public in and r the State of Texas irE14lMMENT SEMR FAULf7Y EA5EMENt AND TEWPORARY COWTRUGnON E!ASEaNiENT Raw- 0$46 9 ATTACHMENT A03-5 5 OF 1.01 ABCMCNOVVLEDGF,ENT STATE OF TEXAS COUN ry OF TARRANT § BEFORE ME, the undersigned authority, a Notary Pubktc in and for the Slate of Texas, on this day personally appeared Fernando Costa. Assistant City Manager of the CIly 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 sane was the act of the City of Fort Worth and that helsh8 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. L GIVEN UNDER MY HAND AND SEAL OF OFFICE this. day of 201L, i iota�r�yPublic in and for the State oT Texas ti� 4�vr=:,���UIIAI �ftf$Fi�S PERMA "TSEWERFACIUTrUASEMCNT NQTEMIPOAARYGprqPSTFtUC'ri4NEA3E&4ENT Rcc. ,DG20Q� ATTACHMENT A03-5 CF 181 EXHIBIT "A" Being a 40 feet wide permanent sanitary sewer easement situated in the Shelby County choot Lard Survey, Abstract No. 1375, Tarrant County, Texas, and being a porifon of that certain 4 3.635 acre tract of land conveyed, to taARFIELID T. 31EBENHAUSEN IAND BETTY JEAN S I E13 E N HAU SEN-TR U Trzr:S OF THE r2ARFIE LD T. S IE8ENHAUSEN A140 BETTY JEAN SIEBENHAUSEN REVOCABLE LIVING TRUST by warranty deed as recorded in Tarrant. CountyClerk's Instrument Number (T. , ,1.No.) D 197 01113, Deed Reoor�ds of Tarrent County, Texas (D.R,T. .T.), said permanent sanl.tary sewer easement being Derain more partic;ularly described by metes and bounds as follows: BEGINNIN 0 at a point on the north property line of the said 4 3.6 3 5 acre tract, same being the south property Ifne of a 30.748 acre tract of land conveyed to Southland Contracting, Inc. by warraoty dead as recorded In T. C. C,I-No. D 0 13 791. L),I .T. C.T., sold be inning poinI being located South 89°48'09' West 849_80 feet from an aIUminurn T.E. . 0. disk In concrete found at the northeast property corner of the said 43-635 acre tract, said beginning point also being on [he west edge of an existing 20 feet wide Permanent Sanitary Sewer Easement dedleated to the CIty of Fort Worth by need as recorded in Volurne 5260, Page 534, D.R.T. .T.; THEN C E South 2203 ` 8" West. along the said west urge of the existing easement, a distance of 916. 3 feet to a point; THENCE SuLr1h 2°46"33" West, continuing along the said easement edge, a distance of 4.37 Feet to a point on the south proporlly tine of the said 43,635 tract, -same being the north property Ifne of a 61.526 acre tract of land owned by Cynihia A. St Louis, said tract being described fn deed as recorded In T.C.C. I. No. D206133412. D-R-T. .T-; THENCE South 89006'56" West, along the said property Imes, a distance of 43.67 feet to a point, said point toeing looted North 89'06"55" East a dis#ancc of 12 53.12 feet from a 11 " iron roil found at the southwest property corner of the said 43.635 acre tract,, TH E NC E North 22'46 33'" East a distance of 1.83 feet to a Point; THEN C E Nur1h 2 "35'58'" East a distance of 8 - 66 feet to a point on the said north property Ifne of the 43.635 acre tract, same being the said south property fine of the 36.748 acre tract; TH E NC E North 89°48'08" East, along t he saA property IInes, a distance of 43-39 feet to the Polot of Beginn.ing containing 0.846 acros (36,840 Sq. rt.) of land more or less, FERMANFrP WAT EN FACE, Fly zA5EM[NT AND TE MPQnAp ? CON iFRUC TION EAS EMI rN T rs2 w2i f 4 PARCEL 2 — Pg. 5 of 7 ATTACHMENTAM-5 OF 7al EXHIBIT "B" Being a 25 feet wide temporary construction easement situated in the Shelby County Schaal Land Survey. Abstract No. 1375. Tarrant County, Texas, and being a portion of that certaln 43.635 acre tract of lead conveyed to GARFIELD T. SIEBENHAU EN AND B1EM JEAN 51EBENF AUSEN-TRUSTVES OF THE GAR D T. S1EBEN11AUSEN AND 13ETTY JEAN SIESENHAUSEN REVOCABLE LAVING TRUST by warranty deed as recorded in Tarrant GounLy Clerk's Instrument Number (T, , ,I,No.) 0197201113, Deed Records of Tarrant County, Texas (D.l .T. .T,), said temporary construotion easement blind herein more particuIad y described by metes and bounds as follows, BEGINNING at a point on the north property line of the said 43,635 acre tract, sarne being the south property line 61f a 3 6.748 acre tract of Iand conveyed to Southland Contracting, Inc. by warranty deed as recordo in T. G.C-1.- o, 02.09133791, Q.R,T. C .T„ said beginning point being located South 89°4ew" West 8 3.19 fact frorn an alurnintim T.E,S. 0 0. disk in concrete found at the northeast property corner of the said 43-635 acre tact; THENCE South 22°35" $" West a distance of 8 .55 feet to a- point; THENCE South 2204 '3'3'" West a distance of 21.83 fe.et to a point on the south property I I n e of the said 43.635 tract, same being tine north property litre gf a 61.526 acre tract of land owned by Cynthia A. St. Louis, said tract being described in deed as recorded in T.,.I.1o. D2401 334'12, D-R.T.C-T_; TH E N C E South 89'08'5 "Vilest, along the said property litres, a distance of 2T.29 feet to a point, sail point being located Forth 8 °p8' 5" East a distance'of 1225.83 Feet front a 112" iron rod found at the southwest property co€ner of the Bald 43M5 acre tract; THENCE North 2°46'3 " East a distance of 32.75 feat to a point; THENCE North 22038' 8" East a distance of 889.11 feet to .a point on the said siorth property litre of the 43.636 acre tract, same being the said south property line of the 36-748 acre tract; THENCE Narth 89"48"08" East. along the said property lines, a distance of 27,12 feet to the Paint of Beg Inn Ing containing 0.529 acres (23,042 q. Ft.) of land mare or less. PERY.iAReut WATER FACILfTY EASE M ENT AND ThWPORARV CONSTRUCTION EASEMENT MudrA i l PARCEL 2 — Pg. b of T ATTACHMENT AM-5 OF 181 RJ PLAT OF EXHIBITS "A" frBrr SSE A MOY0 LEG'Al zw-5cRip &W CVV pAoEs .5-5 OF E"#Ayrs 1�1 "eke "&" E7P ' J6-748 ACR 5' SUi1M4AND C�WTPACTMV, INC I r, C C. f Na, D.�09 rjj7q r j9_ R. r C.1. 4,3 6335 A CRE5 (DEED) j r GARREZ D T. SIEBENHAUSEM & BETTY XAIV SIEBEN AU, 'E 7RUS7EFS OF THE GARRELD T. , YEBENHAUSBN ' BETTY MEAN MMENHAUSEN i RFI+ CA&E LIWNG RRIJSr I I T. C,1 o_ D 1972071 Q i D.R. T . T. + li cAO . Z" .0 r, c.497 J I 1 F_ 1v r " ''Vo' ADZ t-rfT AnP-fVl I 1 0:-646 ACF (36,646 .Sq. — J. W. EY0481T '�?- 25 " W10E rEMPORApy CONSTRU rrON EASEMEW C,529 ACRES (23,042 S`0. rT 14G' 280' iiii GRAPHIC SCALE IN FEET I" 7 40' y L2"- 122 .83' / P, O, 8.]/I I � E�1'h+16Y1,�L ...1, IMN. FiFY. Ca :715k W c(.Y,Ar`. •4 OJ wr-sr R 0. w LOVE or Co., a c ertsca_ p-0'w.) ac. M511 F 1 JT76 � citr L4F FORT oY[ RT?v Dr. 20' P-rPhMNEw stiviIARr S CA-9r 7N VJr Ml , M$0' PC .5-w 0,RrcT S2 '4 "M V 4„ 37' L2 S,99 46',*5-W 4J 6 ' LJ M224s'JJ7- 2LSJ4 44 89'4B'06Ir 4J.M O N2 I46 R J2. 75' f T 89' '0V'E 27 1 ' / L � ARSTRA r s,_ 1 J75 LI TAIL If C'WHM A. ST- i 6yfN.c TCC1.A+j,, D-�0611341,y D.R-TCT NDTE- Tkr BASIS or BEAMNOS FDR THIS SIJPWV +S NAD63 14ORTH TEXA5 CENTRAL ZUNE- ALL DISTANCES SHOWN ARt SURFACE AN] TAKY SEWER PARAI-LEL RELIEF MAN- 57 PARCEL NO, 7 suRvEIn- SHEor catsr'r 5C5Hp CARD wRvcy. AusmcT Nu tl37,F LM,A�PON!'�pVir & ERFY �FdRf��#•q�TIN, TARR�ANr CRES �yO�ynyAr�r, jrJ as r 1 98 y } PACE' } OF 7 OATF:-tkB-II} Cr G D Q. �lCAB fRC 8�� f1-J1# S7-1nILAG CA.Eei{ ell SF'C �R AS0+C„ WC JD9 Fins sPPEEr. 3u)FE 73, nkisa Tx 76G.T9, P�71 617-28,_ZJ55 FAA' 817- � 9F .• 'EMAUN ;SPOONER ... ...4.183�: ,,.. ATTACHMENT AD3-5 l; OF 181 l gr &ahwi&a UEerrsOn1 Page I of 1 Document Receipt Information Rn ems c Number VAL18- 7M0G Da aIs . Easemnnir I n!rtr u mentNum No Date: cAnky: FM: I2D12§ A -- 1I :00 AM I C H M E NT A � http2Avww.efxchan,gr-c,ar�Ul/Vk»Recei . ?Docurmnud=467 !4 4114MIIOFIm a. Page 1 of 6 y D218155786 IMM154_68 FM IIGS 9 Fee. $38,0a Submittar, Se. RE ORt IN{i4 OLVTIONS t;tekr*onlcallyRecorded byTarryNOournlyClark ira011ictalPubdtcRecerin � �e&.4ox � Mary Wui5e Garcra N -122t MAIN-267. PAR7 2 - UPPER AND MIDDLE VILLAGE CREEK SANITAMY SEWER purust N 6 4369 Rendan Road M. Hunt Survey, Absteact No. 762 & H. Little Survey, Abstrw No. 930 Ta iraint County, Texas STATE OFTEXAS § § KNOW AU MEN BY YrF ESE PRESENTS COUNrY OF TARRANT § ALAMO TITLE GOMPANY P ER AANT SEWER PACiuTy eAslei'h1ENT J DATE: My 15, 2018 GRANTOR, Marguerlle Maria Klock GRANTOR'S MAILING ADDRESS (Inoluding Courtly); 3417 !-lolly Rend Dr., lank 29t2 Fart Worth, TIC 781118 RANT EE., CITY OF FORT WORTH ZOO Te AS $MEET PORT WORT14, T'IARR NT COU14TY, TX 70102 COF+,t8FLlE ATION., Ten Dollars ($10.00) and 01bor good end valpal� eansidomflort, the Mwipt and s>iftlency of wtrfch fa haraby acknowledged, PROPERTY. Being more partloularly des crfW In the attached ExIiIbIb "A," Grantor, for (e condlderalfon paid to 0raMor and other good and valuable consideration, hereby gr-Ants, sells. and conveys to Grantee, its succueaors and asslgnm, an exclusive, porpetwi easement for the ❑onslre,ctlon, operation, malntenanoo, replavemenl, upgrade, am f0pah of a Perwinont 9swair line Fec*y. horoaiter rekwrml to as "Facility`. The Foclllty hcludes all Irreiderttelundegruundand abovegroundattach ts,egUapmentandappu"nwn,".Including, but jict limited to manholes, manholo ver , lateral line cmnWions, pipalines, ]unction boxes In, upon, undfJr and across a } roan of the Properly and more feplly descrlbecl In Exlilbit "A" attached hereto and to orporalod hereln For all r}vr#lnent purFosas, tap1hw with thu ri�lnt urea privilege at any and all t Gmea to ontsr Proparty, or any part thereof, Yor 1hiq puepasa of constwoling, operating. MatnW1111 9. teplacfngr upgrading, and repairing isald Facility. P811MAM Rr 05VIER FAVU7V W 11MUT Rw, MW -- ATIACAMENTAM3-5 11 OF 181 CPN -1227 MAIN-267, PART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY SEWER Parcel # 6 4369 Rendon Road M. Hunt 8 urvey, Abstract No. 762 & H. Little Survey, Abstract No. 930 Tarrant County, Texas STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § MIRTHALAMO TITLE COMPANY F �d 5 PERNIA EWr SEWER FACILITY EASE DATE: may is, 2018 GRANTOR. Marguerite Marie Kluck GRANTOR'S MA I UNG ADDRES (including County); 3417 Holly Band Dr., Unit 2912 roar# Worth, FX 76116 RA CITY 0 F FORT WORTH 200 TEXAS STREET FURS` WORTH, TARRANT COUNT`, TX 76102 ONSIDERATIUhl: Ten Dollars (s10.00) and other good and valuable ccns#deration, the recelpt and sufficiency of whIch Is hereby acknowledged, PROPERTY, Being more part]cuIariy dcscribod In tha attached Exhlb1b "A,,' ralntor, for the consideratlon paid to Grantor and other good and Va4u'Ee consideration, hereby grants, selk, and conveys to Grantee, Its successors and assigns, an exclusive, perpetual easornerrt faf the constructlun, aperaticn, maintenanoa, replacement, Upgrade, and repair of a Permanent Sewer Lure Fadlity, hereafter- referred to as "Facility', The Facility includes al incidental underground and aboveground allathments, equlpaisnt and appurtenatrc s, including. but not Jimill:W to rrtanllo;es, manhole vents, lalefal IIne connections, pipe Ines, jualction boxes In, upon, undea and acrass a lawdort of the PFopea.#y and more fully descrlbod In ]rxhibit 'N' attached hereto and fncofpwated heieln for all partinent purposes, together with the rJgnt ancr privilege at any and all t1 mes to enter Property, or any part thefeaf, forthe purpose of construcftng, operatlrig, nmaintalning, replacing, upgfadirtg, and repairing said Fa]ciii1ty. PEI{1.1AliEw SEWER rm nay EA rA-mc 1t POW. 10117M rAb iTACWMFNT Ap3-5 12 ()a- 101 In no event shatl Grantor (1) use the Property In any mariner which interferes in any material way or Is Inconsistent with the rights gratrted hereunder, or (11) erect or permit to be erected Wthirl the easement proporty a perm i8nent structure or building, inctudhng, but not limited W. rnGnument slgn, pofe slgrr, billboard, brfok or masonry fences or walls or othar structures that require a butldIng permit, However, 0ran tcrr shall he permitted to lnsta11 and maIPteln a concrete, asphalt or gravel driveway. road or parking ]at across tha Eaoernent Peoperty. Grantee sbaJi be abilgated to restore the surface of the Property at GranteWs 84a#a cost anti expanse, Inc€udIng the restoration of any sidewalks, driveways, or slmIlar surface Irnproverments located upon or adjacent to the FaseRio nt Tract which may have been removed. relocated, altered, damaged. or destroyed ais a result of the Garantee's Lisa of the epsernent granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigatien systems ar other Improvernerits installed In vlotatlan of the provisions and intended usa of this Pawment, TO HAVE AND TO HOLD the above-disevJbed easement, together w10i all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor sloes hereby bird Itself and its successor and aWgns to warrant and foreveir d9erd all and singular the easement unto Grantee, Its successor and assigns, against every person whomsdever lawfully claiming or to oralrn the same, or any part thereof. When the context requires, singular nouns and pronouns inc [tide the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] GRANTOR: Marguerite Marie Kduck PERMANENT SFVUF.R FACIirTY �ASWENT Rtw. 10f17117 TATTACHMENTAM-5 13 OF 181 THE STATE OF TEXA 00UNTY OF TARRANT i L� GRANTEE: City of F4�ft Worth By ( re): - — (pi' W NA 63�O- �C�4"T{r le APPROVED AS V�r AND f.E AUTY (5 ign ature) (Print N.9 a gtA!#,Wt R It y ACKNOWLEDGWNT BEFORE ME, she undersigned aulhority a Notary E'ublio in and Eor die State of Texas, on this clay persons IIy appears wn to me to he the saute parson w]Lose ❑a is subscTibc 3 to the fbmgoln instrument, and acknowledged to me that a same was the act Of nd that halshe exetuEed the same as the act ofsai-d cL� p ses and considoration [herein exprcased and in the capaoyly+ thereb-P sta GIN UKDER MY HAND AND SEAS. OF OFFICE thus 1,54 4 day of Fj.)� / Jf4t'i4T P+3LL - t#ry P.bLic, swe c1 Texfe o ubiic, i11 and for the Stnte of Texas %-134020 Acre EDP MEN REiiNMEi1T SEWER FAIGIUTY EAy&EMEM Mew_ tali f117 QRM ATTAC HMEN7 A03-5 1A OF w STATE OF TEXAS GOU14 Y OF TARRANT BEFORE ME, the 4inderslgned autlicr ty. a y PHo in and for the State of Texas, on t xis day personallyappearedotaru of the City of Fort forth, known to to be the same pavan i�ihose name 1s su cribed o the foregoing ilistrument. and acknowledged to me that the sa no was the act of the C lty of Fort Worth and that helshe executed the same ss the act of the City of Pod Waith for #ire purposes and consfderation lher In expressed and In the capacCty theraln stated, GIVEN ONDER MY HAND AND SEAL OF OFFICE this day of 20,6, { N tar} Publfo In and for the Stale Texas �i'}�'k�� MAiii�48. SJIhIC�I 4 iY;`�:` Myl�Odrfry��#?�5I}i90 Expo as Gacambrrr 10, 2021 PN -i 27 MAIN- 67, PART Y - UPPER AND MIDID LE VILLAGE C REEK SANITARY SEWER PPRrLNENTr 5WWa VM110rY E-AgFMENF Ray. UP117N7 WT�{,Hrdi NT!wt}9-5 15 OF 181 E HfHIT"A" Being a 40 feet wide permanent sartilary sower easement situated 1n the M. Hunt Survey, AbrAract No. 702 and the H, t.11lia Survey. Abstract Flo. 930, Tarrant County, Texas, amd be€rr9 a portion of that certain tract of tend conveyod to MARGUERITE MARiE KLUCK by fn8trumiant as reaafded in 0>iume 44, Page 101, Probate Recards, Tarrant County, Texas (Probate R.T, C.T.), said permwerit sar3itAry re of easerent being freratrr more particrrlatrly cllescrl bed by metes and bounds as fellows; BEG INN ING at a poitlt err the north propedy line of the said Knack lraot. 88Me be€ng the south property 11na of a iraot of land Men tiried -as 'Tract One", oanveyed to Saran Homes. LF, by dead as re riled In Instrument D21 MO1 8. Deed Records. Tarrant County Texas (O.R.T.C.T,), s4id beginnIng point being tocated Santh 99"2929" West a distance of 397.74 feet from a 112 filch Iron rood found at the northeast property oomer of the 6aid Fduck tract, said beg] nning polnl also being on the west easement Itiie of an-- fslkq 20 feet wide Pefrnanent Sanitary Sewer Easement. dedicated to the Qty of Fort Worth by deed as reconJed In Volume 52t34, Page 552, D.R.T.tr_T_; THENCE Soutar i6' 5VI V' West a distance of 0,39 (eel; THENCI~ oUth' 15'44'5W West, A g tiffs salts i vie easement sure, A distanca of 1.456_67 feet to a point on the wesI property line of a tact of land conveyed to Texas ElactrlcSimi" Company (T., .S.CO,) by deed as recorded to Volume 35444. Page 69. D.R.T.C.T., now owned and operated by Ortcos Electric, Delivery Co., t_LC.; THVNCr= South 29124'52" We along the said west properly litre, a distance of 308,33 Beet to the awtheest properly coiner of a tract of land owned by Marguerite Merte KIucl[ acwrdIng to Probate Cause 0 88-373-1. Probate R.T,O.T., Bald tract being deeoribed In deed as recorded ifr Volume 1339, Page 522, O.R.T.C.T„ saW properly corner being tyre north property corner of a tract of land conveyed to Texas Electric Service Company (T.E.S. CO.) by deed as recorded [n Volurne 3 54 3. Page 599, D.RX.C.T., now owned and operated by Oncor ElecSric DeliveryCo-. LLB; THENCE North 46'07'40" West, along the south property Tina of the said KJuak tact, Volume 44. Page 101. Probato R.T,C,T.. and along the north properly lima of the said Klu4ok tract, Probate Cause # B"7 -1 Probate R.T,O.T., a distance of 40-96 feet; THENCE NaM 2V24'5 " East a distance of 294.66 feet: THENCE Nadh 15W53" East a distance of 1,442.59 fit to the satd north propeuiy line of the said (Cluck kart, vniume 44, Page 101, Probate R,T.O.T., same being the said south property litre of the onta Homes tract; TH S NG E North 89°29'29" East. elaftg the said property lines. a distance of 4-1.56 feel to the Paint of Beginning containing 1.609 acres (70,092 Sq. Ft.) of land more or lass. ................. me S. SPOONER .v; Ze2. PERMANENT SPARER FA(%0.1'fY EAREMENT Aw. Mwe ATTACHMENT AI}3-5 is OF 101 PLAT OF EXHIBIT "A5p 11� ?2,q / F f�1��4}},N��� C��U.J��}}f0/� COMS'�N! �,�yr r�yl,� /Y1O Y*4K+ �iTf! YA r TWq M?i la TAX, 5VRV4Y D Vl9 J,9Z 7 fC'AA I J5+4mw—', VARM&E MtPORARY 'CN: R C�70N E.4S'E 0 903 ACRES (J9,34 s MARGUERIX MARIE KL PROBA TF R, Tr, T. S NYMRY SL-MR EA SEME 1.609 ACHr_S (70,092 SO. FJ u 250' 500, Inc liGpvr �; GRAPHIC SCALE IN FEET 1" 250' AMRWfRffr AmRlt k !xA ?RG44Tf CONE f 88--J7J--1 PArm 7E dq, To. r Wt. JJM PG, 522 2924 VC ,e 7" N d8V7140 l 4 a WIDTH arr or mRr wmrN IIOt. 5264� Va $52 IK a � � �{7GVNlE ,SgU1RE�r VVL, 44, PG. FOY R,4O&I Tf R. TC, T. rtP�°hDJCI�rAI .70RVry fJlVw' 94.66' S 974 :52 mW Moor? ELECTAYC mrvjmr Ca. irc maraca aaw.) VM. JA4A Fo 59.9 O-#,rv.l. NO'W-' 174E FiA!RS CW K GS FOR THIS SURVEY IS NAM N09'rM %XAS- CENTRAL ZMr:, ALl ? 0STANCES SOWN ARE SURrAOE. SA NITARY SEWER PARALLEL IZETA EF MAM-2 5 7 "lR E€ 4. HLWT nwVEY A85"MACr Nn JS�? A fi. 40TFLE 5tRV€Y, ABSTRACT Flo, 930 6HQLE' PROPERTY ACl tAG.P, E�CAQ DATE: 019-29-17 CHECKED Or . E-'M LL'_ b#rh42D-id7b7- -. C� SPOi7t�iR sir ,45�SF7 �N 'J0�el WRS STET, SUITEQUO, ELAM Ty 78WV,- 'Ph 417-Off-fl,48 •rrACI-IMENT A03-5 17 OF lal Page F o 6 5 132161 S57V 1JiitT2018 40 PM PPS is Fee: VaDo 6ubM1Iter, 05C KRE'CORDING SOLUTIONS Elecironlca Ily Renarded by Tarrant County Dlerk In Oi QWI F ublIc Records k Mary�ouEsr*$rcTo C PN �1227 MAIN-267, PART 2 y UPPER AN ID MIDDLE VIL.LAOrc C EEK SANWARY SEXIER Parcel 06-TCE 4369 Renden Rood M_ Flunk Survey, Abstract No. P32 & H. Little JSUrvey, Akbs#rau t No. 930 Tarrant Coun(y, Texas CITY OF EQR 7 WOBIti TE-MF4RARY CQNISTFtl.IC 011115=ASENII~NI DATE; May 15, 2078 {GRANTOR: UarguerKe Marie KJuck GRANTOR'S MAIL ILO AODRESS Qnclu6Ing COUMy)' 3417 Holly lend I>r„ Unit 2912 Fort Worth, Tx 7611 aRAhlTEE. CITY OFF PORT WORTH GRAWErE'S MAILItAG ADDRESS (IrifJuding ounty): 200 TEXAS I T. FORT r ORV, TARRANT OUN- Y, TX 76102 ALAMO TITLE COMPANY F O 1 0 YZ, k ONSIDERAI WN. 7en Quilara ($10.00) ono othor good arid va3tiable conslderatlan, the r [PI and sAcl ocy ofwhkh Is hereby acknowledged. PROPERTY: Being morn partluutarly deacribod In attached �xhlibllx "A.' Grantor. fvr the ctx tsidorailicn pal€i to Grantor, hej.,eby grant, berlain and corw)y U111D Oralue, its successors and kausiRns, the use and passage In, over, aad across, below and along Ihu Ea$ement Prope4y sltwited 1h Tarrant Counrl , Taxss, In accerdama with tho legal dilscriptlan wreto attached as Exhlblt W. and Ingress end agress ova- Grardoes prepert to the assament as shown on Exhbll °' % It is furtinor agreed iRrtd understood that GranbBa will be permitted the use of uld Fasemiant Propwy+ for the purpose of tai3 ir►ictlog a Wnimueut se* ter Une_ Uppn cornpleoon of IMprovements erid its arceptancs by Grantee, all rightti granted within ttto do &Crlbod Temporary onsln,r jav Easement shal coaso. 'f44pbriq 04nAr Ctij1%ftrmw IVw70 ArTA_CHMENT ADM 18 OF 181 PN 4227 MAIN-267r PART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY( 8EWER Parcel #6-TCE 4369 JRendon Road M. Hunt Stirvey, Abstract No. 762 & H. Little Survey, Abstract N0. 930 Tanrant County, Texas CITY OF FORT'4VCi"H JEIhi1PORABX CONSTRUCTION EASEMENT DATE- May 15, 2018 GRANTOR; Marguerite Marie KIuck GJ,ANT R'S MAILING ADDRESS (kirk idling County): 3417 Holly Send Cyr., Unit 291 Fort Worth, TX 7611 O#,ANTEE; CITY OF FORT FORTH GRANTEE'S MAILING ADORESS (tncluding County)- 20D TEXAS ST. FORT WORTH, TARR ANT COUNTY, TX 76102 ALAS T(TLECOMPANY GF ra ONSIDE RAT 10N-1 Ten Ooflars ($100 00) and other goad and valuable oonslderation, the teceipt and cufficlency of which Is hereby acknowledged, PRO PERT` , Being more particularly described in attached ibitl "A." Grantor, for iho Cron sfderabon pa Id to Granlar, hereby grant. bargain and convey urAo Grantee, its saocessors and assigns, the use and passage In, over, and across, below and along I" Easement Property situated In Tarrant County, Texas, in accordance wJth the legal descrlptlon hereto attached as ExhiNt "A" and Ingress and egress over Grantor's properly to the easernerd as shown on 2xhibit "Aw , It Is further agreed and unders#apd that Grantee will be permitl6d the use of said Easement Property for the purpose of canslructing it pe rmancrit sewer line. Upon completloln of Improvements and Its acceptonce by i3ralitea, all rights granled wtlhln the desrrlbed Tempvfary 0onstruclIoD Easem ent shall cease. rton3po ry Curmv kci hL�wo aml M "A7 AFt�+1EA17 AI)3-5 19 Or ial TO HAVE AND TO HOLD the above described Easement Property, together with, all and ingulor, the rlyh#s and appurtenances theratn In anyway belonging unto Grantee, and Grantea's rauocesaors and asskgns until the oornpletion of consff+xctfon and acceptanca by 0raMae . Granter hereby bind themsielves, their heirs, succassors, and 4ssigns, to warrant and defend, all and slnplar, said easement unto Grantee, its successors and assigns, against every parson whornsoevey lawfully dooming or to cairn the same, or any pairt thereof. [ I I` XrU Efr APPEAR ON THE FOLLOWING PAGE] I'UFffl6i' CGui WW1onUWMIJIM Ml NL? R)PTftUR. TACFIMENT AD-3-5 20 OF 181 GRANTOR: Marguerite Dario Muck GRANTEE. City of fort Worth B {ig�ti�f�ire}: (Print Nanie; irae � ►h r r APPROVED AS ryORM AND LEGAL]TY (Print Natne)JOU1 98nn9t.ICRylftM[ ey A KNQW�EDGFMt;N STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the andaWgned authority, a Notary PublIc In and for the State of Texas, on this day personally appoar , known to rna to be the same person whose name la S U bscrlledfio the foregoing instrument, and acknowledged to me ihEat the Barrie was the act of and that Wshe executed the same as the act of saki 11far the purposes and consider,8tioo the rear; a rid and In th45) capaolty the rein 51ated. IVEN UN DER MY HAND AND 8 FAJ. OF OFFICE this I 91A . day of xy�,nrla�, JANE7 BALL yti,�Mrx rc,�+S. ti jNvisrg putpk. 31o10 of TOM s 3 , COMM. ExpirMw lo.13.2020 'a,�rtti Noll I� #?071 lomp"myNowdtil nRuemerK WPM hio ry hltr, In and for the State of Texas -1 TWD7 RACHMENT AD3-5 21 OF 181 ACKNOWLEDGEMENT STATE OF TEAS 5 COUNTY OFTARRANT BEFORE ME, the undermfgried authority, a Notafy Public In d fas thek Stato of Texas, on this day persnnall appeared �d Ins a�� [&Ij�af the City of Fort Warth, knov�n to me to be Ira sane parson wltiose names is su scriba o [ho (iorego Ing Instrument, and acknowWdged to me [hat the same was the act of the City of Fort Worth and that helshe executed line same as the apt of the City of Fort Worilh For the purposes arid donslderMl6n therein expressed and in the cape lty therafn stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this q-t- day of —, Yoe Piubfieln and #as the State of e7�&� ' e% MARKS. SANCHEZ My t' bry ID M 2 , &WO ' *rtaOudrnb& Temipunly COMuiphnn �nirzj�ni WVL7ll7 TAWIMF.NT ADDS 22 OF 181 EXHIBIT "JL" Being o v$rtabfe widfh temporary aerrstr€actic€r easement riituated In the M. hunt Survey, Abstract No. 762 and the H. LIM Survey, Abstract No. 930, Tarrant County, Texas, Qfld being a portion of that certain tract of land oopiveyed to MARGUEiRtTE MARIE KLUCK, by ImMwniant as recorded in o[urne 44, Page 101, Probate records, Tan -ant Calmly, Tars (Pro bale R,T.C. T), saW lemparaty censtructlor5 eosement being herein morn pariiCtilady descrlbrsd by metes and bannd9i as foilvws: BEGINNING at a point on the north property Iine of the said Klock tract, same being the south property line of a If act of lend idWifled as "Tract One". conveyed to Santa Horne% LP. by deed as recorded to InstrumenI D2162201.38, Deed Recerds, Tarrant County Texes (D.R-T.C.T.), said beginning polnI being located Svu[h 89W28" West a distance of 439.40 feet from a I inch Iran rod found at the northeast properly corner of HT& said Murk tract; THENCE South 15'4 4'53" Was a distance of 1.442Ba feat to a point; THENCE South 2924' 2" Waral a dlslar}oe of 294.e6 feet to a point on the south property line of the $aid K[tick tract, Voltirrie 44, Page 101, Probate R.T.C1.T., came being the north prop" tine of a tact of iarid awned by Margue€ite Marie Wuck according to probate Cause 9 88 73-1, Probate R.T, .T., said tact being described In deed 8s recorded In llofurne 1339, Page 522. D.RT,D.T„ THENCE North 48`07'40" West. along the: sold prDpefty lanes, a dislance of 1024 feet to a point THENCE! North 2g°2d'S2" East a distance of227,77 feat to a pQEnt; THENCE North 15°4453" rust A cliSWIC s of 1.495.79 reet to a point on the said north properly Ifne of the said Muck treat, Volume 44, Page 101. Probate R.T. -T_, samo being the said south property Ifne of the Sents Flames tract; THENCE North 84}"20'29" Fast, atong Iha said property tines, a distance of 26.04 feel to the Pnlnt or Beginning cantainIng 0.903 acres (39,342 Sq. Ft.) of Iand more or less. 1 1rEMiPQRARY CONSTWiCTIOR FASFMMT sloe, op MO OF ? rl s JIL - ATTACHMENT A03-5 . n OF 101 9 4 FLAT OF EXHIBIT, "A" — p T, I ck L�fmmd7 shwy, cam snym 1 SWM; ' i .C. a M1bWJ1Jr3 { 1JfHIW "VARMBLEi�#+AWHTEMPORARY (-V,.Y42 50, FT) nor 19.Y�E MARGU 1TE MAR VE KLUCK Va— 4 ,� PG. 101 Ph'QBA TE R. T. 0 r a 1,442.59 sR �lr 1.6'ACRES o,092 SO FT), ' , , Rwr GRAPHIC SALE IN f 1' _* 250' AMRGUERME A"W KLUX PxRWA7F CWSr j 6'&--J7Y- PRi' rCY ILL IM9 PG 522 ,aRrr-r , .2 77' R 0 1Y • Ps�T� Ir � T: . - �1ppR�l`AkGgT1��S1.bPl2�Y LWf' f 94-6e 1 9'5 tl19.�F,' �14+GR Er �' fit. fLG Ra AG 9 &R. r C. r. 4+ As- fff ;+L� err r IYPOJPl7f Vol. 5264; P& �rercr NOTE: 'A-M: 9AS{S OF 8C.AWNG5 FOR THIS SURREY 15 NAID5,3 NORTH PEXAwS CENTRAL ZC44C. ALL DISTANCE S SHOWN ARE SURFACE. SANITARY AR EWER PARALLEL R LT ATN-257 sr " AssMACr Ito, 7&Z & J4, UrME s;RYL-Y, ABSTRACT N4x Zo LOCAMMt CCTV f? PORT WORTH, TARRAMT C 1NTY. TEXAS 411101E F PERrr Ate: I EX' MO Ta A" & 09' PA&E T OF 7 08-29- 0F� r •'site �.•i�c��� ATTACHMENT AD3-5 24 OF 181 S } Paige 1 of 6 t 02181$5703 TIND1I17:49AM PG96 �00: $30M suhmitrsr. GSC ERECO DI'NOSOLUTIONS ElectrunEoal IV FRewrded by Tarrant County Clerk I ri Cffidc�l Public R Ica rds Mary EA+a i9e Garda CPN -1227 MAIN-267. PART 2 - UPPER AND MIDDLE VILLAGE CFUEEK SANITARY SgWeR Parcel # 9 069 Rondon Road H. Little Svrvsy, Abiairact No. 930 City Of Fort Wortk Tarrant Oou*ty. Tex TRITE OF TIC} S § 9 KNOW ALL LIEN aY THESE PRESENTS COUWrY OFTARRANT � ALAMO TITLE ,()MpAN CITY DF i~ FtT'W R , PERMA[+ ENT.$EWER FACILITY EASEMENT DATE, Rw 15, 2D18 GRANTOR: Marguerite Marie Mak GRANTOWS MAILING ADORE (Irtolucinp Du*); 3417 Holly Bend Dr, Un1129 2 Fort Worth, TX 76110 GRANTEE: CITY OF FORT WORTH 200 TEXAS STiRIREY PC) R ' WO TARRANT 00UNT , YX 761Q ONS)DERA110N: Ten Dollars (S10_0G) and ether good and u.alualale oonalderatlon, the receipt and suf r.lancy of which is hereby Aanowfedged. PROPER' Yr Being more part fcuiefily descrdhad in the attached Exhlbits "A" and "13"_ 0rihntvr, for the consideration paid to Grantor and other good and valuable wnafdgrstfon, hereby grants, sells, end convoys to Grantee, 11% snccesacrs. and ai5elpns, are exoki8lve, perpetual etOnMent fQr f$ caMt 0ivri, cpexetlorr, frlulntepanee, repfamment, upgrade, and repaiv of a Permanent Sewer Line i=a6llty, heitafter retermd to e4 'FacAy". Tire Fmciflty Includes all Ind&ntal underground and a b oveg round offachmen", equipment afid appurWnancee,. Inciuding, but not. JImIted to manholes, manlwAa veole, ieteraf line conneotlnns, plpdifnes, J+jnOon Foaxew In, upon, grader and accuse a portion of the Praperty and mare fully doay. lbed In Exhlbf!'A' and mR. attached hereto eiid Incorporated herefn far all pertinent purpvees, together with the Oght and p rl+rllege at any arrd all tunes to an [or P�apertyr, or a ny part thereof, For llio pL po $e a r conatiudil no, op,E�rating, malntaining, replacing, upgrmung, and repaildr+g Id Far -Pity. KRW6NERTHEWErFAMry EAS WPM lum ImlFir m4pm Aj7I CHME=NT AD3-5 F,x` OF 181 CP N -1227 MAIN467, FAIN 2 - UPPER AND MIDDLE VILLAGE CREEK SAWARY SEINER Pao-rel 19 4369 Rendon Road H. Little Survey, Abstract No. 930 City Of Fort Worthr Tarrant County, Texas STATE OF TEXAS 5 KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT ALAMO TITLE COMPANY F4�LI ' - CITY QF_FORT WO i H PERMA4h1 MT -SE BIER FACILITY 5SA EM1=N DATE: May 15, 2018 GRANTOR: Marguerite Made Muct GRANTOR'S MAILING ADDRESS (Incluclag Cow MY); 3417 Holly Bent! Dr., Unit 2912 Fork Worth TX 76116 GRANTEE; CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TARRANT COUNTY.IX 76102 CONSIDERATiON1 Ten Dollars ($10-00) and other good and valuabie corn�ld&rakion, the reoelpt and sufficiency of which la hereby acknowledged. PROPERTY Being more particularly described In the attached Exhibits "A"arid "B" rantor, for the consideratlon paid to Grantor and other good and valuable con s€derat1w, hereby grants, sells, and conveys to Grantee, Its successom and assigns, an exclusive, perpetual easement for the construction, operation. rrna€n#enanca, replacement, upgrade, and repair of o r afrnaRent Sewer L€ne Facility, hers 2ftes refeifed to as "Facility"_ The Facility Includes all Incidental underground and abovaground atiachrnents, equipment and appurtan a nces, ineludIng, but not IimIted to manholes, manhole vents, lateral line connections, pipelines, junotiun boxes In, upon. under and across a portlen of the Property and more fully describer) In Exhibli W and "E" attached 1iereto and Incorpi3rated herein for all pertinent purposes, togelher with the right and privilege al any and oil times to anter Property, or any part thereof, for the puf pose of constructing, operating, maintaining, replacing, upgrading, and repairing said Faollity. FP rPJ NENT$EW�RFACK17YEASEMC-NT Rav- 11MIlh7 7 TP��HME�1'r AI�3�5 .. 29 OF 181 In na event shall rar8rllDr (1) use the Property in arry manner wlhlch Interferes In any materlaI way or is Incons tent with the rights granted hereunder, or (II) erect or permit to be erected within the easerrrent property a ipermanent structure or bulldIng, including, but not Ilmited to, rr 0nLIM4nt sign, pole sign, billboard, brick or masonry fiances or waft or ether struntures that risquilme a br,ilding permit. However, Grantor shall he perrnlfted to Ir4stah and matnfain a concrete, asphalt or gravel driveway, marl or parking lot across the Ea9ement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole oast and expense, Including the restoration of any sidewalks, driveways. or similar sLrrfsne Imp rovern ents located upon or adjacent to the Easament Tract which may have been rerr ovad, relocated, altered, damaged, or deslrayed as a resuit of the Grantee's m6e of the anaement gra riled hereunder. ProvidEod, however, Ihat Grantee shall not be obligated to restore ar replace Irrigatlon systems or other Improvements installed In vJnlallon of the provislons and intended use of lfrls Easement. TO HAVE AND TO HOLD the above-dmrlbed epserne€rt, together with all and singgular the €fights and appurtenances thereto In anyway belonglog unto Grantee. anti Grantee's successors and assigns forever; and Grantor does hereby hind itself and Its successor and assigns to warrant and forever defend all and singular the easement unlo Grantee, Its successor and assigns, against every parson whomsoever tawfufly claiming or to claim the aarne, or any part Ihareof. When the eontoxt requires, slivular nouns and pronouns Incktde the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANK NT 5 CWG4 FACILITY VASgMENT Row- IMMY &i14b TTACHMENT A03=5 27 OF 181 GRANTOR: Marguerite Marie IQock THE TATE OF TFXAS COON Y OF TA RANT GRANTEE: City of Fort: Worth Byiatute}: (PAnt Ki isle APPROVED AS TO "AND LEGALITY �5 i�tatu.re) Jessica v tg, cftyklomey (FrintName)_ I '€! A KNO L] GPVLL+' 'f BEFORE ME, the untie ' cd authority, tj Notary Public in and for [lie State of Toxas, oi� this day parsonally appeared own to me to be the same pr.9crn whose na is subscribed to trip. foregoing trumcnt, and acknowledged to me dint t e sane %vaq the Rut nd that hrls�ic cxec�sted tl�e sama ea ire ac# of said ] tiie pu see and consideration therein exprasscd and in tiro capacity Herein st�rt GIVF{N CENDER MY HAND AN D SEAL OF OFFICE this J � r#A day of , 20 �.• ""c apt*JYuU94o. S[alY ai Tixes comm. Exir9s Ii1.13.21t0 6#' �t4otur+� 11> 42010, f +t IN KiWANEK SEWER FAQILErY EASEMENT R., IW 7f 17 l�sr Ptibii+; an and for the State afT�x�s WTTACHMENT A03-5 29 OF 181 ACKNOWLEQGr=MEN STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a N ta�y Public fn an or the tam of Texas, on Iia d arsons appenrad ,5 of d . r"ity of Fort Worth, known to mg td he tha sm ra parson fiose name is adbsalbW !o t" foregoing Instrument, and ackii owl edged to m9 that the sarrre was the act of the City of Fork l+Worlh and that holshe execute[ the Same as the act of the lily of Fort Worth for the purpasea and consideration therein expressed and In the capaclty therein Stated, GIVEN UNDER MY HAT A14D SEAL OF OFFICE thla V4— dev of rat• "y k A i► S, 9 NC►� z ary for Pie State of as xownegosmbor19, 4 PERMAME11T &KNUP FACUTY EA5EMr=RT Flan_ M17117 r . WVTTACHMF-N7 A03-5 29 OF 181 EXHIBIT "A" BelrW a 4G feet Wde pefmanent sarrlta4y sewer easement situated in the H, Little Survey, Absiract No. 930, Tarrant County, Texas. and being a portlon of that certain tract of €and owned by UARGVERiTE MARIIF tCLUCK, according to Probate Cause # 08-373-1, Probate Records, Tarrant County, Texas (#prolate R,T.Q T ), maid tract being descrlbed In deed as recorded In Volurne 1$39, Page 622. Did Reccwds, Tarrant Courtly, Texas (D.R.T.O:T.), sold permanent sanitary sewer easement being herein more padiculady defioribed by rneles and bourrds as follows' BEGINNING at a polnt 4an the -north property Arks of the said Klw* Incl. saute being a soU111 property Ilne of a tract of IaM owner! by MargU8FltO Ma0e YJuc#c, said tract betnq described in instrument as recorded in Valtjrno 44, P,age 101-, Probaie R-T-C.T-, s'ald beginning point being the west property corner of a tract'of land conveyed to Texas Ele&le Servlce'GompOny (r- E. S -C 0.) by deed as recorded in Volume 3544, Page 59; D.M.4-J.. now owned -and *porated by Otcor Eteotric Del Ivory Co,, LI- ., serve being the narth properly corner of a #tact of l9nd conveyed to'TL,S, O. by dead as recorded In Volume 3543. Page 599. D-R-T- -T., now owned and operated by Oncar Electric Oo*jary C 2-. LIt -, THENCE oulh 2962§136" Weet, along the west property Ilne of the said T.E.SZO. right-of-way, Volurne 3643, Page 699, 1).R,7, ,T., a dlstarFce of 240.60 ]Fast to the er>t properly corner of Me said 7-E- ,CO. lract, Volume 3643, Page 699, D.R.T.C-T,. said corrrar being vn the no right- of-way line of Rertdon Road (ounty Road 1015); THENCE Norttl 24OW28" West, along the Bald rrnttheast right -of -Way line of Rendon Road (County € cad 1015), a distance of 49.17 feat; THENCE Norlb 29°2V36" East. a d Istarliae of 220.78 feet to the north properly line of the said Muck "nt, Probate Cause A 86-373-1, Probate R.T. .T,, saute tieing the south property litre d the Bald Wuck tract, Volume 44, Page tot, Probate R.T, ,T,; TH EN C IF South 48"07'40" East, along Iho sakf property lines, a distance of 40.96 feat to ft Point of Bag InnIng containing 0.212 acres (9,228 Sq1 Vt.) of land more or less. Pr=aPA iEi T SEWEA FACILITY EASEMENT r 0 F 7*17 ERIC S. +SPOON90 .{ ..5922 rss �o PARCEL 9 -- Pg. 5 of 7 ATTA F{MENT AW-5 30 OF 181 PLAT OF EXHIBIT ))Bp) PACE -f EAM91?'s .09" hTREIN MARGWRITE MARIE KLUCK PROBA TEj� Cfjj�Aj ,SE�y 'fT8�y 31- 1 •. O V A f R• F. V. T L. 1.3,39, PaG. 5V O. R, rc, r. LTV-S'r&{lCT10 E4SEMEN 1V1 LgnE SURD Ai9577?e#CT ft. 9JO i iT ��+WG fI N 0 41Y aV WHIC SCALE IN FEET la - , A 9RG[!tRl7F ,fidGiR1F AVCK Rx. 44 P1G' to rG`r Rae. 548V '402- Mar Abb R 1 EXH161ir "A 5 4Z826 ACRES CO., LLC acv= R O.W.) '�' •� k'* ` 5 4 +�.�.��. 1. 1 4,520VRIO AcRes Co., 1)40 (7es.�co. WS 5- yf+r. 59 WL. Jl.fySy }}fiyy yG. Siirif AR0.212 { f SEi*E4r}EA�.%slWr 28 /frry� 5256'2915 - a , NOTE* THE BASIS OF erARiNcs FOR THIS SURVEY IS NkDE13 NOM TEXAS CC"TFAL ZONE AL1. DISTANCES SHOWN ARE SURFACE. SANITARY SEWER PARALLEL RELIEF 1V AIN-257 NO. s H IJ E SURlfgY, AWW4CT a`#a 83Gf qrr a ' frCRT x7TK T TAW COWRr, TEXAS [ — A55 . 2MG J 9 BYERS 87 EIM SUIT F104 SAS$', .7X._7E.04, PH 817-585 7 ATTACHMENT A03-5 31 OF 181 .) Page i of B D218155794 111IM18719 AM 11108 6 Fee: $16.00 GAmlltop: OSGHRECORDING SOLUTIONS Fli�clroniaally Recorded by Tarrant County Clerk in Officia I Pa Mo R9cards 1�i2 4'6- 6+41F,+ Mraf y l.nulee 3AI1GlF] OPN -1227 MAIN-2BT, FART 2 - UP MR AND IMIDDLE V11 LAGE ORESK SAIVIYA Y SCR Parcel # TCr 4369 Rendon Road M. Hunt Survey. Abstract No. 762 & H. LkI1116 Surrey, Abstract No. SSD Tarrant County, Texas CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMP—NT T5'. may 15, 2018 GRANTOI ; llitrargueflte Maria Kluclt GRANTOR'S MA4IL]NG ADDRE-88 (includIng cow ity): 3+417 Ho[Ty Bond Or., Unit 2912 Fart Worth, TX 761IS GRANTEE: CrrY OF FORT WORTH GRADS TEE'S MPE-IN AC)DRESS {fnalwding Ooun W. 200 TEW ST. FORT WORTH, TAPJRANT COUNTY, TX 78102 ALAMO Tf TLE.- ,()NpA�I GF 5, CONS#I ERATI N: Teri Don ars (I 10.GO) and other good and valued@ ogaxeldar■llm, tliir- fpi and sn#fJrfency of which is hereby evkrxow1Adpd, - PROPERTY, "nig Ignore particularly described In attached Izxblblls "A" and "'Es" Grantor, for the emnsirfamtIm poll to Grantor, horaby grans, bargain acid convey untQ Gr'apbw. Its sixcoessoris and assigns, the uae and paSane In, over, and across, beaow awl along the Easemant Propelty situated In Tarrant County, Taxes, in a=rdarwo whin the legal dewiptlon horeto attached as Exhibit KA°, and Ingrers and egfess Dver GTa Mors Mperty io the easement 95 shown on Exhibit 'a , It fs further agreed and unt#arstand the! GWItae will be permlhind The Line of said CatemShl Property for the purpose of eakiii"tting a pormiluen# mover line, Upon cxnpl0lon of Imprntremanta and its c�ccaptance by Geantae, all rights granted +rr Uiln the described Ttrnporary ConatruulJon Eezornant shell cess+a. if 1�11 cope71" waWN ftmww ATTACHMENT AD3-5 ze OF iiB9 DPN -1227 MAIN- 67, PART Z - UPPER FIND MID OL E VILLAGE CREEK SANITARY SEWER Parcel US-TCV � 4369 Rendon Road M. Hunt Survey, Ahstract No. 762 & H. Little Survey. Abstract No. 930 Tarrant Counter, Texas CITY OF FORT WORTH TEMPORARY CONSTRUCTION l5affMgN ALALAMO 71TL ' 1 DATE. May 15, 20-1$ � �d��'I GRANTOR; Marguerite MaNe Muck GRANTOR'S MAILING ADDRESS (fncludingCounty). 3417 Hotly Dand It-., Unit 2912 Fart Worth, TX 76116 RANTEE. CITY 0 F FORT VYORTH RANTE E'S MA I UNG ADDRESS (includingCounty): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TIC 76102 CON 8 1DERATIOId_ Ten Dollers ($10.00) and other good and va .luable oonside raticn, the recelpt and suftleney of which Is hereby acknovdadged, PROPERTY. Being more particularly described In attached Exhlbks "A" and "E$". Grantor, for the ronsIderotion paid to Grantor, hereby grant. bargaln and convey unto Grantee, its su0085ors and as,�Llgll , tho use arid passage In, over. and across, below and along The Easement Property situated In Tarrant County, Texas. In accordance with the legal descripflon hereto attached as Exhibit "A" and ingress and egress over Oraritor's property to the easemeilf as shown on Exhibit "Bp - It is f0her agreed and urrdmtood 11hat Grantee will be perrnliled the use of said Easement Property fvr Me purpose of consiructing u peraninent sewer line. Upon completion of Improvements and Ns acceptance by Granted, aH rights granted wlthln [lie descdbed Temporary Con elruction Esserneret shall cease. TCMPW yCvtsuudi,wl£numopd HVIV12 33 OF 1l31 TO HAVE AND TO HOLD the above described Easernent Property, togother with, all end singular, the rights and appurtenances thereto in anyway belonging onto ianteer and rafitee's sur,cessors and assigns until the completion of oonstwc#1an and acceptgnce by io rantee„ Grantor hereby bind themselves, their heirs. successors. and assigns, to warrant and defend, all and singular, said easement unto Grantee, its suooessora and assigns, against evefy parson vdiomsoever iawfufly chi linIng or to cIairn the same. or any part 1`4eraof. (SIGNAT1=8A,)PPVARONTHEFOLLOWEv PAGE) TumpQr gr Corwrx�ian Enemm+ [{ lvr? T%U t ACMMNt AD3 S a4 OF 1B1 GRANTOR, Marguerite Marie Klock GRANTEE: City of Fart Worth By {Print Narixc APPROVED ASt7AND LEA�iT (Signature) (Parr# Mine)_ . , T]tte _ ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, (lie and i to atr' , a oter�+ �u�llc In and for the Stale of Texas, on this d2y perswally appears i o, kpown to me to he the same per4m r;bose riame Is ubssrlb to 1he fo pol no In$trtlMerll, and acknowledged to me that the same was Me art of and that helshe executed the same as the act nt said for the purposes and r,unsideration therein' exptdssed and in the capacity therein stated, GIVEN UNDEI? NAY HAND AND SEAL OF OFHGE this day of tau .201f. i51 rrli JAF+1FT aAi-L ' _ Noeary P4rb16C, 59aL9 01 F6S6M Comm. Vxplre9 1043-2820 °�►� ` Nolrry 10 420761 Tsopopuy Coro Mlipu Emigineo 10017117 No ry bllc In and for the Stoke of Texas r TTACHMENT A03-5 35 OF 181 % ACKNOWLEDGrEMEN TATrE OF TEXAS COUNTY OF TAR ANT § 113EFOR E ME. Die urid 5rsigned authority, s tAptary Public n an r t a State of Texas, on tiis d personaJfy appeared A— kb.of the City of Fart Worth, Rnewn to me to a the same pe-rsoi; 'whose name i�; tubscrl KA to the foregoing InslFument. and a0knowledged to inG that the 5arne was the act of the City of IFortWgirth and that hefshe executed the same as the act of the City of Fort Worth for the purpasea and consldaraf n�in therein expressed and in the capacity therein stated. 0IVf N UNCER MY KANO AND SEAL OF OFFICE this 14,tIay of R t tart' Public In and [er ho State of xas ,�.. ,. n MARK, MHEZ My "FY ID 'umpxtry (;wKww4mzopmcwnr MUM Z TrACFAMr=rVT a,D3-5 36 OF 161 L .tMIN -JI&OW BeIng a 10 feet wide lernlx�rary cons tructlan easement Qua led In the H. UVia 8Urvey. Abstract No, 930, TarrenI County, Texas, and being a portion of 1hal cartaln iroo1 of Iand owned by MARGUERITE MAR IE I{l UCK, according to Probate Cause # 89 T3-1, Probate Reoords. Tarrant County, Texas (Probate R.T. .T.), said tram Wog described In need as recorded In Vclurne 1339, Page 522, been Records, Torrent County, Texas (0,R.T. .T.). Bald temporary con structlon easement being herein more particularly desc6bad by me s and bounds az fotlows; BEGINN ING at a pulrrt an late A9Fth property line of the said (Cluck tract, 6fte' bung the south property line of a It -act of land owned by 'Vlargueflte Mnrte }Cluck, Bald tract belrig desvlbod in dead as recorded In Vol;jme 44, Page 101. Probate R.T. .T., sald beginning point being located North 48"07`40" (Nast a dfslance of 40.96 fram tha ncAli property wm8r of a l{acl of land convoyed to T.E, . Q. by deed as recorded In Volume 3543, Page 699, D.R.T. .T., now owned and operated by Oncor EIeclrlc Delivery Co..LL .; THENCE South 29° 9'30" West a distance of 220.78 feet to the rnortheast rlght-of way IIne of Rendan Bead (County Road 1015); THENCE North 24056'28" West, along the said right-of-way Tina, a dlnt4;mW of 12.29 feel; THENCE North 9'29 38" host, a distance of 218,82 feet to the sold noffil property line of the Muck tract, Prot�ate Cause 4 88-373-1, Probate R-T. .T., same being the said south property line of tlho Muck Iracl, Volume 44, Page 101, Probate RXZ. T., THENCE South 48°07'40' East. along the said property lines, a distanere o4 10,24 feet to 111e Paint of BegtnnIng oontadntng 0.060 acres (2,183 Sq. Pt,) of land more or less. TWKRAKY 0ONSMVCMNEN%EMENT Rey. OuaOa0 Is 4- �Ri�5. SPOO ER �q. PAR GEL 9 — Pg. 6 of 7 ATTACHMENT AQ3-5 V or mi I PLAT OF EXHIBIT )IBii x A + .5-8 4Fl+1fPV?rs A+ & N8" 1'"J'IN MARGUERITE MARIE KLU K PROBA T CAUSC # 88-, ,y- I FROSA7E RT C.T Vim(.IM91R•5 17 R T, dt ylor 10, FE r W �. �SrR W Y- a 0,50 CAW (R, 18J W. FT A H. LIME- SUR ABSM4Cr Mh O i Y 56'28 I R, zg, C 80' GRAPHIC SCALE IN FEET le — '4i' OM ��+yy 4.M8 ACRA�.3 CO, LLC• rls.cf7 Rlaw) Kx. J344. PG. 59 aRlTr-r r'y�rj'�,�p 4. 5$0 ACREL"o + V14CIV � L7jrj y Co., LCG (r €..F of }. C+, W.) WL. J544 PG 599 LIf.T.C.T . JfAN rSA N 1,f ,SEWER EASEMENT0. 212AORES' , 9,8O FT.) 3"ALM rhscD 4AN. D (LEi9hW 50UM) -5240'.29 ' • 0-5.J' NOTL 7HE BASIS OF BEAR940S FOR THIS SURWY IS NAG" NOM TEXAS C04TRAL ZONE_ ALL OISTANCIFS SROWN ARE SURFACE, SANITARY SEWRR PARALLEL RVILIEF MAIN-2 7 PARCEL NO, 8 LOWTW G1 i Y OF fe r WOR njfi jrAWAN C"TY, MMSt I I 5'" xa N4.r '#7C-026R2 I a"" I ch ., t,. am.s. SPOONER -ed-C RM Jr ASSOC, 0MC, al? $'r U MIST EULE--S. r} 745039r Fly 8f 7-6M -8445 ii'W. SPC4W.t=V-vr�FWfti.4Vtf A'FTACHMEN7 AM-S .28 QF 181. Page I of 6 0210077040 4112120182,,03PM PGS 6 Fee: $36,00 Suhmlttee; XSROX COMMERCIAL SOLUTIONS Electron icaliy Recorded by T a rrant County Clerk in Offrcla I PuNic Rerords .� TeRrfaryLou Ise Garcia CPN -12 27 !' AI N-257, PART 2 - UPPER AND MIDDLE VILLAGE CREEK 6AN17AIRY $EWER Parcel 9 10 2940 McPherson Rd. H. L tfle Surrey, Abstract No. 930 Olty Of Fart Woof, Tarranf County, Texas STATE OF TEXAS KNOW ALL MEN BY T11FSE PRESENT COUNTY OF TARRANT � CITY OF FORT WORTFI PERMAN EN SEWER FACILITY E $ MFNT DATE: 3129,12018 GRANTOR: Jerry F. Eorgar and Margaret AnTh Bergor RANTOR'S MAILING ADDRESS (InrJudlriq County); 2932 McPherrson Ro. Fort Worth, TX 75140-55S2 GRANTEE. CITY OF FORrWGRTH 200 TEXAS STREET FORT WORTH. TAR RANT COUNI-Y, TX 75102 00 N8 IDERATION. Ten Dollars ( 1 OX0) and ulher good and vatuable consfderaflon, the Fecelpl and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly descrlbud In the aiteclhed Exhlbif "A", Grantor, for the considerotlon pald to Grantor and other good and valuable consideration, hereby grants, sells, and a:*rrveys to Grartea, Its gl,coeRsors and assigns, an exoltis€ve, pwpeluaf easerneni for the coristrodlon, operstfori, maintenanm, replacement, upgrade, and repair- of a Permanent evr-r I_}ne Facility. hereafter referred to as "Facility". The 1=aolllly lwudes all incidental underground and aboveground attechmems. equlpment and iippurtenance , lneludfng, but ncl 111-0ed to it arphaxes, manhole vonta, lateral Me! connections, Pipelines, junctfon boxes Iri. upon, under and across a portion of the Property and rrrore fully described In Cxhlhft "A" atlachad hereto and incorporated hinrein far Ml Pertinent purposes. logethar with the. right ar�d prMlege at early and all times to eater Property, or any pert thereof, for the purpose of con truciir , operastin9, maintaining, r6placing, upgrading, and rc%palring said Facility, PEitVMENT SUVr.R FACMY 5ASEMMUT r r. 11TTACFiM Ew rdT AW-6 a51 OF 181 Page 2 of B In no event shall Grantor (1) use the Property n any manner which Inttdores in any material way or is in Con alstait with the rlghts granted hereunder, or (11) erect yr permlt to be r ated ► 1thIn the easement property a permanent siructure or bufldlT q, IncludiriU, bmt not ifmltsd to, monument sfgln, palr7 sign, blllboard, btlok or masonry fences or via lls or other stmcluril3s Mat ragUlf a a bulIdIng permit. However, Grantor sh&II be parrrfltt�d to I natal! and maintall7 a concrete, &Sphalt or 0rElVel dilvaway, road or parking lot across the Easarn-ent Piroperly. Grantee shall be obligated to restore the auafaca of the Property at Granteds sole cost wind expen;m, Including the reatomtIon of any sldowalks, &ivewsys, or similar surface improvaT r;ts located upon.ar adjacent to thia Fa5oment Tract which may have been mmovad, refocated, shoed, darnaged, or d #Toyed as a result of the GranlWs use of the easerneant granted herounder_ Provl dad. however, that Grantee shall not be obligated tv restore or replace irrigation systems or other linprovernente inatalted in violation of the pmvisions and irMtanded use of this Easament_ TO HAVEi AND TO HOLD the aboveo--dpncrlbad'aasement, together w1(h all and singular the Nhts and appurtenances thareto In anyway belong 1rip unto- OtaMee, and GrantecVs 811ccass crs and assigns foromr; and Grantor dova, hereby hind ltseff and ds successor and assigns to wa vra nt and forever dafand alt and singular the easement unto Grantee, its successor and aasslgne, against overt' person whornsoever lawfully clalLning a tc cJaahn the same, or e n y pert thereof. When the conte)d requires. singular nouns anrf,pronouns inglude the }Aural. tSIG NATURES APPEAR ON THE FOLLOWING PAGP PERMPAEKT8EWER FACILiY kMEEMENT Rev. 1 "711 F vH, ACHM5NT okOM 40 OF 181 Page 3 of G GRANTOR.' Jerry F Berger and Margaret Ann Berger GRANTEE. My of Fort Wwth By (Signs tuIvl (Print Name) APPROVED AS TO ORM AND L. AU �Sip�nat�e) (Print lam B ng. AnWn# CRYAftoMay THE STATE OF TEXAS § COUNTY OF TARRAW � BEFORE MZ, the undmsigiued auffiwity, a Ncttery Pohlte in bnd for the State of Tors, on lhia day parsarlally app"rod _Cj%XVgL . known to me td tiG -the $am* poraen whose Hume is jmbs,naibqd #a tho far%oing i7is0ijmtnl, rand &AnoW'lcdWd to rite vurt the ;same was the act of & &ndTWhd the erteouled [he satne as the and ofsAld 8 a Pug*= and con iBeaatiaax them ex reared nrad In the oepa iiy therab stated. GWEN UMER MY HAND AND SEAL OF OFFICE #his 43Nday of 2017 Ewlros p,scernbao d D PutvANEN1' 29-vvEr, FACIrrr EmEmEw, kay. I aM7€I T fy Public in eaad for the S 4de of T f IM Cit' ME T f'M 41 OF 191 Pago 4 of 6 THE STATE OF TEW � COUNTY OF TARRANT ACKNOWLIEDGMWT BEFORP, ME, the unde;,Aigned anthorlty, a Notuy Publ[a in and for the State of Texas, on this day piim=dly qpeamd -P� T $wrr, k.rt wn to mo to ba thn same person whose, came 6 subsui red to llie loregoirtg i &tro rant srW ar iawtedgv-d to tuo that th@ sme was the act of it Erd tha[ Wshe executed the same as the$ot ofsvid the purposes snd ca mil deralon there expressed and in the capacity ffimmin srated. TVEN L1141DER MY KAND AND SEAL OF OFFICE this drly of ,0 � RSARDO �At�f� ll ��* C�aturf Pub]t�-ante of 7a,we Notdry I� t#$t�792 ��mmku�o�, gyp, i4�2 STATE OF TEXAS § COUNTY OF TARRANT 9 N blic in and 16rthe State of1'cxas ACKNO LEDGI MEN RFFORE MF, the undersigned authn lly, a Wary P bti: in and for The State of Texas, on this day personally appeared _Ae4.,,..t 'e... , _..�.. kn=6 to me to be the Dante person whose name is subscibud to the foragoing lnslrunlent, and auhrrowledged to me that the samio was tit; act of the ie and that 11efshe executed tlw saute as the act of the 4. = m _ for the pu;poseslamd consideraVon therein expressed and In the capacaty khereln stated . GIVEN UNDER MY HAND IUD SEAL OF OFFICE this day at 1201. �31- A- tk, v— Notary Publie In and for the State of Texas FucA� JLAAfi l! hlotgryPrrhstntofi ic+rmA farnrAlssJan FEAldW"-Hr 5r;WLL M'ILrrr Er. MEV Raw. JCV17;17 �i4L r TAT?ACHMEIVT AD3-5 42 OF1Bi Page 6 of 6 41VU1 i 9itl�m Being ia So feet wide pBun ranon I sanitary sewer easerneat elluated In the H. Little SLrrvoy, Nbstrocr No. 930, Tormni County, Texas, and being a poitlon of that certalri 6.623 at -,re Irert of Land conveyed to JERRY P. BERCER errd MARGARET A N N BERGER. as "Tract 311, by wamnty deed recorded in TarrardCounty ClerWo Instrument NumberD204005484. Deed Records, Termnt County".Texas (D.R.T.C. T.), said prrrnianant sanitary sewer easement being Weln more part I uter y dosorlbod by metes end bounds as Ircilows: SSG INN INC ni the most easterly southweet properly corner of tha said 0.623 acre tract, said point be trig at the In toraeolion of Jha northwest property comer of a tract of land conveyed io Texas Eli �rio SarvJce Company (T.15,8. .) by dead as recorded irr Volume 3643, Page 691). D.R.T.C.T,, now awned and operated by Oncor Electric Detirery Co., LJ „ and the snuRi7uesl right-of-w ny Me of Randon Rood (Courity Road 1015); THEN C E youth 29°4956" West, along ft soulhoasl property ling of the said 8. 23 acra tract 21rrd clang the nortt•wuest property line of the said T.E.SL0, right-of-way, a distance of 1 1.24 feel to a 518 Inch Iron rod foarid al a.5oulheasI propertycauser of solo 6-623 acm Iract; THENCE Smth 57°55'43" Wrist, coniinuIng atom the Bald somtheaat property 11no and slang the said nail "st T,E-S.CO, properly fine, a diaisnce of 370.25 feet to the most sculhedy soulhwast property corner of the Wd 6,623 acre tract. same being the southeall property comer of a 1,800 arm tract of land cortvveyed to Jerry F. Merger and Margaret Ann Berger by wiRrranly deed as recorded in Volume 4157 Page 536, DAT.C.T THENCE North 0004414' West, along the west property line of ilia sald 6,623 acre tract and along the eaat properly We Or the said 1.600 acre tract, a dfalance of 35,12 feet; THENCE North 57°5543" lEe3t a dlslence of 344.47 ices; THENCE North 290495V Enst o distance of 174.7e feiA to a point on the norlhme ial property Ilne of 1ha eatd 8.823 acre tract. Bald paI'M bang on the sald southwest right-of-way IIne of Rerldcn Rood (County Rand 1016), THENCE Soulh 26'06'56' Bast, aloes the said norlheasl pmperty Tina, and along the 88Id sovih eel right-of-way DI 6, a distralICe Of 38,66 feet to Ibis PoIni of BeginnIng ccntalrring 0.362 acres (15.761 Sq. Ft.) of land more or less, PERMANENT SEWj=-R FACILITY EASENIFMY G2+MNIQ Luc S. S VF - PARCEL 10 - Pg. 5 of 6 ATTACHMENT AD3-5 43 OF 181 Page 6of6 r ATTACHMENT ENT A03-5 44 of 181 Page I of a D21807i=2 4112f241811'i pM PGS 8 rea; $44.00 Submilter= XEROX COMMERCIAL SOLUTIONS �- -IectrnnicallyRecordedby-I'arrani CountyClerk inOf dal Publiclqecords M ~��/[+��r�, •!�f 141ary L.oufse Garcia CPN -1227 MAIN-267. PART 2 - UPPER AND MIDDLE VILLA E CREEK SANITARY SEWER Parcel * 13 2932 MaPharaan Rd H. Little Survoy, Abstract No. 93D Tarrant Oounly, Texas STATE OF TEXAS j KNOW ALL MEN BY THESE PR ES ENT COUNTY OF TARRANT CITY OF FORT WORTH PERMANENT SEWER FA II.ITY FMEMENT DATE. 312912018 GRANTOR: ,Jerry F. Berger and Margaret Ann Berger GRANTOWS MAILING AODRESS (Including County); 2932 McPherson tad. Fort Worth, TX 76140-9562 GRANTEE: CCTV OF FOIST WORTH 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 75102 ONGIDERATION; Ten DoliaFr, ($10.00) and other good and valuable considersllen, the receipt and sufficiency of which Is hereby acknowledged. PROPERTY: Being more Particularly deecril;Qd in the attached Exhibit "A" x Gre11tor, for tho consideration paid to Grantor and other good aid VAlunblo cangIderation, hers by grants, sells, and convoys to Grsnlee, its successafs and assigns. an exclusives, perpelual easement for the construMon, operation, maintenance, replacement, upgrade, and repair of a Pafmanent Sewor tine FanliJty, hefeafker referred to as "i"aollity". The Facility Includes all lncfda=41 underground and aboveground af#acilmants, eqUlpMont and appurfenanos, Including, but not 11mlled to manhofes, manhole vents, lateral line i=rJeMtona, p#pellnes, juncficn boxes ln, upon, under and a€mss a portion of the Property aad mDre fully doacrihad ire Exhibit "A" allso led hareio anti incorporated Jhereln for all pertinent purposes, logether with the right and privl logo at any and all times to enter Property, or any part thereof, for tfle purpose of consirrrcting, operating, inalntelning, replacing, upgradJng, and repairing sold Fodlity. to no event shall Cra€rtur (I) use the Property in any rnanfler which inlerfara�; in any material way or Is 1ncanslsterif with the rights granted harounder, of (R) $rect or permit to he erra0ad within the PERMN EWE BEvv61`t 1WNUTV EN5EU1 Ffi Jgey. I ni V117 � ACHMENT AD3-; 45 OF 181 Page 2 of 8 easement property a peffnarient struoPure ur building, Including, but nai limited to, monument sign. polo sign, blllboard, brick or masonry fanw� or walls or other structures that require a building permit_ Howaver, Grantor:it ail big porrnlNed to install and maintaIn a concrete, asphalt of grauial driveway, road or parkorng lot across the I=aeerne"t Property_ Grantee shall be obligated to restore the surraae ct the Propefty at Grantee's sole cost and expense, Including the restoration of any sidewalks, driveways, or similar %rfara improvements located upon car adjauent to the Easement Tract which may have been rernov&d, relocated, altered, damaged, or destroyed as a fesvlt or the GranteW" ; usti of the easement granted hefeundiei, Provided, however, that Grantea sktalr not be obligated to restore or replace Irrigation systems of other €miprovernents Installed In vloletion of tha pfuvlaioiis and IManded use of this E,8ssrneni. TO HAVE AND TO HOLID tha above--descflkvad easement, together with al find singular the rights and appurtenances thereto in anyway bolonging unto Grantee. and rantee'�i successors and ass€gns forever, and Grantor doe. hereby bW Molt and Its successor and asafgns to warrant and forever defend all and singular the eosernant unto Grantee, Its sLEcceISsor 311d aaslgnq. against every person who m5uever lawfully claiming or to claim the same, or any part thereof. When the ronfisA requires, singular nouns and pronauhs InelWe the plural. CS [UNATURES APPEAR Off 7HE FOLLOWING PAG61 PLFWAW,:k SAWkIR r-AOLSTY EM EMr.MT Rau iu IMI � CHMENT A03-5 0 OF 181 Page 3of8 GRANTOR: Jerry+ F. Berger and Margara# A-9n Berger TEE STATE OF TEXAS � CO UN,E• Y OV TARRANT GRANTEE: City of Fort Worth By (Signature): - (Print Name, r APPROVED AS ITOFRM SAND LEGALITY (Signnture)... (Prjtit Nama),(W[ca 8309V919, ACKNOWLEDGMENT i IFYORE ]4' EI th undemi ed autltorlty, s Nvtary Public m and foi'tha Suite of Texas, on this day personally appeared laTOYM to Elie to be the sine treason Whose name is u3 erib tie faa'ag+�iitg i» #r1�rEs ikt, and ac wledg d to uxe het ',ha s r11C was ncu not of �_ a�tdth�thr�lsl�a�x��:�t�.-�Ithcs�menslh��ctof�aicf � _ thcpt�rpo�cs and consideeQtio tC�ererss �xPre>#seci atiel r;z the �atsacity thorein Mated, UrVEN OMER MY HAND AND SEAL OF OFFICIS this 9�4,_ — day of .�f�•#y i, Explr�n R�ea�ambor ��24�1 PEnWkNENYGVMN FACILITY L&SM1411' R,!V- 11 rUh? 1' Notlult Public in and for tl4e tatc of xcs M* A4CHMENTAW-5 47 OF 181 Page 4 of B THE TAT, 011ULIMAS COUNTY OF TARRANT ACKNOWMGMENT BEFORE ME, the undor5igned authority, o Notary Vublie in End for the State of Texas, on this day personsJly appeared Vi!rF. R A- , known to me to ha the saute poaaarr whore name is subscribad to Lho foregoing uOrument, and acknowledged to me fti the sa= was the net of rr" and tho hWah�- wmieutcd thr same.&s the act ofssld J e the purposos ,,nd v,=idaa d= therein expressed and in ttte sagacity there in stated- QIVEN UNDER MY HAND AND SEAL -OF OFFME this &rL day of ]�L4k2D It Ra�C� ALAZAR IJ * Mataiy pubil�.'�gte of TWW M1lotary ED 9128fi�t D2 CGrmWufarr Ekp. FEE. , 7 STATE OF TVM6§ COUNTY OF TARRANT -'0? 7-,4 41& .7 - o tdr Pub] ie In andor the Swe offem ej"% 111elM=I�r,L�1 OEFOREr ME, tha undersigned authority, a NoWy PuMlc In -and far #tie State of Tuxes, ort- thf s trey personally appe d ftrV4W r w c F, kneahn a to be the some person vibose name is subscribed I Vie foregoing instrument, and acknowledged to me that the same wns the act of the fr and that hefshe exeruted the same as the act of the Z- '_ r'-- _=far the purposes and canijderation thereirt expressed and in the capselty thereirr Stated. IVFN UNDER MY HAND AND SEAL OF OFFICE this � day of , 2-01 7-A Z 7 lob�ry Pubflc in and for the State of Texas =F1 NI e# :exalt8fr7A2, 25, 2Q PERMANENT OMER MrALI Ty EI5F41FMT Rey. 1W M7 IK 7 TTACHMENT ADM 0 OF lal Page 5 of r eing a 30 feet wide pemianerif sanitary sewaf oasemanl :�ItHated In the V— LI Na Srtrvey, AbsImet No- 930, Tarrant County, Texas, and be€ng a poWon of that certa€n tract of [arid conveyed to MERRY F, BIERGER And MARGARET ANN 8ERGER a8h'Rrsl tracl"by plead recorded in VOlurne.4157.Pao a 335 of the bead records, Tarrant Ccunty, Texas (D_R.T. ,T.), said parrnananI sanitary sewer easement belna herein more partic:ulzidy described by males and bounds as roliovos; BEGJNNING at the wesI (property lime of the said 13"er tract, said point toeing the east properly fin of a Vaal of land convsyed to Lawis F, Poore and Florence K. Poore as y'1 ract One" by deed reonrded In VolLrme 5210, Page 259 of the JD,N.T.C,T., Said paint being South 00"51'32" East, 14 6,5 7 feel From a 112 Inch iron raft faunal et the nadheust property o mar of Bald Poore% tract' THENCE Nodh 57,55'43" East a distance of 371.38 fee! tr} a point on the eest property line of the paid Berger tract (► utum8 4157. Page 635) and on the west property lime of a tract of Iand conveyed to Jerry F. Bariger a€td (Margaret Ann Berger as "tract W by deed n corded In lrrstfarrenI Na. D2040084$4 of the D.R.T.C.T.; THENCE S<iuth 00*4414" East, alor10 the i5sld property llne% a distance of 35.t2 feet to the soulheesl prriparty corner of the Said Berger Tract ( olme 4157, Page 535). said point being Gri the northwest property IIne cf a tract of land nonvayed le Texas FlecAric Service Company (T.E,S,CO,) by deed as reanrded In Volume 3543, Page 599, U.R.T.C. T., now owned and cpf,rated. by Oncof Eleolric Dellvory Co., LL „ THENCE South 57"5;5O' [Nest, along the southeast proparty ilr#e of the said RerV. r tract (Vokurne 4157, Page 635) anal along the said T.E-S. o. property 11ne, a distance of 371.29 fool to lire southwest properly corner of said 13argerVacl (Volume 4157, Page 535), same baring the Southeoal pmpedy corner of said Poore tract; THENCE Norlh W51 " 2" We along the west pr erly 11ne of the said Gerber (tract (Volume 4167, Page 335) and along the esst property line or the said More #racl, a cdlstancs of 36.08 feet to title Polal ofBegEnnJFig con talning D.256 acroa(11,140 square feet) of land. PERMANENT SEWEN FACILITY EASE+AeNT or + li i6 i 'SPO0INER 9242,;.. PARCEL 13 — Pg. 6 of 6 ATTACHMENT AD3-5 49 OF 181 Page B of 8 Fro of 181 I Page 7 of 8 ��troi,ai �G�[WlrB�Ga#riHNr ountlr Ol rAkA&W, Lt1RJ�e II. SC+Y4 ~N} ' whrF YB �yF H du.7ojW to k. ati �hllaW Y'��n�'. b*r, Lrlso t J Fnin. li we4it Jle �+?a.e_ m I,.Ao4VIv Nh ML`p-0n►� a HOC Q�j94 i' pm' 4 ai v.Sd O11'J. uk7�l�,5 i"f � ntr! 6anhl +y*ir.W, Jn Ihi pFillr 161r.f 4ed �+�L u ih...r .i*j WE �he�y 4�� +.raG7C t:�nr,� afy Harm -m m". �6r [4rmrL LiL. ,hM1 T)re 1 Li. *d .. AIr!! Uhcem697r A-X..AZ,%Fss. i-..y 11 _ ee =�41'ii�i�!!Y li I• h NFM v VwiY. L-w. lvPlrog iri TARlg15W ll=m Ail Man Gq Prot jtrkt!#1to. rh.t Ke, "�R- Lr ftntley 941d rare, 1prouarlte �IMnLl<ay Va 1�h CUunlf 01 Tonvi-it. #darn flr Tdxma far a*J in o',hlydrrrLlad a11hr !au er - t _ - - - - -TIN nrm WVAOa 4 - _ _ - _ - - - - - - 111Ld flLd+ar aaal and V*1u■bia oo'n.lioUvrvti6a1 _ 4 _ 4 - ab1l.A ,q iu Ull p,�d,-4 cored ro bp lwld, 3. lorry Y. E vOw jind td.[a, }Rrdeivel, An[) $grgar Ro■1, ]n hen443 is t .} rirro„■: !UL tarthee o� tta Panar,pb oC wtio�l IN hl rreby aakn"'16cl Lt' ■Re o+�a#'yiet"4 4C tfre *XA0Ut1o4 and do1,1.Vetg R3 Fhe drane.,e, heA'Cin Cr f,8eit• opo arr>;alyk n0ta QC OfOrl daCo Lrerskithr #o tiha FK Er4#pAl allm Of #5 16G,23. y4� 01A to tlxo 03Pder 01' ALtjFU2L E. 1ldatxty dale ?hd pavol. in arono%Ne Trtth thr kangp ■7l� rt t1ro intrros 3`hte thcrraib pravy.dudl paid nat4 �41pg 1l4a+�rpd t#10 YtgQOPrb 31in tea�eir{ roEa rnd MIn4 al4ditfpLld11Y 4 400r*d V npad or Truut oe .wa dtte heralath to >:Lu.■ tFL dpiller, rr"Lee, cam I. I I AL havt GPPIk Pl. Sall ■nd U"c L')ed, Ind by ihua pee"" do Geart- Sllr ■nA Lm%Y. hF" ihl mid. J`■M F. Barger ■hQ Vir'r, !ad*Kmrea JL141 BoraQr ' of llh[ CraaSy ar TrrrAILL *.ieare al It"ll ■ Im omt 4moth luta CrenL 4r Psv-ncl of lapel, dacor-�Lbe4 as folloxak T'v hrdo�'s of lame ou$ of tr,l? 1URAN LaTT 8 SURVEY in m+errab,r *-"Wl ' •. %Mjpl deaar1114,el by OLtCa gyld DOILedo en tollowbl + (FHCVEM DMORISVIMH ON 11TpACjN I,T IgH=R) 1 0 r h y, i 9 -IMENT AD3-5 i OF 181 Page 9 of 8 REIS RBAL ESTAT.12 INpi?Rh7A1' 0IN 1ARVIG 0075 Camp Bowl +Nast Blvd, Pori Worth, TX 70116 P: 817-335-5062 r: 817-334-86871iVww.Roil OROi�sxrah.corn RE[ rlie No. 2-U17-UO853 September 7.6, 2017 Chant He Na H32 WYherson Rd ASSTRACTOR'S M FORMATION LETTER TITLE SUCH RIcky Salazar City cf Fo[i Werth - PMoady MartayeMont DepaMTienl 900 Monrce SI., Suite 4I 4 Fort Worth. Texas 7610 In wmpliancewIth your request for Information with reference to tine fallowing described PropertyF GUr search froin December 27, 1965 (cornme ncement date) to Septernlber 17, 2017 (certification date) reflects: LEGAL DF,CRIPTION: A 1.50 acre tract of land, more or less, out of the HIRAM LITTLE S URVEY, in Tagrsnt C runty, Texae, bejng more particularity described by metes and hounds as Tact 1 in Wamnty Deed recorded in VaIume 4157, page 338, deed records of Tarrant Counter, Texas. DAME S} SEARCHED FOR,INVOLUNTARY LjEN Jerry F, Berger and Margaret Ann 8"6r LAST 0EE11(S) IN CHAIN,0F T_ 'Grantor/Grantee shown as Indoxed and may he abbreviated. Please refer to docurneni for ft;ll name) WARRANTY DrOrO WITH VEND0R'S LIEN Grantor. ARTH UP, L 5l=f fTLEY; MARGUt:RX'm BENTLEY Grantee; JI�RRY F BERGER; MARGARETANN ElERGER Flied: 17127Y 1955 Reeordad in, Volume: 4157 Page: 335 instrument Number. 10129J Notes; Multlplo tracts IncludIng in 1.50 acre track In the Hlra+rk Little Survey. LIEN R WHICH WE FIND NO RELE E OR ATTEII PTF-D RELEASE OF RECORD. WE�I DNONE- ATTACMIVIENT AI73-5 5� or 151 Electronicaliv Recorded Tarrant County Texas Official Pilbflc Records Rf29,2cl1 1 00 FM M1 09576 SANITARY �IV UPPER AND MrDDM%gU.ArlE MEW PARALLEL RELIEF MAIN, P,AR 11 4-"f, CITY PROJECT Iftpla h Garcia SubmItter ACS PARCEL olio. 14 DOE 0 8210 2912 M PHERSON kD N1R1AM LITTLE SURVEY, ABSTRACT NO 930 AEA_— — STATE OF TEAS 5 KNOW ALL MIEN BY THESE PiwSENTS COUNTY OF TARRANT 5 CITY F F0jgT woRTH [ TS; JANUARY 5, 2011 GRANTOR-. LEMS E. POORE RANTOR'S MAILING ADDRESS (Including Gounty): 12 MCPHERSON ROAD FORT WORTH, TARRANT COUNTY, TX 76140 GRANTEE: CITY OF FORT WORT14 GRANTEE'S MAILING AJ)DRESS Cincluding County): 1 f} THROCKMORTON ST. FORT WORTH, TARRANT COUNTY. TX 7810 CONSIDERATION: Ten Doilars ($10.00) -and othar goad and valuable conslderaticn, th romipt and sudficfency of whIch is hereby ackrxWedged PROPERTY. tieing 30 toot permanent rawer faciitty easement, siluatod in Vm Hiram ZitU4j, "Survey. Abstract No. 930, Tarrant County, Texas, and being a portion out of a tmi of land wnveyod to Lawls E. Pierre and Porence K. Padre as Ttact Oise, by de d recordod in Volurne 210, Page 289 of the DeAd Rocords, Tsr nt County. Texas, and being more partculariy dascribed in Permanent Sewer Facility Ea5arnar1t in Exhibit "Am, Grantor, for the cansiderailon paid to Greplor and other good and valuable consideration, horabyr grants, sells, ertd conveys to Grantoo. its successors and assigns, erg exclualve, perpeluai easarnarrt for the wnatmctjon, operation, mainh nance, replacx�nent, upgr-ada' and reMir of a P€rrmanenl Server Litre facility, herentler raferr'ed b as `l'acifiV. The Facliity P12MAp NEW s c R FACiLirY EASrOWT ATTACHMENT A03-5 SAY. fti2=11D S:i OF 1B1 SANITARY SEWER MAIN 257 UPPER AND MIDDLE VILLAGE CREED{ PARALLEL RELIEF 'AGAIN, PART II OfTY PROJECT No. 01227 PARCEL No. 14 DOE # 6216 2912 MCPHERSON RD ( r HIRIAM UTI•LE SURREY, ABSTRACT NO 930 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OFFORT WO PE MAIMS T RFACILITY EA EMEN e- I DATE, JAIi VARY 5, 2011 GRANTOR: LEWIS E. POORE RANTCRt S MAI I -I NG AODRE S (ImIuding County): 2912 MCPHERSON ROAD FORT WORTH, TARR.ANT COUNTY, TX 761+ GRANTEE., CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH. TARRANT COUNTY, TX 78102 CON&DEI ATION: Ten Dollars (1.0-00) and other good and voluab#e 'considera#ion, th(e receipt and sufficiency of which -is hereby ackncoledged. PROPERTY: Beira 30 foot permanent sewer facitity easement, situated in the Hiram Little Survey. Abstract No, 930, Tarrant County, Texas, and being a portion out of a tract of land oonveyed to Lewis E. Poore and Florence K. Poore as Tract One, by dead recorded in Volume 5210, Pagel 289 of the Deed Records, Tarrant County, TeXas, and being mare particularly described in Permanent Sewer Fad lity Eas6ment in ExttiU "A". Orantar, for the consideratlen paid to Grantor and outer goad and valuable consideration, hemby grants, seiis, and convoys to Grantee, its successors and assips, an exdusiui�, perpetual easement for the consEruckin, operation, matnlerrance, repfacemenl, upgrade, and repair of a Permanent Sawar Ling Facility, hereafter referred to as "FaciliV'_ The Fadlily FV» Ts a rA04rrYE&5E&WW Ftev.13S 1 z2414 ATTACHMENT AD3--5 Sa OF 181 include.9 all incidental underground and abovetground ailachments. OqUIPMent and appurtenances, including, but not ftited to manholes, manhole vents, lateral fine nrii�!ctinns, piped ne5, junction boxes in, upon, under and across a portlan of the Properly and more fully desedbed in Exhibit "A" altached hetelo and Incorporated heroin far all pertlnant purposes, Together with the right and privilege at any and all t1mes to ranter Property, or any part 1hereot, for the purpose of constructing, operating, Mainlalning, replacing, upgrading, and repairing said Eacilfty, in no evert shall Grantor (I) use the Property in any manner which intarl'ares in any Material way or Is inconsistent with the rights gratited hereunder, or (l!) erect or permit to be eracled within the easement property a permanent structure or bulfding, including, but not iimilled la, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Graplor small be permltled to install and maintairl a concrete, asphalt or gmvel driveway, road or parting rot al:ross t#ie E.asemLant Property. Grantee -,hall be obligated to restore the surface cf the Propel-ty at Grantee's We cost and exp6nse. Including the resloralion of any sidewalks, driveways, or similar s+jrfactf Improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted heretinder_ Provlded. however. that Grantee shall not be obligated to restore or replace irrigation systemG or vthE)r Improvernenis Installed In violation of the provisions and intend ad use at this Easement - TO HAVE AND TO HOLD Ilia above -described easement, together wath air artd singular the rights and appurtenonres rherelo in anyway beforiging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind ilseif find its successor and assigns to warrant and forever defend alb and singUar the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Whoa the con axt requires, singular nouns and proroune Include the pluFal [SIGNATURES APPEAR ON THE FOLLOWWO PAGE) PI:Abfh,NENT SEWER FACILITY FME Wh W 11mv 13517f301fl ATTACHMENT AM-5 55 OF 181 ORANTOPL l CW3 E. Poore & FEofence K. Poore IL Lewis E. Poore RANTEE<_ City of Fort Wor h 4' . ernanda Costo Assiat�nt Oity.Manage r APPROVED AS TO FORM ANO LEGALITY Atslstbrit 01� Ajtorn ACl NOWLEDGEIiINEi�IT STATE OF TEAS § COUNTY OF TARRANT BEFORE ME, the mndemigned authority, a Notary Public In and for the Slate of Texas, on this day personally appeared tree E. Poore, known to me to be the -same person whose name is suhscTlbed to the foregoing instrument, and acknowledged to me that the some was the act of Lewis E- Poore. and that he/she executed the same as tba act of said Lewis £- Poore W the purposes and conskieralion therein expressed and In the capacity therein stated - EVEN UNDER MY HAND AND SEAL OF OFFICE this _ez- SHE pf;YB ArI7MLUAMS NOIARY PUBUC STATE OF TWS MY 00mm. EW 0346012 PERFAANEMF SEWER FACILFTV EMEME FqT F v 05nWIVOTO day of MAI lacy I Itc in and for the tits ofTexae ATTACHMENT A03.5 56 OF 181 ACt(NOWLEDGEMENT S.Wr MY OF TARRANT § EFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on Ihts day personally appeared Florence K. Poore, krrown to me to be the same person whose nasn -i subscribed to the foregoing Instrument, and acknowledged to me that the "me was lha out of Roi#rice K Poore, and that he/she executed the sauna as the act of said Florenoe K. Poore for the rposes and consideratiiDrr therein expressed and to the capacity therein stated. LIVEN UNDER MY HAND AND SEAL OFtiF ICE this r LV STATE OF TEXAS day of 1 NEP W rY-Publie—inaed- €$mho to le' 10VT,6;6)�s ACKNOWLEDGEMENT COUNTY OF TARRANT BEFORE ME. the under5aernande lhorit . a Notary Public In and for the State of Texas, on this clay personally appeared Costa, Assistant Cily Manager Qf the City of Foil forth. known to me to be the sarrle person whose name is subscribed to the foregoing ir�strurnenf, and acknowledged to me that the same was the act of the lily of Fart Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consldrralion therelD expressed and rn the Capacity Therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � — day of -!r;+�rtnk++pse� xair+r's -;,-� Jay i4, �lr PrRM AN ENTSEwER rA{;ILIrV fr19EMENT Raw CL5.W(W10 r 41flaryand for the Stag of Texas ATTACHMENT A03-5 57 OF 181 Being a 30 feel wile taerrnapient sanitary sewer eEtsement siluated in Ire H. Little Survey, A►bsiram No. M. Tarrant Gounty, Texas, and being a portion of Ihot connin Irool of (arid conveyed to. LEVAS E. P GORI= and FLORENCE K. POOR as "Tract Ond' by deed recorded In Volume 5210, Page 280 of the Deed Rerorde, Tarrant Counly, Texas (0,P.T. .T.), said permarxent sanitary sewer easernerrt being herein more-aarticulsdy d"cribod'by metes and, bourids as fMaws: .6i dINNIN at the southwe�l properly romsr.of the SOW- txore tract. said paint being the southeasr pr�opgrfy corner of a Iract of Wd conveyed to Mlcilael J: F3artosh and ,canna Barlosh as "Tract 1 " by desd rgcq(ded in Volume 13503, Page 64 of the DA,T.6j_ said point also being an (lie northwest (ght-oi-way Iline.of an electrlc fight- of- way strip owned by Oncor Etactrlc 1)0Y.ery Co., LLO,. ,sane behig convoyed to T.E,&C1o. by deed recorded In Volume 35 54 - Page 352 of the D.R.T- -T.; THENCE North 00'CT05"'West, along the west propedy tine of the said Poore tract and along the easl property Me of the said Badosh trawl, a disunce of 35.36 feel to a polnt; THENCE North 57°5W05" East a distance of 381-68 teat to a point are the east props rty line bf'the sold Paws tract and an the west proparty line of a IracI of land conveyed to Jerry F. Berger and Margaret Ann Berger as "First Tractr by dow recorded in Val urria 4157. Page 535 of the 0-R-T. ,T., TH ENCE Soul 00,:a915Y 1=ast, along the said property lines, a d]otance of 36,09 Feet to the "beast property corner of the said Poore tract, said point be!nQ on the northeast coaxer of the said T.E. S.U. right-of-way sirlp; THP-MCE South 57=56'65" West. a[on 9 the southeast proply line of the said Poore tract and along Me northwesl 0gh[-of-waxy line of the s4id T.E:B. Co. right-of-way strip, a distance of 382,40 feel to the Polrrt of Beginning containing 0263 acres (11,464 square feet) of Iand- 11er ilr"vas k- r PARCEL 14 i Pg. 5 of 0 ATTACHME NT AD3-5 58 OF 161 PLAT OF EXHIBIT k: 1p � 1.509ACRES ,f,F ATrAGNED LEGAL -DE3`CRPP,-,V ON J 2RY F M!':f7P do r P.4Gr 5 or m1sy r A w mENE7N HIRAOW tl7U E ,5•tWnT MARO 9RET AA1AF O ER Assr cr NO. 939 WRSr M4r r I VOL 4157 PC- ,S,J5 aR.7C.T. � �I OAVOR EUMIC ,I- oa.&t-py co, LLC MW f. PION'£ & MD"49'55T .5` MSMZiW' RORENCE K. POORE J5 0-9" Cawd & f I VOL 445.9, � 3�53 to T ONE-" /A' ' DIRT T. I I I �y I GlSfa+l #T` *'JO'' �/ LL- P ice y"Jf) �y rS Ai#T1�R- +-S �?+ w�+�4�/EN MIE .{ w7GlIFCyIVr' j { J.f.+s C� l'f lTf�•7 �T6-( jrr 1 1 4.520 ACAWS I rmwwRr co, CLc +irOD` 'C7�5 Y (rC.}S RO.��+�;y S7�7yW) OR. T c r I } P.0. 8, lXHIBIT NA " 4.259 .4CPFN f CWCOR E'LECIRIC 1-4 17€ 11 Epr Co, a 0. r, 7..C, r. 1.$J4 ACRES frlc x � HA07rmu JAWAM B4RrOSH 7RAr r byVOL I.T501y, pa 64 f 0.R. W r. r i J. 400 4CREN dczaREmaE x pm- m l o, PIG 289I 0,9 r r. 0 60' 120' iii GRAPHIC SCALE IN FEET I' a 60, N'Dltt TFTE eMPS OF BEARINGS. FOR TIMS SURVF.7 IS NA083 NOR7N rEXAS CENTRAL Z41NIL ALL DISTANC-Es SHOWN A4 ';VRrA&- AITARY SEWER PARALLE-1- RF.LIFF MA N-257 SVRVEY. fl- T. M-E 5URWY. ASS7fMACr No, 930 LOCATION- 2912 kt$WER!AW PD., PM r Kckq rN, iSxAs 040LF P99"EiRTY AMA 13F-- 2 117 ACAS PZR D€M E'. ialt -A' PAGE 5 OF 6 *Ark; 2-ot-to I 6&txr'D gY. .SC,s. ACAL) FILE, [;a-ozo-A412S7-vU_AGE CREEK SPOO Eq & ASSM.. JIVG, 3W aM S , nmcE7, SUrTE fob, #ilia FJI' ;r8a39, pH 8t7•-2+at-pj35 FAN 0 F a 43 R SHA�1N G SPOCI+IE. AI FACHMENT AM-S 69 OF: 131 Consent of Lien Holder S"Waly of Hous bi S pnCI Urban D c Licr lder hereby consents to the gaol k)f the foregoing Permaneat Sewa • aciIit y Ease ent by Lewis. 8.. Poore to the Cit� of Furt]yg,ali. and consents to the ex ulion ho-cot solely q�s Lion Holder and hereby does a �ihti l in the mat of the forecl tire of paid Deed of Trus[. or mher sale'f suic� propar y-'-8egcribed in said Dccd of Trust underJjudici oe ran-juclivia! proccedings, the s=c 511ail be sold subjcct to said Ease:rcuted by Leis E. Poore. datcd jum 4a S. - 1 !! _ anti recorded in the office of Tarrmt County Clerk, under c1crk's file na. D2103 iOU. Lien Holder hereby ackmwledgiitg that its interest ww derivi-xi through Dced of Trust t om Lewis E. Poom in ' vor of Smretary car H q i g aukbian De-w4opment_ Robed Imo. RrMyylle ,.TRiste-CT W(a p a.deir s is 451. Seventh Street, S.W, Was,hinLlon, DC 0410. A note in the arnount of 26-2. 00.0(}. dated I�e-cc��# T, ... 010, recorded 02—L1 00 . Deed Records, Ta-rr�nr County. Tuxes. - SIONEDA N DEXEC UTEDthisadayof ?4i ATTACHMENT AD3-5 w OF 181 Page 1 of 1 In W1tnes5 Where af, the undersigrned, Carus Torres, Assistant Secretary of C&L Service Corporation, attorney -in -fact for the Secretaryof Housing and Urban Development, has hereunto set Eus hand for anti behalf of said Secretary. Shaun Danavan, Secretary Department of housing and Urban Detrefoprnent By: I For the Secretary of Housing and Urban Development Rate: —7 r STATE 0F0KLAHOMA } Can si7i5 � day 011, N-tore me, the underslgned Notary Public in and Ft r 711lsa Counter, Oklahoma, p�rsOn�lly a earesi Cario5 Torres, personally know+i to me to be Assistant 5ecratary of C& L Service Corporation, aitorney-its-faa for the Secretary of Housing and Urban DeVeJopment, arc# acknmledge to me thilt Fie executed the Barrie an his authorised rapacity and that by his signature on the lrfstrument the pfrson Or the entity upon behalf (if wh€eh the person Wed, executed in5trUMent. WKviess my hand ant# offldaI 5eaL 6 . 0,7. -�P( My cornM[5l ion Explr,es — .k:/OL 'hq�� y Pub]iC 5 fgrtaIWE! ATTACHMENT A03-5 61 OF 181 CONSENT O] LICN MOLDER effs Far ('Lien Haider'), Fs the current holder of a Mortgage Deed of Trust dated Decegft P. 203.0 executed by Lswis E.Iut2ert K. Fowler. Trustee as fewrded in Instrument. No. _Q22QW78 In the Deed Records, of Tarrant Goj,nty 7exas, -hereby pansents to the grant of the foregoing Permanent 5 wer FacilEasement by Lewis . E.; Piaore I !0 - City of For Worth grid consents in the execution hereof solely as Lien F#alder and here4 daes agree. that In the event of the foreclosure of said Deed of Trust, or other sale of sald property described in saw Deed of Trust under jud10A a non -Judicial proceedings, the sarne shafl be sold subject to said f&jCment. 5 1 G NE D BIND EXECUTED TH15 15"" DAY OF August, 2011, WELLS FARGO BANK, N,A. By: _4a 141J,6,r, — Lorna L 514ughter, Vice P sirlent — STATE OF N1arylandj COUNTY QF Frederic kI BEFORE ME. the undeeslgned autha6ty, on this day personalfy appeared Lorna L. Slaughter, Vice President of Wells Fargo Bank, N.A. known to me to be the pems and Otficsc vohoSe name is subscribed to the Foregoing instrument; and who atknow+iedged to me that she executed the same far the purfroses and consideration therein expressed, In the capacity therein stated, as the act and steed of said Barik. GIVEN UNDER MY HAND AND SFAL OP OFFICE THIS of AAigim, 2011. F&) IL 1700 1�t I- -d .-) *� Notary Public. State of Maryland SIN MY c0rnmis5i0n expires; May 15, 2013 It dom, uu Z'+Ym+3 ATTACHMENT AD3-5 62 QF 181 xdange; Aulhoiized Users Only Page I of I Document receipt Information Reference Number: ALUAL18-ATQOOU026193 m Eacemant ATTACHMENT AD3-5 https:l vww.cj-<c ange.corn/Ul/ iewF[eceipt_aspx?Doc;ijmLknlId---510 647 R)3 2Oi Iof lai FORT WORTH � APH1 19.2019 HAND DEL Tt Michael 1. Bartosh and Jasxna Hart4sh 2906 Mn1'hersan Sri. Fort Words, TX 761 40-9552 Re- City-Projeet 012V7 Vpprr a ikil Krirl.le M8jh , PARCEL P I5 2906 McPhrs-Butt Rd. � H.Ut#eSurvey, AbstrsietMEL 930 Tas-rent Caunty, TC120 Dear Michael J. Be tos11 end J.aMM Bart+osh: The City-agrcas to pay you $8,000.00 for a Permanent: Sewer Facility I;xsement of 6,202 square feet, which is' dolt ated as Pn=1 15, and io speriiiunlly de-salbed in the meek sbd- easement document This aft' raprcst4nts tha total wmoaid of compQnsal:ion fbr tbo pt-,petty, less the value of any nil, gas anti sulphur, but with no a4rf tce rigs reta.igad by you for- purpa= -of exploring, devoieping, raining, or drilling far them an the prupertyr to be acqui� . In additada to c=pensation, the City agr to prov�idb chain link fence to pjubc.ut humps during wristrued.m. I'leaNe be whvLwd that ufMd r SubchupMr N of else 7krus Propedy Code, as -amended, file a rsrrrer or file Owner's helxs, xxroceswrvy, or Msigns may be en ifted before Mo 1 siueiwary of the date of this acquIS tia1e to repuri1saxe or reque& cWgix h(formad on aboal the usg Wid any as-Wal progr€ss made lopvard the ssse for iphleh eke propMM was acquired fhrougft endisent dorrrcrT+r, and fire rrpui-chaseprice will betheprfcathe Citypayeyou-IuflaxacquIsIdars, In addition to the purhw* price, the City will pay for the e10wing costs iuWTed in u'ansferl'inO title to the praporty far use by the City, if you to Wee, to the offer being presented, plaasa Wgrt below indicating your acceptance and rewrra a copy to the at your earlieg eonvensnrxce. CiKa VraD ve tha oxo uted Jotter and a sscr ibats dwun eras, I will cnordmate an in-house ci(>aii7g to complete the ity's purchase of the easeraent interest. If -you are not wailing to accept this afli'er,.YDu may►submitu-comd4 offer amount and the basis for suclI amount. You have Iht) right to discuss with uffirm any off -or or ag=rrtent regarding thr� City's 4cquishion of the spa bject pfoperty, or You may ,(hut are not required to) kelp the offer or agreeosent confidvutia I $taro oiitiars, subject to tha Vmvkions of CLapter 552 of the Tow .Govq r=a tt C;otle (the Public Records ME) as it may apply to rite City. If you have any questions reguFding this aft p[ww contact meat 817-3 ,5I66, PR(3VER Y_MANAGE, Ed1t N't' Dt,WITMENT- RE,Lt,l'tcc 1EBTY 21UNIQU ;+LCHN!>ANfl` A03-5 TFIN CI7V OIL FOH T WORTH • 94a MUNMC 8TR=Tp StaTL40 4 h Foal- WouTH, Wr4u 76141 634 OF 181 Sio�croly, Accopred By, CITY OF FORT WORTH zl�4t3T lAnd Agent senmt DUCUUMM9 -9 PROPERTY MANAUMB " , T - RM, PROPERTY DIVISIMCHMENT AD3-a 'rutcay OFFOIeT WORTii * Ioa MoMffloa STREF T, Surre 404 w VoFFTwpT;nF, TvffAs76i02 �i5 OF 181 Stectronically Recorded TonantCountyTexas Official Pu4llcRecortis 311-41201211:36AM D2120922i9 SANITARY ��dt ii� AND MItIOL64111- E M& PARALLIrL. R L.IIEF MAIN, PART II M,ry Loulse Gom:ia Stjtxmrtter AC5 CITY PROJECT No. 0122-1 PARCEL No. 17 DOE * 6218 2000 MCPHERSON RD 1-11RIAM LITTLE SURVEY. ABSTRACT NO 930 AIZA � '�,,',�,.•�.�••.. STATE OF TEXAS i KNOW ALL MEN BY T"ESE PRESIENTS COUNTY OF TAR ANT § CITy.OF FORT WORTH N NT. 9ftR FACILITY t ASEMIENT DATE: JJANUA►RY 5, 2011 GRANTOR: FRANCISCO VARGAS AND WIM MARIA INEZ VARGA GRAN MIAILING ADDRESS (iscludIrig Coun1y): 6555 WHISPERING OAKS LADE FOIST WORT! TA R NT COUNTY TX 76140 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS 1fiOudIng Counlyy 1000 THROCKIII ORTON ST, FORT WORTH, TAR RAN T COUNT'. TX 76102 CONSiDL-F Tkpiq- Ttn DDI[ars ($10 00) and athefi good and valuable WnSlderatlon, the receipt and ufficlerlcy of which Fs hereby ackrnowledged. PROPERTY: F] 3G tooll permanent newer facility ewaernant- situatod Era the Hiram little Survey. Abstraut No 930. Tarrant Oaf,nty, Texas, and being a porlfon out of 0 Iraui <�f lend nvoyed to Francisco Vargas and Mane Fnea Vargas, tsy deed Focorded in rnatrerr,erlt No 0209151519 of the Deed Rercwd:;, Tarrant County, Texas, and being more parlicuiarly described in Perm anant :mower Fa61dy Ea56rperlt in Exhibit "A'. Graplor, fOT [he paid to G(entrrr and other goad and valuable Cvnr*idafahQn- hik lredy grants. sells, and conveys to Grant". Jts Succes. And assigns. art exclusive, perpettial easerneril for the constructlon. Operation, maintenance, repfacemani, unrade, and repamir of a Pe"nent a"r L.rnO Facjldy. hereafier referred to as "Fadllty" The Facility r-ER""Wof 3rwF14 flu iFyf&—MEN6wr Are ayszw{u ATTACHMENT AI)3--5 615 OF 181 SANITARY Sr=Wr=R MAIN 257 UPPER AND MIDDLE VILLAGE CREEK PARALLEL BELIEF MAIN, PARR II CITY PROJECT No. 01227 PARCEL No. 17 DOE # 6216 2800 M PHERSON RD MIRIAM LITTLE SURVEY. ABSTRACT NO 930 AFA STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FOR:r WORTH PERMANENT ANENT SMER FACT TV EASEMENT DATE, JANUlARY S, 2011 CRANTOR� FRANCISCO VARGAkS AND WIFE, MARIA INFZ VAROA GRAN TOR'S MAI!_ING AD12RES (Jnciuding Catinty) 5555 WHISPERING OAKS LANE FORT WORTH TAR RANT COUNTY TX 76140 GRANTEE: CITY OF FORT WORTH ORAN TEFS NIA ILING ADDRE (irlcludIng County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTS*, TX 76102 CONSIDERATION, Ten Dollars ($10,00) and i0ther good and variable consideration, the reCeipt and sufficiency of which is hereby aanowledged. PROPERTY, Being 30 foot permanent sewer fadlIty easement. situated in the hliram L3tlle Survey, Abstract. No. 930. Tarrant County, Texas, and besnq a portion out of a tract of land cionveyed to i"ranclsco Vargas and Maria Inez Vargas, by di�ed recanted In Ing(mment No 0209151519 of the Deed Records, Tarrant Counly, Texasr and belog rnore parlrcularly descrlbed in Perrnartent Sewer Eacrllty Easement in Exhibit 'A'. Grantor, for the consideration paid to Grantor and other goad and valuable cvrrslderatlon, hereby grants, sells, and conveys to Grantee, its successors and assRgns, an exclusive, pWpaluall easemenl for IhE? e0r15trtaotl0n, Operation, rraintertance, replacement, upgrade, and repair of s Perrnen8nt Sewer Lind Facfllty, hereafter referred to as "Faeitliy', Ttie Faoilfty PERMANVNT qeWER FAC IL I ry EASEMkNt Rev- C5J1no3i� ATTACHMENT AD3-5 67 OF 181 M includes all Inctdentat t,nderground and abovaground attaOments, e,.qulpment and sppurtananCeS, including, but nett limit8d to manholes, marnccie vents, lat,erat line connections, pipelines, junctlan boxes in, upon, under and across a portion of the Property and mare fully described in Exhibit -A" attached hereto and incorporated herein for all pertinent purposes, logether with the right and privilege at and+ ar4 all times to entiar Property, or any part thweof, for (lie purpose of cvnstruclIng, opelating, malr#MInIng, replacing, upgrading, and fepstring said Facility - In no event shall Grantor (1) use the Property In any manner which interferes in any material way or is inconsistam wish the rights granted hereunder, or (11) erect or permit to be erected within ]he easement property a permanent structure or hullding, including, but not limited to, monument sign, pole sign, blilhoard. brick or masonry fens;es or walls or other structures -that require a building permit- However, Grantor shall be permitled to install and maintain a concrete, asphalt or gravel driveway, road or parking lot auoss the Easement Property. Grantee shall be obligated to restore tho surface of lhle Property at Grantee's sale cast and eXpen so, Ineiutting the restoration of any. sidawaIks, driveways, cr similar surface improvements located upon or adjacent to the Easement L Tract which may have been removed, relocated, altered, damaged. or dogtroyed as a result of the Grantee's use of the easement granted hereunder. Provided. however, that Grantee shah not be obligated to restore or replace Ir6gatlon SjIStGMS Or other Improvements Installed in vlolatJon Of the pr[}Vi$iOn5 and Intended use of thls Easement. TO HAVE AND TO HOLD the above -described easement. togalher with all and singular the rig h1s and appurter• a es thereto In anyway belonging unto Granlea. and Grantee's successors and assigns forever, and Grantor does hereby bird itself and its successor and asstgns to warrant and forever defend all and singular tyre easement into Grantee, its succassor and assigns, egair>,sl< every person whomsoever lawfully claiming or to claim the same, or any pall thereof. When the context requires, singular nouns and pronouns ineiude the pIufa]. [SIGNATURES APPEAR CIN THE FOLLOWING PAGE-1 PERMANENT SEwE9 FArq ITV F-MEMEKT FWY. VfPV2010 ATTACHIM EN'r Ao3-5 6& OF 181 GRANTOR.- Francisco Yargas and Maria Inez Vargas rancisco Varga T Maria Inez Vargos GRANTEE: City of Fort Worlh Fernando Rasta Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Auc)rney ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TA RRANT BEFORE ME, the undersigned authority, a Notary public in and fur the State of Texas, on Itlis day Personally appeared Frandsca Vargas known to me to ba the same person whose name Is subscrIbed to the foregoing instrurnem. end € cknowaedga�d to me that the snme was the act of Francisco Vargas, and Thai helshe executed the same as the act of said Framisco Vargas for the Purposes and con5lderation therein expressed and in the c'apacily therein staled. 1VEN UNDER MY HAND AND SEAL RAF OFFJCE tFt.,,. 1 M 6_kCr IL 4 Ll SHERNE SCUTHMO NOTARY FWLPC 87AT'E OF TEXAS MY Gomm, W 1-20-12 PERMANeNT 5EWM WILMV CASCMPW lqov In and day r{ State of Texas ATrACHMEW ADM 69 OF 181 ACKNOWLEDGEMENT EMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undaraigmd authority, a Notary P011c In and for the Sato of Texas, on this day Parr, onalIV appeared Maria Inez Vargas kno+r n to me to be the same person whose name is subscribed to the fotegoing instrument, and aok,nowiedged to me that the same was the act of Maria Inez Vargas, and that helshe executed the sarne as the act of said Maria Inez Vargas for the purposes and consideration th6fairt expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this-- � day -of NOTARY" UC MY COMM. OP 1.20-12 ACKNOWLEDGEMENT STATE OF TEXAS � COUNTY OF TARRANT a n d authority, a Notary Public in and for the State of Texas, on this play persuriaily appears Fernando Costa, AsSiS10r]l Qi y Manager of the Clty of Fort Worth, known to me In be the flame person who" name is stibscrlbed to the fcyegoing rruartimeril, and acknowledged to rna that the same was the act of the City of Fort Worth and that helshe executed ilhe same as the oct of Ihi� Cily of For, Worth for Iho purposes and consideration themin expressed and in the capacity therein stated, /4 IVFzN UNDER MY HAND AND SEAL_ O1= OFFICE this t day of t 4 M-- * PERMANkNT $EWCR FAGiUTY � MFNENT Rev. rW Mml0 r.-- - _/�"" a 1.: otary Public in and for the State of Texas ATTACHMENT AD3-5 N 4F 181 EXHIBIT "A" ME�Irrg a 301oel wide parmanent sanitary newer ease mant soo ated In I h a H. Little Survey, Ahstram No 9W, Tarrant Coualy. Texas. and being a portion of Ihat cerialn Irani of land r;onveyed to FRAN ISCO VARGAS and MARIA INEZ VARGkAS by dead recorders In Insirumen t No. D2091515 19 of the Dead Records, Taman( Douniy, Texas (D-R.TZ.T.). said penttarienI sanitary sower easemanI being hefein more parkularly described by metes and bouAds as follows: 13EGiiINN ING al an alUrninum T,E. .Oo. d1sk found at the soulheasi property corner of the so id Vargas tract. said point being the southwesl property comer or a IFdO of land conveyed to Ruben 0. Guzmw and Raquel 0. Gu= an as "Tract One" by deed r�iowded in Inslrvment No. D203291570 of the D.A.T.C.T-, aaJd point also being on the northwest right-W-way line of an electric rlghI-of-way strip owned by Orlcar Electric 0e1wery Co., L I-C., aarne being conveyed tcj T.E.S. o. by deco recorded in Vofurna 3554, Page 352 of Ike D.R.T. .T.� THENCE South 57,15 '05` West. along the southeast property lira of the said Vargas tract and along the said northwest HgIjI-of-Way line, a distance or 141 A3 feet to an aluminum T,E. S- o. ftk found at the northeast property porner of a tract of fand Conveyed to ,lorry F. Eta rgar by deed recorded in Volume 13014, Page 253 or the D.R,T.C_T-. TMENCE South 8904635" West, along Iha south property tine of the sold VArgas tract and along the north properly IIM of the said Berg or 1racl, a distance of 56.93 Peal to a pofnt: THENCE fUcM 5711SW37 fast a distance of 48.37 feet to a point, THENCE North 57°5606' East distance of 160.09 feet to a point on tho east pr-opody Ilns of the said Vargas tract and an the west properly line of Ilse said Guzman Iract, THE MCE South OX 10'33' Easi, along the said properly lines, a 31starr a of 35-33 feel to the Point of Begtnrilnq containing 0.120 acres (5,248 square feet) of land. KHMANLNf`K+ wff,tAC;LpSVMA4e;gw[r F4'1 PAY. 0CV2±'0a ". . . i� + •� �A *Y :- PAPCEL 17 •- Pg- 5 of 6 ATTACHMENT A03-5 71 OF 181 n c-, Mi w Z in N' V- Z 2. Ln vi It Ul cl w Q ru Q tn 49 LU cl m Jt d.; ATTACHMENT Ad3-5 12 OF 181 Erm:hange: Authorized Users Only Page I of 1 Document ftecelpt Information R&fer*-nre Numbart 6216.17 - gaserttgnt h11P511 +-w.erxc6nge.coFTAtINj",Rt!ceipt.asp,0D i mmentld%-5773983 03/14/201; ATTACHMENT AC3-5 n OF 181 Page 1 of 6 D2181130n 51261201910,47 AM pr4it R Fee` $36M Sutamlltor; XEROX COM McRCIAL SOLUTIONS Ll a c(rc n,ca rly Recorded by Terra rat County Ierk in Oftwl Public Reco rde ,� �[`�{.., Mary l.ca;rseGarcra PN -1 W27 MAIN-2b7, PART 2 - UPPER AND MIDDLE VILLAGE CREEK SA1411-ARY SEWER Parcel 4 16 2906 K:Pherson R. k(. L11Va Suh-vey, Atashra+ct No. 930 STATE OF TEXAS § KNOW ALL MEN BY THUS PRESENTS COUNTY OF TARRANT § CITY OF FORT VVORTH PERMANENT SFUVER._FACIUa EA EMENT DATE: 4119Mf I3 0RANTOR- NJICHAEL J. SARTOSH AND JANINA 13ARTOSH GRANTOR"S MAILING ADDRESS (Inclucing County); 2906 MCPHERSON ROAD FORT WORTH, TARRANT COUNT, TX 76146 GRANTEE. CITY OF FORT WORtK 200 TEXAS STREET FORT WORTH, TAR RANT COLINTY, TX 76102 CONSIDERATION: Ten Dollars ($10,DD) and ether goon and valuable consideration, the focoipt. and sufftaiency of Which is hereby wkn4awtedgad. PROPERTY: Behig morn partietilerly described In theattach" Exhibits "A" and uW'. Grantor. for the consIderaton pald to Grantor and other good and valuable wn5ldefation, hereby grants, sells, and conveys to Grantee, its suecesscrs and asslgns, an exclusive, perpetual easement for the constructlon, operaUon, maintenance, replawment, upgrade, and repair of a Permanent Sewer Line leanly, hereafter referred to as "Facility', The Faclllty+ Includes ail incidental underground and-AiDvegrourid atlachrnerlfs, Kulpment and apputteriances, inclLsding, but riot limited to manholes, manhols vauti, lateral Ilne canrlectiorrs, pipelines, junction boxes in, upon, under arrd acrous a portien of the Property and more Fully described in Fxhibill "A" ached hereto and Incorporated I-erejn for ail pertinent purposes, tngether wlilh kha right aPd prlvlIage at any and all 1Imes to arltet Properly, or any part thereof, for the purpose of ccnstructing, operating, rnaIntaIning, replacing, vpgrsding, and repo Iring said Faculty, "MANENT#EVffiRFAd1 MYEA6EMENi Aaw, 1WIN17 VATTAC iMFraT 3-� 74 OF 181 Page 2 of In no eventshall Grantor (1) use the Property in arty manner whfoh interferes irr any material way or Is inconsIstenl with the righla granted he under, ior (11) eredk or permfk to be erected within the easement property a permanent structure or building, Including, but Doi llrnfted to, mGrurment sign, pole sigh, blilbosrd, brick or masonry fences or walls or other structures Mat require s bultding permit. Hu ver, ranter shall be perw ttod to Install anti malntaln a conareie, asphalt or gravel driveway, road oi, parking tai amass the Easamel)t Property. Grantee shalt he obligated to resters the surfaoe of the Property at GmntiaWn dole coat and expanse, Including the restoration of any sidewaIks, drNeways, or similar surfare lmprvvernents located upon or edJDoerrt to the Easement Tract which may have bean rernoved, relocatod, altered, damaged, or destroyed as a result of the grantee's use of the easement granted hereunder. Provided, however. That Grant5e shall not be Obtlgeted to re.9toro or replace irrigation systorns or other fmprovements Installed fn vfolatiDn of the provislons and Intended use of this Easement. TO HAVE AND TO HOLD the eawmeht, togeihcr vrith all and singular the r)ghts and appurtenances thereto in anyway belonging unto Grantee, and C ranNe's sauces rs and assigna forever; and Grantor does heraby bind Itself and Its successor and assigns to warrant and forever defend all arrd singular tha aasoment unto Grantee, its successor and anulgns, against every person whomsoever lawfully clalmIng or to claim the same, or any part thereof, When the context requfras. silngclar nUunS and pronouns fncluda the p1waL (SIGNATURES APPEAR ON THE FOLLOWING PAGE) PERMANENT SCWI�R r•Acrl.rrY eAMMENT R&W WIV17 1TAC'iHMENT ,kD3-5 75 OF 181 Page 3 of 6 GRANTOR: MI HAEL J. BARTOSH AND JANNA BARTOSH THE STAFF OF TMG COUNTY OF TARRANT . {Prlgt I meF� , T lap APPROVED A M AND LE AtI"� �i�nature} (PrinkName),JOWL Ri +rang,A '5#ant i dfioM ACKNOWLEDGMENT 139FORE ME, the undersigr d authority, a Notary Puhlic In any# for the Stalls of Tioxas, rao on this day peniAy appmra�d .5G,f.� , &w h . Imown to me to be the same person whooe nerne is subacrlhed to the fomgeing Instrument, and acknowledgad to me that the same was the act .af l and ftf helaho executed ltro same e5 the a'ct of said if lire purposea and cafls€daration thorain expressed and In the capadty lhoreln rotated. GIVM UNDER MY HAND AND SEAL OF 0F=FIGE ihIs day of AA.f orl . 20:- ti �tcr�o s� li ,� Notary put& to dTexan CommlpW Z4, FEB, 25, 2Q77 PSNMMRNT *ev+ R FACuUTY W-€FAENT Note rj Public in ertd for the State of Texas TrTF4CHMENT ■ A03-5 76 or 181 Page 4 of 6 THE STATE OF TEXAS COUNTY OF TARRANT ACKNOWlJED MENT BEFORE ME. the unders Ted U'U01000 Notary Public to and for the State of Texas, on this day personally appeared , knowtl to me to be the same poison whc,9e name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of !( and that holshe executed the sarn� as the act of said ff the purposes and oonsfcterafion therein expresser! and In the rapacity Ihereln staled. EVEN UNDER MY HAND AND 9 FAL OP OFFICE Ihi%_ day of --�� {. RICl RDO SALAZAR tt * Nwlory Publlo-E nto of Tom!) Note PL161hc In an for the State of Texas k Nolary fD 01261e5792 Co rhls*n Eq FED. 26. 2 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRA NT § DEi=ORE ME, the undersigned authority+, a Notary F.VbJlc In and for t�re�ata of Texas, o this day arsnnafy appeared ;, -U �a , ro K'r r of the City of Fart Werth, known to me to bD the same person %vhnse na a Is subserfhed to his foregoing Instrument, and acknowledged to in that the Sarno WE the act of the City of Fort Worth and that he(she executed the same ae th a act of the City of Fort WoAh for the purposes end censlderallDn 1heTe1n expres$ed and ID the capacity rherstn stated. GIVEN UNDER MY HAND AND SEAL OF 0FFIOE this day of WJ. , 2Q—A Y It- RICARDO SALAZAR It Notary ubiic In and or the State of Texas i Nwary f#ublfa We of 1%xim NoUry )0/29155732 Q � ornmlra;er� tom. Fes. P'51W NLEPJTtMERFACIUTYEASEMEMr Poor_ Twit r ' v. TT,IGHMENT A03-5 77 OF 181 Page 6 of 6 EXHIBIT "A" Beft a 39 foe wide permanent saahaq seiner ea;ientent.situiatad in the H. I`ittle Survey, Ab$tr`aat No, 930. 'Farmnt Gourity, Toxas, anti belnp a portion of that per4dn Im-pt of land conveyed to MIe,HAEL J. BARTOGH and JANMA BARTt` 6K as "Trapt I" by depd recorded to Vokinie 13503. Page 64 cf thv D6ad F "&da, TAPWt County, TpAaa (D.I1.707� �, si�id permanent snnllary e-ewer easernant being herain more particuli4dy desedh6d by mates and bound- us fellows: HEMIRNING at a i Inch iron }Wipe iound at th6 southwest prop�aM eorner of the aaid E3artash Vact, Wo po,knt' heIng the aou[he ' propuAy corner of Mract.of tonal ccn�dyed to i"renelsm Vargas aria Marla Vargas by deed recorded in Irkst�uinent No. D2i3 00594 of the D R.T.G:T„ salt poln] also baInd on the norlhv,�est propedy ling of Ei treat of Iand.Daaveytid to 'faxes Etantrta Service Company (T F...co.) �y ji�od as.r orded In Volume 3654, Page 35.2., 0.R.T. R.T.C. I ., nmv awned and operaled by bncor EldcUlc ballvory- o., W. ,, THENCE NDrlh 00"IGi'00U'Witt, €Tong the weal property line of the said Bartash tract end Iliiong V10 east property lire of Ih@ said Vargas Irnck a distance of 35.30 Feel; THENCE north 57° SAY Past a distance of 206,69 feet to a point on the eras# property IIrna of i�a said Baxtash t(aot and ah -tha we -it propery line nr a tract of land oonueyed to. Lowld E. Poops and Florence K. Poore as `Tmat On a" by dams reooxded In Volume 5210, Page 269 of the D.R.T.C.T.: TH.StwE Soutil.U0'23'32" East, alcjIg the Bald property 11nes, a distauice of 35115 feet to the abulhaasit property comer of the Bald Brta h [Ea cl, said loginq being an the said northwest R( Y of thj5 laid T_E_ _Lo_ tree; THENCE South 67°W43" WeW, olcng the south property tlna of the said Raftoah tract and along the said narlhmm8t property lime of the T.E.S,Co, lead, a distance of 205.78 feet to 1:40 Point of 139916ning containing 0.142 ages (6,202 squaw feet) of land. prMMAWrTMMMRF+4X*rY WWMdW ROY. MOO i•5i...... R 922 PARCEL IS — Pq. 5 of 6 ATTACHMF-NT ADD $ 76 OF 181 Page 6 4f 6 k �r O €; m 6j 1 ATTACHMENT AD3-5 713 OF 181 Page 1 of 6 D218070041 V1212018 3:13 PH POS 6 Fee: 53G.04 Eubmitter: XEROX COMMERCIAL SOLUTIONS Liectrmcslly Recorded by Tarrant County Cie rk In OM4,ial Public Reco rds q-+rS, hharjjLOLIIBe Garcia CPN -1227 MAIN-747. PART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY 8SWER Parcel 018 Overview Ct., Tarrant County Lot SB, Block B, Country H I I I s Estates STATE OF TEXAS KNOW Al.L MEN 13Y THESE PRESENTS COUNTY OF TARRANT q CITY OF FORT WORM PERMANENT SEWER l~A IU]X EASEMENT DATE: 1/2912018 GRANTOR: Jerry F. Berger GRANTOR'S MAILING ADDRESS (im-luding County); 2932 McPherson Rd. Fort Worth, TX 76140.95 2 RANT£E. CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 O N S I DERA 'JO : Ten Dollars ($10.00) and other good and valuable aonslc ratlari, the receipt and sufFidenoy of whl 3 Is hereby acknowledged. PROPERTY; Ming more Particularly described in the attached Exhibit "A"� Grantor. For tha consideratlon paid to Gtantor and other good and valuable aonsidemton, hereby qs-ants, sells, and rwnvays to Grpnht e, its successors and a5sign5, an exclusive, perpetual oasernent for the construction, operation, rnnlntanance, replacement, upgrade, and repair of a Permanent Seaver Line F9611ty, hereafter refean-e d try ai� °Ic'ai-Ail '. The Facility Includes all Incidental underground and aboveground atlachrnents, equip 'renli and alppurtanaricces, Including, taut not 11milted to manholes, manhols vents, lateral IIre nanneolions, pipelines, Junction homes In, upon. under end across a portion of the Prope ny and more fuIly described In ExhIbIt uN' and "B' attached Mere#v and incorporated herein for all perdnef# purposes, together with the right and privilege at any and all times to enter Property, or any Part thereof, for the qurpose of cons truOrig, operating. maintaining, replacing, upgrading, and rapaktng se3d Facility, P£RKSAW NT $47WR MCIIA Y EA6 eWr-f4T ftwv. 10017JPT DIEM". rTACHIMr=NT A03-5 80 OF 101 Page 2 of 6 In no event sba11 Granter (1) use ilie Property In any manner which Interferes Ill any material way or Is inconsistent with the rights granted hsraunder, or (11) erect a pevnit to bi� erected within the easement property a permanent structure or building, Including, but not limited to, monument sign, {rote sign, b4lboard, k�rlck yr masonry fenws or walls or othef structures that require a building permit, How4�iver, Grantor shatl t)e germilled to install and maintain a concrete, aaphalt or gruve? driveway, road or parking lot across the Essnmont Pmperty. G rantee shall he eblfgated Jo restore the surN a Pf the Properly at Grantee's sole cost and expense, including the restoratlon of any sfdawalks, driveways, or simmer surface Improvements loceled Upon or adjacent to the Easement Traot which msy have been femoved. relooE[ed, alten�d, damaged, or destroyed as a result of the Grantee's use ofthaonsernW gfa€rled here Lind or, Provided, however, chat GrE]rrtee ahnll not ba obligated to restore or repilace Irrlgalion systern5 of other Irmprovements Installed In violation of the provlslonrs and Intended use of this Easement, 0 HAVE A M D TO NIOLD the a hiov a-d es cribed easement, together with all and sing uiar 1:11e righlS and spp4rrtenances thereto In anyway belonging [uWn Grantee, and Grantee's successors and assigns forever; and Grantor does hereby thnd itself and its succ or and assigns to warf,qnt and forever defend all And singular the eassmant unto Grar4eo. Ira successor and asslgns, against every person whomsoever lawfulty claiming or to claim the same, or any Par! 111ereuf. When tho context requiras, singular nouns and Pror1ULins Iftc:ILida the pfurs1. [SIG NATUF S APPEAR ON THr: FOLLOW] NG PAGE) PGRMANEUT SEWER FACIUTV Ef'l5EMUT Rev. 10111117 V. ATTACFiMENT ADM 31 OF 181 Page 3 of 6 GRANTOR- Jerry F. Merger TM STATE OFTEXAS G RANTErz. City of Fart WoM By (Si tw[u), {Print Iile►r+r+e �+. �tle� .. _ R APPROVED AS T1 ORI I AND Lt=CAUTY (Signature) - ACKNOW .1 DDGMENT wl SEPO1 AM. the. undo fined a thority, a Notary Public in and r the State of f Teri, on this day per.3onRIly appeared W 0 f' , layow�x to rna to be x�ie samo person � kQ gc nark i.5 subscribed to the farcping hisUument, and acknowledged to o " the Same WNS the act of ff and that helshe executed the same as the act of paid or fo purposes and WnsIdemution therein t�pressL:d and in Lhc ciipgclLy Lh moln As►wd, t;1( UNDER MY HAhd77 A.I+FD SEAL OF OFFICE this ! t VAWI)A .2011. =r5CAR00 UkZti t#i2al5V92uay l f�4• ��� PE ILr,A REW 8 WEI't FACILITY EMbERT Raw IN17117 day of le-n A o#pry PiibIic; in and lbr tho tatty of M1`1 T-rAGNMEN-i AI],9-5 82 or ial Page 4 of 6 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § 9EFOR E ME, the undersigned aulhorlty, a otary F bff In and torthe tote of Texas, on # ]isda peronau aenre fib of the " of Fort Worth, known tJ me to be the same person whose name Is 156wulbed With e foregoing Jnetrurnent, and acknowledgad to mLq that the some waa tha act of the City of Fort Worth and that helshe executer) the same as the act of ta City of Fort Worth for tfie pMrposes and consideration therein expressed and in the capacity therein stated. Rev, IN17R7 GI EN UNDER MY HAND AND SEAL OF 0FI`ICE this " oy of 4o ry f u6ljc Vand fortlie Sta &Texas YOar� . T'rAC'tINiENT ADM-5 Ft:t OF 181 Page 5 of 6 EXHIBIT "A" Being a 3D Bret wide permeneni sanliary Sewer eawmani alto ted in 1ho H. Lillie 8urvay, Abstract No. 030, Terfent County, Texas, and boing a portion of that certafil trisct of find conveyed to JERRY F. BURGER by deed rsccrdu� in Volume 13014, Page 263 of the Deed Records, Tarrant County, Texas jD.R.T. .T.), safe permanent sanitary aunt easemont being hereln more particulardy descrlbed by metes and bounds -as follows: BEGINNING at an AlurrdnuM T.E- .Co. disk found at the noriheast property =1Ler of The said Berger tract, said point being on lho southerly property Onki of a #rsct of (arid ocnuayed to Franolaao Vargas at4d Marla. Inet Vargas by deed recoMad In Instrument No. 1 09151 19 of thu D.R.T. .T., said ";nt oIso being the awthe t corner of an electslc right-oll-way, strip owned by amour EIsc ft Delivery Co., LL.C., same being conveyed to T.E.S.Co. by deed recorded In Volume 3543. Papa 001 of 1ha D.R.T.G.T.; THENCE South 57"58'33" WW. olono the southeast property line of the Bald Berger tMd and along the norihwest right-of-wsy line of the said T.E.S.Co. right -of way otrip;-a tlletanco of 249.50 feet to the southeast prcpekty corner of a rem alining 6.112 ucfe pnrtinn of a llmnl cf land conveyed to EquItabfe Invnstments. inc—a "Traell 111w by.deed recorded In Volurne 6009, Page 610 of the D. R.T. .T., TH9NCS North 04°04'26"MzA, along the wesI properly Ilrxa of the �nfd Barger tract and alerlg the east property IIne of the sold Equllable Investmenle tract, a dIgtianca of 35.30 faet to a polni; nIENCB North 57050W" East a distance of 132.40 feet to a point on the north property [In@ of the aald Berger tract an on"Said south property 11ne of the VarOaa vast; WHENCE Norlb 89"46"25" Pas( along the said property Mien, a d)&s nce of 58,93 feet 10 the PaInt of Beginning contalning 0.1+1I8 acres (6,479 squa{a fast) of land. PAFftANENT FEWER FACILITY EASWr-MT Rev, MZ13e PARCt;l. 14 — Fg. 5 cfiS A7FA HMEN7 AD3-5 84 OF 181 Page 6 of 6 ATTACHMENT AW-5 6$ OF l$7 r Page I of 6 D218078417 411132M88,41Aitl FGS 6 Fee, 516,00 6u#rnllW- XEROX COMMERCIAL SOLUTIONS Etectron, nfiy H4�r ordea try 'Tarrant Gounty Clerk in Oii lcia I Public Records M cry LeulmCmda CPN -1227 MAIN-267, PART 2 - UPPER AND MIBDLE VtLLAGIE CREEK SANITARY 3EVV ER Parcal # 19 overview Court H. II-Rde Survey, Abstract No. 930 Tarrant County, Texas STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRA"T § n s • TJ e- }+- I--.0L FA" DATE, 31 912019 GRANTOR; Jerry Berger and Margaret Ann Berger GRANTOR'S MAILING ADORESS (Irnciud ng County); 2932 McPh-erson Rd. Fort Worth, TX 76140-9552 GRANTEE; CITY OF FORT WDRTH 200TEXAS STREET FORT WORTH, TAR RANT COUNTY, TX 79102 Co NS ID RATION: e'en Dollars ( 10,00) and ether good and valcasble consideration, the renelpt and sufficlency_qtwl.loh, bereby acknowledged. PROPERTY: Ring Padre pa1licuiariy dfrsi rdbed in the attached I:xhIbIL "A" Grantor, for the ccnslderatlon pal to Granter and other good and valuallo consideraticn. herahy grants, sells, and cojwey.5 tv Grantee, its sucL*ssufs and assigns, an exclusive, pefpetual ea"mrint for the construction, operation, malntonance, repiacernent, upgrade, and repaJF Cif a Permaneat 5evmr Line FacAlty, hsars2fier reterr'ed to as "FacltitV'. The Fac,1111y Includes all IncldentiaI undo rgfound and a3 oveground attachments, aquIpment aInd appurtenances, IncludIng, but not Ilmlted to manholes. manhole welts. lateral line connections, PiPaI[nias, jurictiort baxss In, upon, under arrct acr s a portlon of the Property and more ruily described in Exhibit 'A" attached Hereto and Inoorperated herein fpr aIt pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part tliereoP, for the purpose of constructing, oporaling, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (l) use the Property In any manner which Interferes in any mate r lal way or is inconalstent with the rights granted h$feurider, Or (II) erect or permit to be erne e-d wilhlrs the Aw_ -mM7h P ATTACHMENT AD3-6 96 OF 18.1 Page 2 of 6 easement property a PeFm anent strUpture or txrikiling, including, but riot limited to, rnonurn ent sign, pole sign, bl€lboard, brick or rnascnry fences or wails or other siructureo thai require a building permit, Flowever, Grantor shell be permitted to €rLstatl and mairftialn 2 conorete, asphalt or gravel drivo wa , road or .parkimp lot across the Easement property. Grantee shall be oftated to restore the surface of the Property at 0rarrt 's scte cast and expense, Inc;kFdin9 the nastora#ion of any sidewalks, driveways, or slrrttlar surface Improvemvnts located upon or adjacent to the Easement Tract which may have been removed. relocated, altered, dameged, or destroyed as a result of the Grantea"a vise of tho easement granted hereunder. Provided, hovmver, that rantee shall not be i3blIgated to restore or replace irrigafion systems or other Improvements Installed In violation of the pr vlslons and Intended use of this Easement, TO HAVE Apia TO HOLD the a bove -describ k easement, t*gether wlth all arld PIngular the rights and apgurtenancces there#o In anyway belonging unto Oronk , and Grantee's successors and assigns forever, and Grontar does hersby bind ltsnlf and Its successor and assigns to warrant and forever dafand atl aryl singular the easement unto Grantee, fts successor and ayslgns, against every parson whomsoever lavAuliy clalming or to claim Stye same, or any part fliweDf. When the context requlrea, singular notins and pronouns Include tho plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PE6i MANEJOJ' �EVeF_Fi FACatITY Eh9EMBW Rev, 1Ar1?117 ��. RTTAkCNMEN 7' AIM- 5 87 OF 181 Page 3of6 GRAN TOR ,forty F- 5 arend Margaret Ann L3erger GRANTEE: City Df Fort Worth By {Signature):__ (Mut Na lms* We APPROVED AS TO F06 AND LyALITV {5ig�iaiure}_ , CPrint Mm,) BfCa "#Mt " rHIE STATE OF TEXAS O[Xi+i"!4''1l OF TAPJZANT BEFORE ME, th unde>'si authority, a Notary Public in a rLd For the Smto of Toxa% oat this day par; nal.ly appwred known to mi� to be the same person who5z rjame is -Ubacri tta foregoing instrument,I and ackriowledg,cd to me QW the was the, act of h atnd chat helsha executed the same al l (ha act of slid ni - fire ptlwses and umsid�re ou #h rein oxpr-seed and in the capacity therein goded, GM-N UNDER MY MN AND SEAL OF OFFICE this ..-` .- dRy of MARIA8.6CHEZ t4•t�`•` F+�rtto�ryt�al+G6�'a}Q RERmmriNr 5�x4imfnAmury €Aarm --ray qnY. 1CF1707 4'/3- a y PuhIic in anti for rha State Texas WATTACHMENT AEMS 48 OF 181 Page $ of 6 THE STATE OF TEXAS COUNTY OFTA1 AW ACKNOMMSIDGMENT KIEFORE ME. the po crs1grnad aatho0q, n notary Nbfic in and €or the Stale of Texss, on ibis day personally $peens xt #1 � known to me to be the same rsnn whose ctame is suFssc�l el, o the fore ing instrument, and m1mowledgod to me di7.t the same was the apt Of and thm hefshe executed the same as tic t of said � the purposes and -onsidarMian therein expressed and in the capacity Iherain statad. GIVEN UNOM MY HAND AND SEAT. OF 01-I=IL'E 4s 16dBy of 20 OC: # tDARDON ;uy PLbtic in and rar lim States'of `I`imi Mr+ Pu$RtaryID tifl10792on'rnlWcn f E E3, �Z2 ACKNOWLEDOEMI N STATE OF TF-XAS § COUNTY OF TARRANT § BEFORE ME, the uridemigned authority, a Notary Publlo In and for the State of Texan, on this day personally appeamnd- A . ,, - owl to me to be thg same parson 110Se Iidllrt. Lu ,ubscrlb to me rerepalIng Instrument, and acRnovAedged to ale that the same was the ac't of F and that nelshe executed the saute as the act of : rr for the purposes and consideration therein expreased arrd, in the capachy merain sar�tod_ ' t_:, I'VEN UNDER DIY HAND AND SEAL_ OF OFFICE IhIs rL day of rto��—. 20—d 4-1�' Nintary Pohlla In and for the State of Texan a�l ARIdol s�'A!- 4i/Y 11 Notary PUbPa-We of Texas Nolvy ID 01�8185792 mul e ea Exp. FEB 25, 20�2 rTrPlVdEN7SEW6R Fri CUTf EASEMEW Ruy, iW1TJ1f ATTACHWIENT ADS 69 OF 181 Page 6 of 6 5XVI SIT "A„ Being a 30 feet wide pernianent sa nilary sewer easome nt situated in the H. Little Survey, Abstract No, 030, Tarrant County, Texas, and being the remainder of a 4.27" acre tract of lard conveyed to JERRY BERGER a nd MA RGARET AN BERG ER by de6d recorded In Volume 14078. Page 324 of the Deed Records, Tarrant County, Texas (D.R.T. .T.), said permanent sanitary sewer easement he61ng herein more particularly descrlbed by meter, and bounds as Uows: 13EGINNING at a 5W iron rod wig cap stamped W Hancock 132 " found at llhe southeast property corner -of n called 4.166 acre tract of land conveyed to Calvin R. Vemon and Gwendolyn J. Vernon by dead recorded in Volume 1$604, Page 308 of the D.R.T.C,T., said beginning point being on the northwest property line of a called 3.201 acre tract of lam conveyed to Texas Electric Service Company (TE O) by deed recuded In Volume 3543, Page sot , DR.T. ,T,, now owned and ape rated by 0 ncor Electric DelNeryrCompany; THENCE North 00°20'41" East, along the west property I I n e of the said Berger tract, zarno being the east property fine of the said Vamon tract, a distance of 35,52 feet. THENCE North 57°5833" East 34.70 feat to the east property lire of the said Bergef- ' tract (V.14078, P.3 4), sane being the west property line of a called 0,31'9 ncre trael of land conveyed to Jerry F. Berger by deed re riled in Valurne 13014, Page 25of the D. R.T. -T- THENCE oulft 00"t '26" East, along the said property lime, a distance of 35.36 feet.to the southeast property corner of the said Berger trae (V.14076. Pg. 324), sarne being the sor,thwrrest property corner of the said $erger tract (V.130'14, P. 53), said property corner also being on the said nodhwest property line of the sold TESC 0 tract; THENCE South 67°68W" Wesi, along the southeast property Ira of the said Berger tract (V.14078, P. 24) and along the sold no4west properly line of the TFS CO tract. a distance of 35,01 feet to the Point of Bt:ginning containing 0,024 acres (1,046 square feet) of land. ATTACHMENT AD" w OF 181 Page G of S G PLAT OF E H01T "A" SVE A7TAWO Li 4L LE XRP776W M I NNW YME- SURVEY A19SMCr No. 9jV I tRr HILLS ESTAFU 4 1699 Agms w.w N, vEyffw & OOMDOM ,I WRNO i. ►"04 a R. r c..r 7-. a-F19 ACID .BERRY F, SEWER A k re r. pn r P.0.S EXHIBIT "wA" Me. cow N ' HANCVCK WS ".ICJ' WIVE PrR AEVE r SA IMRr SEWER EASEMENT D. 024 ACRES (1,048 SO. fT) J7 APES ONCOR EUVWC aMWAV [ dk, aC esm JR.Qw. ST J P L 3544 f D.P. rr- 0 201 W G.RAPHIC SCALE IN FEET 1" at & NOTE. THE BASIS OF REARING FOR TKS SURVEY 6 NAD83 NORTH TEXAS SANITARY SEWED PARALLEL T IRF i4 ATM- 5'7 SURW)"- K UrrLE SURD}; ,4@3*64Ct NO. 674 REV, 1211347 LOCA17 ; [ZOO 0V4YiAW a., FWT y4MIH, 7€VAIS W&f. PROPERTY AOREA0E RWAN L4" CIF 4,3T3 Arl Wlr A� PAX 4 0,- 6 W-191-77 I cog 4 & AS=, WC. JOB BYERS �U'JSS. TX 750'.10. PRf e Q4 EX l2-tom l7 rtic-s,nao,;E.R 5922 ATTACHMENT AD3-5 91 OF 181 Page I of T D2181827'I9 8116P201B 124 PU PGG 1 "0' $40DO 8uhM11110C CSC ERECORDINO SOLUTIONS Eleclronloally Recorded by Tarrant County Clerk inOfficlel pubiln Rwer0 orL".�4 c.,.e, Mary Louise Garde OPN -1227 MAIN-2574, FART 2 - UPPER Alfa MIDDLE VILL AGE CREEK SANITARY SEWER Par"I OP 27 K. Lfktle Survey, Abstract No. 930 21 So Oak Drove Road E., Tsrrarrr County, Toms STA19 OPTUXAS § KNOW ALL MEN BY THESE PRIE61ENTS COUNTY OP TARRANT 4 OITy oF row 1111om PERMANENT SI-Vk R FACILITY EASE;4lE F'-� DATE: May 17, 2018 GRANTOR, Dear trek Stable*, LLC GRANTOR'S MAILING ADDRESS (Inoludlrtu County); 2190 Dak Grova Rd E. Burleson, TX 78028 GRANTEE. CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, 'l ARRANT ODUNTY, TX 7610 CoN IDERAT[ON : Ton DoII$rs ($10,00) and other good rind valuable omfderalion. #ha rYc-alpt anti isuffiafenty of whlch Is heroby a knowledged. PROPERTY,. Baling moire partdcularly desaflbe#I In the wttachod Exhlbit "A"'. +SMoto r, to,111a c0n5lderatfnr+ paid tD Gr8rltor and c hsr good and valtj able con.91deration. here4y grarft, seft, and oonvc s to Grantee, ils suwwi4sors and tit6siVri5. an exclusive, pi i"tual ealtarnerit for the constrLictlon, cpera#ion, maintenance, mplacernanf, upgrade, and rapeir 0 a PetrnsnBvt Sewer Line Facility, hereafter refexfed to E0 "Fecl[II The Faalilty Inolutieo all Incidenkrei LIMAOrg{DUnd and aboveground adauhm ante, equipment and oppurtenarmoss, [ncludirkp, but not Ilmtted to m9iMoles, manhiolu vonts. Ioterral lime oonnectiane, p[pallnas, junctlon box in, upon, undor and across a potgon of the praporly and more fully dos,crlhed In EAlblt "A' attached herala and incacporated herein for all pertinent perFases, together wlih the rlpht and privilege at any and ail tlmms to eMer Proporty, or any part thereof, W the wrp#oe of WPmtrvrting, Operating, ritalr:tuIriing, replacing, upgrariing. and rapalring said Facility. In no overt ahsit Grantor (1) use the Pmpeity In any rnannorvihieh Interferes In any msterlol way or Lk Inoonalisle nt wth the fights arsntad hereunder, or (il) ared or permit to be eretlad within the pgFtKAmK rsarcFAG1UTrVOErENr Rw_ nUM77 MVIM �, ••I": Y `• �� , J ATTACHMENT 403-5 97 OF lal C P N -1227 MAIN- 67, PART 2 - UPPER ARID JMIDDLE VilLLAGE CREEK SANITARY SEWER Parcal # 27 H. Little Survey, Abstract No. 930 2190 Oak Grove Road E., Tarrant County, Texas STATE OF TEXAS NOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FRr IfIfORTH PEJRMA14ENT SEINER FACILITY ENEMEhft~ DATE, May 17, 2018 GRANTOR; Deer Creek Stables, LLC GRANT R'a MAILING ADDRESS (Including County); 2190 Oak Grove Rd E. Burleson, TX 79028 GRANTEE. CITY OF FORT WORTH 200 TE AS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CON IDERATI N: Ten Dollars ( 10,00) and other good and vaIuabEli wnslderation. the receipt anc4 suf1<tcl cy of whEch is hereby aokrkowledged. PR PERTY: JBeing more paErtioularly described In the attached Exhibit 'A". Grantor. for the con sJderatIon paid to Grarxtar and other good and valuable consJderation, hareby grants, sells, and conveys to Grantee, Hs successors and assigns, an exclusive, perpetual easement fnr the constructlon, operation, maIntianance, replacement, upgrade. and repair of e Pormanent Sewer Lime Facility. hereafter referred to as "Facility", The Facility Includes all inc !dental underground and eboveg€ound attachments, equipmeat and appufienances, IncWdit, but not Jimltiad to manholes, rnanhofe vents, Ialera1 line connections, pip-01[nas, junction boxes In, upon, under and across a porkfon of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together w1th the right and privilege at any and aII times to eater Proper, or any part thereor, for the purpcse of construc[ing, operating, maintelning, replacing, upgrading, and repslring said Faculty. Ir1 no iouent shall? Grantor (1) tise the Property In any inanner which Interferes In any material way or is Inconsistent w1th the dghts granted hereunder, or (11) ered or permit to be erected within the } PERMANENT SEWER FACILITY PAREUE)F[ Reu. 1 Wi7ji7 �llCFiN ENT AQ$-5 9n OF 161 easement property a parminnept structure or buIIdli , Including. but not lirrstted to, mouurnent sign, pole sign. billboard, brick or masomy fences or walls or other struotures that require a buildFng permit. Howevw, Grantor 1�halI be permitted to install and main#airs a concrete, asphalt or gravel driveway, road or parking Jot across the Easement Properly. Grantee shall t}e obligated to restore the surf aw ref the Property a1 Grantee's sole cost and expense, lncludlnU tha restoration of an sldowalks, driveways, or sirnilar surface Improw3mants looted upon or adjacent to %9 Easement Traot which may have been removed, relocated, alkarod, damaged, or destroyed as a result of the QraMee's use of the ess8mant granted hereunder. ProvIded, however, that Graritae Shall not be obligated to restore or replace Irrlgatlon systems or other Improvements histelled In Violation of the provisions and Intended use of this Easement. To HAVE AND TO HOLD the above-desotibcd easement, together with all and singular the fights and appurtanances thereto In anyway. baionging unto Grantee, and Grantee's; successors and assigns forever; and Grantor does hereby bind itself and lks suct;owr and assigns to warrant and forever defend all and singular the easement unto Grantee, its suc ssor and assigns, against every person whomsoever Lawfully c3ailming or to claim the same, or any part thereof. hari the context requires, sing uIar nouns and pronouns Incilide the plural. [SIGNATU RES APPEAR ON THE FOLLOWING PAGE] pr�FtU NiFNT SIYEFF GACUTY EASEMENT 14&v. -IUNT017 "UA-F. ACHMENT AD3-5 U4 OF 181 GRANTOR: leer Creek Stables. LL its " ffE STATE OrrmAs COUNTY OF TA,RRANT � GRANTEE City of Fart Worth By (Signatrim); (Print hlome}. _ ► Title_ APPROVED AS To AND LEGALITY {$i��lkktare� (Print Hrtme) Tidrf _ ACKNOWLEDGWNT BEFORE PEE, the undersigned authority, a rotary Public, in and for the State of Texas, on this day pemuaIly appca rcd ,.,, known io meta be the name person whose name is sob=ibed to the foregoing inatm ent, and acknowledged to me that the; same was the Act Of, and that Wshe mouted the some as the act of said I e the purposes and consideration therein expressed kind In the eapaeity themin started. GIVEN UNDER NAY HAND AND SEAL OF OFFICE ih3s � ��� day of r RI ARDO SALAZAR II N#ubrry PublRc'Stats of Texas atury 10 #1 $1136792 „ C.emmtv*n Erb FEB. 25, M2 PERtl WAENTMWERFAMLITY FgSi9AM7 itru. 10f1 Wt9 Notary Jlo in W r to#a oft"As CHMEMT AD3-5 95 OF 1 R1 A KNOV&EDGFMkNT STATE OF TEXAS � COLT rY OF TARRANT BEFORE ME. the undersigned authority, a Notary Pubil lrfi ri for die State of Texas, on this day personally appeafed . ' of the ity of Fct# Worth, known to rite be the sane person osa name Iss scribedo foregoing Instrurnent. and sokno iedged to me that the same was the act of #ha City of Fart Worth) and that helshe executed the same as the act of the City of Fert Worth for the }purposes and consideration therein expressed and In the capacity theraln stated, 01VEN UNDER MY HAND ANO SEAL OF OFI~I E this ' .day of 20 , P#i ry ubI c in and for the State of xas MARAS.SANGHEZ `�,."' �y I+fot�ry li} q 2266490 Expku Dadombnr i$, 2021 P€RUANEK'r$SVV�A FACIUTY EASEWM i StT % . A r ACHMENT AW-5 9Ei OF 1 B1 EXHIBIT "A" Seing a 30 feet wide permBnonl sarritaryr sewer oaaerne nt $atuaterl In the H. Little Survay, Absteaa No. 930, Tarrant County, Texas, and being a porllon of that certsfn tract of land convoyed to DEER CREEK STAB LES, L.L.C. as "Trod 21rby deed recorded In Inslnumerrt No. D 09020160 of tha Dead Records, Tarrant Covnly, Texas (0.R,T,C,T.), safd parry eosin! savillary sower easement bs,lng he min more particulady described by.rnetes and bounds a% (olfows: BEGINNING a an MIA milntirn T.E. S.Go. disk found at ilia soulhwitsl p peTty corner of tha said beer Creek Stables tract, said point al" being the southeast proparly carrier of a iraol of land cvnveyvd to Dear Greek S lables, L,L.C, as °Traol 1" by deed recorded In Iw9trument No. 020902015E of the D .T.C-.T., said point also being the nadhwest corner of an eiectraa right-of-way strip awned by Ohcar Eleclrle Delivsry Ca., LLG, same being ccnvayed to T.l;. ,Co. by reed recorded In Volurne 31558, Page 107 of the D.R.T.C.T.; THENOE Norih.00"l049" Wev, along the common 11ne between the said two Deer Cresk St®blep tracts, a distance of 36,70 feet to a point; THENCE Norlh 54"30'1 2 " East a dl6lanae Of 566-34188110 a polnl on the saeE property 4ie of Ilie se Id Deer Crp,pk Stables (Tract 2). and on the west {property ilne of an electric righl-of wayr parcel owned by 0neor Electric Delivery Co., LL , Same being conveyad to T.E. ,Ca. by d"d wcorded in Volume 3551, Bags 379 of #ha D.R,T.C,T., THENCE S ouch 00*14'37" Eesl, along the said {properly Niv' % a dlsta"oe of 35.74 feet to tha southeast property cornier of the said peer Crank Slabies (Tract 2), said point also being the ncrlheast corner of the said TA. S Co. right-of-way sirlp (Volume 355B, Page 107); THE NCE 8oulh 541IYI "Well, along the soulhea�l pmpertyf lire of tine Bald Beer Greek Staples (TrW 2) and along lire nodhweet right-of-way fine of Me T.E,S,Co, right-of-way line (Volume 36Gx8, Page 107), a distance of 586-27 feet to the Point of Beginning containing 0.389 acves (16j859 square feet) of land - J+1:RMANMf( SEWER rMJ7Y EAOEW- T RW,81 "Do PARCEL 27 — Pg, 9 of 6 ATTACHMENT A03�5 ATTACHMENTAW-5 98 01--lal CONSENT OF LIEN HOLDER Berl),WharrnaDev. LLC ("tiers I-bidee), is the current holder of a Mortgage Deed of Trust dated January 15, 2009 . execet+ed by , Deer Creek �talal�s, .L,l .C_ to Kathryn 0. McGI1nchey, i {uste as recorded , J l(M 26. ZW 41 Verk's flle number D209U2Q1i_ . fn the Real Property Records, of Tarrant County Texas, hereby consents to the grant of the foregoing Easement by WK QgeLtables.LIC to Clty of Fort Worth and Joins �n the executiorw hereof sol ely as Llen Holder and hereby does agree t hat I n th a eve nt of the foreclosure of said mo rtgage, or other sale of said property dewribed in said miartgage under JtOiclal a non-judicsaI proceedings, the sarnn shaII be said subject to said Easement, 51GNED AND EX ECUnt) THIS DAY 0_ � • 2018. BerpolPharmaDev, I.I.C. a Texas Ilrnited liability coal pa nyr By: . Michael V. W. Mrgarinlril, d4tagling Member ay: H 11 M. Doliinger, Ph.D., Member STATE {7F _ CGUN7Y }F � . ) BEFORE ME, the undersigned authority,on this day personally appeared ._ MI-Gba+ l V.W. llerrninj ---Man aging Mirnber and Had M. Dolline n-P_Mp_•�.Mer��er of l��rDalPharrreaD�v, LLC known to me to be the persons and Dfeers whose name are subscribed to the foregoing lrestrurnent and who acknowledged to me that they execrated the same for the purposes and con s Id eration therein expressed, in the capacity thereln sot , as the ac[ end deed of said UenhGlder. GIVEN UNDER MY WAND AND SFAS. OF OFFICE: THIS Permanent Sower Facli ty Easement— Parcel 27 Permanent Sewer Faclllty Easement— Parcel 32 Pubilt A sp Easement — Parcel 32A Temporary Constfuctlan Easement— Parcel 31TCE 7ernporW Construction Easement — Marcel 32TCE 2018. NOW KUI Staleof U �0 #vFy cprnrrlkSSi expires; �� � 4 �r I ATTACHMENT AD 3-5 S47 OF 181 Page 1 of 7 D218182720 911612015 3;14 PM pGs T Fee. 140.M Bubmlller. CSC ERECORDING SOLUTIONS EI8otronicallyPecordedbyTan ntCoKiMy C leF%InO lcfaiP011r, teaords CPN -'1227 IMfiAIN 267, PART 2 - UPPER AND MIDDLE VILLA IR CREEK SANITARY SEWER P ame I #91 7DE-FCE H. Calla survay, Ahatratt No, 930 2180 Calk 0rova Road If. C TY 9 F FQrffWORT TEMPORARY CQNSj&YQPQN_kwA��fIdEEV� DATE: [may 17, 2018 G ANT'DR., Pear CmffkStalulam, LLC O60001 GRANT0 R'$ UAILI NG ADDRESS (Including County): 2190 Oak Grove Ind E. Burlsaon, TIC 76029 aRANTEE. CITY OF FURY WORTH GRANTEE'S MAILING ADDRESS (inahulfng County): 200 TEXAS ST. FORT NORTH, TA;RRANT CQUNTY, TX 76102 oNgIDERATIoN: T-erti Daum% ($'10.00) and uffergood and va inbie vonslderalen, the recolpt Arid aufificlemy cif which W humby nkno► ledgad. PROPERTY: 1451rig rrrera per0culafly tleacribed In liftsrhod Exhibit "A'•. (3rantor, fol the mm4derafias paid to Graillor, hereby grant bargaW and wnvay Urde Grand", eta a aaa and aaocjgria, the use end image In;, aver, and Across, below rtttd slang Iho Eacem$nt Properly MWalsd h TamAnt GowAy, Teams. In a rdmioe wO the legal d sudp#Ion her91n aftachad -w; Exhibit "A", and Ingress std egrene ever Orantop's properly to the swie nerA 2t ehovin nr� Exhlbit "A". It Ia further agmad arrd un�vratood that Granbgre w11I be PerrmMad use uae of said Erin&MOYN1 Pm arty for the purpose or cuoatracgng a permAmeut aa.rer lino. Upon oornpJudcrx *t Impmvenw1a and Its 8 Wnca by Orai•iWe. ap rfghbs grarltq d wft In tine ilesodbed Tampu yy cana# vdon E 806ment shall Q38GO. ATTAIiIi+l.T A03-5 100 OF 181 OPN d 227 MAIN-257, PART 2 - UPPER AND MIDDLE VILLACE CREEK SANITARY SEWER Parcel #$'t-T E-T E K Little Survey, Abstract No. 938 2198 Oak Grove Road E. OlT' PF FORT WORTH TEMPORARY C0NSTALiCT10N EASEMENT DATE: May 17, 2018 GRANTOR. Door Creek Stables, LLC.,-- GRAN TOWS MAIMING ADDRESS (including Counly): 2190 Oak Grove Rd E. Burleson, 1rX 78028 {RAMIE. CITY Of= r owr WORTH RANTE<E'S ftiAAILlNG ADDRESS (inoluding County): 2DO TEXAS ST. FORT WOIRTK TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars (S 10.00) and Other good arid vailuabte cons fderalfon, the receipt and suffidency of which Te hereby aoknowfodged. PROPEFRT . Being more particularly descflbed In attached Exhibit "A". Grar, tor, for the con8fderatlon paid to Grantor, hereby grant, bargain and convey unto Grantee, ita sia=easom and assigns, the rrse and passage in. over, aid across, below and along the t=osernaht Properly situated In Tar -rant County, Taxaa, In accordance YAlh the legal da8cf1ption hereto sttanhad as Exh[bit "K, and ingress and agrees over Grantor's P{aper(y to the easement as shown on ExHbit W. It Is fu€thet, agreed and understood (hat Grantee wlff be permitted the use of said Easement Property for the purpose of constructtrrg a l,iwmRneut server line. Upon campl!##om of Irnprovemonts and 11u acceptance by Grantee, all rights granted whfiln the described Tom poravy onslructfan E�asement shall Cease, rorfy1wofy Cblumi .Dart &IaC 'UI 104747 lk ATTACHMENT W1 OF 181 TO HAVE AND TO HOLD the e bb|ed Easement Property, together Mt A and ski gdar the f@�hbe ndappurlenim ce5 thereto m' ywbelongingb lft, d ■m � Sk<� 2s da kgnsun|||bey mph lon consr| to|n and anna planoe by Ommeo.Smm2 hereby bind themselves, their heIrs,,ucceEsora, andassigns, to warrant and defend,a[ and singular. N easenlent unto Grantee,fts suocessors and assigns, against every pemon wh omsoever |awta|y| de] MI nq 2 to @af mew me. or anyp0rt thWsof- IS eeC_tlh=ah klhl�. 1CV1241 Daf RIM ACHyeNT AD3-5 GRANTOR. Deer Creek Stahles, 1,Lc,. T"V..M7 CLvR-Mgiah 120MU etr W17r17 GRANTEE. City a Fart I ooh By (Print Nam '1 [tle APPROVE D AV R M AND LE ALITY deWca Sanpvwl, Agslaant Cyr A* may 'o wbur t, TACHMENT AD3-5 103 OF 181 ArsKNOWi_EDO9IYIENT STATE OF TEXAS § COUNTY OF TAR ANT § BEFORE MF, the undersi ned authovity, Ctzry Pub He in and for the State of Texas, cn this day personally a�ppeafed1...0'- r , known to me to be the same person whose name Is subscribed to the f&egaing Mstrurnant, and acknowledged to me that the sarne was tho act of le and that he/she executed the same as the act of said Pl for #ate purposes and oonsIdera llon therein exgres5�-.d and in the capacity ti)erein stated. GIVEN UNDi✓R SAY 14AN D AND SEAL Q F OFFICE this , day of F 20 - RiOARDO BAFAR li �HularyP�b4ia;,9�[colT� Na�l■ IWO ry #ia'�1B$7 Oouxa, STATE OF TEXAS ouNTY of TARRANT § Notary Public In and forlthe State of Texas LkCKNOALEDOENi NT BEFORE MF=, thia undersigned authoFity, a NQ ry Pubilo I n arO for the State of Texas, on hIs 4n,4 d persortelly appeared. of the City of Fort ►North, known to mire to the same person, w ose 7Zm-6e ubscrib to the fesegoing instrumeni. and acknowledged to rna that the acme was the act of the City of Fort Wcdh and th-at nelshe executed the some as the act of the City of Fort Waith for the prirposes and ccnoideragon therain expressed and ia1 the capacity thereln stated. GFVEN UNDER PAY HAND AND SEAT_ OF OFFICE INS day of r 1 MARIA $- CANCHU etary Pohlla in and fer Ihn Mate a exas '*����{ Myfi24teryl�iF725a¢�9� ?�`�:'� I:Kprrea DaOrimlrOr i4i, 2Qr$'i Tg&' OT-47 'NIT WI;" LuMMEMI I-AWir � FiMENT AD3-a 104 OF W EXHIBIT- "ill" being a variable wftdih tomp0rary canatruct[an easement situated In the H. Little' Survey. Absimr.1 No 930, Tarrard Cawrlty, fexas, and hMnd a port[on of a tract of land conveyed io VErE R CREEK STABLES, L.L.C. as "Tract 3" by deed reicmrdad In Instrument No. D 090201613 of the Deed Records, Tarrant County, Texas (I),R,T',D.T.), as Id temporary constroctien eq;ement belflg herela more paritcularly described by metes and bounds as follows - BEG IN N I N G et a 318" Iron rod iouhd at tha northwogt property corner Iha said Deer Creek Stebles tract, satd point also being the moll westerly corner of an ale wrlc right -of way paioel owned by Oncor Electric Delivery Co,, LL „ Sarre being conveyed to T.p,'S. o. by deed recorded in u€ume 5725, Page 326 of the D,R.T.O.T,. eald poini Ai being 1de northeast comer of an electrio rlgttt-ol' w€+y pefeet owned by Oncor Electric Def ywy Co., I-W., same beinj conveyed to T.E,S. Go. by deed recorded in Volurne 5745, Page 0 of the D.R.T. .T.; THENCE 14orlb 89°36'34" East, along 1he nerlh properly Fine of The said Doer Creek Stables tract and along the soul property fine of the saW T.E. , o. flgh I-okway pamei (Volume 57 6, Page 325), a distanw of 15.0O feet to a point; THENCE South 00°1 V1 S" Ea at a distance of 60.62. feel to a point; 7HENClz South 54° b'22" West a diotance of 18-,72 feet to a point on the west property nine o; the said Deer Cm VaWes ireci and on the east propeo I[ne of tha said T.1=_S.Cu. right -of -way parcel (Volume 5745, page 320), THENCE North OVOT17" West, elong the said property lines. n d[staece of 6-1,38 feet to Me Point of Beglnn}ng ton lain Ing O-019 acres (848 square fe eQ of land. Temporary ConArvellon Eesanant 11ORQ 'J7 a t �0/ tfill 5,-TSPOOMIER 6 ' n' 1 PA CE.l- 31 -Fig. 5 of 8 ATTACHMENT AW-5 105 OF 181 i 0 PLAT OF EXHIBIT " LTFElfIBN1f1i 7-T+TFACi9D I-EV4/rJwJrw aj PAGE r{}fyyR[ 2.s74 ACRES (AFED) ol=R awow asuplwy LLCI (r.�' coy )?-uw .5rm1p) L 65-57 Pa sJx a,l T.C. r. ENrr 'l' .Y s� ar. 2. &W ACAr 0) ar aw accmyc c RY Ca. 14 C IV V79 0,R rr_ r. NMR aE-CVW VEL&OW G)D„ LAG` � (`r.LSca RO-W sJ VOL 9m Fa 871 AR.rCT it ` ►. .4A Pa aW Lti miwr X' vAjvA L mo T TEMPORARY CONMLf0770N EWr 0.019 ACRES (84B 3O ') 4.077 ACRES OEM DEER CREEK STE; , L.L.C. `7mcT JN FC0,11Vo, p o90 o J56 o.I? rC, r si64*3 ' 18, T. ' 4 20' 40' C GRAPHJC SCALE IN FEET 4 J= 2a NDTE: TK BASIS OF aEARUM MR THS SURVEY IS 14AO83 NORT14 TEAS CENTRAL 2()KC" ,4LL, OI£7ANCES SHOWN AAE S#1RF'AM A TA Y SEWER PARALLEL RELI UF WWN-257 Pam. Na .3a ZOC9cW rar, I iN lRn F. PRCPEJR F?' ,iGRME 4.077 Ada MR AEM $17 W PAOr; 6 8 HYa4s srraEE'F, -QWTE rm Tx 760.V. PH &r F 44:1 EXrc S- sPOurER oll' ATTACHMENT AD3-5 108 OF 181 CONSENT OF LJFN FOLDER BerpolPha p +r t ("Lien Holdee'), fs the cwrrent holder of a MortpSo DeLd of Trust dated Janupry ]S. 2009 . executed by beer Creek Stables, L.L.C. to ---Kz3thEaL D. McG linchey. -trustee as. re rded _ lanum 26, 2009 in C erk's file P" b Q90 :0157 Jn the Real Property Records, of Tarrant County Texas, hereby consents to the grant of the foregoing Easerent by I?eer Creek Stablest to _ City of Fort o _and Joins In the execution hereof solely as Lien I-toider and hereby toes agree that in the event ufthe torecfosure of said mortgage, ur othaer sale of said property de%rlbed fn said mortgage under judicial or none judicial proceedings, the same shall be sold sub)ect to said Easement. SIG NfDASVDEXECUTED THIS � � DAY OF 12018. STArEOI I COLwfTv . I BerpoJPNirma0su, LLC, a Texas Nmlted IlabJ3lty company AAlehal V.14�, berarnlnl, rraJng Member F 611 M. Dolflager, Ph.D., Member ElEFOR f: ME, the undersigned authorldy, on thJs day personally appeared _M Ichae_1_V,W. sgrgamfnf M Ei awkz Member and Har#AjQ21 11 ager, Ph.D. Member of ftrQoftarmaD yC known to me to be the persons and Officers whose name are subscribed to the foregoing Instrument and who acknowledged to me that they executed the same for the purposes and consideration theraIn expressed, In the capacity themin skated, as the act anti deed of said Lien holder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS 2018. ry Fubllt,,,State Myexpires: 11 J j 2tfi Permanent Sewer Facility Easement —parcel 27 Perrnaocnt Sewer Faclllty Easement — rarcel 32 Public Access Easement — Parcel 32A T'emporaryCanstructlon 0.9ement--Parce131TCE Temporary Cons? ruction Easement— Parcel 32TCE ATTACFEMEN'r AD3-G Hil of 181 Page 'I of T D2161827 BJM20M 3-24 P10 "S 7 Fs*: $40.00 SpAmltlar: CSC ERrCO€kDiNG 30LUTION3 Bed ronicaIIy Recorded by+ rarrani Geurlty+Clerk In OlHolar Public Records MaryLauhm mle �16+yet OPN 4227IMAAI4.967, FART 2 - UPPER AND UlbDLE VJLLAG15 CREEP[ SANITARY SEWER Parcel N 32 li. I,.ltig BUr m Abotrsct.No. II8o Bu STATE OF TEXAS 5 § KNOW ALL L 04 13Y 7HRM PRESENTS COUNTY OF TARRANT 9 DATE: may 17, 2018 0RANTOR: Deer Cmak Stables, LL.0 G RANTOFM MAILING ADDRES6 (Inotuding unty), 2190 Qak Grove Rd E, Burleson, TX 76028 RANTEE: CITY OF PORT WORTH 200 TEXAS 811`11FIRT FORT WORTH, TARRANT COUNTY, 7X 74102 GF O i 8i I7 OWOERAMN: Tan Dollars ($10.04) and other good and Vold" por000Mlm, the recalpt and suffal ey inf willeh is hereby a,ckao gsd. . VROOERTY: Baling Inory parUWWJV 46SCIlbod InVw qftc.hod EWbfts "A* and "8 Grentor, far the aansidersticn peld to G=tor srtd other good and vaitiable conalderatlon, hwl'-by grants. Fielic and convoys to Grantee, 1te auccaoSm and asslgns. an exclualve, perpairlal easement for the const action, operat[oat, mainlemme, mplampent, upgrade, and repair of a Rejma"nt Sever Lena Facility, hwealtar referred to as 'FacEt . The Fadilly+ Includes all InoidentaI undergrmind aid abovaground at1achmerk* equipment and appurtenant , Includlrg, but not Ilm11.6d to mm-hof , melthole verits, lateral fine nonneaiions, pipeiir+ets, jLin won boxes In, upinn, under and acrojie a poftn of the ProperEy and moya fully described In Exl'lihli 'A"end °IT at hod lnareto and Incotporatad horeln for all portinwa purposes, #ogether with Une right ond privilege at any and all umai5 to en*r Property, or any part 1h of, fv r the parposo of constrn»tng, operatrng, r ontalning. replaoin8, ►ipgradfrig, and rapoldng sald FadUlly- Re4. 107pi7 ATTACHMENT ADM 1w OF I91 CPN -127 MAIN-257, PART 2 - UPPER A14D MIDDLE VWLAGE CREEL( SANITARY SEWER Parcel A 32 H. Uftle Survey, Al)stract Ho. 9 Q l N Oak 10 rove kead E., Bydae_on. B13M STATE OF TSXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRA NT PERMANENT.SEVVER FACILITY EAsgmtT DATE- may 17, ' 01 a GRANTOR: Deer Creek 9&bh e,,LLC GRANTOR'S MAILING AI)DRES (Irtoluding County). 2100 Oak 0 rove Rd E. barieson, TX 76028 GRA NT F E1 CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TIC 7 102 !-AMO T I fl.Y.: COMPANY G) I' UD 1 Al gao e-n 00NSIDERATI0N. Teri Dollars ( 1 Q.O0) artd other good and valuable oone%feration# the receipt and sufficiency of which is hereby acNncvOedged. PROPERTY. Being more particularly described in the attached 5xhibits "A" and "B". raMar, for the consideration paid to Granter and other good and valuable consIderation, hereby grants, seJls, anEl conveys to Granteer its successors and assigns, an oxciuslve, perpetual easement for the construction. operation, maintenance, reptncement. upgrade, and repair of a Permanent Seiner Line Facility, hereafter referred to as "Far41ty". The Facility Includes all Incklental un6ergfeund and aboveground attachm-ents, egrilpment and appurtenances, Imtuding, but not limited to manholes, manhole vents, lateral line ennnections, pipellnes, Itj notion boxes In, upon, under and ncsoss a portinn of the Pfoperty and more fully described in Exhibit "A" and "S" attached hereto and incorporated herein fnr all pertinent purposes. together wtlh the rJobt and privilege at ally and all times to eater Property. or any park thereof, for the puq)ose of eonslruotfng, operating, maintaining, replacing, upgrading, and repairing said Facfitty- Pr;rtrars"FNT s1SwGR FACILrrr EABEMeNT Row. PdV$7MT • ATTAC HM ENT AM-5 t03 OF IJ91 In no event shaii Cirantor (I) use the Property In an man nor which Interfefes In any material way or Js Inconsistent wItil the rights granted hereunder, of (II) affect ay perrnit to be erected w1thIn the oasemant property a permanent structure or build]ng, Including, but not Iimited to, manument sign. pole sign, billboard, braek of mas€ my fend of waits of ocher stfuctures that rectulre a building permit. However, Grantor shall be permitted to Install and rnalntatn a concrete, asphalt or gravel driveway, road or parking Iot across the Easement Property. Grantee shall be iDWigated to festore the suilace of the Property at Grantee's sole cost and expanse, iriolu ling the restoration of an sidewalks. ddveways,. or 8Imilar surface improvements located upon or adjacent to the Easement Tract whach may have been removed, retocatbd, altered, damaged, or destfioyed as a resell of the Grantee's us of the easement granters hereunder, Providod, however, that Grantee shell not be obligated to restcfe or rep]ate irrigation systems or other irnprovermen(s Hstalled Irti Vlolat3on of the provis4ons and intended use of this Easement,. TO HAVE AND TO HOLD the above-descrihad easemen#, together with all and singular the rights and appurtenances thereto Iri anyway belanging unto Grantee, a�d Grantee's successors and assigns forever: and Grantor does hei-eby bind itself and its succesocr and assigns to worrani and forever defend alf and singular Me easerent unto Grantee, l#s successor and assigns, against evory persan whorrrs"ver lawfolly claim Ing or to clairn the same, or arty part thereof_ When the conteA requires, singular nouns and pronouns Include tha ptura1. [SIG NATUMS APPEAR ON THE F01-.OWIN G PAGE i+EwK1ANEt9 6DA-UR FACR.ITY EASEMENT ROW. 1MV17 �FI HMENTAD3-5 11Q OF 181 GRANTOR. Deer Creek Stables, LL THE STNrE OF TEXAS COUNTY OF !'ARRANT GRANTEE: DJty-of Fort WoTth By (Signatum); APPROVED AS L EG. ALJ7 (Print Namo) _ -- T—� Title JeWesS "ng,AuMml CRYAft ACKKWLKD MEW BEFORE ME, the undetsigned authority, a Nolary public in and for the State of Tom, Il this day personally appeared ��� k,,,; ,r�..� tip„ ! krmwn to me to be the same person whose pwntc is subscribed to flit: foregoing instnA � , and Kknawledge-d to me that the samt wws the sot of and that hc/slic executed the aarnn as the set of said Lf the purposes and cowideration therein expressed and in tiro capacity therein stated, 1VBN UNI)E1, MY NAND AND REAL OF OFFICE fhis � day of r ► R# DO �J+4R Fl lcirtt� crf TAx�6 amn�l��� l,�olery I � iM 1 �8 7 fl 6T!� Onxp, FED. 25, 2 RFRMANP�NT s FACILFTY WERAENT otiq ubiie ire and For Me Bute of Texu A'FFACHMENT A03-5 111 OF 181 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE E, the undersigned aulhority. a N ta.ry Pubii in 44d for the Stete of Texas, w i i d8 1i perso a y appeared , of the City of Fort Worth, known to me be the sarre person hose name is sblbscrlb@& to the foregoing Instmment. and acknowledged io me that the same was the act of the City of Fort Worth and that helsthe executed the same as the act of the City of Fort Worth for Me purpos!s and considat-ation therein expressed and In the capacity therein stated. GIVEN UNDER NAY FAD AND SF L of CFF10E this day of . 0A, MAMA S.3AdVCHCR �votery Fly NaTINry JD A 22545APP E (GI Numbar 99, 2437 f PERr&ANkrrf ^,. VvER FACILITY FA$FA4IHT Rev. 1 MT11 } e Stiat§a Texas M4ADT'TACHMENT AE)3-5 112 or- 1 at EXHIBIT ,"A", ReIng a uariabie width permanent sanitary sewer easement situated In the H. Little Survey, Abstract No, 930, Tarrant County, Texas, and being a portion of a iract of land conveyed to DEER CRt=EK STAKES, L.L.C. as "Tract i" by deed recorded in Instrument No. D 090 0156 of Ilia Deed Records of Tarrant County, Texas (D,R,T. .T.), said permanent sanitary sewer easement being herein more p rllc4ilariiy described by metes and bounds as follows, BEG INNIIN G at an aluminum T.E&Co. disk found at the southeast property corner of the said Deer Creek Stables (Tract 1), said point ibtIng the southwest property corner of a tract of land conveyed to Deer Creek Stables, L,L. C, as "Tract 2L by deed recorded In Instrument No. D2090201 56 of the D.R.T.C.T,, said paint also being the northeast comer of an electric right-of-way strip owned by Oncor Electric Delivery Co., LLC., same going conveyed to T, E. S.0 o. by deed recorded in Volume 3544, Page 57 of the D.R7.C.T., THENCE South W3 '4 " West, along the southeast property line cf the said Dear Creek Stables (Tract 1) and along the northwest right -of -nay line of the said T.E.S. o, rIght-of- way strip, a distance of 36.70 feet to a point; TH ENC E North CO647'45'* Vilest a distance of 36,69 feet to a point; THENCE North 54*301 " East a dista ace of 36.68 feet to a point on the east property line of the sald Doer Creels Stables (Tract 1) and on the wost property line of the said Deer Creek Stables (Tract ); THENCE South 00'19'49" East, along the said property lures, a distance of 6-70 feet to the Point of Beginning containing 0.026 aches (1,101 square feet) of land. Edo S. Spooner,1 .P.L. . Spooner & Associates, Inc, T4xae Registration No, 5922 T13PI-S Firm No. 10054900 P�RmANEN r SEWER FAGIUT Y EhSEMEW AND TEMPORARY COUSTRUCTLON EASEMENT R+J.05 V2470 ERIC S. 'spQ"Ea ........ . .........a.., PARCEL 32 — P.5OF6 ATTACHMENT A03-5 I I Li or 181 33 QL j. ,zhcos ,oz.9f ATTACHMENT AM-5 114 OF 181 CONSENT OF 11EN HOLDER $erDalFharmaDev LLC ["Uen Holder% is the current holder, of a Mortgage Detd of Trust dated —Jan"ary Is. 2109 executed by seer C tiles L to K8111Vn D. MOGIf06eY. trustee as corded January 8 2009 in Clerk's ffle aglpbeF D20902DJ57 In the Real Property Records, of _ ,Tarrant County Texas, hereby consents to the grant of tl)c foregoing Easii ma M by cer Creek Stablet LLC to Cltvof Fort Worth and Joins In the execution hereof soieiy as Lien Ho lder a nd hereby clues agree that In the event of the f6redosore of Bald rno rtgage, or other sale of saki property described In Bald mortgage under JudildaI or non-JudiclaI proceedings, the same si ail be sold subject to Bald Easement. S NED AND EXECUTED TifIS _ � � DAY OF ' , 2028. BerpoiPharmaDev, LLC, a Texas limited hablilty company -Michael V. W. ��41,___erl_taglria-member ray: If M. Dolilnger, Ph.D., member STATE OF � oUNTl } BEF0i{E ME, the undersigned euthorlty, on this okay personally appeared. M Ichapi V.Alf �lni —j±larrjaf L Ph.D, MVM b U 2LPerDyIFhgrg)aDev. LLC known to me to he Elie persons and Officers whose name are subwibed to the foregoing Instrumeat and who ackixawiledged to me that they executed -the some for the purposes and consideration therein expressed, In the capacity therein stated, as the act and deed of saki Llenholder. GIV[ N UNOER MY HAND AND SFAL OF DFRCE THIS Permanent Sewer Favillty Easement —parcel 27 Perlpanent Sewer Facility Easement-- Parcel 31 Public Access Easement— Parcel 32A Temporary Construction Easement— Parce13ITCE Temporary Construction Easement —Parcel 32TCE ATTACHMENT A03-5 -1 15 OF 181 Rage I of 7 0218182722 8f"iir aIS 3:14 PM PPS 7 Feu: 140.00 submitian C80 EREOORDIt6 SOLUTIONS UeGtrora Iy Recorded by Tzy rr nl County Mork In Ofrlolal Fkjbiic Recerda V'k�- "#oc* ", Miry Laulse Csrcla lftPN -1227 MAIM-26T, PART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY SEWER Ps rced 43�7CEa H. Little Survey, Abatre(t No. 930 219D Oak Grove Road E. O F F0RT WQ TH TEPAPORARY CQ NSTO V QJ10tj EASE!dJNT DATE. V4y 27, 2018 GRANTOF Dear Cmak StabEws, I-I-C GRANTOPM MAILING ADDRESS (1%Jutfrng Coun(y): 2190 O�%X Grove Rd B. Burleson, TX 7602B GRAN TEE r CITY OF FORT WORTH RMTEE'S MAII-INQ AL)DRE5$ (tnclo&iq C"nty): 2p0 TEAS ST- F RT WORTH, TARRMY COUNTY. TIC 7610 CONSIDERAn Oft Tan Dollars ($1O 00) and othor goad and valuable considetalion, the recelpt and sAlolency of which In heraby acknowledged PROPERTY: Being more pa r,ularly deocrlbed I attuchad E_xtrUs "A7 and "W'. Grantor. for the ronsldersrion pWd to C ntor, hereby+ pant, bargsin and convey unto Grantea. its svDcostwm and a;s3lgns, the sae i9nd paeeage In, over, and acroso, below -ond abeg tho Basement property Wasted In Tsrmni County, Texas, in a=qrdanco with the legal descrlpilon hereto atWchad as Exhibft'K. and ingxess and agmes over Grantoea property to the ease rnent a$ 511Own on Exhibit "B". It is luilher agreed and understood that Gran.Ws YAII be perrrttted the use of said I<aeeFment Property for lice purpose of c*nstruefiog a par-munent sewer line. Upon wrnplotlon of improvements and [is ac. aplance by Marries, all Fig hte granted within the des rrib Tamp oraiy Con&ru Uon Braornent 0aa ruse. TiM�} Ca*uGpo Yaae¢ra4 141lPJi7 �7-,.„.ram, - - kiT PYNENT AD3-5 11iB OF 181 OPN -1227 MAIN-267, PART 2 - UPPER AND N110DLE VILLAGE CREEK SANITAIRY SEWER Parcel #STCE H, Little Survey, Abstract No. 930 190 Oak Grove Road E. CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT LAMO T I TI_F C,() I1'ANy DATE; May 27, 2018 GRANTOR. Deer Creek Stab lea, LLO GRANTOR'S MAILING ADDRESS (including County)-, 2190 Oak Grove Rd E. Burleson, TX 16028 GRANTEE: CITY OF FORT WORTH PANT EE'S MAILING ADDRES (including County): 200 TEXAS ST. FORT WORTR TARRANT COUNTY, TX 7610 CON 81 OE RATIO N. Ten Dollars ( 10.00) and other good and v9duable Qonsideratian, the rr�celpt and suflrclency of whioh Is hereby acicnowledgecl, PROPERTY: Bel n9 mare particularly siescrlhed In attached r=xhIbIts "A" and CIS {grantor, for the oonsideratlon paid to Grantor. hereby giant, bargain and convey unto Grantee, Its successors and assigns, the use and passage ]n, over, and acrct% below and along the Eas rrrkanl P;openly sitktatatl in Tarrant County, Texas, Erg accordance with the legal rlescrkpNon hereto attached as Exhibit "A", and ingfess and egrnes over Granter's propoily to the easement as shown on ExnlWt "B". It Is furlher agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constricetfng a permaneiat sewer Hite_ Upon completion of Improvements and its acceptance by Grantee, all rights granted within the descdbad Temporary Construction Easement shall c ase, tomPmuy474wwxLUmEjnrm d HVI rill �y ACFiMEN'r A03-5 W OF 181 TO HAVE AND TO MOLD the above desorlbsti Easement Property, togellher with, all and singular, the rights and appurtenances thereto In anyway belortgI ng unto Gfail tee, iand Grantee's sticoesso and assigns until the nampiation of C.Onstruction and aowphince by Griantee. Grantor hereby hind themselves, their heirs, successors, and assigns, 1u warf;aflt and defend, all and singular, said easement unto Grantee, its successors and assigns, againat every person whomsoever lawfully cla!rning or to claI'm the same, or any part thereof. (SIGNATURES APPEAR ON WE FOLt WING F A EJ TngtreyCOMWUlanRACMM 1011TIVI aTWn71 7AC`IMEKT A03-6 GRANTOR :O f Cmek Stables, LLC A A==-= T|fib: GRANTEE City of Fort W0dh 8y8gilaturc (Print m ! T AtcktN- APPROVED ORe ANDLEdAL|� � . (print and ,p�� �MW &Mpmg.AulstantCKYA&MY. kppomye__AnFa-_, gwr IV IAC H2ENTA0 3-5 H, or mi ACKNOWLED It"MEN STATE OF TEXAS COUNTY OF TARRANT 9EFORE ME. the under i n" othor[ty a Notary PubiIC Ire and for Me State of Texas, oil 1h18 day personally appeared a�.,��' I�u _ , known to me to be the same person whose name Is subscribed to tit foregoing inistument. and ac*nowledged to me that the same was the act of i and that httlshe executed the sarrre as the act of said 14 for the purposes and consideration thgreln expressed and In the capacity thereh slated. GIVEN UNDER MY HAND AND SISAL OF CFFIOE tills 2 , day of d RItW �4RD0 Af..A7xFt k# {ry Put►11cat$ rr! feosba �ommlaalan STATE OF TEXAS COUNTY OF TARRANT NotalyiNblic In and Yor the Slatd of Texas ACKNOWLEDGEMEN BEFORE ME, the undersigned authoriky. a Notpry PubiI ' an r the Stato of Texas, on AIlls Personat appean9d__ F of the City of Fort W( r1h. known to me to a the same parson whose narne is ubscrib ad to the foregoing instrurnent, and acknowledged to nne that If samw was the act of the City of Fort Worth and that tielshe executed the same 98 the act of the City of Fort Worth 'fof the purposes a;sd considWation therein expressed and In the capacity therein stated. IVEN u N n E R MY HA D. ACID SEAL OF OFFICE this � day of 20 r Z"— Lota rPublic In and for the State of Iexas MARKS, SANCHEZ ENO" 13e90mNw 110, 2021 T-11, d7Co wNkw l4wMerA 10,7117 wl. 7.ACHMEN7 AD3-5 i t;) OF 1 Si EXHIBIT "A" Cueing a vadable wfdlh temporary constructlon easement sltuated In the H. LIttle Survey, Abstract No, goo, Tarrant County, Texas, and being a portion of a tract of land oonveyed to DEER C REEK STABLE S, L.L.C. as "Tract f" by deed recorded II) Instrument No. 0209020156 of the Deed Records of Tarrant Courtly, Texas (D.R.T.D.T.), said ternpowy constructlon oasernarvt being hemifn more particularly clescrihed by metes and bounds as follows - BEGINNING at a paint on the sotOeasl proparly line of the sa(d Deer Creels Slabies tract, and on the norlhweal right -of -war 11ne of an electria, rigl`Tt•of-way strip owned by Oncor Electrdc Dolive ry Co., LI_ ., same being conveyed to T.E. S.Co. by deed recorded in Volume 3644, Para 57 of the D.R.T.C_T_, said poini being located South 54932't7 " West 36,70 from an aluminurn T.E. .Cc. disk found at lfie SoLO0ast property comer of the said Deer Creek Stables tract; THENCE South 54:*32'02" West, along the sAfd southeast property line of the Dear Creek Stables tract rind along the said northwest: right-of-w+a.y line of the T.E,S, GD. dght-of-way strap, a distance of 36,75 feet to a point; THENCE North 00"10'49" West a distance of 3 6.65 fee# to a point; THENCE Nor'lh W3012w Ea4l a distance of 36.79 feet to a point; THENCE South 00°17'45" is,,,t a distance of 36-69 feet to the Point of Beginning containing 0.025 aore s (1,102 square feet) of IEtnd. Eric S. Sjmoacr. R.P.L. . (miner & A*smlaes, tric. TexIISL RealMrAtiOn No. 592? T13PLS Finn No, IG0549W XFA,P1 ALW G4DNri#iUCtK1N UASrt F { .Mf F14Y. (W 12M 10 OF 74,1 # A, ;�o` ERIC S. SPOONER 5922 ATTACHMENT AM-5 121 OF Jul W, OL S 0 ,99-9F A.6P,640ON v N ATTACHMENT AD3-5 122 OF 181 CONSENT QF LIEN HOLMR 8eQ.QIPh abeu. LLC ("Lien Hol er"I, Is the current holder of a Mortgage [)red Of Trust dated Jgnyanf 15 200.9 executed by Deer C[ggk Snb)es,_.L.C, to KgthUn D. A+t. cGl1 ustee as recorder! Jalitlary 26..ZQ92.1 In j;.J.!T.f.W1Je.nmmber 0202020157 In the Deal Property Records, of Tarrant County Texas, kereby consents to the grant of the foregaing Easement by Deer Creek Stables. LLC to f Fog worth and Joins In the executlan hereof solely as Lien Holder and hereby does agree that In the event of the for iosure of Bald maitgage, or other sale of said vopertytlescribed InsaId rnortvge kinder JudlclaI or non -Judicial Proceedings, thresame sha11 be sold subject to said Easemarrt. S1GNEDANDEXECUTEDTHIS DAY OF-�2018. Bef DolPhs rm al)ev, LLC, a Texas Urn1ted IlabiJIty company fu1lchael V. W. Sei, nagGng Member H 111 M. UollIngor, Ph.D., Member STATE OF } COUNWT BEFORE ME, the ur,derogned authority, are this day personally appeared ihael V. Bergarinjill Managtng Member aac Had 1,M. DolJinger. Ph,Q.. M. rr147erof Mr0QJPhara,naDev. LAc. i nvwn tome to be the porsans and Officers whose name are suWb ,crlbpd to the foregoing Instrument and who acknowledged to me that they executed the same for the purposes and consideration therein expressed, In the capacity there In stated, asthe act and deed ofsaA LlenhoIder. GIVEN UNDFFt MY HAND AND SEAL OF OFFICE TH15 2018. State of My ommiss expires: I jJ Permanent Sewer Facility Easement— Parcel 27 Permanent Sewer Facility Easement -- Parcel 32 Pub11t Amass Easement — Parcel 32A Tom por-ary Construction Easement-- panel 317CE Tern purary Co nstructlon Easement— Parcel 32T ATTACHUENT A03.5 123 OF 181 Page I of 7 DMM723 uj*20163;2A All FG9 I Fee: S40,4D Submiiier; CSC ERE00RDINO SOLUTIONS E€ectranicall y Recorded by Ta mmt County Ierk i n QMci al Pub9c Records ,� Marry t ouise Garde {;f N 03 227 W-257 Upper and MIddIcYiIluge Creek > nitary 8fWer Pareal 32A 2190 Oak Grave load, ' weant Coonty STATE OF TEXAS OUMFY OF TARRAITT 1 ATM y 17, 2018 i AMM, Diner Creek& bles,LLC ALA14 O TITLE' %-- OMPAN �" , 15QUQ184$�098t��1( GRANTOR 19 MAILING ADDRESS: J ' Z190Oak move d. Emt Burleson r' 76020 G)RANTIM CITY O FORT WORTH 40 TI]AS ST..,l�T FORT WORTIF, TAJULOtT COUNTY,TEXAS 76102 COPS MER UUN; T= DolIm S10.00) and other gaud wA valuable Oiwsid6rmioA the receipt and sul`xuoicoyofAai& is hamby k04ivwle W- PltOP tTY: Being more parfieuthAy described iu L)th1bits "A" and'IB" Cxrantor, for ft cvrrsidarWon paid to (3rn Aoic, hereby greats, bAa irrs, " v=veys to Grunbft, ju 31 s 3 9 and nsAl�t an exoluaiyt emarnent and right -of wey foie _pti ilic ftwesr, upon, ovwr across ihru4b the f#]lmiag eract of lead s"ed in T mant Coutty, Texas, as doseribed in accoEd- m o* wi th Bxbibi# "A", and "B", attnchad hcreta and made a Igul hoteof. Any such entry eM nsc of n h gaol by Gmut t Or i#s agant5 Ud in d tndcai (antsdm Audl be prm-issivo rind .8W) not conWhift a trespass. It is Wtanded by these pmscots to rmvey a Public Assess .sv=,nt to the Granteo to maintain, dross[ and repair the sanitary sewer imprammontu, with that used rights of ingress and egrelt in the ne wsary use, of gush Access F emtzl, in and along sa id premises. wra'�rua��f Ei�rrnwn� rFrrk�.� ATTACHMENTAD3-5 `� 124 OF 181 CPN 01227 M-257 Upper and AUddlo Village Creek Sswitary Sewer Ian mel 32A 2190 Oiflc Grove Road. Tarrant County STATE OF TEXAS � COUNTY OF TA ANT � MY OF FORT `44''ORTE UBLIC ACCESS EASEME DATE: May 17, 2018 GRANTOR: beer Orr"k Stall , LLG ALAMO TI T H. (}() +) �`iF 6000�8780U GRANTOR'S MAILING ADDRESS-�- 2190 Oak Grove Rd. EAst Burkson, TX 76028 GF ANTE, 9: C'1<"Y`Y OF FORT WORTH GRANTEE'S IbiAHANG ADDRESS : 00 TE XAS STREET FORT WORTH, TARRANT COUNTY, TEXAS 76102 'CONS IMMATION Ten Dal ($10.00) and other gaol and valuable consideratiou, the receipt and a~uiTicioncy ofwhich la hnrcby acknowledged. PROPERTY. Being more particularly deacrlbed is Exhibits "A" a nd "B" iratrilor, for the consideration paid to Gmlor, hereby grants, bargains, wid cojiveys to i tee, its successors and amig as, an exclusive easement and right-of-way for public access upon, over, acrakss and tl3rouju11 the fol ]owing tract ofiand situated in `X'$e'mt County, Texas, as described in ttocord ce with Eyh1bii "A`1, and "B", Attecfted hereto and made a pstt hereof. Any such entry aqd use of sun# tract by 0mitce or its agnits and indepenrient cuntraotors shall be rmisaiv;- and shall not constitute a trespass. It is antarrided by these presents to WnVey at Public Access Easement to the Grantee to maintain, con-.9truot and repair the sanitary sewer ienprovernents, with the tsar rights of ingress and egress iii 131e sicccssary use of quoh Access Basemeni, in and along snid premises. FUbpl)m f ebt■rnunt ftky. 0a+2012 ATTACHMENT AD3-5 7�15 OF 181 'M HAVE AND TO HOLD the abowAegcribed permanent easemeftl, together with all and singular the rights and appurtenuaces thereto in anyway bclonging unto Gr8tltee, and Grantee's were -wars wd assigns forever; and Grantor does hereby biTid it if, its heirs, successors €utd assigns, to warrant and defend, all and singulax, said casement unto Oran[ , its successors and assigns, against every person wbomsoever lawfully claiming or to claim the snrat or any part thmof. When tha conwxt requites, singular mums and prow= include the plural. p4jw Acom Ewwpluer1 Roil, OX(112 +a ATTACHMENT A03-5 126 OF 181 GRANTOR - Deer Crevk Stables, LL By, Tpi— itle: A'PPROVgD 0 To R R�m AND L11 [TV Je ieuS4,p ngt Ass rant ty At orney ACKNOWLEDGEMENT STATE TE OF TEXAS COITNTV OF BEFORE ME, the uudersigned authority, a Notary Public in .and for the State of Texas, on this clay personally appamrari � ;. .- -- , known to me to be the Sane parson wizose name is subscribed 6o ifie forgoing i sntmew, and acknowledged to rno that the same was the act of 1( _ atid that lidshe exeawod the some as the act of said le ___for t1sa purp(nes and consideration [horcin exprosed and in the oapaeity therein sitalod. GIV13N UNDER MY RAND AND SFAL OF OFFICE Obis I day of J�JW• 20j FR IfO SAl AFAR I� 0ptery+ public tela a! Tpxia F#ota rY I Q 1€181$579 `K. f rnrymle�lar+ 6V i . 25, 7022 rT�ZA27 hlca Public in • cl for the State of Texas PdW A"&1 Ca"M0H1 Rev. OXWT2 3 ATTACHMENT A03,6 in OF 181 ^STKYle OF TE, XAS COUNTY 'OF TARRAPT BEFORE W-, the uadersig tod authority, a Notrary public in and for thn dates of Texan. oil this day personally appoared M% _ 7. C, %- r _ _ of the City of Fait Wa th, "own to ine to ba Lhasame parson whose name is subscribed to the foregoing ins"mont, anti wknow1r,-dpd to me thM tho sane was the act of the City Gf fort WoTffi and that ttcfstta executed the same as the act of the Ciry of Fort North for the purposfs end con sidemtiou thereia expre�sud end In Cho capaoity th rein stated. GTVFN UNDER 14V HAND AND SEAL OF OPHCP, this 0 day of 20 Al ataxy . ahllo in and for the Wo of Tcxasr RI ARDO SALAZAJR 11 tt ft Wut" CD 901281815792 F ( °, Can,'Mks?On EIT, FED. 25, M Public Acu Elm r=a9ertlnn! F � "200 ATTACHMENT AM-5 128 OF 181 EXHIBIT "A" PERM ANENT �Ay yA YE�`9E LNT P#%R EL 2A BEING a 0.1267 acre i"at of land loualed in the. Hirain Little Survey, Abslrnot No. '930, City of Tort worth, Titrxant County, Tdkas, said 0.1267 acre trac# of lava] kirig a poalion of a{ eallcd 14.291 aoro tract or land con"d iq DEER CREEK STABLES, L.L.C., idcaitifled as "Tract I", by deed nR recorded in rneirumant dumber D2090201 6, DfFciuI Publio Reloords, Tamn[ Cotin(y, Texras, (O.P,R.T-C,Tij said 0,x267 ac,m trhot e'f land being a podia nDni Aa CM Laser enL end being inch p1twlrculorly dowrlbed by metes. and bounds as (ollows: 11EGINNING at a I)Qint oit the east deed littee of rtaid Traci 1, rslao being the west Bleed Iine,. of a called 2,498 acro pact of land eonveyed to Dcer Crook Slables, L.L.C.; eimoribcd as "Tract fir', by said dged a� 1worded €p In slrumeui Numbor D209020156, ORR.T.C.T,, slid puillt being on the noah essempnt line of a proposed City of Fort Worth Permanent Simitary Eosremant lda,l[ifod as Pareei 32 and #sing conveyed by sn rate Instromont, from spid 4eglnnin0 poislt jin alumlown Texas Slectrio Service 0jinpuny T.19,CO3) 4h& in conorete found ,at the soudiorem deed oornw of said `Erect t, saltte baing they sowhwe-A deed conow of said 'lilac[ 2 ; also being tine northwest pra" cornor ova trac# oonvsyed to T.%S.CG , by do' d a, recorded ita Volume 35 $. Page 107, Deed 1160rds, Ta1rhm County, Texas, a18o being tho nortbust proporty aornor of a tract convoyed to T.E.&CO , by dood as rocwded in Volume 35-44, Page 57, D.R.T.C.T., he[Irs South 04° 1949" Last, 36.70 ket, said beginning pQinr also having a N D 83 rid coordinate of N. 6,902,138M and E, 2,343,969.26; THENCE Soah 54°30'12" Wes[, departing said deed lines, along the said pa%Dpotod easeattaall lino, 18.35 feel; THENCE North 0001949" West, deposing said prolsased oasoniont lino, along a Bale} t11ni is 15 foa:t wc.q of rind parallel wf1h said deer) lines, 373.35 roet IQ north propbiV lime ofsa►id Tract 1, same bcilag tha gout], ea,ornaal[ Line of a 25 foot wide road exscmani, established by deed ro raoorded irl Volumc 2.175, Pnga:112, O.F.RX.C,T.: THE MCC North 999 54 5" Eust, along said -property lido, Arad said road eesorl cut Iirre, 15.00 feet to ilea jjVfi [t prvperry corner ofsAid Tract i, Saone bnilag the Enid weitdoed Nne of Tract 2; THENCE South 00*1949"t Ena. akptag the saaid east deed he of Tmetl and olong the said west dead fine ofTmct 2, 362.80 feet I tht: POM OF BEGI 1rlY T NG, The h6reinabove d0srribmd ."d of land aonlaIns a eompulW aren of 0.I2167 iicres (5.521 ugwire feet) of brie n1cre or #dss. The hasis of bearings for lids 5urveq i-� NAD83 Texas North Central Zono (4202). All distance shown arse Surrflze. *SURVEYORS CERTIFICATE* I do hereby certify [hat the [tbove legal description %aria pragared from public rea=ds nrid from an aawtlaaI and liccura[e survey upon tOo ground and that sn4nq is true and correcr. 17 Sumey'Ors 0; elo S. ppbfaca' �L52 4i kRaOi�Idred Professioratal Leland Surveyor,Taxn o. 5922 ;,.;,Spobnorand Associates, Inc. �'�Test s Board of Profcs3ional L aid Surveying Ala. 10054900 �� 5tarveyed on the ground 04-2017 DEERCREEK. LLC.--PABCM32AP.A.L.--EX "A"4PAGFI01'� SPUQNEnANL}909Mi RArpMuT,AF1DO. Eu4o!ajom4760Sv-F11.117-ba"10- b*-OJA "J&Z ATTACHMENT A133-5 12R OF 181 r CA"XrrARDIM�FF4-RRR9 fi�� Nb LyP�g3.�T628 J OAK GROVE RD, E (0' ROAD E49ENCA T) vcx. 2 f;rf, pa 49, OP-JZ T C-- T, L 1 y 1 I I 1 I" j (1,1267ACRF-S(6,621 SR) I I l M4 T f AL WD 14.291 ACRES DEER CREEK 8TABL5 r L.L. C. INS. No, 02099756 � D. R. T. . T. I 21 1 1 L LJ a5+�•sn�,r r`� ���+�s�s�� t�,aa FWCP�74TYLlN�� I IL �*[�TV Yl�+�+1+ ��s��I1T �A'+,`&�S1y 7£�I,lyS1ET�+iI1'Ir� �} � Ll� 4 V1,'Ry ?'►'�.Jal�,�ryf11{.Jkf1F■1 CO.,L�,J4E/3ft 7FIe i#rSSIS OF E�E ARIiU06 FOR Ti11S $UA1+'r-Y IS Tk#E 7E=7fJx8 37A7E PLANE NAIM NORTH CEisITRAk, ZONE {+4242}. pA�P��ti'C, QW FRVN 9FA9k-E8. I.L C. eoaNrJctu Orr-a,F FaAI wnWH. TARRaMT QM. TEDLAS VM.DLEYRCiPr;ii7y.4COP• 14,241 A017J58 aR4x#-�..PAIiGPL 32'Ik,q'SfiR-CRfzB(.,YEFhH ACk�B 95M7.QWO SEE ATTAC# ED LMAL DE13CMPTION1 ON PAGI51 Crr=�19IT'kf3 REW RJ r--0E-WAYLlWE _ LE77 CROK TA81P_5, L. i, G INS. AR:i. MaaRzvlbu GRAPHIC GALE ap,rxrc,r IN FEET m � Cfx'i�C1��??frTl+i�i0Fi77Y I Y,�R+4".9�+��h1TS�tNFTAf�YS�kY�tRF43�M�+� � 9Y BEPARATElNSrfi117}dEFJT � PARCEL 27 � (C,+e rvowar�� PDIT F � \Xppopo5wor G�fTY)•i�VDiR"T�,' S06" 19' +49"E � i'�hdp. 40AfS]7W077WF.r45CNi 3.78 flYSirvARATE IN9ell rJ7{1LeN'f PARRY ?B �Atw.T.�S.COk 4NC'ORELECT�7fCLA17YC�7„LAC D�xJGVGc3Nc. FOUND(�:E.o.c�-R,o.ta') 1.JM AG`, i I J i " ' f1VF{7 ix Yj='ARSDF SERVICE 3 04 B1''EEt5 S3Ftl:E<f, 9liRE 10FS, ELILI:69, TrJA.9 7e099 [�iT}�B'��944k4 YWyW.6�q,7F�E�1{SU[�Vf�SfOilS,COM Tans fiRh7 NO. in454900 0�-03i},F �RtJ'USWHd �itlsa � PAOE 2 OFCAUEO,�,4Pt ACRES JjBEGINNING ell D 131) OF 9Eit FWCP�74TYLlN�� I IL �*[�TV Yl�+�+1+ ��s��I1T �A'+,`&�S1y 7£�I,lyS1ET�+iI1'Ir� �} � Ll� 4 V1,'Ry ?'►'�.Jal�,�ryf11{.Jkf1F■1 CO.,L�,J4E/3ft 7FIe i#rSSIS OF E�E ARIiU06 FOR Ti11S $UA1+'r-Y IS Tk#E 7E=7fJx8 37A7E PLANE NAIM NORTH CEisITRAk, ZONE {+4242}. pA�P��ti'C, QW FRVN 9FA9k-E8. I.L C. eoaNrJctu Orr-a,F FaAI wnWH. TARRaMT QM. TEDLAS VM.DLEYRCiPr;ii7y.4COP• 14,241 A017J58 aR4x#-�..PAIiGPL 32'Ik,q'SfiR-CRfzB(.,YEFhH ACk�B 95M7.QWO SEE ATTAC# ED LMAL DE13CMPTION1 ON PAGI51 Crr=�19IT'kf3 REW RJ r--0E-WAYLlWE _ LE77 CROK TA81P_5, L. i, G INS. AR:i. MaaRzvlbu GRAPHIC GALE ap,rxrc,r IN FEET m � Cfx'i�C1��??frTl+i�i0Fi77Y I Y,�R+4".9�+��h1TS�tNFTAf�YS�kY�tRF43�M�+� � 9Y BEPARATElNSrfi117}dEFJT � PARCEL 27 � (C,+e rvowar�� PDIT F � \Xppopo5wor G�fTY)•i�VDiR"T�,' S06" 19' +49"E � i'�hdp. 40AfS]7W077WF.r45CNi 3.78 flYSirvARATE IN9ell rJ7{1LeN'f PARRY ?B �Atw.T.�S.COk 4NC'ORELECT�7fCLA17YC�7„LAC D�xJGVGc3Nc. FOUND(�:E.o.c�-R,o.ta') 1.JM AG`, i I J i " ' f1VF{7 ix Yj='ARSDF SERVICE 3 04 B1''EEt5 S3Ftl:E<f, 9liRE 10FS, ELILI:69, TrJA.9 7e099 [�iT}�B'��944k4 YWyW.6�q,7F�E�1{SU[�Vf�SfOilS,COM Tans fiRh7 NO. in454900 0�-03i},F �RtJ'USWHd �itlsa � PAOE 2 OFCAUEO,�,4Pt ACRES JjBEGINNING ell D 131) OF 9Eit CMENT OF LIEN HOLDER LQ0_ har De+ LLC ("Lien Holder), is the current holder of a Mortgage Deed of Trust dated .�upry 15. �__ . exeCute€# by Deer Creek Stables L L.C, to _ Kathryn 0_ nd- ,%.r MP—q. as recorded �Lqnuafy 2ii, 2oog _ In 0Prk's file number 020q irf the (teal Property Records, of Tarrant County Texas, hereby consents to the grant of the foregoing Casement by Deer Creek $tabl s _#o ft of F h and Joins In the execution hareof solely as Lien Holder and hereby cues agree that In the event ofthe foredosure nf$aId mortgage, yr other sale of said pi-o,pertyr described In said mortgage undeirJudJcfal or non -judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS DAY OF .2018. STATE Or COUNTY Berpoft,�rrnal)ev, LLC, a Texas Ilrnited trahI ty company By: e Michael V. W. Berga€ninl, nag1F"1 Member Bye _ rI M . 0011inger, Ph.D., Membw REI ORE NEE, the undersigned authority, on this day persoIWIy Ippeared Michael V._ pemarnini Ma nRWnz M mk r and Har E Q21 I Inger. Ph. D.Member of BerpolPharm LLC known to me to be the persons and Officers Whose name are subscribed to tive foregoing instrument and who acknowledged to me that they executed the sarne for the purposes and consideration therein expressed, In the capacity therein stated, as the apt and deed of said Lienhaider. GIVENUN0Eit IVfYHAN0ANDSVALOFOFFICE THIS Perm anerkt Sewer Faclilty Easement — Parcel 27 Permanent Seaver Faclllty Fasernerot -- Parcel 32 PublicAccess Easement —Parcel32A Temporary ConstraCtion Easement --Parcel 31TCI+ Temporary Construction Ease ment-parceJ 32TCE 2018. Notary KiWit, State of P1lyevminissi r explres: � *�!liifl fil#i � OHANP Ae "%0 11/0 b 17-0 tits'* ATTACHMENT AW-5 131 OF 181 Page I of 8 01180242�4 M 2619E-7f,FH PUS Fad,: IH,00 submlll+r� COCJERE DING SOLUTIONS 1660C41100 FReuaMMItPVTir:�gF. Gkkn EbPi[Gn(i7 rl lFiiburR nrda ti �+�+''u,.1s++i. �1ary,Lauleia�sncin CPN -1227 MAIN-20, PART 2 . UPPER At4b N90DLE VILLA 3536 K SANirARY.$EWER l 6 a �Iz35 Fbfi Rd. 11 67 H. LlWo Sumy, Absw of No. 010, X*rrwK County, T4w io STATE OF TEXAS COUNTY Or TARRAN7 KNOW ALL JPRWNTS fi WORTH a3EM ELN #� DATE: ApX±1 G, 2616 GRANTOR- F€RNANDOGUTI etnerrlowoo rnls5peflaeInthe DDa4lraeardedT- 26-20V under O.UrWs Idle a 86612, i}oetl Rarords, Tarrant County, Toxas) and E<UNECE JE. GUTIERREZ KMTOA'S MAiLtNO AUEqLESSjTtdLjclnj iwoLmI3). ROD CONVEYDIMv CLEBURN ON COUNTY, TX 76031 GRANTF-F CITY 200 ' TARRANT COUNTY. TX 76102 CONSIDE ATiON: Ten DaiLeij ($1Q.db)-pad olhar gand Pimd ua'uabI* consdderattan. Me naoelpl aind tuffidenry &vehl`03* hereby aC*nM*Igod, PRG ERT�': Being more parficularty 4e*cribod In thiF attathad ExhINI& "A" and "B'r Grantor, lorlhe constderaiion paid io Grwtor arrd u6ierpad and VaNabre considertonr hawby giw ,s, siAs, and ron"yn Io GraaUat, I.W succaBlaors and as9ians, an excluahre. perpetugl earse:naisl {ar the camatrUcti0n, Dpaf*tiOn, mairllernnrice, replaWAiWnt, upgrade, ar!d repair at a Permanent Sewar Llrpi} Facility, hafoahw raWfoz! la as "I'riGlJi Y" The FacillI Includes eli JncWonl4l Lin0nrgf4uner and obowagrBIlnd att;lcftvntS, "uipmvl nrtd appurteriancE-4, InrsusikIQI but ncvt Ilrh[led to Mala110 eG, manhole venire, raleral line convedlonR, Flpiuflr,gs, lunutlnt% boxes in, upon, uw#w ana aeraas a port Ew ol"Iha Propedy and more fu:fy dencpf +id In EAJbh"A' and'V Aa ched hbrete end Inmpvraled hamlri for all par neil. pu-paes, tcQaT tr m h ffie light ill Id 001p at any and all t1mav to ardor Praparty, ar any pall Thereof, (arIrlepurp m of cGrL10 i ling, operaltrg, malTv1&hjng, repla:E�ng, upgradlmg. mid repa?ring seed Pai_.Iil4y. FEPJM!1'JiS SEWER FACILITY EAr F:jLM 1 Rw 10171P ATTACHMENT AD3-5 132 OF l 91 Page 2 of b In no mnz dhall Scan�0 r 0 was #11a Property in any ;Ti atmer �r Of lb IncOri ars6ofr# whh.litie tiph�.�CARie� hcmuatdnr, or(ll� er e9aataent pro"My e1 �bimvnaoal strrlclure or bulldrnp, lncW& p n1a dga, hlllboa rd.:blrk or m esnr►ty fences or wa11ls ar GII pernut. Ftcr+vom. Grerrlor slid be Farm�tt9 d to Inn:ali alra dkiueV�Bir. road or I►atkinrI Iat A moa tyre EarEam rant Pm Me Bur{aao of the Property at aranf r,' ' bolt Gaol Wdowalks, drrve=ys, or slmRe r a6lfii a Tract veWch rosy have been ramav&d. raalnca�, thA'dranlee`a "a of 0a essamenlowfrrd pre be obIlgateel 1f a SD,)ro yr reprare k7igallan �y 0sm of-1he pmWOane anrt inlendad use. of Ws.EqSMartt. In nny rnalatlul W9Y �n efedalwKWri lhB Frmcn(', to. tlianumontWA, VIM r�e-quim a bu"rip r�era5la.e g oorgr�v+al ull be esilp" d 1[0 F <store 1'D 1114 'rC 6i41011an of av y djaCeAt to 1ha Fa"rnW neged, ar Outtged O.-a IWUIL of ed, hawfiMor, vil 0 Faarl o.tbss lion Im0wv,nmjjni% hslalled In vlara llon TO HAVE ANO TO HOLD the avva-dear:flb nl, #0"MP? WIM OR and-rJngu liar ilia 6ahle brld apprfa rmntea IN§ttn in anyway bay I f3rarate�. And OTAWWS 8uflce33ar8 anrl asslgna lmver; a11d Gtdoloe dui t h- Il and rls uxceaaar rand ar,aign5 to warrant and forevar.diffind all Arta slriguror Ira' t ura#6.Orantea, lts &ucaessor a~ncr e5signs, pin$t4arypfsols u+MInsoevr TAwar _ rl or to CtA6r1t !he'mia or any pui# Ifanrflof. AqW the c,nnwad M"lroc, slnqu Iat �i� pt jlpglllrr ilieludb p7e pturAl, [a to � R CLN VE FMl:OMNYO PAGO �o J PiR wNimFenwnFAciuTrvdbsHT Rw. 7errrM Qu ATTACHMENT AD3-5 133 Or 181 +3R►NTDR: Fe+rlurkdo mid E Pe o lr,.G iz 1W STATR OF COUNTY oil iLt'AS M Anon-LEGAUTY ACIMMEDGYMNr BEFORE ' cd aulhiui , a Na Wry Public is and fur Ow. tam ofTkxis, as ats.day pcaanmH�rpcsta y.d 7 {ui 'tom known to tne-to bathe taim ponki xJl m name is submn-W % ft fr mloiu$ instmmwt, And wkrGw1ed6ed io me thst the nrat was 1he act of I . WW that lidgm executed the sWrkc� AN ltw GL of ANW is the purpusei Lnd censidemdan hkmmin expressed told [in the opaoity t2herci6mhiWd_ 01VEN UNDER MY ELAND AND SEAL OF OFFICE L--fta �4 4 [OAE 0 9AL 5F� rr (C>C&mJ*06n �taATonk bp. FM 2, .1473 DIAL" dRUWAPA--urmv.enig-Ni ifrc 1mrMr ,�4 �A, -c- Natuy livin-ind for.hheState ofTcm mom. ATTACHMENT AD3-5 134 OF 181 Page 4 i5f 8 NE; STATE OF "S AS COUM Y OF TARKAWF $ KNO LEDOM MFOitE ME, iho urrl va m d tutu' in and for the 5me Of Texts, on-' Ns dny pe a�olly eippemd i :t r In n1e to he tho ram a portion w1169e 11w.a is wt2swdled to the farogDlrQ Iran grit, aA load(nowTedged to me this iho name was Vic a� Df _ h a3rA 1 0 sd the Salltia as Rije act oT 5aid i t�sa p6gx%ea; :drrd Fdgr� n In 6i Wss6d -gnat In' t'ia capgcEty Iliereln oluted. GIVEN ()ND�R My HAjgD AN � iCl;fEila day d A011 k1. _ . F�I�Af�CFp T n'hry atur u Ie Nut ary Pu if In and for 1 Stale OI T*=d ya1n+'I+IRAt�A1$ AtKNOWLEDGEMEN WpmnY'y�faryE�_ � STATi: Of TEXAS COWY OF T 6&0F(E ME:, the uriderslgnW a Litharity, a goEery Pu AL in And fo+ Ira Slate of Texas, on ihix pey "r6DrrsjEy a3ppeea5er « Hof the City of Fort Worth, kn!Dvm to to tm thft alma prr'aan ase name it subtenbed M Ili+ 6�tik7{} InellumdM, rind ecimua'.faif Red ;o mo shot the same vmo the n Gt of the City of F*)I Wolh and I hM b"he e1aE cuitetl the 5aame us tho act 0.1 tha Clay bf Fo.rl Worth for the pu"Na n srfd wrieidaraf1w. therein rlxprbas$tl and In ttln aaapaclly thQr6n SI OW. GIVCN UNDER MY HAND AND SEAL OF QFFICC this ---- day of ula l�rhEl� !h fired far 1 Ere 5to[ar afxas ,., .10E Otis D�amh.r i�, 74�1 Rr Ia7Ja1V ATTACI•iIUiENT AD3-5 135 OF t8i page 9 of B JLXHjMFi'".Ayy PERM ANENT &ANITARY SOWER PARR L, O DUNG a 23360 acre Tract of land. Inca W In the Hine n C.I11le Tsrwic Couoiy, Tcaa _% sail ?2_IM agar iw,el-af.4rpd.l eleg.p'po" 90 l bl1'IANW 6[r IBR- � AND RLPNfCZ it CNli' EI RV, I71 OW, Gfriohd J ua Uar Re =cos, Tarj801 Courpty.-JIT"LI 35-fea *dc pcirwepe Swliu�y_Sfwsr E #snleN� iAltd hold falJa�k: BC.CzilY FKG At-i pigpt:in Dyer Creep tur.ft i*& p;y &fky1Nm&u�ofJmiidennvc}c*t;i TlwKuy PyqF 02. 4,P.1L.T,C.T., mid.pok i ¢aiq on kW wash Emmellt conveyed to I1te, sty ofTiors Warlb,.WuJ Pala SiH. DMd RatGrAS, 'fdF*t C4kJu4}., 'tetras., I Iponhwesl property ctimar cfasalld 93a'-berILV*t "Trat 3y; by does9 us m terdedd in Irwhvm nl NyrM E 15.41 AF4. mid bollhills poiKl a IAO tBVIFrg rt ' Titi[Ei CE SAutli Fib IS'015^ W o, rMN 51w1h 00W45- wosi," ofsaid'Carwanlet wKt, mawbeing i gopIi9a DU13 A M, by deed MR ra€ordrd I�uwd it The mom Y,"Ilkerly tOmh 1113$29 f9c W. 930, thy arc #'art wurCh, 516-aaxa 1ra6tjrraanA raryvayrd of o In hlskrumun r ** tllnbcr 3905M.Umcot km 1leitrr. a bidlf: Glr+olif# 0it i, saute twins like -Motwl !d Ttug, tn" dw .s nomads in volatme-1k4n, of ear asiatiq 20-f#t IVI& frcrnti.gperu Sttl'ylaary .Part 1' by I Nd AS-romdeg ?rr VlAurile'J&, I:►nigp P6fWt u 1 sake# MW opr-found u La wary C1a�r[vrl;rappresier, fi etla.klarrtV�Ie d ea a4,.QX.R..MXC 6w t+mjl i °3�"x 164r e.ofN;G;ItlGO, .t7 9Y,rdE:-2,361Y499,M. liii�-;bl firer 11i Ihv sa W aaftftlit-Une,2;124A3 *tL6.t'south Fopoy line �;ny Hue of a tract oPJlii eti'tYeYO to'Todd i,,,Qunhun mid i Number D21245SOO, f},P.ft;7,C_T„ fx w111Cld n t foch rod conw of �aId Cbrvaiiles'.lraux bcsrs Sauily 11145*4" FAsr, TSMNCEskwiil 990S'9' V W dep seid eMMUCht hire god $1.QF*- W"4 prdf*fq ligex,.3S.01. THENCE North 013P.5 1S" rurrg said pfDpern pinea mcmis * nt6 t y �f�wwk-ormidyarallel wilfe[Fyesziduasrt.. Ilirrr,. A6SLou 7 HYNC h1Ur11i Olx* l S'�G' swmlurta6sg �J S fob;v�fL of myd l56[hI[zk' wills t11e S*id xvt s[ aaa rrrienl lfllc 7R3.ri Coo w Qle gM nortll rty .liner afrtha,CarvUM. wm;q tame beigg thi: said )MO proparry liuo of 1114 Areal ld Iractai4being lu DecrCric' T"Mcre S0Ldi 6C 430I JS" Eaa�:vaurg die alild,ploperiy Idmcs and rsTdOw CreaL. :047-Pid'Ia.Ih. PO[NT OF B G1NN]F U., The lierainOwm described wur of land cousins r camrpured sire of 7_�360 pe s, ()0F;7_54 "riq a fW. of vwlp[41 MOP aeras (2,173 square fecr) IF taulairled witniq tie limier of rxlming 413 A-1,rw1411 Perimmept Sankey RLsimi in caaveyDd [a The CI Iy of £tux %Vod . hey Fdewikd a± IT= r" bzy-6"d a9 r*egrdilo iu 110111rua S2G4, Page SA, deed Reomrds, T+umin Cmmijr,'Tcus Bard ch"n3 vadichir wlolh'Pcrirlwaa s6ilifaiy Easamanl, tnaivc_y d ry Thr Cary flf Ircrt War06 bsiraji; idandfied rs "CFW SS M-n5" 1py 60*4 A% rccxaxw d'n Irpcanumon{ Nurntscr 02W 13145p Dacd ktow s, Tar im Cail,ipy, Texas, Ie.oxpng a ooI MCM Mr ZLIV,bL mares (99,'J3l sgaara race} of hurd. mare or lies. CFRVANM—rhrsr,417rj4.ff, , Ski OAp.,, WPA&X-FP.I„ NOBTP[SIA,-NIM%1'CM.TL"; w.F—VA 611M:54 +1-I!Y¢piEl Ud7ME►llFr"tdllGYi� A ATTi4 HMENTAD3-5 1313 OF 181 Pagp,aaF8 "Thahxhisofba7Apjrft. rhkt-suvgyRNAEMTexrst+ aliComrml-Zorxa€43 AIrdistanceShOVYnireNrrfutP- hS'SURk+fyokS CL'I 'i I IC�tT I do fm r64- raniiS'Amt the Lbowa leArl daesrioon %VU prepared fW50 s a nJ *0m rr' sewn Idd mccriraTe d ur voy upon fl.0'Ri arrod mid mW cortcGt s7w; yamN r_, tS, $6q,WSP4ghPER- Reahsii Pelt!skwo Wid: IFAr ycw. Tkm&KNo. 59#� SpaaYtr ink Auac[�6ea, ��rc. �*-#�rr�s, opt �� Tctas��u.l#oiNDrms,1om [PrAS`U". ir+gF+1s�, suR�f SmvieW ai lh� guru d IM-3of frame mNadkcA*+^,lmf�W$AhLg?rMMAId,EuLmzTvµfM"-t%AMIA&HO-SMMMUD-7 -- _ AITTAtiCHMENTAD3-5 137 OF 181 Page 7 of 8 'S�f �4#TAL ffiaML�{�}L 05�FY71¢N f.'MI y� �'t jo P�i(iGB i It QErMeiTIt'"&Rr;vl E.oQ'fl6T7 � f ,r I�JIi1tIiL� 7+tiIE�Lsagr�c4Ti�y,,��an!u[riT�F � Add �,�9 iVi1S Qis°E 8.fr�'- My AERNAIlrRf �I rttE7pgAa a TOG' s�Lr lAfS., 8612 1ii litUA4ft &fsrFfl l a 1CifTYi{iNE ° M-A%OQ jwJGf9 w GFIA HIC SCAL � I ❑#k F .7. ml MET ti • OffENT 1i 1 S4JUf ,417 SEMEN AtiFhJlIF 7. C [s03.t5i.o.) + I # VI, li l xotC ex erTr pF F,xRr gr}rrlr i ,LN99: I SOUA�E FEEL} �#1.-'aIs '+ u.eh�T1L��Nrslsr A N ET AR£A OF 1 i I F f 7 Es (99,581 S.F.) 4, -1 OFI,ICJ � bLxSlta� r�}s7rar� r'� c, r- MW7MXrxwcLsr ar nL� aerF r 1 r •1°4# 4T#Ryi,Yr �, rraara16rL�dr I wcirrrrA}eEur 00 f i 25' TEAfPOGIR4 R-Y 1. r M f I 1 1 1 1.67ISPa- RES(7ZM1 S.F.) a s„ BAVC # E�xC'EPT I I i A IOM54-ACRES (1,1i"8QJAREFEEM I jf � I %1:AVJN(4A Nei AREA 0$' { 1.6361 ACRES (71,267 S,F_) �}ram #�',a�r+.�crGrtY�xxORxwtl�erh � 11 � ,� wLLarna� �rH rErrr�a�eur � L 'Aoj?ANY 8&4tutAr SAWARY SEWER PARALLEL R lE7'mAfN-bi CITY OF FORT WORM TAX"NT (.'O_, T&AS ME8A81SOF8F Ai%iMFpttTidySi VEY1S TM T r�75+s STATE OLAM NAIM klMi [FWMAL MNE i4i:121 GtTy43FfdRT Wk ?FW. TAA&u l?)q. rOxU 2'p9TYArRFAre,M&ASAl;tft w � l3lri�r! b ............... � .... i Efkir 9 5KAY 'p' {6�T3 W !'GOhi�SSLIRVE71gp�pc Y ?� 1 �3FL9 nARU}lRIi ICU, IM1hSiiCS TACHMENT A03-5 Q8 or lal Page 0 of 9 EXHIBIT wW VA G� hTTAtFiEQ i1�13AL tlEBCFIfPTJ�F1 pna _ ... _ „ - r.�udEs i �.� br trxlue:r vr.oiu� P�5GE6 i A 2 ox �.?OeiS"� NtlkL�a VJI HOT A sS'��4rY�+VJr SAWTAMYSMER CASE NT ZXMI0 + 9Fs SAVE & F (l.W a ACRES (2.17.� SW � LF141+II'�SAN 'f . :IF 2,2861 ACR+Et pa,58 /��1 yyy�r .y �,�y 51 iW 1.41V� Nov ' n0APHIGSCALE Ikd.fE� CA t.EV99 25' TE PORARY c 77ON EASEMENT 15 ACRES (72.91, &F.) $A,+E 9 tx(;kip I A6 (I.WSQUAfU�FEET) LEAWNG A FEET AREA Of 361 AC PIS 171.297 S. F.j A K lA OAkAl:P+Tl7r%� ,4NAD1 40W rC7NECfrrCFPZW1 ►suer!► EM A. ati! uE 17W r P.R.F.t. r. SAT#1 rm sEwER PAkALL EL L1I3� fliQ F S7 CrV OF FORTTVdOAR"J X TARKAWCO., TEXAS nHEgAsSOF ,'IFOR?1+Is",4JA1f�fE8 IPIE 7ViLl95,17E PLANE WCIW Hpkt W. TFXM 1 � se�•ss�+s�w - a�,or � i mcs. .eY2r�p I J I dIRRT-�G,F, 1' sp� n .emi 1-m NE SHEET 3 I � C C.a4MOM.7eM ap,rr, r-,r 1 j�- ra�r•Rµr 1 jr�.icr r � A4S9 IYC7t7F fi+Q�I�PSI J i ap�a,rar f r II l � 80'�A4L'Y�IfFtl� ivy r . sFie��ur � i l ex. cm• oFtce�rr Isip,IPrH +e�±r mav+I�tr .I E*%c 7*".2' IV I u7of,J�+P& SEA+ Uy� Y 15 erF,ts IrR, awasoo, eutQs �ex+a fw: pwr1aee.awt WAW.dFCGNll +1AVICYoatxCaw 1.us,ru+�a. �mlwloun 8 T EAIC:k�91�nN:� ATTACHMENT AD3-5 139 OF 181 02180+J+4336 IZaIts 275 pY ?{#$ 2 Ym. 444M QLbedHm CSC EMCOFMI t SOLUTIONS �de�ro�IcaUycerd�d�yT�fip+'I�Cbuflly�:lk�1[k4'�fleF�Pik411�Rr�rds ti� , �t�x ��.lriui�&,Gerk7e CPH -1727 MlUN•267.. DART 2 - UPPER AND Wil10DLJE 1lIL .SANITARtY MWER Pmmi 9W-TCE 3636 Fhb Rd. liii7 H. Eittio 9urvay, Abstract No, 930,.ja1rr&n#:0c4uilY,-r GRAN TOR: FER HANDO'S"FER.RE, F ile.wsm m EsapaRM in tho dead worded 7- 5-2 ii under atarf a Lila rSOtlilGef. 2, bod, Rnr—do, Tarmpit Cournty, Texas and EUNICE E- GUiTIERREZ GRAN'rn' n+Ialt IhCiID. I ng Uounlyj; si�os �or�v�vo CLEBURNE, JO CFUNTY. TX MGM GRANTErm- CITY OF FOR OR RANT kSMeVWW0RtAfijp-A?4TC0UNVTX76jQ2 G(In ciurIN uxnty), --- 0- FO CONSPOERATION ' Ten Doilarm JS10-M and other QoW pnd valvobler crinslrioiailrm, i n rarm1pi end cuff cmmy QI which Whemby aekrroiwlecged_ PR PERTY-- Sri"-mur* psrdrulariy [fascritmti In AtzA bOd Exhlbi#e'V i1nd "8 Grantor, IOr the 00n4ld0f8t 0h p$Id (O GrantQF, hereby grafrt. Wilptn and cpnvay unto Grantee, iv� smtm6am and assigns, ft. ur15 anrf pzkebage In, over, aild. acmes, helarX and alan the E04071 OM Pivperly situated In Tamrrt Courtly. Up N, in with Ilia 6pl doacriptlon heroic alt l;ed a EXhlxrit'A and ihom6as Anil r+gmm over Granfor's pf0peny to 010 aa: OMkinl as shorn art ErdtlbIt 'S . k 1s €urlhcr agreed and urkliura Q0J that Grantee will be rermOnd the use of saw Eaabeiont Pmpoov for 1hip ptrrpoee of cantruetiag Y parmakunt suer )clue. UpoR completion OF fmpravema nta- and ar acoeplartce by Grarlt", ull q;his.pran•1ed within 0im.deaaibed Temparary Cona:ructlon Easement sh$II ceaxe 7!1lplCWk CAL1 �tlhtl Fi �.wwa rlh re -r .W-PM ATTACHMENT A11321-5 IAO OF 181 Papa 2 al 8 TO HAVE AND 70 HOlQ. described Casen" 11 �vu�sh, alb andsingpdAr, u,e Mghla and appUrtmr noes lherela In tjrj=w baton g ntee. and Granlee'a surcea mM and A"Jor,s Until IJre L:Wpj�rM Q11 01 c4nsiruL1kJ1 once by G Mfkte$, Gitmol. ha" bract #herr�aelves, ihav MlWs, *Vocesbxf. grid a , PILLTA anrf darhdnd, ill and arnVII'MU, Wif eM&Mnl un�a. Oiwoueo ha Kloc+0Sao an ah, agarnGl avery p—mon wMMF,U evar ldvdtiily dr+lrrring or is glotm lha-e. mm er�cf. ISIGNA9`iJk S APPEAR ONCE PO WINO PACE] wi m? T lyy !NkLim ATTACHMENT ,4133-5 1141 OF 181 Page .3,of S GRANTOR: Famandp and Eunrod E. 0U]Jarez Sll- U�duS rl 6, ulr 7C AL �� tlfkie¢�.C{uUbr�ce . Wodh By Ytd�W �GVEO AS TO I`p ME) LEGAIJ IACI{NCS'JY�E!}GIrM5T+17 STATMe OF CO MW OF TAMR BEFOREME, Ills undaFsiwmd 8 Kau" FuNk III did for am �k9�G��iYe6, an MIR day wyaAPear�cl,�y. �F{s�� kmmA10meiobeovserw perr#t whom nmo is submbw to the fam plIrg lnalnumorg. and mkmwilwaed to me lhat the 9SRla WAN &ro. MCI Of f r and that i1"". ex0aw the ua* m the ad of Bald 4 1af Ihu p upDom ruE outreblerallon ihe" @ eetl and In ft dopac4y ftron oved, VVM UNDER MY HAND AND SCJkL OF OMC�-= t*�ally or RICO 8J�11-+�f�LR II ' h1wry pollo-9rm■ al Tux+ r#ow�r � �+tze�B�FQz TFO�IYF'1�OWN4}�MMN If�l=Tl�i r--fl A i)� Notary rl blrc In and for Cho Mete 142 OF 181 "STATE OF TEXAS COUM1}11-YOFTARRANT I 13FrGRE ME, the uttdi thw dl lv pew)"I;Y dPh Cd_ pemon Morse €range I� sul4or Itame writ i4a Ito 0 as the Frei w vw wnskwafion Vigrarn expnmi GNEN UNPER-IMY HANb Y 4` d N61ary P,1141k-Sbu Uf N,3bW 10 412Q C;,.rmBl7kn Epp, STATE OF T § COUNTY OF TAARA" Page 4 to 8 ublla irSIrIIW for Ehe S1sla ai Texas, on known 0 me Io be Ili$ r4rtn* rr*. and uaknnMcifg -to me Ihet di$ &aid11adfrCf+ oxemptedtheHgInG tx fhe purposes and lgfiftcf, o1"FtCE Imb clay 0 17A 4� R76 my AjHlIn and lorlther SWra of Teop �QWLr-MEMENT f3l�:FOFE ME, the undamlgrmd a3kl{Nm*V, o NaLary Rubltc in ari-dforr the �a'1gla Of Texarr, On this day POFSOMIR f epprAmd_ _. a' the'Clty (if Fort Worth k++bvm to rre tO 130 ltra wane paMn wha5se name is svtse+lbed to the fore96klgr 1rwlrunaeut, and ackn awrtdQod to mA Ihna tha w me wmg tho Ha or the Q1y of Frul WOO zr1d th9t h6A0,.Q.e0rU*d "somtr es ilia tip or the CAW ox Fort Wcxth for th6 Pvgxties and ronaid801ion #Mein expressad find in 21a eapuMy Hignarn 61 Dd. GIVEN UNDER 14Y HAND AFT] &EAL OF aOFFjnl—= Ih!R _ day of 2p Notary Public In end tnr 11m 01"to oT 7aexas Impmnca.,a..., E«. Io7Tr ATTAC HM ENT AD3-v 143 OF 181 Page 5 of B TEMPORARY CONS-TRLfMON 'PARR-C& ,'37 BUNG r J .6715 =1, kprr of mud baduad fit.00 n6 nk U" 1• $ , trio. M Ck 4f.r%q . wd T4rr�r,l r~ounv, Taws. said 1jb7Is-writ4g.8r.lw d.4g� a'� 9p.J 13 tr l U 3" in FJIYgl+lpp CUT1FJrli?Z ANI timu lQ IITf 0re»prde�d in s[ la�Rulenl. Nynrbrr LY2171469u12C2f[igial Pas ieRccQY,1�;TrLtian#fiu,ery {'' ,(t P.f ; T.I,sred l-47i5puc'tiieeoflM�kd15 �Lgl 13 J!xt ~ride 're pgra�y Canstrvtgkw� taarrlolnt and. -`Dear p Wady deErriUril by meLea.and bou,ods zz I�llar� ' BJEGJNltiIF ,ST - jt.a puinOwMer Oak al'shs. natth : �IWL 4 Mid' CCFV4BUe& treci, sh+,le j1pdarK lhl• ;g4th pmporw 144Of.r.idla; 0law woveyod ro' 1�1W hf Am9W Tiwt ;.by dcid a1 r4air+de3 i4 VoluFnm 1243k.Pasc+whStlif6c !fobeILslianuoh"iprq"yaxgc;-.aro'ea1kJ 453 tam Emu of lagdcowveyed t4 aA".cl ry: elhq',�I#�idlfrx�'a��'9`r�rr 7'`. bydccd afi`rrcor-ed lil 11"11kcai Nolbe:s DM I5ZRC� 4b.P.Rj.C.Ty idki-) I" FAvi, 125. -fiwl;'pi.4,..l► Wnrikt.R paint 11m hmrilra a WAD 93 Yfd'coordiR U1` t' 1 ,}; THEW S'SuLA 064 5'06'Wcr4 TiifMCP-$Lulk 114°f9W—%Vute ilWA PrOPE.Oy. 1166 Of,g inM 4r Car In ldiMMIL 1�JUr1149f{}J 1245111i7 , uENcE Suu h R9'm5" THJ3Ncr Nonli 00`59'd9 THENCE North -06°3 said SOL I propcny tin 7'"cjC �qullr 90-V ' UEGINNIN4Q, "A saurh pmpargf Iinit.of MidCerWoutt9 1rsc4rlo 1trns bj%the Todd L OuillrtfA Snd 0 I& Mukhm, by dee4 as 1 t rcw Jod In pr4Act1Y linm2UQ. faat;. tnid'J LWpW!y 11luu'.7, 122.21 rcefi kes had ilgrik propelry line of floe �"gm-ipicR, mine 4elo� Iht: - — cl bird bgGrl; incr Creek' t#rcWdproperty11ntd XW MWOW#.mk'.2YA5.kMltorilePOINT OF Tiw denim" ciucttavd trio or Wid.C6plaant s caonpulgd omi of 1.6 74 5 ■eret (7 k7 13.ijm r lbc), arwhWi Q,1Y 54 acre O.M4 square CtN) Is Cmu IrLad wllhin rho ITnLiu or, cNialins, 24 tea widt Pemuvant %W,pR y EUSMgW Tli#.City o1 l'aR WQFFlr. being idculif", CLS PNIA, deed at rwyded in Volume 52M. PW W,'Ned R=otdx, TVFMkL County, Tr; ms, 1140 elsluirtq vxrJahle width I tM-t11la1 SfRiWy FRT,wWAti eou+reyej l0 the City QF Fiery Wonli, 6Lhg-.lddnl116tJ Os "`CFW SS MLM" W IS"d PS r;�oFded in IlLmutnect 3+ "11b D2 161 {9245,-D"4 RrtMIKIS, Tnrraol UoWkLy. TewS. towing A per arch al' 1.09� uOros 171�767-tgnare rend of land. jr&,c or le.g. CERVAW[fS-rxnera r-FXce 1m VMA .W_3Aa M6V1Rurr.4P1aa.e j4LTursT Mq FkHP4"W4A ac njg,? Al rACHMENTAD3-5 144 01= 181 Pagv 6 of 8 Thg hemutbeada -kt thrk li rvey A woe 'r u Jwor4it d: 11 di uklme Shown oft smfkT. 140 bMy E;rniry this dko r6,5w trmoa.d zcripri9n 1yn pp Amimto.lim-fty ippuri the grawd -mni Ifin-41MIA. rurlmd 7 iter id nowd 6rrfdh&16mm[ l aid S'An"d cAk%rA"Tt% - mWo... 0 yxh and fmm #A actual and SPVAM &Nk"ftaK $e- 3" WM SMW ZX% 'WWMm-T0WPI%"- FK 417-M#M - --ATTAC WENT A03-5 145 OF 181 EXHIBIT "B"OF MAWG 7ile4akO1(AYX.. MAO rnrf;RX�Ci7�9 +�v�+arr I 1:5rVE a CALLED50, fJR N 0 G REZ f PROPS rri ++r4J c3RAP�EIC$('a�F - i E o�t�#.Jt1r. kJ 7 i�J12A �5t NT all j x+e cr r V ` I 8ANlxk$LAI J'rJ4T I osE i AVE 9., T txuaYo aRrwpi��f► a.ff� 3 Soakm FEET) �rsaaaEranrr- 1j. 054 PG € a� .amsmiamsov I I f finrw �ar�r+ �► rj uae+ceLSMAVEMWIN uu a+ Rh4+ra,ux:k 2IV 7E MPORAkY I CplvsrR#1cFIi7N fA9fNr 1 9 4 I /� i.87f5ACRES (r2,8f1S,F.)' I SAVa J E CEJrr I M I I '`. 3.Q3LM ACRES (1,fM SQWRE FEET) I r LEAMNG A NLT AREA CF IIle � a,+hva'nxrsls�+rt�vr -- � bR7 C T- lEN# MA TCHLME SWEET 4 hNU,4AY SEVOtR P+ iAL LfL RELIEF 1AihX117 i ' CrN Cf FMT WORTH, T NT 00,.T tS 4. J ' �' fir,.#; U-MRibOrOU� 1359 �]A1400 SURWEV0 • ¢' p 1Fi>c TLV.L;S %TAT& PLMIF M6M WORM .�rirl�s.�arr�ru UNTRJ�L ZONE OM) seC 5 SP[a7raF,a i.GF 71oFkl mom Ht+t142ANtccL IWPA KFftW. 1WRE 160. eI11FT� -06.rW12 {i �O+SS`� Y *r.AL .r erm. _FYAMMUSE6 116olf .3 dk11I8U44sm MM�K'�otlr prp�a,v� f si i� CJ+ rll =6VIA511ERW.TRWIftWTCM6 7RfiL#MWYWCi IWJ.U01 'ara amu IP PARCd. S? CHMENT ADM $45 OF lei Page B of B EXHIBIT 06r MA TCH&I, W- ATYA P, LW -AL t 07p P'I lCw b!f -- r. ems• c�, i }� PAaes 1-82#f7UYI51*'AW4p P,!SM& I m I ON O&A ir WlffMN N i SAWARYSE* Fa44SE �1+ 2.G #e$107.XK.t= 1 SAVE 1 I 0.04Q ACRES {2.i7 :SQU LEAVING A Nr±T, OF i I 91 ACRES V 1 Nwo,4�' -2. s o ruo' ka � f j GlaA c SCALD ar FEST GALLED e i InF OLDERTO lJtrs, 1 � 1 r� EXH1SITA 1 J n0AF EA3EWrAri 15AGRF$�•17,911S,F.} 1 I� •SAV A,SKCEP; I J REs (i" saumr- r-Fr1 II L90"A NE7 AREA OF 1 6361 ACCRES (7.1,267 S.F:l I 1 I I I All ! ' F II BOb•�9A�tnr • zs.fi+o' I ANADOMoAr AbVE wW a-FoRr Mww M AA0 0&45 d6 u 1 1 R CAGAULWImt muss mva v2rJt I I &&WARY SMER P,+,RALLE_9F'i.JUhfiANIV MY OF MRT WATH,TA3UTANTM,JE. As A" TMw$ OP9oAR1 ponTripsftm%rEY-1'm WIZ TEMS S ArE PLARe RAU09 r(iRTJI CEgMLZaNEF2m. 'L;� -p Ii4 129i1R,ILI � r + rrddm .,?SAC -.73' � I A�R4aLr,1{Q f dkSr,a3"o�rrus�'3as r � a f a �f'R01°B4TY f I I rR,+,r: r r � f CaGrlitB%�OfwC ! � gas ryror. �rocuarn� �� �59.'f�rT�A?7�EkA,�GLF 1r = a �L LYF1!OF 1i0F7 Nt],R77f 1 I �s�s+s€�rr•awrprrw 1 r 1 W da+�r�+rt.uu �w.µ+.en4�x+Mr��ons� 4*651y p.0" iRRLyF�HMxo,YaPu1h0 + 4DF 4 I PARCE1. 37 ATTACHMENT Al)-5 $47 OF 187 Page I of 6 D21BOD4236 DMID1E170PM priS6 Fae:.lXN fiubmIdv.- r*15CTF49QCR0IN0SOLUTIONS l�ectromc�ilyf7�poFeext.GyTarranki�ountylCre�rk�i�Irhelul�ubGc.I�rcor+i-s. w, 0,64 , ;LPN 4.227 MAli1 40. VI IW4 $AWANY WVY R Rerf:4I iti3i4r tOCFM PU. iiS? K.Lttlli Sun"', Abi4mck NQj D.T hunt-Ciouft, T' GkTY TEMPOR TT — DATE i3 6, 201$ ! q tee _ GRANTOR; Fern imdu and FwPiee F- G#?Atd'C€}R'S MAI UNG AODR County)- 6909 GoaLmw OE hurnn, TX 7 GRANTEE' CFTY OF FART GRANTrE't'a MAILIOU (1rvkudll6g county}' 200 .TE FART W RANT COI,WY,'TX 74102 C♦3NSIOE N• fe 0Uam {S70,001 wd oft good and valuehb �4rl�rld+�raklon, the FecOx andaADieni' ilia itanbWAodged Pi3OK RTY- sing inwa patkkularly disc6hed In numv ted Exhlb';fx "A" and air- Or4witor, ror the ConsWeratlon paid to GrWor, hareDy grant, bacoldn and rer,voy unto Grantee. t!s aua sons and'e lido, the uag erlq, p ualge lrl, ovr€r, end across. below a14 elartip Iha s15MU # O arty itIt"wed-In Tifq[ Cruinly, Taxas, Irr accordionce with the Wtil diascfigjun hereto attedle4 as E*IW W, errd Ingrams And egr(5s. aw4r draMar's property xn ble easernan! a Avol bit Exhliwt,"a". kl 11 furihrr agrevU and undorswad Ihet Grwfto wII lia permlWd 4Me ora nf awd Basempnl NropaAy for the purpose of toutrruclilig 0 permaueut aewaF line. Upon corrrpWIOFr aI impravaFneHils old ft auapmmm by Grantee, all rights rgmnt+n*d vralriin the deaortbad Torok] ary 6oristmr wn Sn4 neat seal1 raaso. Tq ATTACHMENT A103-5 148 OF 181 P"c2al6 TO WVe ANC}TO HOLD Ih9 Mm daguihtd Fasealani Pro a r with, 9 nnd'e*aopal, IhFr dOWSS -Ai76 appurtamnm lherdlo in s"y belor niece, anid Grnraik'A suz more and essiana LmN Uw cvrnpteftn of omatrwoon... dn0�% by GTilydQu. 13E @ntar Ir imby bend limmoluds. Ihefr. held, Ifuaceasn'rm, Omer rfW 41rd diFer.d, ail Prnd WH901 1, Arid easanerrS UAW A Pfhmee, ilk sl 01it cep Be epeMal nv8ry+ Pelson whomisoavvr InWRIVY Ctnirpft cwto Balm lhel #alma kf, LB[CNATURES APPEAR p1�r 1�O .DV{+ii G PA". nar,n<fc,www. ��. rari�+ ATTACHMENT A03-5 149 OF 181 Pago3ofa GRANTOR! Feaww do grtdturko@ F—ioqtWa By lb STATE Of § CQLINTYOF TARRAt § Rut Worth + # - I. r ,j },.. ACKNOWIteMEMENTT BEFORE ME, the 4wors ped swhor,ry, a Notary PubU in And fw the %iW afToxiam, on khFG day pstsOrtally appeared tr y r . aV ri;+e ;, .sue.• known W me ka bs lha �anfe porwri whose name la Guh5u1G3d La.1he faragaing inylrkjmiwl, grid A�kR+WdedgW to nmt?rtrl fhb same w" thr; ad of and Ihal hawm duflcuw 611 N%mel ag tna sot of saki for the pur res and covsWorsklon [llnrelft QMpdt sed and in dw otpe qNy lheraln slated_ GIVEN UNDER MY HAND AND SEAL Of OFFICE tNs —L�L day of RrC+�DO $Al.A�AR II I �* rY�u6�lo-slrt�ea-Taxes t�wlw�rn w+�ef�sras fprt�rA�alaq EYO- f£B2a 2u2:1 �}'17iY4 rY Rohilo it and W the Swe of Tamil A'rTACWENT O3-s ISO OF 181 Page ►# 0 B :Z\ Vr TE OF TE K,AS COUNTY OF TARRANT � ftl;'UEME,"wFdarelone,da[rLn a is In and for i" filt:le of Taxes, oil ihln db}� tp w�*nflllyf apprbarod ' e ' a� kwwn to Mato bo #I'► za" persan vh ufl ,s nwna Is subsarlbDd to'ltw fo, Ir o rit. and ac-Wcwln0ga4 In me that iP& slime ws® 1twn,I of � r 4hd that ItwJsfe emimr..[ad tna same ath s e act of avid r _ far lho Norraskp.r senel tnFmIder4tion tharefn axpmmutad and 1 1r 9.. �llrifel'r mated. UIVEN UNDER MY HAND A WWJMF,0PAGE Ih B- (o" ' ft cif FtICAFlL74} 514 `ate sry Fhl l'+ xne Nditfy' Nu blk h n rrd fur Cite Stale of Texas u14 N 12 � Sry �.OII.1�1 A�f{CdOWLEO{#rcf�lEh1T STATE Or TEX COUNW OF TARRAWT BEFORE ME. [he vadersIpW A ri thudly, a I*rl ry Pilhk. V1 and 11 Mn S1a;a of Toxw, on Is n pGrsonatly. . eppeCaCd }._- k- �yd 1h8 Cfty of Fart Wo�now i to Ine-ie th; ai4sFiA f+l[ MIDA VM4lre name 15 au ulbad o lba fwagefng inmrMarrt. and to me thk Ilx samn was tha sm of Lho Clly of Foli Wprlh and th al twat-lt,p fne1%hjf49 tt16 $a Ire 81L t1ru JLd al Iha ally of Fur! W41111 fol Uw purpoarm sO cdnakieratl4h herein expressed and In the =p elty CframQ n �rtaC�i. OtVEN UNDER MY HAND AND SEAL OF OFFIOE 1hL8�day e L � u x N Puhfhl inpd far the 5tnic v�Te a�a �{ A s o ATTACHMENT A03-5 1S1 OF 1131 C. TT 41AR PARCEL 17A $R'M • 0AISS5 acts tr=L of 1".10"Ltd in the Hkivrr Uolt-$' r L 9 0, kq+ ol`trort Vlfy�tky, TMML Cu,uaty, T#xas, said 0:4 555, acm irmai-of JaW to' ;,I DR�i �r� tract oP lond �om;sy� to FER3U7•dM GUTZEM Z AND E CE F- GVTHK A+ ,Inq�a►trFw4 ,Nrainbar DS TI68iFk2,CffitEelPubdicRecnr&,Timapi-Counly,Tc p, .mla, .44b65 zm116tkO40Abeing I Tirtipors�i rnd #i ry Cumtruetiom EAmiacing niorc c , y rr(etdFLi" baapiials 4ta ran-m 4+'i: UGM?JlNG at a potent ire t±tt ;aid {'ea.v;tptcy-t-.xct, Ftaw p 1 xlt im.I*q fn+� i�,ort,th egyt Ilan of S4kti CetvAdia rrx--G pm bei,sg tL-r sv�.lrv+ ['I PrO]' rarnar:o '`�,53 sc[4 Jpg 0P?Aad eonveyad 0 gwry �IayIvtl fGarester, i�x idtiisi ed. u '"1'r t ', d we trrhardad �r kn�Irtimetit:3�1ur 1?er 1?.lgtS094. CY.R:,FC6T, 2i0 t6-.iaS Ihn 00DIthIjU[ iuo"y cnrisi:�+ l" 2R78'.ncm umct-ai Ia,4d oallw t1 1v l tli�ek Off Ft�gd, LLC, by Jaed ai eecordcd to 1MSb,,L,,0 17QS1 "593. 06P.R.T. .Tw bca)% ilnh 04441.10p Em, 41k9I, said 4egioning polite Iti5i). 11avi7 lfl Wd umdh[Ach of N. 5.11 ,{ 5;27 and i- THENCKSouds 89p5a'lfi" WM'i`T,m,Peer: eo-smm—a oorivaytd to -De City of FarzLvw PAP 564, Deed RAsrdir TAamd I~ TNFNCE 1wN0rd1 OV5745" Eui. ai THEKCE Noah $5t5 Z" Eut, - s,cm ke [It au e? i'L*g 20 foot panuwaet muituy is: "P ti. "`. trY dood as rr•+ -w4W in VoiuAIC jUe, 1Foa, 216.SlUfmi; aeaamemt kif]q,}.ti2 foot: eatlenielut 11ne; $0.00 Wil THENCl5 Svull+ Dr 9'i9" z9:!Miwu fat to Ilex POINT' OF DWINAI t, Fiat horcinabove deyCrih 1 cwttprm arse oro.diss 0trea {28,27ii agmtre #ee19 of Ind morenr kss, . The WIS 0f beaFinp fert i is NADD Tema 1, Hh l'rnm#ol 2aoe (4M)2� All diira :jha m art surF.ce. l do huryby 4gnrlify Ihnr the above Ie ids iptlan m►s.propuad Cram public. teccrds ai14 from au •otuai utd ae L181a-iurvey upon the grau754 uo Jbpk=w is irm And CailC1. d?4-/ S+>a�.�.yuer n : Grit 5, Spooner 9 cSiuwci� Prolleasional Lind Surveyor, rt Na. S SpponorpAdA A6smimcs, lor- Team■ Hoard aFFmfesaiortal Lind Swvaylng No. 1405*M SLW%-Oyod.0a the gronpid 04-:117 CFRVAN 5-rmwEJ-]7AvxF-t'�-, *dO'_PAUELOF2 ,do-%• � p YyP t3RC 5,�$RPJN6fl e aorArbW1L4c-MISMteaa1a.1R MMdNL TLLftLn 79-aLrsa#4P.4449---4,,4l.a1ra ATTACHMENT AD3-:i tfs? OF 181 Pap 6ofa f EXHIBIT "Br' 5FEATTAGiEf}IXUA! JMSMP714kw 1 PAGE t DF Ek3mur g, HFAF lla A41 n MA W090 f r nrlpsolcsil'rIRY ! f;+I.SE�,NJ'y9�U'F�T`Jf� ep >Gi,P FtY. fRdr�+ �� M CAA LOMAM .7}'C�d.+4Y70rVJJ•�f��f � /�� m ,Yp- OW#1lbr! ice. C r Iti I � � E�NsTJ4tJ+�TiOhf EA SENEW f I I � I PCI+11TAs� r F WOW VAI N7d74ipC�7rtir4CHf I I BJF61,VNgll Sk0FARr G*5E4,�xr Ll tFwssra,�as N I 1. � ��.�etsrr�.ft *C,c,t+,lotor�alfafw vRr, {� I fsRIOCaoRsBraTfj r4JrJIJD�iz Its i t CALLED 8950 AQVES I I FrERNAJ1DOOUT,4� EZ GkF,�4, T.0 T_ I i Cr7YL � � a U-TANJ M4R 4=W3J'RlliG7iw543 rY I ACE YN W47�2llxftNr ` I 3,SP81iNU4J:h'T61ATrhRi'Ed�` �h�Uly y�•srFue�ar�rrrsr�ua+J.wr � I � I 4 60• Vol C3�tAFH� IN FEET r=ADY m4iC.rr A+kRR�'��r�yra4s �arr� L &U. ma mm*tw LiRR.r.U- r uwF TAM LMN QIREf7Ti0N Ifr,G7Ti L7 amr6mm al-W L1 h'C'�'i6'4o'E 2212' LS iJA9•Qfi4Ai P++FEM !T +��rrr�rarr►14gnra I ICI � � #A5 tarrErrtb,h4rMy 1 1� r�7'+14ohr �-r�vo�FRrre ✓ msur >' "i WArrAv I I �1 7F�k4VID a a4j4Z0 vas, , PG, 5" uf.T.s r I I � I .aar,42 a,.,�rF, r++reraorsr &*?dWAa x� ,�r ACl c-FO7OFwAYAHOEAS NFAFF �y r rtatt sro�rs .y8, Jlmr # r J].R,T t r aRk. r�r 'TEMP'' k Y CONSThUCriON P.ASEI�i�N16 � �� c1ror r r w rn nrar cow ,. ,,, =FiEPADISOlr$BJIAIHGSFOR TkMS MA-IrIS ir2FTFk $7AT�7WOEkJUNNGYJ"H +vrr•++�MnpFyytiyy�p�lgy J-'WMA.l 2CNC [.fiWa r .FrrGtd„O" Wb AMrdSOT O.SWE I VJIk4�iLTb1rA..7N VM3EArs wrwnrF9+�t'HORaN.TJAH,�wrgk�liloli tiui:zEmoReaTrna�g3KH,7+}hWCF it m&jw www.5moml7�ImmyN¢arecim � J o6tzraL �: o�aVlrrr'>,7�YaCa►r4f�lAWR.t7Wi TEFF& pmm Ho. Msiabb n.,�..,....,.., r..Y� .� ... PA4WX W- PAI�CEL3fi, 1 d11,4fl' F _ RE+6fr 1 CALLEDCV.M Aa AfXDP teErwvrr W9 wa J"2(WWV VAR FC. T (XI-0 ,. iirtf EIM.�k..IPOCWIiR. . +s6w_k- ATTACHt'a1EW A03-S 153 OF 181 CC ry 4C EI V EU BEC 19 201a rFNUFrMrjRUqM cnys"ETAAY lrYl?C RETARY CONTRACT NO. RE- L1;' SE O • LLL CLAi WHBR A , Poly p N. Du um., ladlv>idWl ("Du uau"), and as Pmsidcnt o3 the Oongreptkm of the Mother ComdampWx dfbla Holy Family religious and Re#eat Cerrtcr, located at 4057 Rendon Rd. Fort Word, Texas, 76.140 ("EFRR "), 3s legally authorized to >[ wool the FIFRR ; and WHLREA HNC excavated or -caused to have excavat*d a pond on its property which cnereached and continuvs to oacmach upon on ea smQnt; No. D21-1181-654 Filed in TaOant County Dded Itecardp;.:� Easrmi-,nt7granted to the City of. Fort Worth ("City."), and WHEREAS, as a result of` such pond excavation, thte C ity'.9 use aired enjoyment of the Easement was eompromL A, -aad WHE. RRAS, Chy ligs of Bred ta.7estorethe Basement dudng the.c:c me of.eanslruction of a s€luitauy scwor pipeline identif ed as Mann 257 "hUin 25T') in. lieu of requiring I-TFR-RC to- resiorc the F cment; and W1E REAS, bIFRRC understands.that the ity's rest6r4tibrt Of Ea_t=nt nec sarlly dintinishcs the siM of the pond; and WIIEREAS, HCRRC and D ucffiuw agrcc to hold the City hacrole5s and absolve City from wiy and ali issues of .magus which may be ea=d by the d.1minisbed pmd capacity including, buL not Limited to, Flooding, reduced wa[er stpage--Kp.gcIty, .damage to %LLrMVnding lands or HFRRC:'s property: NOW, THMIFORL. KMOW ALL. BY THFSE I ESENT : I. That Potycarp N. Ducthuao, Ind ividu0y and as Fiftifeat of [Me CoLngregation of the Mother Coredemptrix. d/bla Holy Family Religious and Retreat C-ater. who is legally OFFICIAL RECORD MY SFCRETA RY RELEASFQVAI.LC:I,AINS Page I aWhoriaed to reFre ni MT tC herein, for and In comid6ration of the work to restore the Easement perfo=cd by the City of Fort Worth, Ducthrnan and HFRR1C, in their indlvfduei and representative capacities, do Hereby umcouditionally release, acquit and forever -dis6hldge the City of Port Worth, and its c ants, employees. tii'%ors and repre.5e lelives. and -all athers -coTmeocd with 'hx ptivfty with the Ohy of Fon Worth, of and from any and ail oledms of every kind, dharddier or.nature which Rl;RR , icy tM x indiviclud and reprekn(affve capacitics, might assert by Mavin 0Fthe pity'S'restoration:oNts txmnt wi11 in ilhe Pond srea. and enyolbcrtm'd, obameler or nat= of damAp which could or -rn ; he the subject of a claim by them arising frod the Cfty't work herehid-hav6 descri. bed_ 2. That Itl musideration cd' the work described ahuve, Ehucthuan and HJ,RRC, in • ffi& individual and Tgttzmtative capEvi6ns agrce to indcrimnify and forreverliald hilrrnJos and defend'Ilte City o`PFba wdeth, and all rtgsnts, W6&6m and repr'esehthtiv 'bfthoCity of Pon WoA, aW slf adters connocled. with or in -privity witb the said City of Fort Worffi. its hcirs, r,-prescntatives, succ s rs wd asuigns, fiarn any and al.l vWma car causes of action' includllhg any costs or oxj=:ses its wftnedtion thetewitlh, wl&h may lhexealter be koljghi by HF4PR , or .by anyono on its birhaff, arlsing out of the above dew6bed work torestore the Eqsezrtent. 3. That the release of claims contained herein Is given with full knowledge of all lmtdi�s to the referenced work uii [fie p.ad ofCity [c re re its Faw ment. 4. That this €telcase of Ail Claims may be exectarM in a number of identical cotmierpart5, each of which shall be deenned an origlrre] for all purposes. ttELEA� E OV a- t, LWMs Page x .ATTACHM T,D3.s 165 OF 181 5, That DuzL Juan. and 171A.RRiC represent and acknowledge that this Release of All lairns has been rfad in ils=Timty bcXbre. signing and that it has- beea fully explained, in dielaii, to Hl+KRC by an attomeyt, if Fff C sn qbme& and Am it is fidly understood. 10. Th4 by -his signature herein, Polym M N. nucthuao regr=ants and deelam ". he is. more than cig]Ve4m-� Y 8) yeus of age -and is fully mpewnt w enter into this l le.sl�- of All la[ , that b is - repros"tatims, declsrations:-And agreements hereia are accurate, bindin6,, and are eantracmal -in n"o agd. that no reprmntatiott or apr cmcnt.met.hpwin expressed hips .been wade, to hbpas ind=meat to. eater into this 1Releaae Of All Claims. It. Tbat, whether specifically st wd Dz- not, aayr x 'eneace hergin 19 'Pdlyo M. N. DucthuWi Qr,. "Coagreg ion of the hiathiir CorWemp rix. dlbla Holy Family Religioum and ■ Retreat m (HYRRC)" refers to the. Pwddeat and legal entity M =#bU91W in tht Tma Secretary -of StM Busiw&s Fili ag -fewWs, Filing No. 802102.934 as of Nowraber 17, 014_ This agrwmmt sWI be offeori.ve as -of the dKe the last party's signam is affixed hereto as indi tod by the dates sat forkb br. low the rc.spzcLive signatures. l' . - Duct►t► Presided, Co g�egntioo of the Mother Coredemptrix d la Holy Family Ftoli&us and Ratr+eat Ccr�t�r Date: OFFICIAL. RECORD MY SECRETARY Ff. WORTH, TX RELEAS#:_0P' A U. CLAIMS Page ATTACHMENT A0:1-5 166 OF 181 F STATE OF TEXAS § COUNTY OF TiSiRRANT § BEFORE W the undersigned authority, on this day pemnally appewW Polyaaip N. k Duo-thuan, Known tip me to be the peman whose nanw is sobsoribed4p thgJb gof>,9`irrstr=0rft, and acknovvlcdaed to me thaL he is the President of the Congregation of the Mother C crede.rnptrix d)b1a Holy Farrdly Religious and Retreat Center and. has-exomtedthe. -same! as his tree act and deed Igor purposes and c:ordderation themin exp�e iwd. GIVEN UNDER MY LAND AND SEAL OF OFFICE this cby Of 2018,U%6�K� , TAACY SEGURA N011FY ID 0 126923502 MVCamfWalI nEapIts% N6mt^y Pdb' or the SWe of Texas OFF1 SAL RECORD CITY SECRETARY WORTH, TX S 1ngc a ATrACHME NT A03-5 157 OF 131 f c(fAfA- CITY OF FORT WORTH APPROVED AS TO.FOTU—+& 94�4-p'- Daxagias W. Black r, Assistant .pity Attomr-y ATTEST - Mary 1. DAte: Dade: canfttt complianc�: Manager. By sigoing l acknGwledge that l am the person responsi c for tho monitoring and admiui.qrafioja of this contract, including cnsaring all pirrfo»ance and Toponing irequimments. C� , '� f� . 110 'e, �-`W tame )f Emplwe Title DFp jr;JAL RECURD CITY SEi~R�AR1f RF.LEA*SL, OF ALL CLAIRS F�MRe 5 FT.WO"H, TX ENT AD3-6 I56 OF 181 FoRTWORTH 2W 8 1E MAIL DELMEREb Santa Homwt Co., LLC 4175 Rendon Road Fort Woilh, TX 7 140 Ike: City Praject 01227, Upper and Middle Villuge Creek Sa»itary Sewer, Mal" 257, part PARCEL # 5, TCE 4175 Rendon Road Shelby Cot aiy School Lend Survey, Al tract No. 1375 City Of Fort Worthy, TarinPI Comity, Texas Dear W. Avelar. The City agrees to pay you 314.,000.00 for a Permanent Sower Facility Ensemeni of 13,400 sgmae feet and a `temporary t<onsfruction Basement of 8,372 square feet, -wbli�b are doii gn WtA aF� Pam4 l 5 and 5-TCE &re speoifCcally described in the enclosed appraisal report, and is sp4cifically desoribed in the enetwed cascrnent dooument. This offer represents the total amount of compawwfion for tho pi-opoily, fcss [lie value of Day oil, gas and aulybur, but with no surfaue righm retained by you for purposes of expl(xing, &rmlopinB, raining, or dsiiling for them on the property to be aQquired. 61 sddif.ion to c*iTipw oration, Tho City agrcas to protride construcftn grado f noing during coristrtrotion. Please he adlvked ghat rrrrrffer SubehaplerE of rite Texas Property Code, as arnended, the owner or the owner's heirs, srrccevsors, tar avigmv may be enflfled hefore Ass 10 ansoIxersary of the dafe of this acquisition to reparehase or request certain informanion aboar rlte use and any arfxral progre3s made topt+rrrd fhe use for rvft;oh the proper* Pms- iwgrfirnel fllrough erniMerrr dWriedri, and the r- purcham price lull/ be th a price lice Chy payyyan /a tins• acquisition. In sdditton to tha pLim tar price, the City Will pay for the closing costs kku'urred hi trarl.0 rrin$ title to ale properly for use by 11w City, if you to agree u) the of'fev teeing presajiled, please sign below indicating your acceprance and rehFrn a copy to mc! at your earliest convenicnve. Mee I receive the executed lager owed easements documents, I wiII caurdlnate an inhouse clusiug ter complete the City's purcha! [e of the easemont intorest, If you are not willing to accept this offer, yoi) may submit a coup€vrvfler arr4o-tua and the basis for suolt art ouW. You have tM right to discuss with ethers any of or or agreement reprding the City's acctuis�an uftho subject proporty, or you may (Gut are not required to) keep tiro offer or agreement confidential from others, subject to the provisions ofChfLptar 552 of the Texas Goveralnunt Onde (tho Public Accords Act) as it may apply to fbe, City - If you have any gneslians regarding this offer, pleaw contact me et 8 17.3 92-5 16 6- MUM MA NAGE NEW DXV A R.r, � .4, PE1iTY Drif ION AACH M ENT AD3-5 'ram CirY of �:Dwr WoRni 1 90D lslor4aoCS4itEMT, Surra.104 ' FORT lY(MTFPI SKAS 74102 15b or- 181 sincerely, CITY OF FORT WORTH 7�46A-T-- ick[y Sniazar Laud Apat 1� A L Er��los��rea: Easement Docwueas W-4 Acceded By: O "%- u -c.4 PROrERTYN64.F-MFN-r 7 tAR'XTM"I'-R&AP,l!toUBIYDIXLS H A ITAC HM EN T AD3-5 Tm. Crry pa aonr Warm " 941U NJOn110� JEA $IIIIIR ifIJ * FOLTWOM. TMAS 7610 41�4 OF 151 Apri 130, 201 Marguerite Marie Kluck 3417 Holly Bend Dr., Unit 2912 Fort WordkJX 761 iii Re. City Project 01227, Upper and M ddle Village Crmlk Snrattrary Sewer, Main 257, Pa 2 PARCXL N 6, lrrTCE dt 9, 9-TCE Rendon Road M. Haut Survey, Alm iract o. 762 & H. Little Sa", Abstract Na. 930 City Of Fort Worth, lkrraia t Cuunty, Trim Du.v Marguerite A track- ' 'Ito City agrees to poy you 45,216.76 fiu a Permanent Sower Facility Easoarrent5� of 70,092 and 9,229 -9quam feet which is designated as iaamel 6 and 9. iind a Tompom y C:onstruotioa Eastment of 19,342 and 2,183 square feet which is idosignatcd as Petcel 6-TC£ and �TCE. This ofTer represamb the 'totat amount of cernpawMion for floe property, less the valua of any oil, gas and sn4hur. but will, no Erurfhce righbs retained by you for plarp it,5 of explorinm developing, mininS, or drilling (br Chem vaa the property to bo acquired. In addition to compeasatioark lido City agrees to the following: Mr infasin ingress and egnms =oss tho castartrsrt during aonstntcaion; Secure eery opazr tmndies with 6 foot chain Ann Race: Provide metal crrmsiag plates over tmuclres; Resprig/rwtorc the ear=m nt =a with C:oasIai ha tieid; Rmwrc feneing ifdarua3ged daring constrncticn -, City/workers will n4=e boundary fences and gates at all times during their use of the land, Spmjficalily, boundary gales should be olosed except during entry and exit and boundary fences must be secure at all times primarily to pmvent outdo from waraering off of life pwpj Ay anti-, Pay rnr die closing -cats inaurrcd in trivnaf4i6og Lido to die properly fir use by IIw City. Plcoe be aaf *rd that under Subch ptrr E rrf Yho 7kras Arvprrfy Cock, as at rrded, Am owner or The awner's heirs, sace"sors, or anig as -,nary 6e tw1ifled be�om the 100 anniversary of Ybe dune gfehir acgnisitlox to reprtrohase or retest certals 1pformajon about the rasa and any anfuif progregr nwde coward the use for whkil the property was a e4ur`raed ffirmugh etndhe at deu wkr, and Me repurchare price W11 be the pace Me CIO pays Yarn fax thh. Tf ynu to agree to the offer boing pr arkW, please sign below indicartirig your ec"ptfuaco and return a copy to me at your earliest convenience. Once I receive the [sm &onk I dotter and easement, ductiments, I wiIf coo rdinabo an in41"Sa closing to caaatipletae the ity's poreiaU%C of lire easement interwil- Xf you are not willing to accept this [atl+rr, you may subrgiit a counteroffer arraoinit and die ATTACHMENT A03-5 i si OF 181 basis for such amount. You have lice aright to dbrLt,,�L with o1hm any offor or agreement regavdhig thr, ity's acquisition of tiMe subjact property, or you may (blot am not requirM to) kaiep the offer or agreement confidential ffem othm, subioct to the prayk;ions of ChnpWr 552 of the Torus Government Code (the Pubho Record s Act) u5 it moo apply W the City. If you have any questions m9arding, this offer, please contact use at 8 t 7-392-5166, ino=Ly, Aweptcd By; CITY OF FORT WOM Ricky Stdazar LandAguat PncfosaMs. meat ["JncUn»nis w-9 ATTACHMENT AD3-5 1U OF 181 FoRTWORTH March 12, 2018 Jerry F. Berger and Margaret Ann Berger 2932 McPherson Rd. Fort Worth, TX 76140-9552 Rc: City Project 01 --27, Upper ;;rrd Middle Village (:reek SonElie ry Sewer, MRin 257, PRrt 2 PARCEL # 10, 13, 18 & 19 Overview Ct., Tarrant County H. Little Survey, Abstract No. 930 City Of i'ort WDrthj Tarrant County, Texas Lot 3B, Block b, Country Rffls Estates Dearlcrry F- Berger:, This letter will conlirm our discressions with you concerning the necomity of the City of Fort Pforth ("City„ acgwring a pwtion of your properxty Ivoated at 2940 McPhemn Rd., 2932 McPherson Rd. and Overview Ct., Tarrant County in Tarrant County ror the Upper and Middle Village Creek Sdnitnry Sewer, Maifi 257, Part 2 imprnvementa. The City agrfea to pay you $20,000.00 fbt- Permenent Sewer Facility Basements 161alillK 34.426 aquam fea, which is d"ignated ns ParcelB 10, 13, 18 and 19 and are specifically described is the cndosed easement documents. nis offer represvnis the total nnwunt of* compensation for the property, Irss the value of any nil, gas and sulphur, bul WiA no surface rights rctnined by you for purposes of exploring, developing, mining, or drilling fat there on the pmperty to be acquired.. In addition. to compen,40on, the City agrees to the following - Mai ntain ingress and egress across the easement during construcdon, • Secure any open trenches with 6 root chitin link f�!ne-e; * Provide: metal crossing plates over trenches; • Restore fencing if darnoge=d during construction; * Respriglrestore the easement area * Citylworken; will secure hatindnry fends and gates at all time:a during their use of the lknd. Spcifrcally, boundary gates should be clu3ed eicept during entry and exit and boustdaty fences must be secure at all times; Please be advised that milder Suhchapter L of the Tewas Property Code, as amt rdedr the oJOAFer or Me owner"x {reins, successors, or asyigns may he enfiderf before lire 10' urritiversary of dre date of rhls aequisidan to repurchase or request ccrlahr information about the use and any arlurd prikgrev made raivard glee use for wf+ieJ+ ehe p,xa rrty was acquired through entineur danyabi, wid the r purchasr price will be the prier fire City pap yarn in 1lxts acqurRtfiom In addition to the purchase price, the City will pay for the closing cwts incurred in transferring Iifle to the property for use by the City. If you to agree to. the, offer being presented, please sign below indicating your acceptance and return a copy to me at your earliest convenience. Once I receive the executed hater and eweerents documents, I will covrdinnte nn irrhouse Closing to complete the City's purchase of Elie moment interest. FKUPL t l Y MANAGEMENT DEPARTMENT- • RLrAL JPWYRT.Y_NywoN THY Cn-V OF FORT WURTH • 9m mcmae wRERT,sun%: 4ad *FoRTwopTA,Tfx4s 76162 I-lty1�VTAC13� 183 OF 161 Ifyo13 are not willing to accept this offkr, you may submit a countemffer amount and aiebasis tar su& amount You have the right to discuss with others any offer or agreement rtgarding the City.'s acquisition of the subject property, or you may (bur are not ruquired to) keep the offer or agreement oo9fidentia] from others, subject to the provisions of Chupter 552 of the T"ns Govermrient Code (the public Records Ad) as it may apply to the City. if you ?Dave arty questions regarding this affer, please contact me at 817-392-5166_ Sincerely, A=Vtcd By: CITY OF FORT WORTH Ricky Sala= Land Aagunt Emlosures: Easemcnt Documents W-9 PROPER R V K&MG KT DEEARTMINT= UM MOPERTY DJYI� IOU I ii n C'ury ov riows- Wowni • 9BO Moaitae htTxaer, SUHE 404 4 11(WT WOFtTF , TCXMS 7B02 GHMEN T AD3-5 Sincerely, Aucupted By. MY OFFORT WORTH l eky 5ala - L nd Agent Endlysurez: Eu ea tDauwuauts W-9 FBMM-41A IEMENT DLPARTMENT- BG41, Pgoiplt yI)lyisto ACHMENT ADM 'fie CITY OF rOIL'r 1V(P5kTjJ A 1011) EW lNub£ 8TPAT4 SUITE 41D4 ` FOAT JVQFMP,'rMA S 7h 102 113.5 OF 181 gRQPEmIACEMOTDFFARTMEN'L--R_ALPRQPEx,[XDfv[sioN _ TtmCm Uw FORT WORTa' 900 MONROE SIRUT.SUIM04 + FLIRT WOFITILTEAS761g2lT�,{.'� IR,I�PGT Ad3-5 M OF 181 FORTWORTH April , 2019 IIAND DELIVERED Francisco Vargas PO BOX 40918 Re: City :Project 0 12 27, 1)pper rend Middle Village Creek 5nniteiy Sewer, i4Moin 257, Part 2 PARCEL 41d, 16, 16A and 17 2800 McPherson Road H. Little Survey, AhAracl No. 9.10, Tarrant County, Teagjs Dear Francisco Vargas: The City agrees to pay You S32,70.61 for a Pcnnanent Sower Fay#lity Easements of 11,464, 20,211 raid S, 248 square feet which fie designated as Parcel 14, 16 and 17, and a Permmont Access Easement of 9,973 square feet whidi is doignated as Parcel 16A and are specifically described in the enclosed casement documents. 'Glees offer mpreseats the total amount of compensation for the property, less the value of arty oil, gas a>#d sulphlsr, but with no am -face rigbts retained by you for purposes of exploring, developing, mining, or drilling For tha,+m on the proparty to be acquired. In addition to conipettsation, the City agrees to the following-, ■ Maintain ingress and egress across the eamement during oosstr"tiaa; Secure any open trenches with 6 foot chain link fence; a Provide metal crossing pinles over traennlies; + Respriglrestore the ensemenl arm with Coastal hayfield; & Res tore fencing if damaged during contraction; * Cityiwaarkivrs will secure boundary fences and gates at all times during their uqc of the land. pecifioally, boundary gateg-should be clased except during entry and exit and boundary Fences TnuO be secure at all tins" primarily to preveni cattle form wondering off of the property and; • Pay for the closing c*sis incumtd in tra3nsfeTing title to tbu property for use by the: City. The City agrees to construct a 48 foot driveway approach w lfi cattle guard for the lrermanent a cows casement to he w d by thy: Ctty and property owner. Please be adkdsrd Thar under S rrbrljapfer #s of she. 7 ewes .property Code, as amended, the owner or the opsurer's hLdrs, surcrssom. or oxfigns may he epid led before the W anniversary of the date of ehirs arquisidon to repur chaxe or riegner t certain Mformatirrrr about the use and any aeftia l progress made impard Ott msw for which lire pmperty epos acquired through errrm' virt dorrrrrin, and (he repurchrasepr1 a iviff he Me price, the Cf#y pays yore in 11th: aequrisi on. In addition to the purchase price. the City will pay for the closing coats incurred in trainz&min,g title to the property for use by the Oily, If you to agree to the offer being presented, please sign below indicating your acceptance and return a copy to me at yuur earliest convenience. Cnce I receive the executed letter and easements doeur mh% J will Oo Grdinate an ire -house closing to compiv-W lhte C ity's purchase of the eaemenl interest, PROPERTY MANAGEMENT DEPARTME NJ - REaL E&O MV14SION nE Crry aP FBRI 1Wumm + 5M Niv mozSTHrm-.9 4T@ 4N • VoFrr AVDRTH, i'fi. &s 761(12 i1HMENT AD-J-6 167 OF 161 LCyou are not willuig to accept this of ;r, you may submit a cowalerotfer amouat and the basis ibr gua amount. You have the right to discuss with others a3n� offer ar agraement regarding the ity's acqt4isitiL)II of the subject properiy, or you may (lout are not required to) keep the offer or agreeniont confidcntial b m others. subjcct to the pruvisiam of Chapter 552 of the Texas C,vvern>< lent Code (ft Publiv, 'Records Act) as it may apply w the City. 1f you have any questions regarding thia5 Offer, ploasc contact mr- at R 17-302-3166. Sincerely, Accepted By. Crl'Y OF FORT WORTH sticky Salazar Laud Agent U#c10stues: F.asement Documents W-9 E'E(likEitTY MAMAGEMM DEPARFMEYL� SLn.L-PiR. 1RTY 11t.Y IQU T11%CmeuFFiDKYi aKm'91NIMONROE.9-rAt r..riUM404'F1RCTiVCyATR.TLA9761DZ ATTACHMENTAD3ti5 ass OF 1Bi sincerely, Acct�ptvd Jay; ITy OF FORT WORTH � �t , - Atclw $fir Land Agent Eectogurm Easoullaut Documents -9 PROPERTY MANAWMENI _LUACHMENT AD3-S Ts,w Cn,y UY Fony Won fr 4 gall MoNxem. 5nwv, Sins 4 04 4 FoRr won,m, m1G4g um 169 OF 181 .P.IR PEATY. MANAGEMENT DRIARIM_EN'F'— At�;nt, Mo.���.wa DIyislog __ THR CT V OR FUNT WOO- # * 990 MQNRQh STRUirr, SUM 404 * BART ► OV Ta, MAN 76x0� CFI M ENT �kR3 Ml OF 181 FoRTWORTH June 26, 2018 EMAIL DEL IV RED Calvin R, a& Owendolyrr Vernon 5701Overviow CC. Furl Worth, TX 7 140-5903 Re: City Project 01227, Upper and MIddIe 1'ilhuge Creels &p nil ary Sewer, M[fln 257, Part 2 1'AR EL # 2l 5701Overvlew Q. Lot 3A, Block 6, Country llfifls Estates Dear Calvin R. & Gwendolyn Vernon: The City agrees ]a pay you. $ 15.000. 00 Rw a Permanent fewer Facility Easement of 7,393 square feet, which is desipated a.; Piarcol 2 1, and is spccifira3lly described in thee -enclosed easement document. This offer mpre8enls the total amoun t of compensation for the PropertY, less. the value of any ail, gas and sulphur, Nu with no surface rights retained by you for purposes of exploring, developing, mining, or cirilH" for hero :an the property to be acquired. In addiliorr to compensation, tho City I LLTCC's to the #`allowing: ■ MELintain ingress and egio�s acrm fhe ewmmmt during pddsoxucfio l; + Secure any open Unchtq with 6 foot chain link fcra ; + Provide rneml crossing piates over tre obes; • Resprigirestme the ea5ernent area with Coastal hayfield; W 'Reg tore fencing if damaged during construction; • City/workers wi1I seGwr boundary fences and gates at all times during their use of the land. �SpecificaIly, butmdary gates should he closed except during entry and exit and boundary fences MUM be sevore at a]I times primarily to prevent cattle from wandering off of the property and; * Pay for the closing casts incurred in transferring title to the property for use by the City. • The City agrees to provide construction grade fcndng ding construction. Plea= he advised Arad under Srrkhapler E of the Texas Property Cade, as aria era ded, the o Power nr the owner's or ass°igus way be enlirled befoiv flee 10 arrrrraersr o, oy`llre elate oj' this aegulsillura to r urchase' or request certain inj`ormrrlran about the use cared any ffaual progrews made lowur'd the caw for which &he property was acquired dirough elnhient dory ahr, and the reprra,r+i ave price rpill fie the price. the Otp pays you in this aequisWon. In addition to the purchase price, the City will pay for the closing costs incw-red in transferring title to the property for use by Iha City, If you Its agree to the offer being presented, please.sign bel€aw indicating your acceptance and return a copy to me at yatir earliest convenience. Once I receive- the executed letter and -easements. documents, I wiII t,onrdinate an in-house closing to complete the C ity's purchalse of the easement interest. If you are not willing to accept this offer, you may- submit a counteroffer.arrtaun t and the basis for such amount. F FROUItTY MANAGI,,MEET DEPART NT- REAL PROP9RTYDEWS EIN TFIE CITY OF FORT VVCMTU + 900 M0NH0F1'8TRRicT, SurrE 444 + FURT WURTN, TEXAx 76102ATfiMC HM ENT A03-15 $71 OF 181 You Have the right to discuss with others any offer or agreement regarding the City's c UNition or the subject prupMyr, ov you may (knit are not required to) keep the offer or ag eeanent confidtntial fmm others, subject to the pwvisions of Chapter 552 of the Toxiis Got emTntmt Code (tho Public Rtcnrds Act) as it may spply to the City, it you leave any questions regarding this ol%r, please wnLwt me at 817-392-5166. it "rely, Accepted By, CTI`Y OF FORT WORT`tl Dicky Salazar Land Agemt Enclosures; Easgmcnt ❑6Lwm!nL5 W-9 PROPERTY LMe%NAG11 N%NT QXPAR`1'MEN`t' - Rt:AI_ Plli{111-k;RTY DEVI&ON 'I"!rE CITY Uv F1lwC WOKI kU -' "a Murikov ST REV, S(NTk 4nA ' F(JiL V W41lTli, TaxAV 761 iD2 F#EN�hFT At33�'S 172 OF 161 Sir►cavly, Aucepted By: Cell `A140A Me -RA :I Ri6 SaJmr Lend Ag"t EmM mires: � fir,!., Epumment DocrunkeTt y -9 rJRMBn MAN&VEDIENTDE, PARTi ENT- IRE. J.ft KPDMIffl LUACHMENTADa-6 T1Ff Cry 13F FORT WiDgLTH A 9DI) MU¢iME STR66TtSMIC 404 * F AT WOILTBI.'ft (A5 7614.Z 1 M QF i m PROPERTY MANAGEMENT DEPARTMENT 1LPROM RT3LD I[wN Tim CiTYOitFowr wowrn 1900 MON-RoaSTMEr.SUiT94040FORT W(MT,I,TBLXA9761a2 C14MENT ADM 174 CF 181 FoRTWORTH Agreement Clatter DATE: W13120IS HAND DE, L ?, Jo Carole Harding Ferris Attn: Michelle K Stivck 4 [Of Coral Cir, Fort Wov12jX 76126 Rey City Pro]eci 01227, Upper and Vffiddie V111lago Creek SitulIni-I S4wel', MRin 257, Part 2 F"CEM 9 25 2510 McPherson Rd. H. XAtile Survey, Abstract No, 930 Dear Mrs. treck: 't'lie City agrees to pay You $25,278.26 for a Permanent Sewer Fadlity Eascmeats of 45,415 IN LiatV t'tot which is desipsled as Pavel 25. - liis offer represents the tarn! s4xtwnt of componWion fbr the property, law tho vatic of any nil, gas and sulphur, but with nu snfac-t� JF)ib retauted by You for purposes of exploring. developing, mining, or drilling for them on the pi-operty to be acquired. In addition to compensatianf [lie City agrees to the following. * Maintairt Ingress and agrees acre the easement during construction; * Secure any open, trenches wilki 6 foot ohoin link l` ce; * Provide metid crowing platen over trenches; * ]Resprigfrestore the ewcmt mt area; ■ Restore fePoing if damagul during construction; City/workers wiII seen boundary fences and gates at all times dating their use of the land. • Pay for the erasing costs incurred in tronsfenring title to the propurty for use by the City. Please be acbr sad thrrf wader 3'rrbehapfor E of Me Texas Property Code, ors amended, to a oiprwr or the or+p ier's heirs, Successors, or assigns may be enfifled before the 1 k awriversmy of Me dcrFe of this acquisition fo vqurefiase or requese teHahs falbronallon aboid the use alai any actual prograss nfade to and Me rise for match the propero, was acquired through ermines doxr idn, and the repurchase prfee will he eke price Ili CYO, /My" yard in Mix rrcgW.4dan. If you to agree io the offer being presented, please sign below indicating your accaptance and return a copy to m-o ar your earliest oorlveniaiice. Once i receive the execisted letter and easoments docuinontq, I will coordinate closing with Alema 'title to complete the C:ity's Purcha of the easement interest. If you are not willing to ao pt tlsis offer, you may submif a cowiterolfer amoijnt and the basis for =h mount. nia have the right to discuss with a e;rs eriy o)%.r ar sgreemn v regarding the ity's acquU[ion of thu subject property, or you m4y (but am not required in) keep the offer or agreement ocinfidentiai from olhe", skibjeot to the provisiorts of C'hapte€ 552 of tie Texas Government Code (die Puhlie Records Act) as it rnaY apply to the City. PSI,DPERTY MANAC IM ENTl AI TMMI,- MA PanFOrry.DrvgqQtj _AXTA MM 7 AD3-5 'rim y-rryorFoxrwenrn*walyroxxnrsrggir,surrraaa1,FoFrrWomn.7UAo76102 1�S OF181 If you hava any ounatiom fgardirlg this offer, pleaasu tiot►tact me at 8 17-3 92-5 166. S imer4y, Accepted By; CITY OF FORT WORTH cky Salazar Land Agont Enclosures: Basfmomf DocumonU -9 PROPERTV NI ANA(ygMNN-1- D Pr 6NTMEr%T- REAL PROPERTY l)UMIDNAZ-ACHMEN7 AD3-5 'DIkCLTYOYFL)FrrWaAm10901MGIYILOESmum,Suric4041 FORT WoltTIl,'ilXAs715iM. 1713 OF 181 FORTWORTH, DATE. 511 W2018 112[ ,Deliyma Doer Cr"k Slablvi. LIX 2190 Oak Grow Ind E. Burlasvn, TX 76028 Re: City Project 01277, Upper and Milk Village Creels Sant#dry Sewer, MD in 257. Port 2 PARCEL # 27, 31, 32, 32-`C'CF, & 32A H. Little urvoy, Abstract No. 930 2190 leak Grove Road E., Tarrant C_'ounty, T'exns Bear Jennifer Burk: 'Ilse City agrees to pay yoti $16,50D. 9Vfor a Permanent 5e%ver Facility l;asernants of 18,060 and 9,228 square feet which is designated as Pamel 27 and 32, a Temporary Construction Ensament of 1.950 square feet wlvrh is dell atc!d as Parce] 31-TCE and 3 2-TCE and a Permano Access ]E memont of5,3 1 Square feet. This offer mpr%enb the toml amount of comperusation for tha property, lass the value of any 011, gas sad sulphur, but with no surface rights retaLnAA by you for purposes of exploring, developing, fnh�i &. or dri€ling for them on the property to be "uired. In addiflon to coiupens atloN the City agrees to the -following; • Maintnin ingress zind egrew across the esr anent during construction; + Socurt Arty opca lrenci*s with 6 foot chain link fence; Provide metal croming plates ovtr trenches; • Restore femipg if damaged during o anstrtrCthm; e CityAvorkers will secum boundary fences and gales at all limes during 1#r* use of the Wed, Specifically, boundary gates should be closed ex"pl during entry and exit and b*vndary tenses muse be secure at all times; Please be adt*L- d that putter .Srnc�hapfcr' E of the Tomas ,property Code, rrs amended, the u wirer or the o wjt er s fteirs, successors, or assigns may be eneWed before the 1 #6 annh!ersrxr'Y o f 11re dine of efiis- acquisition In repurchase or mquesf cerfam frrformad6n about fire pyre and any acluol progress made to rtwed the usefor IvIdeb The property psw ocgWred ehrosigh embserrf darnafr,, gmd elte rep prri-ehase price will be fhaprice the CWfy pays you hi 015 ae'rlrrkl0p0j, If you to c to the offer being presenred, pleas$ sign below €ndic4iugyour aec4pfance and Mourn a copy to me at your aarilcst eonvoniancc_ Once 1 mccive the executed later and aasornents dovumerrla, I will coordinate are In -hoarse dosing tocompla#e the CSty`s. pumhmo Oftf n earfiement inwxcst. li' you arcs not wiIGug to accept this ofli--r, you rnny submit a aounteraffer arnouni and Lhz hasis for such urnount. You have the right to discuss Wilh uthars any offer or agr4emerkt regarding t1w City's gtlisitiro of the subjccI panperly, or you ruay (but me nol required lo) keep 1ha offer or agreement ccsnfidewol from others, subject to the proAsions of Chapter 552 of the Texas Government Code (tire Public Records Act) as it may apply io 1W City. ATTACHMENT Ab3.5 177 OF 181 If you hnve any ques§ob mgm'diathis off§ /e2e cunizet me iat 8 17-392-5166, Since Cn'Y OF FORT WORD] A&/(Y YallWill" Rloky Sal aar ind ARW Enclosures.. PropokdoasiomAcm�lumem 9 POPERTY MANAGEMENT £ ■IMENI-R L D I N,ATACHMF: A a SLk,RW RgWAm'¥■MOmgamFT�ng&4IDJ -D-W,�TV.vAS,aQ 9B OF1e FORTWORTH INITIAL oFr-ER DATE: 21712018 CE11tI'Y ED NUMBER 94890092Q 7kJ ff?2 ffi9 The Mary KalhrTino Arnold 'rrum Atm. Betty Kirkland 1700 Marti Drive Burleson, TX 7 028 Re: City Prof ect 01227, Upper and NUddle Village Greek Sanftary Sewer, N aIn 257. Part 2 PARCEL 0 36,36 TCE, 36A 1700 Mard Drive H. Litlle Survey, A,bittract No. I3() Tarrant Cnuuty, 'l'exas Dear Mrs. Kirkland; This hitter wiil cimfirm our discussions with you concerning the nccessity.offhe City of Fart Worth {"City") acquiring a porl Ion or your property localed at 1700 Marti Mive iti I'nrinnt County for the Upper and hliddh� Village Crrek Sanitary Sewer, Main. 257, Part 2 impmv=erils, Due to rapid growth in the southeast part of Fort Worth and the wholesale custumer cities of Burleson kind Crowley, additional wastewater capscity will be mquired. `['frig project is a part of the Fart Worth Wastewawr Pmgram to comply with the -agreemetrt with Texas Comrnissian on Environmental Quality to alleviate -and prevent sanitary sewer overflows and bypasses in the wastevwawrcollection- system. Based upon an appraisal made by an independent appraiser, a copy of which is enclosed with this leuet', the City offrrs you $68,9p0.Q0 fors Permanent ScwerFacility Easement of45,939 Equare feet, a Ternporary Access Easement of55,652 square feet, and a Pormi3rtent Access h-memcat of 13,981 square feet, wbfch ate designated as Parcel 36, 3b TCE and 36A are speoifical ly described in the unclosed appraisal report, 'Ne City believes Chat this offer represents the totni amPunt of compensation for tlbe property as dc-terminc d in accordance with Texas law, less the value of any oil, gas, and sulphur, but with no surface rights retained by you fox purposes of exploring, developing, inning, or drilHng fbr them on the part to be acquired. As noted, the exact location and desctiEtion of the parcel is included in the appraisal report, prepared by Goodrich, Schechter &.Asocial i which is enclosed with Ihis letter ander Texas Property Code Section 21.0 111(a). if you possess any appraisal report(s) For the parcel or the whole property of %vhich the parcel is a portions or both, we would appmi ate receiving a copy of'the report fram you as required by Texas Property Code Section 21.0111(h) ruir bs 149days of your receipt of this letter :and its enclosures. Please be ad t#Ar F drat rr►rdea- Subs hapfL-r• 13 of the Texas Properly Code, as anxt- ded, lobe vipyj er or• the owner's heirs, successors, or assigns map be enf tied befoFe Me 10' arlrrnwersrary o, f the dale of dMg acquisition fir repurchase or request rerlain ilrfarrr adon ahrrat the rrse and any actual rjwgrevs rrrrrde fowar d the use,iur which rite property was acquired thrrrrogh erabsent doniahr, and the rlvprrr-chaseprice will be the price the City paysyou in this ur-q ri.vitYan, ATTACHMENT AW-5 IN Or 181 As stag above, the City hart obtained an independent fee appraisal. If you wish to accept the offer bayed upan this appraisal, please ;:ant act me as goon as possible so the paymont Procedure to obtain your payment may b-r started. In that eonnect.unx. I enclose u copy of the easement to convey the property the City needs. If you are not willilg to a ept this offer, you may submit a countemBer atnount and the bj�sis for such amount, provided such veal meat reyuem is received lit wrishog within 60 e4dendor daju frame the date of 1k s letter. If we do not receive a respon.ee within 60 taborrlar days from the date of this letter, the City will have no alternative but to ossume that yuu are not interested in the otter and wi It proceed itoe dingiy. If the condition of the pmperty ch anges .tor any rmswi, the, City shall have the right to Vnithdraw this offer. If the City reaches an ugremew with you, in addition to recdvirig the agreed upon purchase price, the City will pay for the expewes noucsatily incu-rrcd in trauasfen-ing title to thu propmly for use by the city. Please see the enclosed copy of the Texas Landowner's Bill of Rights that deserihes the condemnation process, Also, you may wish to visit the fallowing website to view the recent changes to the Landowner's Bill of Rights and other landowner rights; hLto://www.tx(iot.szov/kmvcrnment/Drocessez-Droceduruhow.htrni You have the right to dis;-un with others any offer or ag m meat regarding the City's acquisition of the subject property, or you may (but are not. requ md. ta) koep our offer or agreement. confidenEd Pram others, subj ca to ft provisions of Chapter 552 of the Tcr3m6 Goveramen t Code, as amended, (the Public Records Act) as it may apply to the City. Lastly, we enclose espies of all appraisal reports rrel"ng to your' pruperty being acquired that were prep" in the 10 years preceding the date of this offer and produced or acquired by tbc City, including the: appraisal on which this offer is based. If you have any questions regarding this letter, the details bout the type of facility or ftnrovements to he built. or concerning the purchase transaction, please cantuct me at 817-392 5166. Sincerely, CITY OF FOWl' WORTH Ricky Samar IAnd Agent Enolosurea- Appraisal Report Pmposed easement instrument Texas Landewner's Hill of Rights -9 PROPETUY MANA€,EM t{dj-111r PAR1NJENT - iRs,L[. PROPERTv Divistori-- THFfirry 4w FORT WORTH t 9W! M6WROa 4TREF-f, Surriz4104 * PosnT'Norrm,Tisxxa?6102 A7rACHMENT ADM 1130 OF 181 FORT WORTH ATTACHMENT AD3-5 Wi OF lei J r b y M THE 15r4Mu1;Y, i►onVa-rs NOBLE F 0 U 14 V A rr 1 0 M Dart Novikoff' 8149 Ails#in live Fc, Worth, J'X 76140 T)eV Dan - SPECIAL SURFACE RESTORATION CONDITIONS PG 1 OF Aupst $, 2010 it was good to hear that the haying business has been veq pioduative thus far this year. Good management coinciding with tirnely r0infsii usually MEkes For good results. U31F0rtMattly, the City of Ft. Worth will sooncOme across y0w property with a new sewer liise ratt5jng magor disturrbarr,ce along the right-of-waY ill ono Of your bermudagrass hay Fields. Following ia a report of =amnicndatians is ptepxutfon of the installation of the sewer llna mud prior to the intplcaientation of renovatlon activities. Thc81: raertrrrrneadations should expedite the berinudagrass eoverage to hay field cmiditions Followiuig installation, and should mitigate the long-term damage to the hay field, s/0H. cT 9 MjrdmrrX the long-tennn effcct to an existing hay field along a WRY right-0F way Following the installation of a new sewer line by the City of Ft. Worth. ■ Develop a rcnovatiors prutocol for the portion of a bet udagt' s hay Feld that is in the right-ofway where the sewer frlstalIation will Occw- 018SERVAT10" # The City 0f Ft. 1 100h is prcpariiig tO insla#l1 9 new sewer "ne across a hermadagrass hay field belonging to D$11. f Dan liar a very productive hay ticid of Alicia bermudagra that has bees fetiHfixed and weed -sprayed to enhan produethm and markerubility of die bay. • Dan is working proactivLwiy to st inilnizc the potential damages to the property. r Tho City of Fl, Worth plans to initiate l he sewer inslttllotion within fire next 12 int,sttlm RECOMMENDATION i. Remove the fop 8 to 12 inehen of toPaull< by daring or excaysaiing fratn the site chat will excavated (or otherwise duinaged by exca vifien eor traffie) and store sep:Aratejy until all other excavated iuuteriml is replued. The topsoil is the rrre6ium iri Which most (irthe rmc is ofthe lrerMt dagrass will I-Cma ". It is also the soil its which you have managed nutrici3[s �iucir as phosphorus, putassiurn and } The Samucl Robur s Goble Foundation, Inc. Z510 Siwi Noble 1'ar� way, Asdrnore, (:)k119haLria 7�4101 Ma n-Jid Pen 3A 590.223,5810 * www,nabte M Addm„dam M. a ATrAi:HWI!�N7 Af33-ea. Ni of h 0 SPECIAL SURFACE RESTORATION CONDITIO GF5 where any. remawing rlitragen would exist. Therefore, protecting Ibis soil from WrIMMiMiiors fi•om subsoil and of her matetiWs that (night be unearthed during cxcavat ion would be beneficial, After Ilte sewn line is installed and the subso0 is replaced, spread tho tvsoh over the, entire disturber site, Level area. as is pussible. 2. Priva re 41fit urbed site for restayntiort. Disk avid harrow disturbed site until suitaWe as a prepared s dbed. ExpvcI to disk soits at least twice to break dowt, Mods and smor:Fth out unevert arens. Follow disking with a harmw or drag I Ferny up soots. The e,ld result shoulJ be a soil that is firm and free ofclods, Th= Oleo ations deed to be completed by March of 2011 for sprigging is the salve yezu% C efed soil sarnplivs for nutrient analysts wrrthirx thel dia turbod site~ Since the topsoiI has been severe] yr dj.-;ju o-d, it is Best to sample thei soil Aiottg lie disturbed disturbed sate to sce } ow it compares to the remaiRder of the pasture. Sbnd Samples to NF for awa]ysis. 711c sits trebly require dlff`erent nutrlerrt mrinagaEneiit, especially since you are managing for it new wand of bermtltlagmss. 4. Sprig disturbed site to a hybrid bermudagrrrss variety auch sts Alicia or oA stal. Sgrig art a rate of 30 bushels per ocrc rluriing HAreb or April. The hybrid beraindagms varieties see snore productive tlum seeded +varieties. Since the pasture has Alicial bcrinudagrass, it would be preferable to sprig with Alicia again, however, Alicia rwy be diffiWi to find ante Coastal would also be a good terry variety (and sprigs are easier to locate). Plant in the lute winter or wally spring into good moisture soil. Between the routs in the topsoil and the newly planted : sprigs, the dioturbed site could recover within a growing season or two. Seeded Varieties else not typically rccorrn ended for hay production but contact NF shouId you bellove a seeded brYrmudagrass is the best optical for you- S. Apply Direr herbicide to sprigged 9tvs if tmedhi1cly following sprfWag and before emergence 14 Frew grnwth from the sprigs. Apply at a Alto of 1.5 quails per acre Par pre -emergent rworttrot of annDaI weeds ,end grasses early in tine growing sessan. In a dsstw-bed area, zumuaI weeds and annual grasses (inctuding Johrrsongrass) are co;n non invaders and can easily overwhelm a new sland of beraiudagmss. With a sprigged Viriely of bennudagrass. 1) frex can be used as a pre; -emergent and thus Ininimizing the amount of weed compelition in the spl•ing. Hrrvsw0ver, Direx c.•on of be used with seeded bcrmu€agraas vaur'tetics. Be prepared to follow up later its the with w1ditiorial herbicide for weed control. DDi77Olw,fAL CQHM ENI S Ti of the lnstal;ation of the sewer i Ifte' woulc! gaVatly imp#rct the puterstiuf for are additloaal bay cutting Ihis year. The most advantageous firma Cram f<)r il,e lrsst€rllativn 10 begin would by after frost this year. Typically the first frost rtcc:urs by mid November, This would aIlow for the bcrin udagra ss roots to recover Following your last hays cutting Main&$Y pert zA Addondurn No. 3 ATTACHME NT Aa3.6A rag 2 ❑1 $ 7 a :1 1 �ij 10 11 y �.I SPECIAL SURFACE RESTORATION CONDITIONS PG 3 OF early this Fall - 'Me,-ools woufd be in as good of condition as we can cxPect prior to a Major disturbant:e. lnsiallfi#ion between trod November and end of February wouId be ideal as it would also sllow time for renovalipll selivities Io occur prior #o sprigging, assuming the weather coo veram Dan, i f you can fait) w theie recommcnrlations (if lite city wjI101low) and we have a good growing scan r1e t year, you could end up with a "hay Field" on the disturbed site wjthh' a couple of years, if You have further question., please Flo not hesitate to Lialf. inceeclyf, FiugEt Aljue Consullation Proparn Managor Pasture & Range Comiultalit The Noble Foundslion Agricultural DivisiGn 580-224-64546 hdaljoe nuble,nrg + r¢dr487 Part 2A /4ddo[ldlah MC. 3 ATF P*Ar-0JT AD3-6A Rg 3-nl 5 08I140012 13=50 817276B'660 IrACI#I'rrrdAS80t: #41203 P. 002f 0Of; SPECIAL SURFACE RESTORATION CONDITIONS PG4OF5 LaBd Yr"Mfion rrnd Ramon Regir&mentc MW on Recvrmrxeadations OFthe sumiel Robert gable rowwa[icta► (RII&I tv L 11er Addmze l to Darr NOOtoff' Att&*F,,d to Provio" O#l''et) kc�mays the talc 10.1 °' al"topgail- by Boxing or onevutf from the s'te [[tint will M C=Vsted or €rt crarise ciaans ed try esucavatlon activities ortraflic and store scperatelyurrtirl ell tr1Jrtr swcarated rnaterial is reap! I and the apppVjjaiz grade eatabi#shed (�m�+'n[rrg o1'tfre oxcav tat[ si[a is bo b done t cornFer�s to for sctt#irrg of die disturbed subsoily 'bite removed tnpsbi l i8 to ae gird arfd Pr0b%ftd fnim cmiaminntion 5urn subset! of other rnfitvrials thy: rili& be trnetrrt#r ftrilag ex Va#i€Fn of ftom triffic 0# 'etiarts. Sind th4v a7f `to#+:d siilMln4stly resfdea in a t7ood sy, �lha r irted tolrsail is t0 bo Pmtwtd froin 10ir and lmemd frog ooutarninaltion 'u [he ''vcnr thO aM Is Flooded. Attar preparatiorm t`nr r+°p1wemec, t of Bra tOp3oil rare can pi ere, spread the tapsa;l over the errrire tlistirrla$d site ead leref to apptoirriato grade. 1W appropriate grado wiIf in€rludc crowning oC the afj6C:ted areas to compensam rea for scttfirrg, Dkrrzn Pair, time batlm= grading and p1wttja& the asvi 11 he pmte�'W from efosion_ *[Fadditioru4l toPaol# (fit'ffelay and rock) is r ued to berenzovrd' 14fr. Sauders rr�oains Vic right to keep this soli. Mcasum wi ll be iakeur io remove tlsis topsoil wM Mir}hml eant[rrnhiftTiors Willi turlderlyang clay and rock in&wrials, s1+[r. Sanders will designater +;p ropr i.rle rurd ro�sonnbfe lacAon ors his prmi�arly for it [o bo p! mad, Mr. Sanders Mso re rva5 the right to I rhr ill! slay and all brfrcf Soils end rack 4xtnvatcd ots his Rffacaed eascm4nits. M"� SaPdeu!r, wlJl dtsigr'ata a,n40VMPFiRt0 rind reasonable laGattou Or' his prepeaty for i# to be placed, 2. Disk and harrow the d ishubed site Until suitable as a prop,,od bed. Expcof Z dlsk z,rts it least twice �O brealedown c lods and smooth out uuuven sprees, lcollow dlgking ;viFh 1 rrot�or draig tO Rirnr uls:10iIs- The end rotrlt is tin 6e n soil [hall it f pm W floe of'clod2;_ 3- C011w, soil s&rnplea for nutrient analys#s witkin the disturbed sits clad frog the adjacent non- disEtr6ed&rzs oftbtr p, u, Scnd to The Samuat Rr b" NObleFoundaf tt for ail aiXiis, 7jj,p ftwrig% nutrient1fL-Mliw,r tmafinwjv(s) to bo peat'orrrred for r ss bfiRhm1ent of tiro ga. s layolvod will be mow on the enRJY4is findfigm. 4_ All opCM60n$ {prior to and fol10Win9 sprigging and rest eding ru&orflrio s need to be completed before the rnon tit of mlisc;h, 5- i+tor[h WAy Pnstuje Rim toratiorr: Sprig d�arrrrb [ or <[e wide ffy rir berrrrrr g SrrcFr as Alicia srrst$I. S Al} � Ic# is urrcat ly the pr edarrrirsAur lxrmuda gnj$s, if would be prof mblo to 5prig with tins varierv, R wmarrAficia maybe difficidtlo find and Co" i would be a sa#,iafacwry VaHety as sprigy Are easier to I to. PlArM - r18 to file wtrrter pr earl S into raoi tre 5,iF it cliticeI tr} propwtion' r Prins f 1 a• Apply Dirax irerbi�itle to tho Vrigpd am Immad intly ft3i towing spngping sind lM:f rmcrgragce o3`,rew (;rowt2l float the sPrzps, hpP[y at n r4to of 1,5 pacts per acre for pze� rrr'Jrpnt control of an"unl weeds and gr*saos early in the xving seagorr- El L JIM I, 'lip "IN 0 E Mein-257 FEIri 2A Addundum My 3 AT FACHMENi A03.60, Pg d a 5 humlan"Aii0L. 74 GV0 4'.VVN1 Yy'4 SPECIAL SURFACE RESTORATION CONDITIONS PG 5 OF 6_ South Nntisal Flabltat Restorarion; Re'SOed V"iEil rraixtnre of r+adve gals" thA[ am COnSjs#err with those premng ire u €starrbed.areaa 4au~en# to teEnuOrar}, al3d Nrnxae i?mt eastmant putlas. 7. 9 i qcc the affac(ed ums tnostlyr reside, in d flood way, tluading of t#re aff ted fusers mmy rcquum d w additionnl remediatian mrk ha parrorrric4 to wrremt water damage to the Zu min (e gg oroion) and re�sla4Bh nenI of the gm,,�,w iqv,�lwed. 83 Weather is a MAjor in l?he rouMbiishmeat OfgWa *-S larvfafv , fn the: evotsl raeszablisbweat Of the gmssvy law lved is riot srk�oassN! fie to we903er Caasditiom. additimW rome€ intion wapk wHI be peafprin&d to Woca5 ftlIly rc%tjkhjI tht' grasses involyod, OLher Laud Pcowtion and Restaratiou ea�uren 1, TN; mfturs wdsia oftho drpiva$e Passngcway ratnnisag wesrt-eastwiII bn rcumtd and taplanted_ 2. Thsckutar boundarks Of the temporoiyand perwnritpitcascmeTjI &Ras will b.0 clearly "ed A[ a mistiim"a of S0' io 75' flfPta val9 sue[ these boaaadxy markers vVill be rna rrtnined for [lxc duration Of all activitift. At t66 #ixxxt' of re torlrrg the topsoil and Spraggia�lr edittg ettivl#ies tifexa SzsJc S cpw be remove . 3_ TIM ima cdjately ad, acpnt m tha tempor4kU and port ancrst eAscmduls will bo protccwd wady a wire Ferro fellvwing thtt�rurnfere3z of the gzes drip line_ rl. since tho ttSt 06ty of the liter 15 in a ijc od way, snieffivre s arcs b� rovid �'_ � p od to preavent r+ont+rMffi&is& Of P. ea,5; ttnund ng the tol"Wary and permsnept tEEsemenLj from ft drects of orosio n of m fiar ills or[ these msemet� onto ti#e owner's Property. These Maaisurr.5 are also to afiply with mgvd tO lv,6r'. WAA4,QWs Ord Ti nberview GolfCo3mtc,s "artier 10 the south as floor) "raters t emit the*$ Rrp es onb] Mr. Sanders', Similarly. the�c mc&wtx erg also to bo applied to Timbti-1--vo QVL cow.sie`s pT p"0 dse west as n ordr inL p of that fend flows onto th,5 awow's prapmV. Water d'45$918e ftm du goiF�,oum aLm dmiflj thru a culven under ThnbeMe v, Drlva aM dawn n dTain:1ge sit5w tbf t feuds jrno the property owrrer s pond. Dur€ag s'gri''f"Pt rain'Events, weer vie t6$ pfith flows oarth&nVOy across. the owner's note fecrmV, possible m'd9zt!QM iacludn a Silt #enrt buffer r� d&swribad iit A Quide to Tctt>ipora[y 19 rcalon- Comm' Me'Wots for on"cwrs.-l)vsignears e,ul IrLs ors, Rlarth Dakota Npwt=nc of Rea€th, Division of Water Quality .if= 200J S. NurnemLis treks and canner vtgcration will b$ rtq'Amd tO be re±anovkl due to this projML All trra nrtd veptation debris will be removed from thea pzopazty, Vac to floWiAS ppte:nfW, all debris wtR ba mnovcd immiMiktly aitvr geraerttirtg it. To prevent dEM g� > Fam ing iprnent(artd to MiAnuw 9etilrng of the soil dLse t) twh)w ground tnmkfroat degMdutioajj, ai I races ;r#3 fps arts# imm We reo[ truixks v4 U be ground tv at le vt 12" Wow gmrle (al I wood 6 ipping debris will 1)* rernovetl from ptvperi j. l efiliin9 0fthc stump depma sign w be rarned ICd 8t time of lortd and top sail rts[ tiott. it M191q-26I F, ut 2A kdiemkim No. 3 ATTACHMENT AMIA !- _ PUS oft I I MCPHERSO1N RD - - 1 - - I I I I 12' GRAVEL ROADWAY 20' PERMANENT 7 ASPHALT DRIVEWAY APPROACH ` AND DOUBLE BARREL 24" ~ JERRY F. BERGER CONCRETE CULVERT I MARGAR£T ANN / (SEE SHEET 71 AND 72) I BERGER I 7,50 AC. FIRST TRACT" 1N / VOL. 4157 PG. D.RT.CT. I 1 14 I. LEWIS E. POORE FLOR£NCE K POORE I / II Z 117 AC. "TRACT ONF- i VOL. 5270, PG 289 D.R. L C. T. 11 ONC SH ELLC DELIVERY CO.[ o.� LLC OCHAEL J.1 BARTOSH I / (T. E S.CO. W.) I JANNA BARTOSH p I 1.634 AC. 7R4CT I" I / / I 4.520 AC. VOL. 3543, PG.. 599 / D.R.T.C.;: COL. V.R.1. I. 64 D.R. T.C.T. 3 j INSTALL B90 SY I GRAVEL. ROAD C-901 I I i I 16 EX. GRAVEL ROAD REPAIR---,] JLRRY F. BERGER FRANCISCO VARGAS RUBEN 0. GUZMAN �3 (GRAVEL) I :T �/ i MARGARET ANN MARIA IN£Z VARGAS i / i RAOUEL C. GUZMAN BERGER 3.901 AC. 8.378 AC. 'TRACT ONE" IN I l.5D AC. f7RSL INST. No INST. No. D203291570 I D209157579 I D.R.T.CT. VOLRACT' IN PG. OR.TC.T 535 D.R. T.C. T T ?yT i II I LEWIS E POORE FLORENCE K POORE U JI 12 I 2,117 AC. 'TRACT ONEcl / /NCOR ,<-LECTRIC i I IN i DELIVERY CO., LLC I (TE.VOL. 5210, PG 289 4.259 Af S.CO. R.0.W..) II D.RTCT. I C. / I - i VOL 3554, PG. 352 m / D. R. T C. T. MICHALL J BARTOSH 1 o / IANNA BARTOSH I I a� i 1.634 AC IR?CT !" VOL. 13503 PG 64 I I D.RTC.T. o� I v / / RUB£N O. GUZMAN o" 10 / RAOUEL C. GUZMAN " B.578 AC. 7R9CT ONE" LN INST. No. D203291570 I O D.R. T. C. T. ao om ONCOR u . o a —�Pr � i DFL VERY CO.ELECTRIC LC / 2'27l2079 I / (I:E.S.Co. RO.W) 5; • is !) . I! m i=: :! / GEORCE I. FARAH �........... ...............: .. .-� N INCH IN . CHEC 97948 6 ON ORIGINAL DRAWING. CHECK �rt+pOF o SCALE AND ADJUST ACCORDINGLY- rc a ONE INCH 60 30 0 60 120 GRAPHIC SCALE : 1 " = 60' NOTES: 1. NO TOPOGRAPHICAL SURVEY DATA WAS COLLECTED FOR THE ACCESS EASEMENT. 2. SEE DETAIL 239 ON SHEET C-901 FOR GRAVEL ROADWAY DETAIL, 3. ACCESS FOR CONSTRUCTION SHALL BE IN CONJUNCTION WITH THE CONTRACTOR'S SEQUENCE OF CONSTRUCTION_ CONTRACTOR SHALL NOT USE THIS ACCESS UNTIL CONSTRUCTION WORK IS COMMENCING IN THIS ZONE. REFERENCE SEQUENCE OF CONSTRUCTION NOTES ON SHEET G-003. 4. ASPHALT DRIVEWAY APPROACH SHALL BE 40-FEET WIDE AT THE EDGE OF MCPHERSON ROAD AND 16-FEET WIDE AT THE ROW/PROPERTY LINE. 5. DRIVEWAY APPROACH SHALL NOT ENCROACH ON EXISTING DRIVEWAY ON BARTOSH PROPERTY. 6. ASPHALT DRIVEWAY SHALL BE 2" TYPE "D" HMAC SURFACE COURSE, 4" TYPE "B" HMAC BASE COURCE, 8" CEMENT TREATED BASE COURSE. 7. MIN DRIVEWAY RADIUS ON EAST IS 10-FEET AND ON THE WEST IS 30-FEET. 8_ CONTRACTOR SHALL INSTALL CULVERT HEADWALLS PER TXDOT STANDARD DETAIL CONCRETE HEADWALLS WITH PARALLEL WINGS FOR NON -SKEWED PIPE CULVERTS. REFERENCE TXDOT STANDARD CH-PW-O, 9. CONTRACTOR SHALL INSTALL CULVERT PIPING TO MATCH THE SLOPE OF THE EXISTING DRAINAGE CHANNEL. 10. CONTRACTOR SHALL INSTALL ASPHALT DRIVEWAY APPROACH PER TXDOT STANDARD DESIGNS FOR TWO—WAY COMMERCIAL DRIVEWAYS, DETAIL A" — ONE ENTRY LANE AND ONE EXIT LANE, FEWER THAN 4 LARGE VEHICLES PER HOUR. THE DETAIL SHALL BE MODIFIED TO REFLECT A DRIVEWAY WIDTH OF 16—FEET AND THE CONTRACTOR SHALL ENSURE THAT THE RADIUS ON THE EAST SIDE DOES NOT ENCROACH ON THE EXISTING DRIVEWAY. SEE SHEET 71. 1 2 19 PER ADDENDUM NO. 2 G!F N0. DATE REVISION BY �r T`p0 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WAtER SANITARY SEWER MAIN 257 UPPER & MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN, PART 2A GENERAL PROPERTY AND ACCESS EASEMENT MAPS ALAN PLUMMER ASSOCIATES, INC. 1920 5. UNI4BRSITY hRIVE SUIT$ 300 FORT NORTH, TE7CA4 78707-5764 ` TBPE FIRM REGISTRATION NO. !S DESIGNED: RECOMMENDED: SUBMITTED: DESIGN ENGINEER ESIGN- GIF SCALE CITY PROJECT NO SHEET oi2v G-008 RAWN' SME/. As snawN !�CHEC WATFR NA SEQ pYSS-531350-7081/017Y7 9 OF 70 DAl'E KED: CRM Feh 19, 20" / EX M-257 STA. 168+66 85 LEWIS E. POOR£ ONCOR ELECTRIC /� SSMN (COAV) RIM FL=622.00' FLORENCE K POORE DEClVFRY CO., CLC M/CANE[ J. R70SH H % EX- M-257 STA 174+60.83 RUBEN O. GUZMAN JANNA BARTOSN _ SSMH (GONG) RIM EL=621. 74' R40UEC C. GU2MAN CONDIRON &AD, SEEMS TO 8£ 342 AC. 'TRACT 5' DISTR78UIlON ESMT. L227 AC. TRACT /!" 1N - NOT IN USE TWO" IN & R.O.W. // VOL. 13503, PG. 64 } DOES NOT APPEAR TO 8E 1. 183 AC "TRACT TWO" IN NO PIPES VISIBLE VOL- 5210, PG. 289 VOL. 4454, PG. 855 CONNECTED TO M-257 1NST Na D203291570 a0' 0 40' 80' D. R. C. 6PVC IN NW FL EL=608.85' D.R. T.C. T. po D.R. T. C. T. D.R-T.0 7. - - - - - - L� Ex SS. MAIN-z57D � /� HORIZONTAL SCALE: 1"=40' i - - - - - - - - - ••,- - � 72'PVC OUT SE FL £L=608.52" - - - - CP 1212 5 Ss ss ' SS ss ss ss STA 85+62. STA 175+13+ ON EX MAIN 257 VERTICAL SCALE: 1"=4' J CP �213 BROKEN l A_ come EX SEWER SERVICE (NOT FIELD VERIFIED) STA 79+30, STA 166+781 D OHE OHE OHE ONE O 0 E HE - NOTES - ON EX MAIN 257 163 LF TEMPORARY EVERMAN TO EX SEWER SERVICE (NOT WARNING: dd CONSTRUCTION FENCE COMANCHE PEAK 12 I. EXISTING MH STATIONS ARE BASED ON THE CITY ELECTRIC IN THE OF FT. WORTH PLANS FOR OVERHEAD PDWER PLANT 345 KV 20.0' S.S ESFAT (T RE CONFIRMED FIELD VERIFIED) {SEE NOTE 11) "EXTENSION VILLAGE CREEK SANITARY SEWER COLLECTOR MAIN, SECTION NO. I & AREA STA 80+00.00 .41. STA 83+45.41 .q EX SS TO BE SECTION NO. II' DATED JAN, 1972. TGIfE INSTALL INSTALL METAL GATE `' PLUGGED AND II END B.O.T.O.C. 01 MARKER C-902 1 2. CONTRACTOR SHALL FIELD VERIFY LOCATION AND ELEVATION OF ALL EXISTING 8 1�� N=6904571.10 ® REMOVE &REPLACE C� ABANDONED 1N PLACE N 30.0' TEMPORARY WORK AREA I C-9D8 POLE �'� 72 LF OF WIRE FENCE ® UTILITIES PRIOR i0 CONSTRUCTION, SEE GENERAL NOTES ON SHEEP G-002. f STA 79+OD.00 E=2347572.78 0 (SEE NOTE 10) BEGIN B.O.T.O.C.E O E ONE OHE QHE unt OHE ONE ' `P' 3, ALL EX TREES WITHIN PERMANENT EASEMENT ARE TO BE REMOVED UNLESS N=6904624.i8 _ - OTHERWISE INDICATED ON PLANS. TOPOGRAPHIC SURVEY QATA AND TREE SIZES AND E=2347657.52 d TYPES ARE BASED ON 2008 SURVEY TREE TYPE DETERMINATION WAS NOT 20'x2O' MIN N INSTALL MARKER P E ��� 20'x20' MIN 0 0 BORE PIT 0 os 00 < .' r " 0 o o PERFORMED BY AN ARBORiST. BORE PIT •#• ,Z�- + - - + + l+j �� C-908 4. CONTRACTOR IS RESPONSIBLE TO STAKE AND MAINTAIN PERMANENT & TEMPORARY rn o n % �- - h- 00 m- �"" 00 PROP. 60' S.S. LINE -DOa 7` �. - -Do-- - - -m - - - -td - -a EASEMENT LIMITS DURING CONSTRUCTION PER SPECIFICATIONS. -..„ 5. ALL PROPOSED CONCRETE MN & JB SHALL HAVE WARREN ENVIRONMENTAL S-301-14 CORROSION RESISTANT EPDXY LINING OR APPROVED EQUAL PER I� SAT SPECIFICATIONS SECTION 33 39 60. STA 81 +38.62 e INSTALL METAL GATE �� 143 20.0' 1 T / Fk STA 83+68.95 2A l 6. CONTRACTOR SHALL CCTV ALL EXISTING SEWER PIPE LINES PER SPECIFICATIONS. � ( f REMOVE &REPLACE 4, ,;;,.. C-90q X (� Lo 72 LF OF WIRE FENCE INSTALL METAL GATE C-902 1 A{L7AL + • PROP. 30' PERM. S.S. ESMT. 7, CONTRACTOR IS PROHIBITED FROM USING AREAS OUTSIDE OF THE LIMBS OF THE s 'P�.�Y CARPORT 75 SY EX GRAVEL / - tL• TEMPORARY AND PERMANENT EASEMENTS FOR CONSTRUCTION. 4 6• `MET C � F 241 d ROAD REPAIR 0 Y ': r I OIS'�T OST �/ C-902 / / •y4�' INSTALL 890 SY 239 . 8. EXPECTED FLOWS IN THE 12" PVC PIPE ARE 750 GMP. PEAK FLOWS ARE EXPECTED ZTC -901 GRAVEL ROAD C-901 �' TO BE 4 TIMES THAT AMOUNT CONTRACTOR WILL UTILIZE BYPASS PUMPING OR STA 78+56.53 M-257 //,ONC SHFP ON TEMPORARY PIPING AT STATION 85+11.29 AT NO ADDITIONAL COST TO OWNER. CONSTRUCT 5' DIA TYPE A" ACCESS MH SLAB A�i PROP. 20.0' PERM. ACCESS ESMT. SUBMIT BYPASS PLAN PRIOR TO MAKING CONNECTION. GT STA 85+15,26 M-257 OFFSET 17' RT W/ FLAT TOP SLOB AND LOCKABLE COMPOSITE LID SWIMMING w �� CONSTRUCT 4'DIA MH 9. CONTRACTOR SHALL RECONSTRUCT GRAVEL ROAD PRIOR TO FINAL COMPLETION PER k G INSTALL CONCRETE COLLAR PER DETAIL /� PO01 x,?• W/ FLAT TOP SLAB AND LOCKABLE COMPOSITE LID DETAIL. RIM ELEV, 625.16 / STA 85+11.29 M-257 INSTALL CONCRETE COLLAR PER DETAIL 100.0' LF OF 60" FRP CLASS INSTALL WARREN ENVIROMENTAL S-301-14 CONSTRUCT 5' DIA EXTERIOR DROP' MH RIM ELEV. 622-2* 10, CONTRACTOR SHALL LOCATE SEWER LINE AND CONFIRM FLOW DIRECTION AND NOTIFY EPDXY CORROSION PROTECTION OR APPROVED EQUAL /1 ONCOR ELECTRIC DELIVERY CO., LLC 6 W FLAT TOP SLAB AND LOCKABLE COMPOSITE LID SN 72 (SANITARY SEWER PIPE) \ / INSTALL WARREN ENVIRONMENTAL S 301-14 EPDXY OWNER AND ENGINEER. THE FLOW NEEDS TO BE DIVERTED L FROM EXISTING M-257 INSTALL MARKER POLE PER STD DETAILS / 5' OISTRIBUTlON ESMT. & R.O.fY INSTALL CONCRETE COLLAR PER DETAIL TO NEW M-257. CONTRACTOR SHALL PLUG &ABANDON LINE o ASTM 03262 BY OPEN CUT CORROSION PROTECTION OR APPROVED EQUAL m EMBEDMENT & CSS BACKFILL FL 60" FIBERGLASS = 598.08 VOL. 4469, PG. 855 D.R.TGT. RIM ELEV. 622.17 CONNECT EXISTING SERVICE LINE TO MH PER DETAIL 143 ON C-900. � PER DETAILS N=6904647.26 / -908 INSTALL WARREN ENVIROMENTAL S-301--14 -,e 4F re XII INSTALL OATLEY 6" PVC BACKWATER VALVE E 33 05 10-DO03 AND E=2347694.36 15 / w EPDXY CORROSION PROTECTION OR APPROVED EQUAL 11, CONTRACTOR SHALL NOT USE AREA WITHIN LIMITS OF TEMPORARY Q O �',- �® PRODUCT #43908 (OR APPROVED EQUAL i• *i INSTALL MARKER POLE PER STD DETAILS ) CONSTRUCTION FOR STAGING. .. 1 33 05 01 D201B Q1- �.r •� TO EXISTING SERVICE LINE PRIOR TO MH I••=••••••••••-•••••R H •• / IN STANDARD DETAILS 1 �Q Ql Q1 S C-907 INSTALL (1) PLUG CONNECTION / cEaacF I. FARAR / 14 ,:.• • 12. REFERENCE SHEET C-011 FOR SPECIFIC RESTORATION �•••�••••••••-•••••"••••••:•• C-906 C-908 C-90 �C-9D8 .;;/ FL 50" FIBERGLASS = 599.57 FL 6"PVC 608.9t REQUIREMENTS FOR PARCELS 13. 14, 15. 16 AND 17. /f} p;. / 3L Ql N=6904299.66 E=2347139.49 N=6904312.2i E=2347126.05 _ UTILITY CONTACT INFO_ 100.0' LF OF 60' FRP CLASS SN 72 (SANITARY SEWER PIPE) w 700.0' LF OF 60" FRP ) CLASS SN 72 (SANITARY SEWER PIPE CONTRACTOR TO CONTACT )TIES MINIMUM OF ASTM D3262 BY OPEN CUT (1DO YR FLOOD 48 HOURS PRIOR TO ANY EXXCC AVATIONN IN 84' STEEL CASING, TUNNEL LINER PLATE WOOD BOX TUNNEL "� EMBEDMENT & CSS BACXRLL PER DETAILS ELEV. 622+) AT&T 817-338-6202 A57M D3262 OR APPROVED EQUAALL BOTOC 33 O5 10-DO03 AND 33 O5 10-D201B IN STANDARD DETAILS BARNETT GATHERING 817-865-33a9 625 EMBEDMENT & BACKFILL PER DETAILS a --- -- - �r 33 05 24-13203 AND 33 05 24-D204 IN STANDARD DETAILS _ - BETHESDA WATER SUPPLY COR. 817-295-2131 625 .. _ - _ - _ CURRIZO OIL & GAS INC. 817-694--9388 ----- -„_ - - --- -------y------�- --- --_ £X GROUND LINE AT ONCOR ELECRIC CORPORATION 817-443-3432 7� CENTER OF PIPE r - TARRANT COUNTY R.O.W. DEPT 817-226-7817 \%\/% - FT WORTH WATER DEPT 817-392-8296 \i�\�� FT WORTH TPW 817-342-8100 m - - - \� /� j - TEXAS 811 (LOCATING SERVICE) 811 620 VERIZON 800-483-1100 620 ATMOS ENERGY 800-817-8090 $ + Q(CAP) = 87.21 MOD 6 ti Q(cAP) = 80.35 MOD - - Q(REQ) = 80 MOD - Q(REQ) = 80 MOD 0 s= 0.00227 FT/FT s= 0.00193 FT/FT ® v= s.8�2Fr/sEc n= 0.012 0 615 V= 6.33 FT/SEC 615 Q(CAP) = 80.5 MGD Q(CAP) = 74.17 MOD 5 Q(REO) = 80 MOD Q(REO) = 80 MOD OD a . s- 0.00227 ET/FT s= 0.00193 FT/FT rya + n= 0.013 WATER MAP 2066-366 AND 2066-332 o 610 (n V= 6.34 FT/SEC V= 5.843FT/SEC 610 -Z _ w 2 19 PER ADDENDUM NO. 2 GIF E 2 19 PER ADDENDUM N0. 1 GIF 11� N0. DATE REVISION BY 605 � L/L/L/L ��ZZL'FORT WORTH - CITY OF FORT WORTH, TEXAS WATER DEPARTMENT 60 FRP SN-72 60" FR SN-72 WATER Epp S.S. @ o. 27% S.S. 0.193% SANITARY SEWER MAIN 257 UPPER & MIDDLE VILLAGE CREEK PARALLEL RELIEF MAINPART 2A CIVIL Dn o 0 = m PLAN & PROFILE STA 78+00 TO 87+00 { �5 0 -�.m `O y .o m z V) E 2 n D h -U ALAN PLUMMER ASSOCIATES, INC. n w w(D o o u1 0 o �. rn Is.I >n 04 w - - 132D S. UNIVERSITY DRIVE F. ¢ Q -� �, N N Q p O p1 - FORT WOATHUTEXA3 78107-57fi9 vo m vOmC, 20N 0 rn 0 0, cs m co >n o 300 v) U F-- y g w �° a0 0 ?[ Vo r a tD N r. 0 qj ees.�„m,s m o m a a F" [.1 ,f'i o m.� m o O ro m 4D r0 + ,O + F o "S b h m DESIGNED: 44 }} ?? 77 U O TRPE FIRld-13 1. �' J W 2 W 0107 1,Jcd 0 m coLU m CoO g 0 fii RECOMMENDED: rn u m J J w: W ai - ul ¢ W w o w co SUBMITTED: c2 " 590 Q Q1Ja W-� �' LLJ I��nm� L� V) X w-I 0U W 4 D� W l_j L.J DESIGN ENGINEER DESIGN: IF SCALE 0TY PRn1- "n sAE11 w _ 78 +00 79+00 80+00 81 +00 82+00 83+00 84+00 85+00 86+00 87+60 DRAWN: JAI< A DSHO ATE W 01227 D YQ C-009 - - - CHECKED: CRM Feb 19, 201s F7$fi-531350_748H01227 23 OF 70 630 0 625 620 �a dm a� 615 o = 610 a 4 605 f J0 a ^1 a m � o "• v 595 z 4 h (01 Iamb �ro�ti � ge W 36 lr�D CliY OF FORT WORTH 20' PERMANENT SANITARY SEWER EASEMENT WL. 5264, PG. 560 9t P.R. T. C. T. 0 E N ;ar CP �225 l\ REMOVE AND REPLACEww.CIRE r + a z tr a PROP 60" S.S. LINE PI STA 145+29.43 M-257 CONSTRUCT 5' DIA TYPE A" ACCESS MH W/ FLAT TOP SLAB AND LOCKABLE COMPOSITE LID C-906 INSTALL CONCRETE COLLAR PER DETAIL PROP. 35.W PERM. S.S. ESMT. N 7 L lot 45.0' T.C. ESMT. ----------- -I, w z 141 +DO 00 I S A L ODOR CONTROL (SEE NOTE 7) e RIM FLEV. 62Z72 C-908 INSTALL WARREN FNVIROMENTAL S-301-14 EPDXY CORROSION PROTECTION OR APPROVED EQUAL 401 INSTALL MARKER POLE PER STD DETAILS C-907 FL 60' FIBERGLASS = 611.19 A=5'06'12" RT 01 N=6901)205.79 C-908 E-2343496.27 QO STA 145+70.97 C-908 CONSTRUCT SIPHON BOX # 1 INSTALL WARREN ENVIROMENTAL S-301-14 EPDXY CORROSION PROTECTION OR APPROVED EQUAL 36 INSTALL ODOR CONTROL (SEE NOTE 7) INSTALL MARKER POLE PER STD DETAILS FL ELEV. 611.29 RIM ELEV. 626.61 SEE SHEET C-201 N=6900165.45 E=2343492.13 471.0' LF OF 60" FRP CLASS SN 72 (SANITARY SEWER PIPE) ASTM D3262 BY OPEN CUT EMBEDMENT & BACKFILL PER DETAILS 33 05 10-DO05 ON SHEET C-905 AND �\--- 33 05-10-D201B IN STANDARD DETAILS` i� `- ----� - - - - - -- r0" FRP SN-7: S.S. ® 0,193% 60" F P SN--72 £x..36- S.S. 0.193% �I11_/ I _STA 145+98.52 125 BEGIN ROCK R;P-RAP C-951 FX. S.S. A!N-257 STA. 235 78 SSUH (C C) RIM EL=626.14' 36" CLAY IN (S) FL EZ=612.51' 36" CLAY OUT (N) FL EL=612..3'9' I I ROCK RIP -RAP PER SPECIFICATION 31 37 00 3O' PIPELINE RIGHT OF WA AND EASEMENT INST. No. 0206081624 D.R.T.C.T £X. S.5 UNN-257 STA. 236+ 10 SSMH (CONC) RIM EL=624.08' 33" CLAY IN (5) FL EL=613.54' 40' 0 40' 80, HORIZONTAL SCALE: 1"=40• 4' 0 4- 8' VERTICAL SCALE: 1"=4' 24" &12" CLAYWur,(N) FL £L=613.73' NOTES: 147+12.86 wy Eu ROCK RIP -RAP w 1. EXISTING MH STATIONS ARE BASED ON THE CITY OF FT. WORTH PLANS FOR 'EXTENSION VILLAGE CREEK SANITARY SEWER COLLECTOR MAIN, SECTION NO. I & s�.SZ hi SECTION NO. II" DATED JAN. 1972. ^C- b 2. CONTRACTOR SHALL FIELD VERIFY LOCATION AND ELEVATION OF ALL EXISTING - _ UTILITIES PRIOR TO CONSTRUCTION, SEE GENERAL NOTES ON SHEET G-002. WIM id w 25.Q' T.C. ESMT. 17.5' PROP. 35.0' PERM. S.S. ESMT. PI STA 147+54.52 M-257 00 CONSTRUCT SIPHON BOX # 2 C_908 INSTALL WARREN ENVIROMENTAL S-301-14 EPDXY CORROSION PROTECTION OR APPROVED EQUAL INSTALL ODOR CONTROL (SEE NOTE 7) INSTALL MARKER POLE PER STD DETAILS FL ELEV. 613.02 RIM ELEV. 623.66 SEE SHEET C-201 n=O'33'16" RT N=6899982.82 E=2343473.70 EX GROUND LINE AT CENTER OF PIPE Q(cna) = 8D.35 MGD Q(REO) = 80 MGD s= 0.00193 FT/FT - 0.012 `n n= V= 6.33 FT/SEC 8 a _ z o a a o m SEE SHE o N Q(w) = 74A7 MGD m N Z Oo xo W SIPHON PROFILE h W x Q(REO) = BD MGD w II m `a` 11 W'p m s= 0.00193 FT/FT n= 0.013 ` `�' g-I a t1 m m Z un p _ En w a w I. w �. w z �-, n 1L .- a_ 2 II Z a Iu Ina w n. z o V= 5,84 FT/SEC $ ���Y°''� n�CD matn �2-ti man rn�rn w E�ia.- No0N� o� oc'�n ° _�]`° +QN o'v L¢m tarn o +?o Maori OIY N d d- g2o +U In yJ �[fl mQ } 0p t F.-lD ��t_ U� �aO tD T. p �min O d_ O 2 to Q2V D�rD d- rmtp sF }U� cU NF } O O O fiUU �f�!] z ^' Wm _j T ���W '� �'' 0) ti�tU N d �' a- .-- n s �U [o a to k•o �o hO1" 1~/1 J = W to I7a i� O �� w ID J �Ui�f _ W I^: V~I _ Ed w QZw w z Li E� la -I Fes-OUnw ti "] ") U7 U Q En li L� In U E� w j '"o L li W H "�j d > to d r) l=-i � 7 to k M lj W "] V d "1 N ] to F t'11r1 1i N QELI O W IY U lrla Vl F- 142+00 143+00` 144+00 145+00 146+00 147+ 00 148+00 0 3. ALL EX TREES WITHIN PERMANENT EASEMENT ARE TO BE REMOVED UNLESS 57 OTHERWISE INDICATED ON PLANS. TOPOGRAPHIC SURVEY DATA AND TREE SIZES AND TYPES ARE BASED ON 2008 SURVEY TREE TYPE DETERMINATION WAS NOT PERFORMED BY AN ARBORIST. 4, CONTRACTOR IS RESPONSIBLE TO STAKE AND MAINTAIN PERMANENT & TEMPORARY EASEMENT LIMITS DURING CONSTRUCTION PER SPECIFICATIONS. 5. CONTRACTOR SHALL CCTV ALL EXISTING SEWER PIPE LINES PER SPECIFICATIONS. 6. CONTRACTOR IS PROHIBITED FROM USING AREAS OUTSIDE OF THE LIMITS OF THE �! f TEMPORARY AND PERMANENT EASEMENTS FOR CONSTRUCTION. 7- SEE DETAIL 183 ON SHEET C--9Q0 FOR ODOR CONTROL INSTALLATION. B. CONTRACTOR SHALL BE RESPONSIBLE FOR MEANS AND METHODS OF CROSSING THE CREEK, AND SHALL NOT WORK OUTSIDE OF THE EASEMENTS, AT NO ADDITIONAL COST TO THE OWNER. 9. REFERENCE USACOE NATIONWIDE 12 PERMIT FOR WORK INSIDE THE GREEK BANKS. 10. REFERENCE SHEET G-011 FOR SPECIFIC RESTORATION REQUIREMENTS FOR PARCELS 36 AND 37. V (I OD YR FLOOD ELEV. 5341) 245.5' LF OF 60" FRP CLASS SN 72 (SANITARY SEWER PIPE) ASTM 03262 BY OPEN CUT EMBEDMENT & BACKFILL PER DETAILS 33 05 10-DO01 AND 53 05-10-D201B IN STANDARD DETAILS FRP SN-727 ;�piE �F Tfkq�1 +, :► i:! GEORGE I_ FARAR �...:........................ L.wi� 97448 1/ r(I(ti%IO:A.L... 2/2212019 DTILITTY CONTACT INFO' CONTRACTOR TO CONTACT UITILITIES A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AT&T M7--338-6202 BARNETT GATHERING 817-885-3349 BETHESDA WATER SUPPLY CDR. 817-295-2131 CURRIZO OIL & GAS INC. 817-894-9388 -` ONCOR ELECRIC CORPORATION 817-443-3432 TARRANT COUNTY R.O.W. DEPT 817-226-7BI7 FT WORTH WATER DEPT 817-392-8296 FT WORTH TPW 817-392-8100 TEXAS 811 (LOCATING SERVICE) 811 VERIZON 800-483--1100 ATMOS ENERGY 800-817-8090 - WATER MAP 2060-332 AND 2066-332 630 1 620 _(n 615 1 2/19 PER ADDENDUM NO. 2 G1F NO DATE REVISION BY X FORTWORTH CITY OF FORT WORTH, TEXAS � WATER DEPARTMENT WATER SANITARY SEWER MAIN 257 UPPER & MIDDLE VILLAGE CREEK PARALLEL _ RELIEF MAIN, PART 2A CIVIL PLAN & PROFILE STA 141+00 TO 150+00 k�II x DESIGNED: SUBMITTED: DESIGN: GIF SCALE DRAWN: SME JAK AS SHOWN 149+00 150+00 / DATE CHECKED: CRM Feb 14 Z ALAN PLUMMER ASSOCIATES, INC. 1320 S. UNIVERSITY DRIVE SUETE 300 FORT NORTR, TEXAS 761D7-5764 TBPE FIRM-13 RECOMMENDED; DESIGN ENGINEER AD PmRaszz7n No EE1 -- C016 WATER NaSED 9 P25 M1a5D-70214D1221 30 pF 70 TOC EL= 0 626.61 j PROPOSED 36" & 46" DIA INV EL = 611,29 TOG EL=�� io 609.92 4" THK — MUD SLAB 1'-0` BAR IS ONE INCH IN LENGTH ON ORIGINAL DRAWING. CHECK SCALE AND ADJUST ACCORDINGLY. ONE � MANHOLE LID —SEE CIVIL DWGS, TYP SLAB REINF —SEE PLAN �II�I 2'-8" 1f f I I I ° IIk1 I I I DIA —TYP I I I I eo I I I CORROSION I #7 0 12' OC I I a RESITANT I EPDXY LINER, VERT REINF —MP SEE CIVIL i I —TYP I #7 0 12' OC I I I 1 HORIZ REINF —TYP I I eo I #7 ® 12. OC r GROUT FILL — I I 1 EW EF I COORD W/ CIVIL I I °'�• I I I I 1 CONST JT 5-15 —TYP I I I I �d 0 1'-6" 5'-0" 2'-6" 4'-3' 3'-0" L 4'-3' 1'-6" SIPHON BOX #1 SECTION 3/8' = 1'-0' S-4 Y SLAB REINF —SEE PLAN 1'-0" MANHOLE LID f 1 STOP LOG SLAB REINF —SEE CIVIL 3-12 HATCH —SIFE PLAN DWGS, TYP TOC EL= 0 626.61 —1 2'—B" I 1 .I DIA —TYP I M. I 1 CORROSION 1 EDGE OF 1 #7 0 12" OC f RESISTANT WALL —TYP I VERT REINF —TYP I EPDXY LINER, 1 SEE CIVIL I I —TYP 1 #7 0 12' OC I 1 HORIZ REINF —TYP I I C) I 1 STOP LOG FRAME r GROUT FILL- -- ' m — -------- i----- SEE CIVIL DWGS i] I 1 COORD W CIVIL / i I + I I I r ------------i PROPOSED Y I I 3 I I I GONC PIPE ENCASEMENT & 36" DA FLOW + S-12 I F TO 1'—' 0OABABOVE INV EL III I I ` WCRON F PIPE , —SEE CIVIL, TYP `--------- ---- I ---- i I w 609.92 4" THK MUD SIA6 CONST S--15 —TYP 7'--7 1/2" 2'-4" 4'-0 1/2' 1'-6" SIPHON BOX #1 SECTION 2 3/8" = 1'-0' S-4 SLAB REINF —SEE PLAN 1'-0' CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WAM SANITARY SEWER MAIN 257 TIPPER & MIDDLE VILLAGE CREEK, PARALLEL RELIEF MAIN, PART 2A STRUCTURAL SIPHON BOX #1 DEER CREEK — SECTIONS ALAN PLUMMER ASSOCIATES. INi a- to 1980 s. UNIVERSITY BRIVE SUFTE Soo PORT WORTH. TEAS 76107-6764 I TRPE PIRG[ REGISTRATION RO. 13 rrPgG OF Tt,*SIGNED: RECOMMENDED: "MDA M. 51(pypA DESIGN ENGINEER I IN IAaLTuI�, LLC fWG1A$SS1REEi,sulllim A411Ai.ILl4 M01 y Ii3026 :a o"'.1 ''�'' DESIGN: AMS SCALE eitt n6a,rrr un sneer 97139i1Am 141FRG.COVA O ' "Ells�.:�t� DRAWN: JMN a5 SH01YN 01227 S-5 PAOJECIMAM255 [APFRAIAf-7,J86 s+ CHECKED: MKK DATE JAROARY 15. "'e1En un seo OF 70 P25&-531350-7G61401227 4D 2019 0 N PROPOSED 36" & 48' DIA INV EL = 613.02 TOC EL= �n 611.65 I 4" THK MUD SLAB 1'-0' BAR IS ONE INCH IN LENGTH ON ORIGINAL DRAWING. CHECK SCALE AND ADJUST ACCORDINGLY. ONE >—� MANHOLE LID —SEE CIVIL DWGS, TYP 1 2'-8" 1 " 4 . I DIA —TYP I " I I I I E I I I , I I I ' I i I SLAB REINF —SEE PLAN #7012"OC VERT REINF —TYP I1=1I flu-� #7 0 12' OC 1 #7 0 12" OC EW EF I P.o• HORIZ REINF —TYP ° GROUT FILL — CORROSION COORD W/ CIVIL RESISTANT EPDXY LINER, SEE CIVIL 1 —TYP I 1 I CONST Jf i — I S-15 —TYP � a I oW. Lo �'i•_ �f 2'-6" 1'-6" 4'-4" 3'-0" l 4'-3" 4'-11" SIPHON BOX #2 SECTION 3/8' = 1'-0" S-6 f /f\ SLAB REINF —SEE PLAN 1'-0' MANHOLE LID 1 STOP LOG —SEE CIVIL S-12 HATCH DWGS, TYP TOC EL= 0 623.66 i ------- - �IIi� yL 1 2'-$" STOP LOG FRAME _ DIA —TYP I —SEE CIVIL DWGS I EDGE OF CORROSION �o, I WALL —TYP RESISTANT EPDXY LINER, N ° I SEE CIVIL I 1 -TYP ' �� _----- ----- F GROUT FILL —— PROPOSED ; I FLOW , .� COORD•W/ CIVIL 60" & 36" DIA r' INV EL = f 613.02 I \' TOC EL f ."c 611.65 ' t 4" THK MUD SLAB 1'-0" SLAB REINF —SEE PLAN 17 0 12" OC VERT REINF —TYP - Ifs I1 #7 0 12" OC HORIZ REINF —TYP i FLOW i `• 3 S-12 4'-071/2'2'-4- If 7'-7 1/2" SIPHON BOX #2 SECTION yA2 S-6 e S-15 —TYP 1 CONC PIPE ENCASEMENT TO 1'-0' AB OVE CROWN OF PIPE =. —SEE C IVIL, TYP SLAB REINF —SEE PLAN 1'—O" 2 15/18 ADDENDUM 2 AMS N0, DATE REVISION BY OR CITY OF FORT (NORTH, TEXAS WATER DEPARTMENT wn'r� SANITARY SEWER MAIN 257 UPPER & MIDDLE VILLAGE CREEK, PARALLEL RELIEF MAIN, PART 2A STRUCTURAL SIPHON BOX #2 DEER CREEK — SECTIONS LAN PLUMMER ASSOCIATES, INC. I3?0 s. UNEVE SM DRIVE SUITE 000 oumxs "aapw .s FORT TFORTH, TR1rA8 78107— . 78PE FERN RSCiSTRAT[ON HO. 1S SIGNED: RECOMMENDED: suBMITTEo: PlEdC ::..._.....SMA_Y_OADESIGN ENGINEER T :_ F13026 .a DESIGN: AMS SCALE nx caniFgT Nq. sneer 1006EA5557REn, wAF mF OAU0.S NlI0.0.517 9123977. 0 1Qim EOM 0A•, Sys;/���,FN`�.F= .- DRAWN: JMM AS�%10WN al 5-7 eAOIUM.41MM TVIFAIMFIW L CHECKED: MKK W SEO 42 70 ,,nn.[,) is. 2019 P253-531330-708140,271 OF i BAR IS ONE INCH IN LENGTH ON ORIGINAL DRAWING, CHECK SCALE AND ADJUST ACCORDINGLY. ONE INCH MANHOLE LID —SEE CIVIL DWGS, TYP ....�I�� NEU c'4C EX 24" DLA PIPE _.FLOW INV EL W YY •q 615.80 • 61247 -� / \/ 4" THK MUD SLAB V-0" 1 STOP LOG S PANEL JT 10" THK PRECAST S-12 HATCH —TYP 5-12 —TYP REMOVABLE CONC ACCESS PANEL —SEE 8/S-12 STOP LOG FRAME —SEE CIVIL DWGS EDGE OF CONC BM WALL —Ty—TYP(BEYOND) CORROSION RESISTANT EX 24" DIA PIPE EPDXY LINER, TO BE PARTIALLY SEE CIVIL DEMOLISHED —TYP —TYP, SEE CIVIL GROUT FILL— COORD W/ CIVIL I SLAB REINF —SEE PLAN 1 I1 M_ r 1 r� #7 0 12" OC VERT REINF —TYP I I I I #7 9 12" OC I HORIZ REINF —TYP I 5 EX PIPE I I 5-13 PENET —TYP 1 coNsr JT f S-15 —TYP ------- 2 ----- -------'-� CONC PIPE ENCASEMENT FLOW 1 TO I'—D" ABOVE -' ---- l : CROWN OF PIPE ------- —SEE CIVIL, TYP mq�'-z 3 S-12 3'-11" 2'-4" 3'-9 1/2" SEE PLAN 2'-4" 3'-10" 1'-6" , s i 5 1 PROPOSED ; 60" DIA PIPE i FLOW INV EL = _ i 614.37 TOC EL_ — - i 612.87 1/: r 4" THK MUD SLAB SLAB REINF —SEE PLAN 1'-0" JUNCTION BOX #1 SECTION 3/8" = 1'-0" S-8 5 TYP MANHOLE LID 10" THK PRECAST SLAB REINF 5-12 —SEE CIVIL REMOVABLE CONC —SEE PLAN DWGS ACCESS PANEL —SEE B/S-12 r I I I I I �II�I #7 0 12" OC VERT REINF --TYP I 1 1 c #7 0 12" OC I CORROSION I HOR17 REINF —TYP RESISTANT 1 EPDXY LINER, 1 SEE CIVIL ! 1 —TYP 1 --- I EX 24" DIA PIPE ----------------- TO BE PARTIALLY DEMOLISHED —SEE CIVIL FLOW ` 1 CONST JT 2/45 19 ADDENDUM 2 CROFILL— �'1 S_15 —TYP 2/O6/19 ADDENDUM 1 AMS AMS Q COORD W/ CIVIL 2 N0. DATE REVISION BY 1 ICONC PIPE OEtTORT Y OF FORT WORTH, TEXAS _ _ _ ____ ♦ ENCASEMENT - TO 1'-0" ABOVE / WAT ER DEPARTMENT CROWN OF PIPE WATER / SEE PLAN \\\ —sEe c1vIL, TYP SANITARY SEWER MAIN 257 \ UPPER & MIDDLE VILLAGE CREEK, PARALLEL RELIEF MAIN, PART 2A V\\�♦ �♦ \ / STRUCTURAL JUNCTION BOX SECTIONS SLAB REINF ALAN PLUMMER ASSOCIATES, INC --SEE PLAN i 1320 S. UNIYKR= DRIVE SUITE Sao _ FOR7 WORTH. TEUS 70107-5704 TRPE FIRM REGISTRATION NO- 1$ JUNCTION BOX #1 SECTION 3/8" = 1'-0" S-8 GNtE- RECOMMENDED: MI : ........................... . AAMNAMY DESIGN ENGINEER , ILCpi sOEIE m1 113U26 :'� �.q;.[]��NS�,Q'`.ZA.r DESIGN: AM5 SCALE riry P4nirrr "� sNeer 9713351730Bffi, 'f0iff corn 9SV ' DRAWN: JMN As BROWN 01227 S-9 vBannAo al7osss TBPfFLGAFN2d i CHECKED: MKK F1E dAl.DAF15. 2014 WA R Ru P258-531350-7081a0122] 5E0 OF 70 44 1 BAR IS ONE INCH IN LENGTH ON ORIGINAL DRAWING. CHECK SCALE AND ADJUST ACCORDINGLY. ONE �� 1 STOP LOG 6 PANEL H 10' THK PRECAST SLAB REINF S-12 HATCH -TYP 3_12 -TYP REMOVABLE CONC SEE PLAN ACCE a5 PANEL Plu lip, CORROSION, FX 4 8" CIA PIPE — RESISTANT EPDXY LINER, 'MOLE UD (BEYOND) -SEE CIVIL WALL -TYP HORIZ REINF -'typ y SEE CIVIL DWGS, TYP DFMOIJSHED SEE CIVIL CORNER-TYP, WALL .• LOG FRAME(1 EX PIPE -SEE CIVIL KA=�WW� ►aata♦ rI O ♦♦ °i°i♦i°iai°*°i Oi°ii'i°i0a°Di°►° ai°i°+Oa°� i°�♦+°�°b° • • • � :°i°i°i°�°i°ice°i°i°i°i�*i♦i°��, aaaa 1 INV EL lGRO" olk � FXv T3' - M1 RJR.Yr. V SLAB SLAB REINF -SEE PLAN 1 � 1 , 1 o r 626.64 \- - - - - - - I � N i i i PROPOSED 60" CIA PIPE i INV EL = ; FLOW 614.44 ; 1 TOC EL= 612.94 / I ^lo . - 4' THK MUD SLAB JUNCTION BOX #2 SECTION 5 P MANHOLE S--12 LID 6 PANEL JT -SEE CIVIL -P SLAB REINF -SEE PLAN DWGS, TYP-TYP5-12 i ----I --- —= 1 r------� 2-8^ III=IICIII-11 I I CIA I I I Ijr 70 12" OC I I I VERT REINF -TYP EX 48' CIA PIPE CORROSION 1 #7 0 12" OC TO BE PARTIALLY RESISTANT I HORIZ REINF -TYP 1 DEMOLISHED EPDXY LINER, --SEE CIVIL SEE CIVIL I '_^ I -TYP I f - a 1 CONST JT ----- I I S-15 --TYP WALL CORNER I - ------- 00�GROUT y FLOW I FILL- ; PROPOSED Qj COOED W/ CIVIL �1 48" CIA PIPE INV EL = I 614.44 v . SEE PLAN CONC PIPE 2 \\Z\ ENCASEMENT \%�\C•�C C /i,\//,�/✓ TO V-O" ABOVE CROWN OF PIPE -SEE CIVIL, TYP SLAB REINF -SEE PLAN 1'-0. 11_0^ JUNCTION BOX #2 SECTION 3/8" = 1'_p^ S-10 971391.1370 PAe1E W,4170255 ;ONST JT TYP CONC PIPE ENCASEMENT TO 1'-O" ABjovE CROWN OF -SEE CIVIL, v.,la •rvws>ta CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WA'lEA1 SANITARY SEWER MAIN 257 UPPER & MIDDLE VILLAGE CREEK, PARALLEL RELIEF MAIN, PART 2A STRUCTURAL JUNCTION BOX #2 - SECTIONS LAN PLUMMER ASSOCIATES, INi 13E0 6. VNIVEH3ITY ORIYE $VFCE 900 FORT NORTH, TEKA3 76107-5794 TEPE FM REGISTRATION N0. 13 S yeF` PS�`"OF TFk4.DESIG RECOMMENDED: SUBMITTED: ..........................:.... AUANO.. M. SAr_gx_nn DESIGN ENGINEER uA11A5, 07 113026 .W 0 •' <� �° DESIGN: AMS SCALE S:1L'_P6g1F�'0_ SHEEP SHOWN 01227 S-1 1 nENG WEHG.COM NBPHRA7P P986 +`,;.' .FeS.:a�� DRAWN: JMN DATE wnxn un seo CHECKED: MKK J URY Pam'-331350-]081401227 r, pP 70 1b tole wq. s3 A w /r sv I DRUGNS FOR TWO-WAY COMMERCIAL DRIVEWAYS - PROP. EDGE EXIST. EDGE OF PAVEMENT OF PAVEMENT h a s (,,, O- 0. p 'a 0 a 'iti "A"-28.0'W USUAL MAX "B"-30.0'W USUAL MAX w R.O.W. LINE ONE ENTRY LANE AND ONE EXIT LANE,, FEWER THAN 4 LARGE VEHICLES PER HOUR "B ONE ENTRY LANE AND ONE EXIT LANE 4 OR MORE SINGLE UNIT VEHICLES'PE.R HOUR Q - D fArZ-,r4Y RESIGNS FOR LARGER YENlCLES N'!LL BE CONSIDERED ON A CASE BY CASE 64Sl= - - - - - - - - - - - - -- - PRO . EDGE EXIST. EDGE /- OF PAV NT % OF PAVEMENT / 40.0' USUAL MAX R. 0. W. L 1 NE� PRIVATE AND COMMERCIAL DRIVES WITHOUT CURB & GUTTER ------------------------ PROP. EDGE EXIST. EDGE W121 — — OF PAVEMENT (L OF PAVEMENT rc a EXIST. AND/ PROP.— © al- RCP CULVERT {CL.1111 * 6" TYP. MAINTAIN \ > 2' MIN.' (TYP.) !. !.. ; )K I I PROP. EDGE OF��1 0; 1 FLEX BASE C] TIS- .E.T. R.O.W. LINE O VARIABLE T-4 PROP. RCP EXTENSION WHERE OR AS SHOWN ON PLAN LAYOUT. ** REQUIRED iTO BE DETERMINED TURNING RADIUS MAY BE LIMITS OF IN THE FIELD BY THE ENGINEER. REDUCED AS APPROVED PROP. ACP OR IF NOT NOTED ON PLANS.) BY THE ENGINEER. CONC. DRIVEWAY FOR PAYMENT PLAN OF PRIVATE AND COMMERCjAL DIVES arirFOR PRIVATE RESIDENTIAL DRIVES, TRY TO MATCH EXISTING WITH A MINIMUM WIDTH OF 12 FT. AND A MAXIMUM WIDTH OF 24 FT, WITH 15 FT. USUAL RADIUS. FOR COMMERCIAL DRIVES, USE ABOVE COMMERCIAL DRIVEWAY DETAILS. ® SEE TYPICAL DRIVEWAY SECTIONS NOTES FOR DRIVEWAY SLOPE CRITERIA. PROP. EDGE OF PAVEMENT !O. O' AIDE alYlOER, FXCE-iO-FACE-CURBS ONE ENTRY LANE AND TWO EXIT LANES (WITH A DIVIDER) --------- -- - - -- PR EDGE - EXIST. EDGE a OF PA ENT7 OF PAVEMENT i M_IAlslm- - lbs -vc. v WuaL MAJL A�W.E(D- 4 OOER, FACE-IO-Fda- CURBS lL7ER, FACE /D FACE-CG64BS WO ENTRY LANES AND TWO EXIT LANES (WITH A I 6" FLUSH TIE-IN TO LAID DOWN CURB & GUTTER ® 5' USUAL (4' MIN.) PROP. ACP DRIVEWAY, 50:1 SLOPI VARIES MATCH �w EXIST. DRWY. EXIST. ELEV. o�z SURFACE L 4" MIN. 4" MIN. PROP. 4" NEW/SALVAGE PROP. LAID DOWN FLEXBASE MATERIAL CURB & GUTTER TYPICAL A5PH. CONC. PVM' T,.,, DRIVEWAYSECTION N. T. S. 6" 2 5' USUAL I VARIES (4' MIN.I A: EXIST. PROP. CONC. o■z CONC. PROP. EXPANSION DRIVEWAY. ��`' DRWY, JOINT MATERIAL VAR - PROP. EXPANSION 2" MIN. JOINT MATERIAL / 2" MIN. USE 4' CONCRETE FOR RESIDENTIAL DRIVES WITH TWO (2) REINFORCEMENT OPTIONS: 1) 6"X 6" X NO. 3 REBAR OR - - PROP. LAID DOWN 2) NO. 6 GAUGE WIRE MESH USE 6" CONCRETE FOR COMMERCIAL DRIVES CURB & GUTTER WITH ONE (1) REINFORCEMENT OPTION: 1) NO. 4 REBAR a 9" C-C TYPICAL CQNSRET CONCRETE SHALL BE SAW DRIVEWAY SECTION CUT TO THE LIMITS OF N.T.S. to REMOVAL WHERE APPLICABLE. & ENTRANCE'S BASE AND SURFACING MAY > ® PROP./FUTURE SIDEWALK CROSSING LOCATION BE EXTENDED BEYOND R.O.W. LINE AS UNLESS SHOWN ELSEWHERE ON P&P SHEETS. REQUIRED TO MEET EXISTING GRADE IN SEE P&P SHEETS FOR PROP. SIDEWALK LOCATION A SATISFACTORY MANNER OF WHICH NO IF SIDEWALKS ARE INCLUDED AS PART OF PROJECT. STEEPER THAN 12:1 FOR COMMERCIAL REFER TO STATE STANDARDS - PEDESTRIAN DRIVEWAY AND 8:1 FOR RESIDENTIAL FACILITIES - FOR ADDITIONAL REQUIREMENTS. DRIVEWAY SLOPE WILL BE CONSTRUCTED. PROP. DWY ALGEBRAIC DIFFERENCE TABLE PROPOSED DRIVEWAY SLOPE TABLE COMMERCIAL DRIVEWAYS 0 A - 6% MAX. COMMERCIAL DRIVEWAYS a 72:1 MAX. ID E R RESIDENTIAL DRIVEWAYS A = 8% MAX. RESIDENTIAL DRIVEWAYS ha $:1 MAX. PRUVATE AND COMMERCIAL DRIVES WIIT1IIf �IiTII�B _& GUTTER ® AREA' Z TO C 0 E USED AREA TO BE USE TO CALCULA7 EQUIVALEN ENGTH PROP. DRIVEWAY WIDTH EQUIVALENT GTH —11 f 2' VALLEY GUTTER r�fi PROP. j P1° ;ISLOPE . o CONC �'^ ° C&G PROP. EDGE OF �� ` LIMITS OF OP. ACP OR CONC. DR WA FOR PAYME PROP. CONC. N Pq SIDEWALK CURB W FLEX BASE (FOR ACP DRIVEWAY ONLY) wRlyF pFF t46L a ? o �� R40 l�/S I_ 6. � ! @ 4r > ��E TYp. TIE TO EXIST. DRIVE WAY VARIABLE IIJ f R.O.W. LENE CURB & GUTTER (TYPICAL >r4F SEE NOTE ASSOCdATED WITH "PRIVATE AND COMMERCIAL DRIVES WITHOUT CURB & GUTTER" SEE P&P SHEETS FOR LOCATIONS OF DRIVES- N.T.S. ® PROP UTURE CONC. SIDEWALK LOCATION ® LIMITS OF SLOPE FOR ® SEE TYPICAL DRI UN SS SHOWN ELSEWHERE ON P&P SHEETS. PROP. CONC. CURB SECTIONS NOTES FER TO STATE STANDARDS - PEDESTRIAN BASED ON 8.3% SLOPE DRIVEWAY SLOPE FACILITIES - FOR ADDITIONAL REQUIREMENTS. FOR SIDEWALK. CRITERIA. LE EQUIVALENT TABLE FOR PAYMENT LIMITS OF 2' VALLEY GUTTER LF OF VALLEY GUTTER- W • Xi • X2 WHERE X1 AND X2 MAY VARY DEPENDING1 RADIUS�y Prop. Driveway ROOius {ON X or (Sq Ft Area Equivalent LF X2 / 2') Length 5' 1 8' 2 10, 4 12' 6 15' 9 18' 12 20' 15 22' 18 25' 24 28' 30 30' 34 SEE DRIVEWAY TABLE FOR LIMITS OF LAID DOWN CURB TO BE PAID FOR AS CURB AND GUTTER DRIVEWAY TYPES TY PB-1 EXIST. PRIVATE OR COMMERCIAL DRIVEWAYS TO BE CONSTRUCTED AS SHOWN WITH 4" NEW AND/OR SALVAGE FLEX. BASE, PRIMED AND SURFACED WITH 114A/SY ACP. CONCRETE (RESIDENTIAL) EXIST. PRIVATE DRIVEWAYS TO BE CONSTRUCTED AS SHOWN WITH 4" CONCRETE. TO BE PAID FOR BY THE SQ.YD. CONCRETE (COMMERCIAL) EXIST. BUSINESS DRIVEWAYS TO BE CONSTRUCTED AS SHOWN WITH 6" CONCRETE. TO BE PAID FOR BY THE SO.YD. ® TxDOT 2017 P14ARR DISTRICT STANDARD Jp TEXAS DEPARTMENT OF TRANSPORTATION DRIVEWAY DETAILS PRIVATE (RESIDENTIAL -COMMERCIAL) PREV. 01 /1 7 DRIVEWAY2. DC PRpJECT NO. FILE N". SHEET o.TE STATE COUNTY CONT. SECT. JOS H]GE 171 LIST. NO, TEXAS 1 21 EXIST. PRIVATE/ COW. DWY. A t 2 A Gt AWE ter_ r G2 r Gt= FIRST GRADE (%) G2= SECOND GRADE (%1 A ALGEBRAIC DIFFERENCE CHANGE IN GRADES ('/.) R.O.W. LINE MIN. 6' _. EXIST. PRIVATE/ ■ NA_ 5LOp� COMM. DWY. 7 ■ Gil FIRST GRADE (%) G2' SECOND GRADE (Y) A - ALGEBRAIC DIFFERENCE CHANGE IN GRADES (%) R. 0. W. I LINE EXIST, ■ Fr' PRIVATE/ COMM.DWY. A G t GI Gt- FIRST GRADE (%) G2. SECOND GRADE W A - ALGEBRAIC DIFFERENCE R.O.W. CHANGE IN GRADES I%) LINE \ r ■ EXIST. A PRIVATE/ COMv1.DWY. Gt• FIRST GRADE 1%) G2• SECOND GRADE 1%) A • ALGEBRAIC DIFFERENCE CHANGE IN GRADES (%) TO BE SET AT PROP. FLOWLINES (BOTH SIDES) SLOPE TO MATCH ROADWAY PARALLEL SIDE DITCH GRADE x 6:1 HY T SURFACE OF EXIST. PRIVATE/COMM. DWY. R. 0. W SURFACE OF EXIST. PRIVATE/COMM. DWY. R. 0. W. LINE M N 5" H ROADWAY TRAVEL LANE SLOPE VARIES SEE TABLE SLOP ■ \ ■ \ r r r 1O TO BE USED WHERE EXISTING ENTRANCE AT SIDE DRAIN PIPE R.O.W. IS HIGHER THAN HIGHWAY PAVEMENT. LINE MIN. 6' rna SH ROADWAY TRAVEL LANE ■ ■r SEE TABLE NO SLOP --� OP VARIES_- 0'�_::SIDE 02 TO BE USED WHERE EXISTING ENTRANCE AT DRAIN PIPE R.O.W. IS AT SUPERELEVATED SECTION. R.O.W. LINE SURFACE OF EXIST. PRIVATE/COMM. DWY. R.O.W. LINE ■ SURFACE OF EXIST. PRIVATE/COMu1. DWY. - SEE TABLE SLOPE VARIES SIDE DRAIN PIPE SLOPE VARIESSLOPE VARIES SEE TARt SEE TABLE,� SEE PROP. ROADWAY PARALLEL SIDE DITCH ELEVATION GRADES ELSEWHERE IN THE P&P SHEETS Y 30 TO BE USED WHERE EXISTING ENTRANCE AT R.O.W. IS LOWER THAN HIGHWAY PAVEMENT. 4Q TO BE USED WHERE NO PIPE IS PROPOSED. TYPICAL ENTRANCE PR©F i LE FOR_ DRIVEWAYS WOUT C&G PROPOSED DRIVEWAY SLOPE TABLE PROP. DWY ALGEBRAIC DIFFERENCE TABLE COMMERCIAL DRIVEWAYS 0 12:1 MAX. COMMERCIAL DRIVEWAYS P A - 6% MAX. RESIDENTIAL DRIVEWAYS P 8:1 MAX. RESIDENTIAL DRIVEWAYS W A • 8% MAX. DR[ LLVEWAY PROP. WIDTH TU MATCH EXIST. MIN. 12" FOR DWYS (RES. & COMU.)AND/OR DRIVEWAY PAVEMENT AT R.O.W. MIN. 15" FOR DWYS (CTY. RD. & CITY ST.) EDGE OF II 1 SHOULDER:�,r PROP. NEW R.C.P. (CL III ) EXTENSION EXIST./PROP. SIDE DRAIN PIPE PROP. NEW j R.C.P. I CL 1 1 I ) EXTENSION ❑ - 1' MIN. ON DRIVEWAYS (RES. & COMM.) 2' MIN. ON DRIVEWAYS (COUNTY RD. & CITY ST.) PROP. S.E.T. SLOPE TO MATCH ROADWAY PARALLEL SIDE DITCH GRADE T ALL ENTRANCES CONSTRUCTED ON THIS PROJECT ARE SUBJECT TO CONCURRENCE WITH EXISTING GOVERNING REGULATIONS AS SET OUT BY THE STATE - TEXAS TRANSPORTATION COMMISSION. ENTRANCE'S BASE AND SURFACING MAY BE EXTENDED BEYOND R.O.W. LINE AS REQUIRED TO MEET EXISTING DRIVEWAY GRADE IN A SATISFACTORY MANNER OF WHICH NO STEEPER THAN 12t1 FOR COMMERCIAL DRIVEWAY AND 8:1 FOR RESIDENTIAL DRIVEWAY SLOPE WILL BE CONSTRUCTED. ALL FLEXIBLE BASE USED FOR PRIVATE DRIVES & COMMERCIAL DRIVES WILL NOT REQUIRE LIME TREATMENT. EXACT LOCATIONS, DIMENSIONS, AND TYPE TO BE ESTABLISHED DURING CONSTRUCTION BY THE ENGINEER. PROP. WIDTH OF DRIVEWAYS TO MATCH EXISTING WIDTH AT R.O.W. LINE. 114 a/SY ACP (COMPACTED) IS EQUAL TO I IN. DEPTH, 171 a/SY ACP (COMPACTED) IS EQUAL TO 1'/2IN. DEPTH. SIDE DRAIN PIPES TO BE INSTALLED WHERE ROADWAY DITCH DRAINAGE IS NECESSARY, AS INDICATED ON PLANS AND/OR AS DIRECTED BY THE ENGINEER. SIDE DRAIN PIPES TO BE INSTALLED WITH A MINIMUM OF 12" COVER WITH PROPOSED RESIDENTIAL & COMMERCIAL DRIVEWAY MATERIAL OR 15" COVER WITH PROPOSED COUNTY ROAD & CITY STREET ROADWAY MATERIAL. AVERAGE DRIVEWAY DIMENSIONS SHOWN ON TABLE OF DRIVEWAYS (ELSEWHERE IN PLANS) ARE FOR ESTIMATING PURPOSES ONLY. ACTUAL DRIVEWAY DIMENSIONS MAY BE CHANGED BY THE ENGINEER BASED ON EXISTING FIELD CONDITIONS. THE RATE OF PRIME COAT SHALL BE 0.10 GAL/SY FOR PRIVATE AND/OR COMMERCIAL DRIVEWAYS AND 0.20 GAL/SY FOR PUBLIC DRIVEWAYS (COUNTY ROADS AND/OR CITY STREETS). TYPICALLY A CHANGE IN GRADE OF THREE PERCENT (3Y.) OR LESS AND A DISTANCE BETWEEN CHANGES IN GRADE OF AT LEAST ELEVEN FEET (11') ACCOMMODATES MOST VEHICLES. HOWEVER, LITERATURE SUGGESTS THAT A SIX PERCENT (6%) TO EIGHT PERCENT (8%) CHANGE IN GRADE MAY OPERATE EFFECTIVELY. INDIVIDUAL SITE CONDITIONS SHOULD BE EVALUATED TO ACCOMMODATE THE VEHICLE FLEET USING THE DRIVEWAY. © TxDOT 2017 PHARR DISTRICT STANDARD 9 - 6: 1 SLOPE REQUIRED ATrAt�t Ih Ar-Kllr Armen A A I PARCEL 16 ACCESS 11F. 0 40' so, DETAIL GRAPHIC SCALE IN FEET (COUNTY ROAD NO, 10 j0r%0pr 'Tv r iw- I Fence i Gate (Data i1 241 n zu haet 5 allle gghard I I FRANCfSGO JAW R ROJAS AND BERTHA CHAVEZINS No. 0214074153 O.RR.TC r FRANCI CO Asphall Transition VAR A � � CALLED 1.69 AGRES °41 INS. NO. 0214086,906 0_P_+4. T G_ r, 0 � PR RTY - I t lnrt ap zo �l CD DEEV 1 WE PERA?ANENTACCESS EASEMENT 3.229D ACRES M973 S.F.) FRAAII ISCO VARGAS � � AND MARIA INEZ VAR AS CALLED 4,32 NACRES �� INS, NO. D 1,3 6US94 O.P.R TC.T, vll LINE TA13LE LINE Of DIREG7I0IN LENGTH L1 S57'52'51"VV 23.rkr4` L2 N8,q'44'GD" E 2a (N)' LINE POINTOF McPherson Rd 8EGlI`vNlJVl3 Edge of Asphalt NAIL FOUND 48 ft pRof _ry LrirE 1 I C AWCHA5L J &ARMS14 AAV 4fANNA BA RT05rr -NACr I- va 0.PR rC r I r � 3 ATTACHMENT AD3-15 0318,040•11 ADDENDLIM NO. 2 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY Of= FORT WORTH [UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF SANITARY SEVVER MAIN 257 PART 2A CITY PROJECT NO, 01227 Addendum Release Date: February 20, 2C19 Hid Received Date: February 14. 2019 Revised 131d Date. February 28, 2019 Thla addendum forms part of the Contract docurnet7te referunced above and modifres the original Ccnfrac I Documents. AckncwJedge receipt of Ihls add endumn by signing and aIIac Ming I (o the Contracl Documents (inside cover), Note recelpt of the Addendum in the Bid Proposal and on the ouler envelope of your bJd, T0; PROSPECTIVE BIDDERS AND PLAN HOLDER The Plans, P aciflcafiarts, and Gontract Documents shall be I110difled as required by the followfnq Iterns: Item -1 Specificatforxs, 00 11 13 if VFrATION TO BIDDERS, DELETE this sectlon In its entirety airrd 16plaoe It as shown in (ATTACH MEW AD --1) Please acknowledge recelpt of the Addendurn in the following locations' 1) In the space provided betow. In the proposal. 3) Indicate in upper case letters on the outside of the sealed bid envelope - "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 7" QFTY of FOR,r WORTH Up or and A+I'dle VibV Pilf'40r Rckf Sanitary sewer Maln, 257 Part 2A crly Pr*ct Na, 01227 F:1PraJRa19lA11OW40-0I Sper-Arim flrraI Part ZA Spr�airice lc nsiAddenda4Addaajum 24Addendurn_2 Covar.dnr. ADDLE J UJk,+1 2 — PAGE 'I OF: 2 4318d0-1 1 Failure to acknowledge the recelpi on Addendum No, 2 could cause the subjecl bidder to be consWered "NON-RESPONSWE", resultIng In disqualification, A signed copy of this addendum shall be placed into the proposal at the time of bid submittal, All Items in ;: R(licl With IN& addendum are hereby deleted, THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE, ALAN PLUMWER ASSOCIATES. INC. sy: -X.. � George I. EaraI , P.E. February 20, 2019 0 IF Ile ... A......................x.... � * .I 1bP*P*40w*..I.1...... Y...... W. 1 97448so Seal �J el � WATER DEPARTMENT DIRECTOR CHRIS HARDER, P.E. Y.- Tony Shulota, P.�. Senior Capital Projects Officer (Water Dept,) Recelpt Acknowledged: { By: ,fA'M 9o4 ror rem er- I TlUe --- --- Company CfTY OF FORT WORTH l 1ppor arW Kurd% Mitage ParbProl Relief Sunilary SUM MAIrn, 257 Part Chy Frngacl No_ III PY F '1PTr3jer1s3)31M040.0TIS eablFinal4Fhal Pan 2A sp9arlirairo-n%Wdandt%%Addendum 24Addendurn 2 Gover.doa ADD FNDI I 9 — PAr;F 7 MP � W)I1IS-I IlVV1TA_fl0NT0BEVI V1A Pogo I of-7- 1 SECTION 00 11 13 2 rNV I'ATION TO BIDDERS 3 RECEIPT OF BEDS 4 Sealed bids for the conrlruct ion ofSunitsry Simer MaIn 5?, UpW &. Middle V1unge Creek 5 Parallel Re] lCfMain — PArt 2A, City Project No.: 01227 tyiII be r"cived by the City of )~orl 5 Worth Purchasing Office; 7 8 City of Fart Wonh 9 Purch sink; Division 10 1 000'rhrackmartun Street Fort Woilh, Texas 76102 12 unti1 1:30 P.M, CST, Thursday, February 28, 2019 and bids ►vial be opzned publicly and read 13 aloud at 2,00 PM CST in the Council Chambers. 14 15 GENE, RAL DESCRIPTION OF WOR 1.6 The major work will consist oft he (approximate) following: 17 + Approximately 12,570 i..F of 60-inch sanitary sewer pipe (Fiberglass SN72) by open Cut, is • Approximately 1,750 LF of60-inch sanitary sewer pipe (Fiborglass N72) in 84-hich 19 We l casing or tunnel liner or wood box. 20 op Approximately 30 LF or49-inch sanitary sewer pure �y opt cut, 21 • Two ( ) :sanitary sewer Concrete lu=tian Structures. 22 a One inverted sfplion with Iwo (2) Siphon Boxea inchidir .160 LF of48 & 36 1P10 pilxe. 23 24 PLlrlfi UALMCATION 5 The improvements included in this project niust be pertbrmed by a contractor who fs pre - 26 qualified by the City at the time of bid opening. The procedures for qualifica ion and pre- 27 quo Iification are -outlined in the Section 00 21 13 — INSTRU TIONS TO 131DDERS. 29 29 DOCUMENT EXAMINATION. ION AND PROCUREMENTS 30 The -Bidding and Contract: Mmmews tray be examincd ur obtained on-line by vlsIli ng the City 31 of Port Woirrh"s Purchasing Division website at htten/iwww.fortworthtexasapyburchasingl and 32 clicking an [lie Bu fkw link to the advertised Fro*1 folders on the City°s Iiuzzsaw site. The 33 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 34 sup phcrs, The contractor is rcgJvtred to fill oitt and no#aria the Certificate of interested 35 Parties Form 1295 Jaod the form niu:xt 6e nubmiiled to the Project HanJager before the 16 contract will be presenIed In the City C'u►inel1. The form c;rn be ohtnlned nt 37 httus: /tww" thi".1Iate.ft.im/1 W]295-Inlb. Min . H {: rIY OF FORT WOR-ni STANDARD CONSTRUCnGN SPFk7FTCA'E ON DOCWFI%MZ Revived D"cntbet22r 2016 Vtnr eid DII"0 P3%%Pn1W7r0RA1nn1 P*1 TAM4 W I II—WallueN Blihlrrxdbe SimiEwySeverMain 257— Pat2A City ?Tajcd No.: O T227 ADDENMJM NO. 2 ATTACITAENT AD2.1 I 3 4 S 6 7 to 11 12 13 14 Is 16 17 18 1.9 20 21 22 23 24 25 26 27 28 29 3U 3.1 32 33 34 35 36 0011 13-7. INVrrAl'1 NTObIDDER9 Pugc 2 of 2 Copies of the Bidding And [;oatmel Ducuriwnts may he purchwed fmm Alan Plummer Associ ales. Inc.. 1320 S. ilrtiversity Dr., Suite 300. fart Werth. "Texas 76107-5764 The cost of Bidding, and Contract Do.=ts i5: Set of Bidding and Contract Documents with fu31 size drawings: V 20 Set of Bidding and Contract Documents with half si[z (if avaiIablc) dmwings. No half size draiwirtgs available. A 24-1hour notice must bo given to the Engineer prior to pickiftg up drawings and specifications. PREB1D CONFERENCE A prebid ctxtlfm=- mny he h6d as described in Section 60'2 i 13 - IN STRUCTIONS TO BIDDERS at this following location, date, and time; DATE: January 29, 2019 TIME: 10,00A PLACE: 311 West 106 Street Fort Worth, 'rc= 76102 LOCATION: Traffim Engineering Cnnrcrence Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS C" reserves the right to waive irregularities and to a3ccepi or rejecl bids. INQUMMS All inquiries relative to Ibis procurement shokdd be addresqed to the fallowing: Attu: Jelin R. Kasavioh. P_1;_, City of Fort Worth Ernail, John_ asavicltrMforhvorLhF-ov.org Phone. 917-392-8480 AND/OR Attu: George Farab, P.E., Alan Plummer Associates. Inc. Email' d,arah(ejWpgient+.rorrl Phone 817-806-1700 ADVERTISEMENT DATES January 17, 20) 9 January 24, 2019 37 END OF SECTION MY OF FORT 9v0RTH S'!'AN1DAXD DONSTRlC MN $PF.iMVK-ATMWCU ER" Revised WcxNber 22r 2C!1fr P.*Yo aM1R'WUI*MFL TgwZM�6dIPortTA8uV1Ac4R rfA4dUAiU6P116919)y4WI199111ti_Wwnlu■wh6dierulaa sanllary.sevm Main 257— Port 2A CityPi*ut IY-: 0122.7 ADDENDUM NO. 2 ATTACHMENT AD2-1 'le-040-11 ADDENDUM NO. 1 TO CONTRACT D0CiJMENTS AND SPEC IE'ICATIONS FOR CITY OF FORT WORTH UPPER AND MIDDLE VILLAGE CREE X PARALLEL RELIEF SANITARY SEINER MAIN 257 PART 2A CITY PROJECT NO, 01227 Addendum Release Date: February 7, 2019 Bid Received Date: February 14, 2019 Devised Bid Da to, l=abruary 21, 2019 Thls adcli�tndurn forms part of the contract documents referenced above and modifies the orlgtnal Contrast Dooumnrits, Acknawledge reinelpt of this addendum by signing and attar,hIng It to the Contract Dururnents �Inslde coven, Acts receipt of the Addenduixr In the Did Proposal and an tho outer envelope of your bld- TO: PROSPECTIVE BIDDERS AND PLAN MOLDERS The Pians, SpecIficalIons. and Contract Documents Oall be rnodfled as raqulred by the ATTACHMENTS AD1-1, AD1-2, A01-3, AD1-4, AD1-5, AD1-6. ADIt 7. ATTIACHMENT AD14, Addendum Scope ATTA HMEN'r AD1- , Revised invitation to Bidders ATTACHMENT ADD-3, Revised meet '12 ATTACK MENT AR1-4, Revised Sheat 26 ATTACHMENT AD 1-5, Rev1sod Sheet 44 ATTACHMENT AD1-6, Revilmd Sheet 46 ATTACHMENT AD1.7. Revised Sheet 47 ATTACHMENT ADI-8 M&C C -2902S Please acknowledge rece[pt of the Addendum In the following Jdcolons4 1) In the space provided below. ) In the Proposal, 3) 1ndfeate In upper ease letters on the outside of the Seated bld envelope. "RECEIVED & ACKNOWLE€]GED ADDENDUM NO. 1° Failure to acknowledge the recelpt on Addendum No_ 1 could cause the subject blddor to be conOdwed "NOW -RESPONSIVE", resulting In dis.Pafiffcatfon. A slgPIed copy of this addendurn shaft be placed Into the proposal at the time of bld subrni tal. All Items In cpnPict with Phis addendorn are hafeby deleted. CITY OF FORT WOWK Upper Emcp w-ltrdta vii*L Pareklot4�ollar 5an1lary Sewer MolrM 267 Pert ZA F:WeJ8c1AWIM00-01%Spec43Frno1%9ne1Parl2A Spno[Mr;aIonslFtiddendaLAddeWumJMdsna"uF 1,dDa CJIy F'raJQcl N4. 01727 ADDENDUM 1 —PAGE 11- OF 2 0318-DAB-11 THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE, ALAN PLUMMER ASSOCIATES, TNC. 1 Lip: George I. Farah. ,E, February 11, 2019 .::.:....... ............... .... j ! GEORGE 1, FARAH 1r,..�.....4.r48.. deg# �1Kd.�ICf�N���'i WATER DEPARTMENT DIRECTOR CHRIS HARDER, P. BY: ` 0 Tony Sholala, P.E. Senlor Capital Projects officer (Water Dept,) Receipt AOncwledged; Icy: Tile Company CITY OF FORT WORTH Upper end MWM Vlllag* Finallal Re DrSanl" ft mr MaLn, 257 $3arl ZA filly Fminer No. 01F27 F=3proje�I�I08 fb1441 1�Sp9cs IraARFlnai Per? 2A BpeaElSc6450M6VddandAAdderldum 10ddMdLrTn_i,tfoa ADDE14DUM 1 — PAGE 2 OF 2 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF SANITARY SEWER MAIN 257 PART 2A CITY PROJECT NO. 01227 ATTACHMENT AD1-'I Addendum Scope 1em 1-"1 031&-04(L1I Specifications. 00 11 13 INVITATION TO BIDDERSr DELETE this sacllon in its antirety and replaced as shown In (ATTACHMENT AD1-2, REVISED INVITATION TO 130DERS) Item 1 - pecfficatlons, 00 45 40 MINORITY BUSINESS ENTERPRISE SPECIFICATIO MBE PROJECT GOALS C HA NO E "FINE PIWRDENT (5%)" TO "S IX PERCENT (6%)" Item 1�3 pi cdflcation, 00 73 00 SUPPLEMENTARY CONDITION SC4.01A.2. "AVAILABILITY OF LANDS UTILITIES OR OBSTRUCTIONS TO BE REMOVED, ADJUSTED, AND/OR RELOCATED ADD the following: "REGARDLESS OF WHEN }PTO GAS COMPANY'S 10-INCH OAS PIPELINE RELOCATION IS GONIPLETE, THE CONTRACTOR SHALL HONOR T14E UNIT B#D PRICES FOR THE DURATION OF THE PROJECT AND NO ADDITIONAL COMPENSATION SHALL BE PROVIDED FOR ADDITIONAL DEMOBILIZATION OR REMOBILI ATION SHOULD THE XTO RELOCATION IS DELAYED. THE MAYOR AND COUNCIL ACTION ON THE REIMBURSEMENT AGREEMENT WITH XTO WAS ON FEBRUARY 5, 2019 M&C C-29 028, 8 EE APPENDIX FDIC APPROVED M &C" f r7Y OF PORT WORTH Upper =d MIddle Vrlrap ParakiE R91.1 F Sri i Ila;y Sewer Mal rr, 25711lr1 2A C-Ry Pjucr Nu. Qi2?.7 1=;1ptGgiNcWO31811340-011Spmts%F1rmAFJnal Part 2A SpecifaealJorms Addtmd@VAdd a a&rm r1Addendum_1_AD1-1Aw PAGE 1 OF 1Q ATTACHMENT A01-1 Item 1-4 031"40-11 SpecificaLon 33 05 21 TUNNEL LINER PLATE Fart 1, Section 1.1 Para raph R INSERT THE FOUOWIN 1. Tunnel Liner Plata with internal diarnWer of 84-Inch In diameter shall have n rnlnr mum gauge of 8 for -flange liner plate, unless the manufacturaft calculations provided to {Ownmr show thaL a thicker gauge is nai:€essary. . No Four (4) flanged IInerr plate are allowed". Itam 1-5 Speclficatlon 33 05 22 STEEL CASING PIPE Part 1, Socticn 1.1 Paragraph 5 INSERT THE FOLLOWING "1, Steel Casing pipe 84-Inch in diameter shaII have a minimum wall thickness of 1-Inch." Item 1- SPE CIFJCATION 33 05 23 HAND TLJNNELlNG Part 1, Section 1.0i Paragraph, B ADD the following: "1) If the Contractor users Lhe Wood Buxl Timbor Box (of the Tunnel wall, the Contractor's rrreftd shall ensure full beadng of the sell against the wand box without settlement or movement of the surrounding sail, 2) Oorrtractar shall submit a shop drawing Including the cakculatJons signed and sealed by a Texas Uneri sad ProfesslonaI Engineer for the wood box design," Item 1-7 SpBcfficatiar Sr APPENDIX--6.06D MINORITY & WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE REVISE the MBE project goals on the form entitled "MINORITY BUSINESS ENTERPRISES SPECIFICATIONS SPECIAL INSTRUCTION$ FOR OFFEROIRS" from h. 1114°l0" T "v°%C CITY OF FOTTTWORTH UT;par and Mlddla VWWge PWaNLLl R-aUaf Sad Lary Stmwr Mairk, 267 Part 24 CRY Prnjec! No_ 01227 F �p�xsJe{ 3a1 3#i 4Q Q SSpec$3F�n�ih�lnal Part 2A Spec]ik ;Ien&WdandEi"andum lWitendurn_i_AUI-IAw PAGE 2 OF 10 ATTACHMENT ADI-1 |mrn1-8 Q18-q$11 Platis, COVER SHEET UPDATE Sewer ProjectNo. 16 0700430 5740010 01227 017 ' UPDATE X numberb be 5 1' Item 1-9 Plans, Sheet 3 GENERAL NOTES DELETE "8121(CURT SHARPY and REPLACE W" q 62 HAD VVH7EHE&D ADD ARRANT COUNTY PERMITS 81 14 EREMY DUSKIN ADO 1he fallowIng note In thn TARRANT COUNTY NOTES sec|| 7. CONTACT MR. HATCHES ]7) 266-78-17. AT TARRANT COUNTY ENGINEERING OFFICE 24 HOURS PRIOR TO ANY WORK ONmTm- QTY OF FORT WORTH Upper md»d4aV m.h AEI e plilary!5i_r Migh 267mq U«PR mn7 E1PkEQ1 e $Bo�4 nI ,_§ wnmfPail 2A SpedflcakiislAddarielalAddiandLirn I�Aaridm2—AD4wdm PAGE 3OF10 ATTACHMENT A-1 0318-040-11 Item 1-10 Plans, Shoot 4 GENERAL MOTES REVS S F the Table for'SANITARY SEWER FLOW MONI PORING RESULT " as fWmvs FLOW CONDITION FLOW hAG l7 TOTAL AVERAOI= DAY FLOW BURLE"SON 4,00 TOTAL PEAK WET WEATHER FLOW BUR ESON 16.80 TOTAL AVERAGE DAY FLOW CRO LE 1.51 TOTAL PEAK VVE'f WEATHER FLOW (CRO LEY)_ 5_27 THE FLOW DATA 1S FROM THE TECHNICAL MEMORANDUM TITLED "REVALUATION OF THE VILLAGE CREEK BASIN GIP INFERS FOR BURLS ON PEAK FLOW" DATED OCTOBER 18, 2016. AUTHORED BY FREESE ARID NICHOLS. THE ENTIRE MEMORANDUM IS AVAILABLE FOR THE CONTRACTOR UPON REQUEST, INSPRT the (allowing; "40, CONTRACTOR IS PROHIBITED FROM PERFORMING ANY BORE OR TUNNELING AOTW TIES BETWEEN THE HOURS OF 6:00 PM AND 7.00 AM 41. CONTRACTOR IS PROHIBITED FROM PARKING BELOW TREES AND WITH IN THE DRIP LINE OF TREES, UNLESS WRITTEN APPROVAL FROM THE PROPERTY OWNER [S PROVIDED TO THE CFTY 42, CONTRACTOR IS PROHIBITED FROM STOCKPILING MATERIAL OR EQUIPMENT ON THE EXISTING CITY OF FORT WORTH 2O-FT VVIDE Imo. EMENT FOR EXISTING MAIN-2 7 WITHOUT PRIOR APPROVAL FROM THE CITY'S FIELD OPERATIONS STAFF. 43. CONTRACTOR SHALL REPAIR ANY DAMAGES TO ROADWAYS USED FOR CONSTRUCTION ACCE TO CONDITIONS EQUAL OIL BETTER THAN PRE- COCNSTRUCTION CO NO ITI 0 NS AT NO ADD COST TO THE OWPNER. 44. OHESTER fN 701 UNING MATERIAL COULD 13E AN ALTERNATE TO WARREN ENVIRONMENTAL LINER PROVIDED THAT THE CONTRACTOR INTENDING TO USE THIS ALTERNATE PROVIDE A MATERIAL SUBMITTAL AND DECEIVE PREQUALIFICATIONS FROM THE CITY PRIOR TO BIDDING." Delefiq U1e words "S ECTEON 01110" from the title of the last column of notes on this sheet ADD the following words after "3, CONSTRUCTION ZONE 2' STATION 61+40 TO STATION 96+83" CITY Lf PORT WORTK Uppmr wid Mklo VlWuge Puradel ROW SuniCgry Seww MOIn, 257 Parl 2A City Frm[a.l flu. 01227 K:Ipm�octsW31B10� Q13 p� �Fin�llFlt Part2A1)Addondum_1_ATJ1-1A= PAGE 4 OF 90 ATTACHMENT A01-1 n e-04 $R \BEGIN ONCOR CONSTRUCTION ZONE AND LIMITED CONSTRUCTION ACCESS, REFERENCE TEMPORARY ACCESS AGREEMENT WI H ONCOR. |e! aq Plarl % Sheet GENERAL PROPERTY MAP & C ONTROL P01 NTS: DELI PARCEL NO. # | and REPLACE With PARCEL NO. 0 tem1-2 Plans, Sheet a GENERAL PROPERTY AND ACCESS EASEMENTS MAPS DELETE THIS SHEETS W S ENTIRETY. Shea |'OGENERALPROPERTY AND ACCESS EASEMENT MAPS ADD the following %: CONTRACTOR SHAD REFERENCE APPENDIX C FOR CONDITION OF ACCESS ON THESE PROPERTIES" Item 1-14 PIa ns. Shoot IIGENERALPROPERTY AND ACCESS EASEMENT MAPS: DELETE PARCEL NO. # and REPLACE WIth PARCEL NO. S DELETE 'EE JOWELL JR.'ELAINE H. JOWELL 9 515 AC, INST. N0, 0207250812 D.RX. C.T And REPLACE with UTY OF Foy WORTH !R, 9redkdcfl e G, Ar d AwfAAmy»weT Main.2b7 Part Y PfUJI30t NO.m27 K,Fe,Ag2Aepui;A6mr.W6d@"rwmi&«,«urrL_y4aA, PAGE 5OF10 TACHyENT AD4« 031"40-11 "FERNANDO GUTIERREZ, INS. NO. D 13031104 O.P.R.T. .T.- Its 1- 5 Flans, Sheet 12 GENERAL PROPERTY OWNER INI=ORMATION REPLACE sheet In Its entirety (ATTACHIVE NT AD1• ) Item 1-16 Flans, Sheet 17 PLAN AND PROFILE STA 24+00 TO 33+00 ADD the fallowing note: `10. CONTRACTOR SHALL REFERENCE SCOPE OF WORK NARRATIVE FOR THE ORK ON THE 0HUROH PROPERTY IWCLUDED IN APPENDIX -4.01 Item 1-17 Puns, Sheet 15 PLAN Ark❑ PROFILE STA 10+00 TO 15+00 DELETE'"E . S.S. MAIN- 5713" calloot and REPLACE wfth'Ek S, MAIN- 67D -1221 " Item 1-18 Plans, Sheet 21 PLAN AND PROFILE STA 60+04 TO 69+00 In profile, DELETE "4 .0 LF OF 60" FRP CLASS SN 72 (SANITARY SEWER PIPE) A TIAh D3262 OR APPROVED EQUAL 0 OPEN CUT EMQEUMENT & 13ACKFILL PER DETAIL 33 05 10-0005 AND 0201 S IN ST NDARD DETAILS" and REPLACE with "4 .0 LF OF 60' ERP CLASS SN 7 (SANITARY SEWER PIPE) ASTIM D3 62 OR APPROVED EQUAL. BY OPEN CUT EMBEDMENT & CS BACKFILL PER 1)ETAI� 33 05 10-D003 AND D a1R IN STANDARD DETAkIL" Item 1-19 Plans, Sheet 22 PLAN AND PRORLE STA 59+00 TO 7&1.00 In praflie, DELETE "STA 71+40,O4 BEGIN SOTO " And REPLACE with "STA 70+40.00 SEOIN 130TO " CITY OF FORT WORTH Uppur and Wddru Miinge Pambi i ief SmAmy So~ Ma2n, 257 Part 2A CIV Proloak Flo, 01227 Fl;pmbmtsi[M MD40-01tiSpec5TIrralWirkMPnpt1AWdmidurri,E_AW-1.dau PAGE 6 OF 10 ATTACHMENT 1-1 031 a-040-1 i In profile, DELETE "560.0 LF OF 60" FRP CLASS Sly 72 (SANITARY SEWER PIPE) IN 84" STF EL CAS] NG. TUNNEL LINER PLATE OR WOOBOX TUNNEL ASTM D3262 OR APPROVED EQUAL E30TO EMBEDMENT AND BACKFILL PER DETAILS 33 05 24-0203 AND 33 05 4-204 IN STANDARD DETAILS" And REPLACE with "660.0 LF OF 60" FRP CLASS SN 72 (SANITARY SEWER PiPE) IN 84" STEEL CASING, TUNNEL LINER PLAI-E OR 001) BOX TUNNEL ASTM D3262 OR APPROVED EQUAL BOTOG EMBEDMENT AND BACKFILL PER DETAILS 33 05 4-D203 AND 33 05 4-204 IN STANDARD DETAIL °' Jn profile, OELEETE " 240.0 LF OF 60" FRP CLASS SN 7 (SANITARY SEWER PIPE) ASTM D3262 OR APPROVED EQUAL BY CPEN CUT EMBEDMENT a VA KFILL PE R 0ETAIL 3 3 or) I0-DOO5 AND D201B Its STANDARD DETTA)L " and REPLACE WIth "240,0 LF OF 606 FRP CLASS Sirs 72 (SANITARY SE I:-:R PIPE) ASTM 03262 OR APPROVED EOLJAL. BY OMEN CUT EMBEDMENT & CSS BACKFILL PER DETAIL 33 05 10-DO03 AND D201B fN STANDARD DETAILS" In profile, DELETE "100.0 LF OF 0" FRP CLASS SN 7 (SANITARY SEWER PINE) ASTM D3262 OR APPROVEO EQUAL BY OPEN CUT EMBEDMENT & BACKFILL FILL PER DETAIL 33 05 10-D005 AND 020113 JAI STANDARD DETAILS" ` and REPLACE with "100.0 Li" OF 60" FRP CLASS SIr! T (SANITARY SEWER PIPE) ASTM D3262 OR APPROVED EQUAL BY OPEN OUT EMBEDMENT & CSS BAC KFJLL PER DETAIL 33 05 1O-DO03 AND D201B IN STANDARD DETAILS" Item 1- 0 Pions, Sheet 23 PLAN & PROFILE STA 78400 TO.87+00 4a In Mai) view. INSERT c-91r) to 5' ILIA EXTERIOR DROP MH c0out at STA 85+11.29 In profile, DELETE "100.0 LF OF 60" FRP CLASS SN 72 (SANITARY SE1+Vl=R PIPE) ASTM D3262 OR APPROVED EQUAL BY OPEN CUT EMBEDMENT & BACKFILL PER DETAIL 33 05 10-D005 AND D201B IN STANDARD DETAILS" and REPLACE v&h "100.0 LF OF 60" FRP CLASS SN 7(S ANITA1RY SEWER PIPE) ASTM D3262 OR APPROVED EQUAL BY OPEN OUT EMBEDMENT & CSS BAG KFILL PE R D>=TAiL 3:3 05 10-DOW AND D201 B IN STANDARD DETAIL " In profile, DELETE `700.0 LF OF 60" FRP CLASS SN 72 (SANITARY SEWER PIPE) ASTM D3262 OR APPROVED EQUAL BY OPEN CUT EMBEDMENT DMENT & BACKFILL FILL. PER DETAIL 33 05 10-0005 AND ID2(1'IB IN STANDARD DETAILS) CITY OF FORT WORTH Upper and Mldd his Vil ILqfgr3 Puraki Railif Sm linty SPwiqr M*Mn, 2tj7 b'+3dt 7A City Prulu ! Na. 01227 :tipruJ C1 10 l8}fr4O-0il5pecs�Fitsall ln+�t Fart 2A I1Addeudum—1 AD1-1. ac PAGE 10F 10 ATTA HMENT ARIA 0318-d40-11 and REPLACE Wlh "700.0 LF OF 60" FRP CLASS SN 72 ( AN ITARY SEWER PIPE) A TM D3262 CAR APPROVED EQUAL BY OPEC! L-]-r EMBEDMENT & GSS BAOKFILL PER DETAIL 33 06 10-D003 AND D201 B IN STANDARD DETAILS" Item 1-21 Plans, She at 24 PLAN AND PRO F€LE STA 87+00 TO 96+00 In profIle, [DELETE "160.0 LF OF 50" FRP CLASS SN 72. (SANITARY SEWER PIPE) AST€ti+] D3262 OR APPROVED EQUAL BY OPEN CUT EMBEDMENT & BACKFILL PER 0ETALL 33 05 10.0005 AND D201B IN STANDARD DETAILS" and REP LAC E Wth "160,0 LF OF 60' FRP CLASS SN 72 (SANITARY S EVV ER P]PE) ASTM D3262 OR APPROVED EQUAL BY OPEN CUT EMBEDMENT B1 CKHLL PER DETAIL 33 05 10-D003 AND D 01I3 lid STANDARD DEtTAILSO In profile, DELETE "280.0 L.I= OF 60" FRP CLASS SN 72 (SANITARY SEWER PIPER) ASTM D3 62 OR APPROVED EQUAL BY OPEN CUT EMBEDMENT & RACKFILL PER DETAIL 33 05 10-0005 AND D201B IN STANDARD 0E=TAILS" and REPLACE with '280.0 LF OF 60" FRP CLASS SN 72 (SANITARY EWER FIFE) ASTM D3 62 OR APPROVED EQUAL BY OPEN OUT EMaEOMEN1T & C}SS BACKFILL PER ICE TAIL 33 05 10-DO03 BIND D20IB IN STANDARD DET ILS" In profile, DELETE "15.0 LF OF 60' FRP GLASS SIN 72 (SANITARY SEVVER PIPE) ASTM D3262 OR APPROVED EQUAL BY OPEN CUT EMBEDMENT & BACKFILL PER DETAIL 33 05 10-DOGES AND D20113 IN STANDARD DETAILS" and REPLACE v4th "15,0 LF OF 60" FRP CLASS SIN 72 (SANITARY SEWER PIPE) ASTM D3262 OFF API RCVED EQUAL BY OPEN GL T EMBEDMENT & CSS BAC:KFILL PER DETAIL 3 3 03 10-D003 AND D201 B IN STAN DAR'D DETAIL S" Itgrrt J- Flans, Sheet 25 PLAN AND PROIFILE STA 96+00 TO 105400 REPLACE sheet in 1W entirety (AT-fACHMENT AD1-4) tte 1-23 Plans, Sheet 33 GRE EK CROSS SECTION AND DETAIL DEL E'rE "CREEK GROSSI NG DATA" table and REPLACE Vjth fahip s,howfi below: C" of FORT1A of;mi Upper &nd Wdiin Viligub Pay WWI RUH199 39nitRly Sc,- m Mafn, 267 Pert M City Prof ocl No. 121227 F:�proJedat43iB�04Q•41�SpecslFlnai4FinaEPart 2ASp+3�!iflmWurm1Addenda3A *dam MddendLm_1.AD1-1,6nr. PAS 8 OF 10 ATTACHMENT AD1-1 CREEK CROSSING DATA Top OF CONOETE 51PHON PIPE CRER XX SIPHON XX SIPHON GABION PAVING KELM NAME DIA. PIP -El DIA. PIPE 2 FLEV, ELEV. (BOTH PIP1 S) OEEN CREEK( VARIES 60.00 36 48 60�,99 Item -24 Plans, Shaut 31 PLAN & PROFILE STA 150+00 TO 1 9+ 0 CHANGE "112" OASu TO "10" CAS" ADD the following mate: "18. '10" XTD GAS PIPELINE. SHOWN AT STATION 154+30 WILL BE LOWERED BY XTO IN THE SPRING OF 2019. THE XTO PIPELINE IS E XPEOTEJD TO HAVE i 7-FEET OF COVER." Itom 1- 5 Plans, S heat 34 81PHON BOX VI AN D 42 SECTIONAL PLAITS DELETE "REFER TO SKEET C-016 AND rya NORTH OF DEER REEK" and REPLACE with "REFER TO SHEET C-016, -4, AND S-5 NORTH SLOPE OF DEER CREEK" DELETE "REFER TO SHEET U-016 AND S-5 NORTH OF DEER CREEW and REPLACE wEth "REFER To SHEET O•016, S-6, AND S-7 SOUTH SLOPE OF DEER REM" ADD NOTE "4, REFERENCE DETAIL 203 ON SHEET -Ml FOR THE REQUIRFD FLEXIBLE CONNECTION OF THE 60" PROPOSED PJPE." Item 1-26 PJans, Sheet 35 JUC CTION BOXES ail AND #2 S EGTIONAL PLANS DELETE "REFER TO SHEET C-017 AND -7 N0RTH OF DEER C REE1 " ar[d REPLACE vvlih "REFER TO S k-IFET -017, -8, AND S -9° DELETE "REFER TO SHEET C-017 AND 5-9 NORTH OF DEER GREEK" OFFY OF FORT WORTH Upper find MIddle VKIIage Nralial RoileF Sanituy Semr Minn, 257 Par! 2A C:liy PM]Act N13, Ali 22� Fz: pro]malrb IM040-413S e1KlnalTlriml Furl 2A SpodflralIrme iNwId,alAdderidum IOddendpim—# AW-t,dac PAGE 9 QP 10 ATTAG HMENT AD1-I 031 8-04(�- 11 and E NLACE with 'RFFER TO SHEET C-017, -10, ANO S-I I" AID NOTE "4. REFERENCE DETAIL 203 ON SHEET C-901 FOUR THE REQUIRED FLEXIBLE CONNECTION OF THE PROPOSED PIPE," Itam 1- Plans, Sheet 44 JUNCTION BOXES ft I —SECTIONS REPLACE sheet ir� Its entirety JATTACHMENT AD1-5) Item 1-8 Plans, Sheet 46.1UNCT-ION BOXES 42 — SECTIONS REPLACE street In its entirety (ATTACHMENT ADI-6) Flans, Sheet 47 STRUCTURAL SECTIONS AND DETAILS REPLACE sheet In its oniirety (ATTACHMENT AD1-7) Item -30 Plans, Sheet 60 STANDARD DETAILS, CfTY OF FORT WORTH 0ETAIL. ADD the follow] ng rates to deta]1 0211: "4. THE CONTRACTOR IS REQUIRED TO AG HIEVE A WATER TIGFIT CONNEOT]ON BETWEEN MANHOLE BASE AND MIS 5, THE CONTRACTOR SHALL USE A OAST IN PI,AGE F RP COUPLING OR A HYDROPHILIC WATER STOP (ALONG THE CIRCUMFERENCE OF THE PIPE O EACH CONNECTION LOCATION, SIKA OR APPROVED EQUAL) TO HAVE A VVATFR TIGHT CONNECTION BETWEEN MANHOLE AND PIPE," END OF SECTION CiTY OF FORT WORTH Upper riml Mlddla Vallage Parallel Rekf 6aullery sew+ar Min, 257 Pan 2A CAiy Prulio4E No. Oin7 �:4pra�octsk 39Bt#!i 071S ecetiFlrsalLFlrwl PoriidajVVLderdum AAddurldurn_1„ DI-1Ann PAGE 10 OF 10 ATTAOHMENIT ADI-1 OOi111-1 Irn+rr TMtit Tn nlnnpRa Pibie I Ri 2 1 SF�CTMTN 00 11 13 2 INVITATION TO B1T D RS 3 RECEIPT OF BIDS 4 Sealed bids for the constmcdon of Sanitary Sewer Mein 257, Uplier &Middle Village Creek S Parallel Relief Msin — Part 2A., City. PrgJ ett No.: 01227 wi l l be t%eceivcd by the a ty of Fait 6 Worth Ptxrohasing Off`ico: 8 CIty of Fart Wzrfli 9 Purchasing Division 10 1000 Throalmorton SMx , A I I Fort Worth, 'Texas 76102 12 until 1:30 P.M+ CST, Thursday, Febmary 21, 2019 and rids will be oponed pubiicIy and mad 13 alutid at 1.00 PM CST in the Council C bombers. 14 15 GENERAL DESCRIMON OF WORK 16 The major work will ccrosist of the (approximate) fallowing: 17 • Approximately 12,570 LF of 60-Ineb sanitary sower pipe (Fiber glam SN72) by open cut, 18 • Approximately 1,750L17 of60-inch sanitary sewer pipe (Fiberglass SN12) in 84-inch 19 stcal casing ar turmr l liner or woad box. 20 ■ Approximately 30 Ur of 48-inch sanitary sewer pipe by open cut. 21 ■ Two (2) sanitary Bower Concrete Junetion Structures. 22 a One invuWd siphon w#th two (2) Siphon Boxes including 160 LF of 4 & 36 Inch pipo. 23 24 PREQU LITTC TION 5 The impeoveaments ntc luded in this project roust be performed by a centraclor whir is pre- 26 qualified by the City at the time of bid opening. The procedures for qualification and pm- 27 qualification are outlined in the Section 00 21 13 — rM T`Ri3C PIONS TO BIDDERS. 28 29 DOCUMEF NT KXA INATION AND PROCUREMENTS 30 Tito Bidding t nd CanLvuct Documents may examitxed or obtained on -lint: by vhdi g the City 3 J of Dori orth's Purchasing Division webske at htt ./ and 32 Ticking on the 13tiia;<saw Ihik to the advewti8W prej act folders nn the CIt 's l3tt arty -Site, Tile 33 Contract Documrntg may be dowudaaded, viewed, end primed by intera�w vusr mtQrs and/or 54 suppli= The eoutractor 15 requIre-d to 1111 tart and notarize the Cortilieate of Interested 35 Po-t1es Form 1295 snd the form inuot be submitted to the Project Manager before the 36 contract wiH be prviented to the City Council. The form wart be obtainer! 2t 37 lkttps:/1www.etliieA.state.tx,Li cJ12954nfo.bJrn . C U Y OF FORT WORTH STANDARD COIVMUCMN &P CiP W10N DOCUMENTS Rw1md Dw=brr 22, 2016 r-44pMmiiir�HimI maorIhIM9p.rA nAD1AUD1Lk_h%ilbnJDWddoc samilary SBwa Main 2�7—Pul2A City Pmjeot No.' 01727 A D13NDUM NO. 1 A'TTACF3ItMNT AD 1.2 UG Cl B-7 INVLTAMI)N TO Ht1 If R8 Fbp2of2 Copies of tho Bidding and Contract Dacmuents may be purcbeaed &oin Al an Phimmer Asiioaiato, Inc., 1320 S, University Or., Suite, 300, Dort Worth, T"as 76107-5764 The, coat of Bidding and Contt u Dnoumeub ia. Set ofBididing and Conbmct Documents with fill airo drawings. $120 Set of Biddi.ag and C:onu auk Docunrmtr. with half si (if available) drawings., No ham size drELWM' a availablo. 9 A 24l our uodm must be givrn to the Engineer prior to picking up dmwriw and eperl#ioatiuns. 10 I 1 PREBID C ONFE EN 12 A prebid confercnce may be Yield a des rM rd in Section 00 21 13 - INSTRUCTIONS TO 13 BIDDERS at the following location, datc, and time: 14 DATE: JEmuary 29, 2019 15 TIME: 14;OVA 16 PLACE, 311 West 101" Street 17 Fart Wori.h, Texas 76IO2 l8 LOCATION, Tnf is Huginocring Confmrea Room A 19 26 21 22 23 24 25 26 27 28 29 30 31 3'a 33 34 35 35 CM'S RIGH T TO ACCEPT {}1;RlI MCT BIDS City n%or = the right to waive Irre lari ties and to a ecpt or rrtajsct bids. INQUIR All incluMpi s relative to this promremant should be, add:reasad to the lbllowing: Mtn, John R. Ksaavich, P.I ., City of Fan Worth Enrail: ,[ �n.RaanyachCfortwortl�ge Phase: 817-392-84 0 AND/OR Attu: George]?Erah, F.E., AlaTi Fluramu Associates, Inc. >`3midl afsrnhfa.aaaieetiy.com Pions: 817-806-1701) ADVERTISE,14 RNT DATLS January 17, 2019 Junuary 24, 2019 37 E141) OF SECTION cyry cF FORTWORM STANDARD DClM'PkD ION 21F 't' OM DUCUMENT3 RAOatd baCC111bGr n,-241 Cr r-ahL&LtaIn MWrpop7WzA U1M7r{xpeugb.clydAaa LwAde r,sots,7M,1,3_Imdldko h�1HA&R-1W &o olln 7 Sum Fla 20 - Pni SA f ISyPNjq"N43L..A '$ ADD1tyML1M NO_ l ATTACHMENT -AD 1-2 R 122 LF TEMPORARY - CONSTRUCTION FENCE (SEE NOTE 11) c) H ®' TDN 0) w z C., M N CP ,F 7 CP f7 v-rirr wnN��c / , RUBEN AND ROSA RODRIQUFZ Arvrcrtu KL�UV Le nrZLINI, I T`1,�,gjyTERO RESOURCES P!P£UN£• LP LOCATION) MAX11WIN6 AND FELICITAS RODRIOUEZ 20' PIPELINE RICNT OF WAY' ! II 1. IQ P/PFLIN£ £ASEIA£Ni Tx4 TEXAS UTILITIES 7 34.64 AC- AND EASEMENT f I ) AND RIGHT OF WAY PIA o ELECTRIC CO. 197E 1-9057 PG 91 INS7: No. D20505047B I Orr �) INST. Nn, D20505D477 10" EASEMENT J�_ - D-R. T. C.Z - O.R. 1- - I I 0..RT 0. T. AfJD RIGHT OF - "'- - - - �.•.J -� - - - - - POE. DRS,CPC. 777 EWRMAN Tp P[ STA 101+36.12 M-257 DRAINAGE UT7E-9 r, C0*44MCHE PEAK C-906 CONSTRUCT 5' DIA TYPE "A' ACCESS MH LASCgEN7_ 24 POWER PLANT .345 Kv W/ FLAT TOP SLAB AND LOCKABLE COMPOSITE LID CAB. A, SLVDE 2! INSTALL CONCRETE COLLAR PER DETAIL P.R. I OHIj OHE RIM ELEV. 626.81 OHE OHE-- 23 INSTALL WARREN ENVIROMENTAL S-301-14 I ' C-908 EPDXY CORROSION PROTECTION OR APPROVED EQUAL 113 LF TEMPORARY INSTALL MARKER POLE PER STD DETAIL CONSTRUCTION FENCEr tF'��T FL 60' FIBERG=S4 6027T1 wc`"i I I BARNEI7 GA7NER/NG LP Kv(SEE NOTE 11) A=904'06" R 607387496 34LLL 1` ZO' PlPELf F iowl / 1/2- C1RF0 INSTALL MARKER POLE CONSTRUCTION ACCESS 'Y (SEE NOTE 10) 21 `l a `J e f LOT 6 BLOCK 6 ! COUNTRY HILLS ' ESTATES CAB, A SLIDE 2449 P.R.T.C.T 1 f naA N 915LLYi E=2345782.36 a i I RIGHT OF WAY 30.0' TEMPORARY WORK ARE OHE C^-908 OHE _ a I AND FASFMFNT 280 LF TEMPORARY OHE fNST. No. D705374513 OHE CONSTRUCTION FENCE D.R.Ta T. (SEE NOTE 11) 0 �. I 20'x20' AS WIRE WIRE FmdGEi ' ryF BORE PIT) - INSTALL MARKER 19.9' POLE C-908 SE #5 PROP. 30-0' PERM. S.S. ESMT 'WARNING: BURIED CABLE & ELECTRIC 1, IN THE AREA STA iO3+12,17 INSTALL METAL GATE x REMOVE & REPLACE. 7 65 LF OF WIRE FENCE•(. w C-902 ' ;TA 101 T-19.00 I END B.O.T.O.C. / N=6903417.30 ' E=2345796 31 / 1 PI STA 103+71.36 r! j CONSTRUCT 5 DIA TYPE 'A' ACCESSSS MH MH C--906 W/ FLAT TOP SLAB AND LOCKABLE COMPOSITE LID -906 ,�A INSTALL CONCRETE COLLAR PER DETAIL RIM ELEV. 626.65 r ' jF ry (6t�.i�ii! C-908 INSTALL WARREN ENVIROMENTAL S-301-14 EPDXY CORROSION PROTECTION OR APPROVED EQUAL 9f� gv C-908 c/�'� ol J!1 INSTALL MARKER POLE PER STD DETAILS FL 60' FIBERGLASS = 602.77 Q 1 C-907 C�-907 3=44'59'14' LT �e C N=6903413.20 E=2395747.60 O cq 12 GAS f -p Q PROP. 60" S.S. LINE PROP. 30.0' PERM. S-S. ESMT PI STA 103+51-93 M-257 CONSTRUCT 5' DIA TYPE "A" ACCESS MH W/ FLAT TOP SLAB AND LOCKABLE COMPOSITE LID INSTALL CONCRETE COLLAR PER DETAIL RIM ELEV. 625.63 INSTALL WARREN ENVIROMENTAL S-301-14 EPDXY CORROSION PROTECTION OR APPROVED EQUAL INSTALL MARKER POLE PER STD DETAILS FL 60" FIBERGLASS = 603.12 G=45-0053" LT N=6903308.39 E=2345600.57 12 PI STA 103+87.19 M-257 CONSTRUCT 5' DIA TYPE "A" ACCESS MH W/ FLAT TOP SLAB AND LOCKABLE COMPOSITE LID C-906 INSTALL CONCRETE COLLAR PER DETAIL RIM ELEV. 625.16 AQ INSTALL WARREN ENVIROMENTAL S--3D1-14 EPDXY CORROSION PROTECTION OR APPROVED EQUAL INSTALL MARKER POLE PER STD DETAILS FL 60' FIBERGLASS = 603.19 C-907 A=4500'OD"RT N=69O3273.6111 E=2345594.75 C-908 40 0 40, 80' HORIZONTAL SCALE: 1 "=40' 4• 0 q' 8' VERTICAL SCALE: 1"=4' NOTES: 1. SECTO EXISTING MH STATIONS ARE BASED ON THE CITY OF FT. WORTH PLANS FOR 'EXTENSION VILLAGE CREEK SANITARY SEWER COLLECTOR MAIN, SECTION NO. I & SECTION NO. II" DATED JAN. 1972- ..L� -r• 2. ONE---- ---'-I CONTRACTOR SHALL FIELD VERIFY LOCATION AND ELEVATION OF ALL EXISTING UTIUiIES W, PRIOR TO CONSTRUCTION, SEE GENERAL NOTES ON SHEET G-002. ® 3. ALL EX TREES WITHIN PERMANENT EASEMENT ARE TO BE REMOVED UNLESS OTHERWISE INDICATED ON PLANS. CONTRACTOR SHALL PROTECT TREES WITHIN PERMANENT EASEMENT FROM STA 96+90 TO 101+19. TOPOGRAPHIC SURVEY DATA AND TREE SIZES AND TYPES ARE BASED ON 2008 SURVEY TREE TYPE DETERMINATION WAS NOT PERFORMED BY AN ARBORIST. 4. CONTRACTOR IS RESPONSIBLE TO STAKE AND MAINTAIN PERMANENT & TEMPORARY EASEMENT LIMITS DURING CONSTRUCTION PER SPECIFICATIONS. �J 6� 5. �. ALL PROPOSED CONCRETE MH & JB SHALL HAVE WARREN ENVIRONMENTAL S-301-14 CORROSION RESISTANT EPDXY LINING OR APPROVED EQUAL PER SPECIFICATIONS \ ya \ I N 33 39 60.i�lk? \'ems r2 `�� iCONTRACTOR $HALL CCTV ALL EXISTING SEWER PIPE LINES PER SPECIFICATIONS. 03i-70f 77L� \ 7. R. CONTRACTOR IS PROHIBITED FROM USING AREAS OUTSIDE OF TH€ LIMITS OF THE TEMPORARY TT P1PELlN£ \ S \ AND PERMANENT EASEMENTS FOR CONSTRUCTION. TEEL CAS MAIN \ 624.62(CUT 4.02) .CONTRACTOR SHALL NOTIFY GAS COMPANY OF PROPOSED CONSTRUCTION 7 DAYS PRIOR 67D 450 TO AND AGAIN 48 HRS BEFORE EXCAVATING THE GAS PIPELINE. CONTACT: CHARLES VJ264. 794559Z27 VAUGHAN 817-584-5371. \ 9. CONTRACTOR MAY INSTALL S.S. PIPE B.O.T.O.C. ENLCUDING CASING PIPE FROM STA iO3+51 TO 103+87 IN ORDER TO PROTECT BURIED GAS LINE, AT NO ADDITIDNAL COST RESOURCES PLPFLINE LP IPELINE RIGHT OF WAYAND TO THE OWNER. EASEMENT 10. CONTRACTOR SHALL RENEW PERMTfS FROM TARRANT COUNTY TO ACCESS FROM T. No. D20505047B OVERVIEW CT. REFERENCE CONTRACT DOCUMENT APPENDIX D.R. T. C_T-11. CONTRACTOR SHALL NOT USE AREA WITHIN LIMITS OF TEMPORARYCONSTRUCTION FOR STAGING.12. NATURAL GAS SEE TARRANT COUNTY NOTES ON SHEET G-002ING: E IN THE AREA 13. CONTRACTOR SHALL INSTALL TEMPORARY CULVERTS AT EACH TEMP �Ir NOTE 8 AND 9 ACCESS LOCATION TO ALLOW ROADSIDE DITCH DRAINAGE AT NO ADDITIONAL COST TO THE OWNER. 9,.• 97448 14. a ..� a ,• REFERENCE SHEET G-011 FOR SPECIFIC RESTORATION ILTllsrp"^i`��". RF7)r IlDr. .rT - oA � h -- - _- - o, ....... - • - • • - • - • - • - - - - -- 19 .1' LF OF 60" FRP .......... CLASS SN 72 (SANITARY SEWER PIPE) - 380.91 LF OF 60" FRP CLASS SN 72 (SANITARY SEWER PIPE) - - T T I•� - - : : ...... a . S .. ....... ' 2 : - - - ee IN 84' STEEL CASING, TUNNEL LINER PLATE OR WOOD BOX TUNNEL _ _ - _ _ _ AS - - TM33 03262 EQUAL BY OPEN CUT EMBEDMENT & BACKFLLL PER DETAILS ' - ' - ' ' ' - ' - ' - ' - - ' ' ' CONTRACTOR TO CONTACT UTILITIES A MINIMUM OF r' ��� . .. . ...... ................. .. . . . . .....:.... i Lp ...,...3 ...q ...A .`" LP. ASTM D3262 OR APPROVED EQUAL BOTOC - ....- EMBEDMENT & BACKFILL PER DETAILS 33 05 24-D203 1------... Q .. AND 33 05 24-D204 IN STANDARD DETAILS - - I Yf �.�..... . ........................ ......:...:...:.. 05 10-.DOO5 AND 33 05 IO-02UIB IN STANDARD -•'--....... ..:... ' ...:...... ' DETAILS. ..... - . ... . . . . .......... .. 48 HOURS PRIOR 70 ANY EXCAVATION - - - -.. AT&T 817-33 .. . q .. ...:...:...:...... 8-6202 - ti r k I - .' \ - - ......:... o ..:...:...:...... ti - • • - - - • .. BARNET? GATHERING 817-885-3349 . . - BETHESDA WATER SUPPLY COR, 817-295-2131 630 ..... .. _...:... _...... ......:..._...:... j. ..- .)...-.....:1 _............... ... ...:.......... ...--...... oe v................... ..:. .. .. ....:� ...4...� CuRRIZ..... 3.. ................._ : ONCtlR� OICRC CORPORATION W 21:r ...D ...b W �., W :.. .. _ ...... - ..� '� ' ' ' ' ' . ' y" ..:...:.......:.. ..:... ; .......... ......... - ... 817-694-9388 . ti w TARRANT COUNTY R.U.W- DEPT 817-226-7817 .. ... ... ... .. ..:... ... ...... $ ..... ....... ...... • " �/�y, )yam~. _- - \l'c 1) .. . .. . ........ 1 _ ) _ _ _ . ... .. ........ .:.. _ :.. : v: ... - -' _ _ _ _ _ .. FT WORTH WATER DEPT Eu �. - 877-392-8296 . . .. ......... ... C GQ` 0 625 . . . . -�: �.�_... :-- .-:.---. - __ _ __-(� :. .: ��/�` - . L . . . ! . .... .: . . . _ - -1- i� - _- ;.i. . . .. - ................. .. FT WORTH TPW 877-392-8100 . . . TEXAS 831 (LOCAHNG 1. 1 ; SERVICE) 811 v��"-� (i00 YR FLOOD VLRI7ON 800-483-1100 - - ATMOS ENERGY - - - - - - - - y - -- n a ....... ....... ............. •--- .................. ..........t..1625 ------. .3 -.-. .............. ................... ........ .. ... - C£NTFR AI PIP" Al .........,..---.. ..... . ....... .... ....... ... .. .. ...... .. /_ - - .. . .. .. .. . . . .. . . - - r - 800-817-8090 ~ ��/ - ELEV. 625+) ......... ..........-.. .... .... T ........... .. ... '- .._......... .. _-. ........ ..: ...:. .... _ ..: .. .. _.. .....:... �_ .... _ .....�:.......... J ... .. .......... .. ... .......... .. :......... .... ..... .... .. ............... ..��............. x :...:...:...:.. :... :...:.. :...:...:...:.. =... :...:.. 620 ..:... . ..:... ...:.......... ... ........... 2 �„�� .... ... -_....-.. c....... ................... .. .. ..... :..... - - .......'. ............'..-'. ........ ....... _ .... ... .. ....--....... g M 0 .... ... .....- .............. ................ ................. vi� - ' ' _ WATER MAP 20S& 366 AND 2066 332 615 ... ....... - ......... 615 615 I - - -� ....._ .....' ... _ .. - .. ...:...:...:...:... ... ................ . ............. . " - ...:...:...:....... .................. - - - - - - - ....... �...:.......:...:-. - ......... ...- ) = 80.35 M D - .. Q( O) 80 MGDG _ ..n=D-0�293 Q(CAR) - 74A 7 MGD . - Q{RFo) = 80 MGD __ �/� - - - .. ---- ... .. _ x '` --;-:...:---�>_z o Wc�h ..._ ... _ - - - I --:----...-...•... .......... - ..:..-: - •--:.. ...:...:...: 1 2s9 PER ADDFNDUM N0. 1 GF ./ n= 0.001393 --- - .....:...:.. - --- -. ................. ............ 610 -.... .................. ................... ......... ......:... ... V= 6.33 FT/SECS V= 5,84 FT/SEC -.. .. - ... .. - .. - . ...: -.. ftEVISI N _ By _ ----..:...--- :---;...:---_-. - - - ..-- ----•- - SORT I ....... :...:....... ...... .......... _ .... ...-.". - - - URT 14 CITY OF FORT WORTH, TEXAS ............... � +..:............ ................... ... .. .. - - - .. - - - . - WATER DEPARTMENT T 605 :... :... .. :�o": Eft ' st�� 72 ...... P SN � 72 --...... so" FRO_ - Sw--7 ....... :...: SANITARY SEWER MAIN 257 'S,S �0: ....... ................... IOU r Rom- ..._�."-.. .. ................ �0 ............. a - 1� o - - - UPPER & PARALLEL 8-k33! :...:...:...:... 5:5:-0: 0:1:93 � :...:...:.. .... • .MAIN, PART 2A ............ .... CIVIL .. .. .. .. .. d mp Q 54n _ TO m .. - . - LAN & PROFILE STA 96+00 105+00 600 . ......... ..�... - ..N 4 u] Vg,-J.- caa,.... . .� �.... [? ALA PLUMMER ASSOCIATES. INC- ,p.P:cNq-tgn rL'D- - - - . - M J 619C.PED:lYF O- [0 W w J 6 W;�.�t-N�,.�pl... M- -Lx3 w f� 0 Ev "I 5 - . O In OY '�r d''- 1320 UNIVERSITY bRtVe tT7: WORTS �%r,5 7-5484 �.Y - -- _ .� _ a _ O W ? + [~S > U t-.Q U Y - N .� d. .. . . . . + >.4 .o d. Y .. U I" W- o NO�r...RECOMMENDED: V Q - .. ..... 7Bt0 P F73i11 E9 `�: ~ - t ro ...� _-i q a ¢ W Fr _ 0 7 1- . .� .... . . ..... . . . In ...:...:...: - - - - .� ... " " - ...:...:..�0 :...:.. : w •0 W m ls] 'O Q o w - .. .. `° z- - - - J O z : - - - : - - SUBMITTED: 595 - - - - . ..:.. . . . . �, - - ..:.. iiiw.I�. - N QZL�z.. U � 3 d �- t� ><o?�?--\z---�. ...U�.3z�... rn U-F- 3 Q � fr - -.ra-o7-.\-��.. c) Q - w cp U I-. 3 Q � of erJ - DESIGN ENGINEER DESIGN: GIF SCALE QLt RAQ, Nn SHEET 96 +00 97+00 98+00 99+00 100+00 101 A-00 102+00 103-4-00 104+00 105+0 DRAWN: SINE/JAK AS S�OWN 0,22, C-011 DATE warrR Nn CHECKED: GRIN ...... 25 ,,,. 7D .. F.n m a�14 __..... _ TTACHMENT AD1-4 I BAR IS ONE INCH IN LENGTH ON ORIGINAL DRAWING. CHECK SCALE AND ADJUST ACCORDINGLY. MANHOLE LID -SEE CIVIL DWGS, TYP TOC EL= o f 626.93 F rl'i m� -! z "'7 0 ' U M !2 IL MFLOW INV EL 615.B0 t TOC EL= io 612.87 1. 4" THK MUD SLAB 1'-0. TOC EL= 0 626.93 2'-B" DIA -TYP \ STOP LOG 0 PANEL JT 12 HATCH -TYP S-12 -TYP SLOP LOG FRAME -SEE CIVIL DWGS EDGE�OFCONC 8M WALLBEYOND) CORROSION RESISTANT EX 24' DIA PIPE EPDXY LINER, TO BE PARTIALLY SEE CIVIL DEMOLISHEO _Typ -TYP, SEE CIVIL GROUT FILL- — COORD W/ CIVIL 10' THK PRECAST SLAB REINF REMOVABLE CONC SEE PLAN ACCESS PANEL --SEE B/5-12 111 #7 0 12" OC VERY REINF -TYP #7a12"DC HORIZ REINF -TYP 5 EX PIPE S-13 PENET -TYP 1 CONST JT S-16 --TYP CONC PIPE FLOW ENCASEMENT -SEE CIVIL, TYP SLAB REINF -SEE PIAN -6" 1'-0" 3 S-12 1'-6" 3'-11" 2'--4" Y-9 1/2" SEE PLAN 2'-4" 1 � iv z Q U a M N______ I i PROPOSED 60' DIA PIPE FLOW INV EL - - ' 614,37 TOC EL= 0 I 612.87 4" THK MUD SLAB r 1'-0"1 JUNCTION BOX #1 SECTIQN� 3fa" = 1'-0. S—B TYP MANHOLE LID 10' THK PRECAST 5-12 —SEE CIVIL REMOVABLE CONC DWGS ACCESS PANEL —11 —SEE B/S-12 I o I I DIA I 9 L. _.. _._J I CORROSION RESISTANT I EPDXY LINER, I SEE CIVIL I -TYP EX 24' DIA PIPE TO BE PARTIALLY DEMOLISHED -SEE CIVIL GROUT FILL- COORD W/ CIVIL -- \', y\ i -6" SITE PLAN JUNCTION BOX #1 SECTIQN__,(j 3/8" = V--0" S-8 SLAB REINF -SEE PLAN 1 lil: #7 0 12' OC 1 VERT REINF -TYP I 1 #7 a 12' OC ' I I I HORIZ REINF -TYP _- FLOW (I�_CONST JTES-1S —TYP 2/6/19 ADDENDUM 7 AMS NO. DATE REVISION BY CONC PIPE ENCASEMENT FORTIVRTH CITY OF FORT WORTH, TEXAS ---- ---- _ ,� -SEE CIVIL, TYP WATER DEPARTMENT WATER SANITARY SEWER MAIN 257 UPPER & MIDDLE VILLAGE CREEK, PARALLEL RELIEF MAIN, PART 2A STRUCTURAL JUNCTION BOX #1 — SECTIONS SLAB REINF ALAN PLUMMERASSOCIATES. IN _6^ -SEE PLANTEFOAM 41GNED'7.�� WORFIRW . NNO. 1A 7B78 I7PH Ra9I8M7UM]ON NO. la OISTR I x7�. / RECOMMENDED: SUBMITTED: �ey� DESIGN ENGINEER Qlxfmgflu dREJU 190GIh453R[C7,SlIfl7pl DAM.I7Y/$ISI57 .. 173026 a ' �, n_ v..-w� '+.r' .� r DESIGN: AM$ SCALE La1LPaq T-Itt7. � a+rnn7 o72n SMcZ S-9 5R39L7II0 ruFuczam r+�c.: i, DRAWN: JMN noxam.4170255 Id/LIIBMF79m I' " cam CHECKED: MKK DATE WATER Ro .f WUMY ,3, 2015 F253-SWAUR]08SM172] s[O q4 Of 70 ATTACHMENT AD1-5 It I STOP LOG b PANEL JT 10, THK PRECAST SLAD REINF S-12 HATC H -TYP S_ 12 TYP REMOVABLE GONG -SEE PLAN ACCESS PANEL TOG EL= -SEE 8/5-12 0 626.64 :: ----------_ _ __ , EVE, I I it Lf E 2'-Bx 1I t - DIA -TYP CORROSION — j VVERT REINFOCTYP NC EX 48" DIA PIPE - I RESISTANT CONC BM MANHOLE LID EDGE OF TO BE PARTIALLY I EPDXY LINER, (BEYOND) -SEE CIVIL WALL -TYP I NORI REINF -TYP DEMOLISHED I SEE CIVIL DWGS, TYP I I iV p -TYP, SEE CIVIL 1 -TYP WALL CORNER STOP LOG FRAME 1 I `J EX PIPE -SEE CIVIL DWGS I S-13 PEN" -TYP i GROUT FILL- CONST JT i.1 COORD W/ CIVIL FLOW S-15 -TYP EX 48" J D1A PIPE FLOW GONG PIPE INV EL = = d.d ENCASEMENT -SEE CIVIL, TYP TOG ELF - x 612.94 4' THK MUD SLAB S--12 SLAB REINF -SEE PLAN 3`-11x 2'-4- 6'-6" 10'-4" 2'-4" 4'-1' i0C EL= 0 626.64 _ I EX 48' DIA PIPE TO BE PARTIALLY DEMOLISHED ! -SEE CIVIL ---------- --------------- PR POSED 60 D1A PIPE INV EL = FLOW 614.44 -------------------- TOG EL= io 612.134 4' THK MUD SLAB V-0" JUNCTION BOX #2 SECTION ,� 3/a = 11--0. S--10 MANHOLE LID S PANEL JT SLAB REINF SEE CIVIL DWGS, TYP 5-12 -TYP -SEE PLAN DIA #7 0 12" OC VERT RUNE -TYP I CORROSION I #7 ® 12" OC RESISTANT I HOR17 REINF -TYP EPDXY LINER, I SEE CIVIL -TYP I 1 CONST JT I ;o WALL CORNER S-15 -TYP FLOW ' GROUT FILL- PROPOSED CODRD W/ CIVIL 48" DIA PIPE INV £L = 614.44 o t: GONC PIPE ENCASEMENT -SEE CIVIL, TYP SLAB REINF SEE PLAN -SEE PLAN JUNCTION BOX #2 SECTION 2 5-10 1Rilff"m 8E,11� 3/8" = 1'-O" 1006YO99x911'Mm 977391730 Paok[rroxv7oass ATTACHMENT AD1-6 0 N a ,7 a ( r--- 9 I I I � I 1 I ! I i 1 � I I I I I I E I I I I i I I � I I n I I I I I .ni I 1 I I I I I I I I i I L I I I "I I I I r I I I I L__J .11 i" THK FRP PL 4" FABRICATE AS SINGLE REMOVABLE PIECE 1 1/4" 1 1/2" FOR HANDLING 1/4' BAR 1' x 1 3/8' � I - 5�--12F 1/4 3/8" DIA x 4" RETRACTABLE GRAB HANDLE -TYP 2 1/2" DIA x 4"HS -- PER PANEL MAX 12" SPACING (MIN 4 FA SIDE) 1/� NQTFS, ALL STEEL SHALL BE TYPE 316 SS LINO STOP LOG FRAME DETAIL f21 1 1/2" = 1'—O" 5-32 El" STOP LOG HATCH DETAIL S-4 - S-10 L6x6x5/16 (TYPE 316 SS) 8" x CONT W 1/2"0 1/4" CLR' x 4 HS 0 16 OC CAST IN REMOVABLE JOINT SEALANT - ROOF PANEL CONC SLAB ) 10" THK PRECAST -SEE PLAN REMOVABLE CONC JOINT SEALANT FOR REINF ROOF PANEL, SEE 8/S-12 p W N a NEOPRENE BEARING PAD LGx6x5/16 1/2" CHAMFER 6 -TYP 4-$ 7&B CONT W/1/2 C0 W/ 14 x t STIRRUPS & x 4" HS 0 16" OC �] 2,-0„ 102,R010 1/2" DIA TYPE 316 SS COUNTERSUNK FLAT HEAD \_ MACHINE SCREWS Q 12" OC 4 MIN EA SIDE M TOC EL = SEE CIVIL 1" THK FRP PL - - -- - W/ 3/8' DIA RECTRACTABLE GRAB TOC EL = HANDLE SEE PLAN 1/4" HYPALON GASKET L3 1/2x3 1/2x5/16 ` {TYPE .3 SS) MITER AND WELD ALL CORNERS J 3/4' CLR 10' THK PRECAST REMOVABLE CONC ROOF PANEL, SEE 8/S-12 lot STOP LOG FRAME a SEE PLAN & ANCHORAGE w BY STOP LOG r 9 1/4" r MFR NS GROUT AROUND FRAME �$x 0 12' OC 1 W/ #5 0 12" OC AX - P GROUT FILL -COORD W/ CIVIL SLAB REINF -_ -SEE PLAN WALL REINF -SEE SECTION #5 0 12' OC W/ 4-#5 CONT ' c w 3/4" CHAMFER u1 -TYP STOP LOG RAIL EQ 8 1/4" • EQ _ & ANCHORAGE BY STOP LOG 2'-4" PTIil�l-�=11-'` �'3 X n 0 12' �/ "ili-1i, 4' MUD MFR OC W/ (4)-#5 SLAB CONT -TYP * CONTRACTOR SHALL VERIFY THIS DIMENSION WITH THE STOP LOG MFR PRIOR TO CONSTRUCTION. STOP LOG FRAME RECESS DETAIL 3/4" = 1'-O" S5. - S i 1 SEE PLAN MnTF.S 1_ LOCATE LIFTING LUG AT 1/3 POINTS PER PLAN. 2. LIFTING LUG SHALL BE DESIGNED FOR 9.000 LBS (MIN) CAPACITY. 10" THK PRECAST REMOVABLE CONIC 5' ROOF PANEL, a SEE 8/5-12 � ?3- 645 � - PL 3 4'xi'-6' SQ EO SPA"����I` W 5"��_ 3i61 SS) 3" -Ty 2-#5 T&B AS SHOWN REMOVABLE PRECAST ROOF PANEL 6 EAM JOINT LIFTING LUG DETAIL DETAIL DETAIL 7 � 3/4„ = 1'-0. S-9, 5-11 3/4" = 1'-0" S-9, S--11 3/4" = 1'-0" S-8. S-10, S-12 L a rn 1 PRECAST REMOVABLE CONCRETE PANEL DETAIL 3/4" = 1'-0" S-8, S-10 * CONTRACTOR SHALL VERIFY THIS DIMENSION WITH THE STOP LOG MFR PRIOR TO CONSTRUCTION. STOP LOG RAIL DETAIL 1 1/2' = 1'-0' S-4, S-6, S-8, S--10 5-12 -TYP #7 T&B -TYp V 0 12' 00 EW T&B NDTF. SEE 1/S-13 FOR ADD'L EDGE REINF AT OPNG, #3X� 12" OG VT/ 2-#5 CONT ATTACHMENT AD1-7 M COUNCILAGENDA COUNCIL ACTION: Approved on 2160 019-0rdinance-No. 2356402.2019 DATE, 2154019 REFERENCE NO.. **C-29028 ^ LOG NAME: OOM257P2A-GAS RELO ATION CODE, C TYPE: CONSENT PUBLIC NO HEARING: f_ orr WORTF1 SUBJECT: Autharize Execution of a Reirnbu rsement Ag reernept W11h Barnett Galhering LLC, In the Arno unt of $303,000.00 for Two Gas PlpaIIno Relocations to Accomrnctfate the an]tary Sewer Main 257 Upper and Middle VJllage Creek Parallel Rellef Main, Part 2 Project and Adopt Approprlation Ordinance (COUNCIL DISTRICT 8) RECOMMENDATION., It is reaoMmanded that the City Council' i. Adapt the attached appreprlatlon ordinance Increasing estimated receipts and appropriations In the Water and Sewer Capital Protects Fund In the arnount of $303,000.OG from available funds; and 2. Authorize the execution of a Relmbursernent Agreement, Jth Barnett Gathering LLC, In the amount of $303,000.00 for two gas pipeline relocations to accornmo0ate the Sanitary Sewer Main 257 tipper and Middle VIIIage Creek Parallel Relief Main, Part 2 Nojlect (City Project No. 01227). The Citt+'s sewer essements for the Sanitary Sewer iMrlaIn 257 Upper and Middle Village Creek Parallel Relief Main, Part 2 Project are subject to the existing gee pipelines, In order for the City to construat Ra prejeet, the gas plpellnes need to be lowered and tetacrated, and the City is respons1ble for the casts associated with relocating the gas pipelines. Barnett Gathering LLC, has agreed to lower and relocate the two conflicting gas plpalines, and the Relmbu rsernen t Agreement is necessary bo aflow rolm b un3ament of the totat cost of $303,aDo- 00- Conslructioh for relocation of the gas pipellnes is anticipated to commence in February 2019. The relocations consist of the Ivwefing of a ten -inch gas main by 17 feet for a dtslance of 150-feet at a cost of $220,0013.00 and a ten -Inch qas main by 13 feet for a distance of 40-feel at a cost of $83,00.00. TheL project ]� located Ire C0UNCII_ DISTRICT 8, This M&C doe-s not request approve of a contract wlIh a business enllty. FI3CIAL INFO RMATIONICE RTiFI ATION- The Director of FInanre certifes Ihot upon approval of the above recommendations and adoption of the attached appropriatirrn ordinance, funds will be available in the ctirnenI capital budget, as appropHated, of the Water and Sewer Capital Projects fund. The Fiscal Year 2019 VVater Operating Budget includes appropriations of $35.858.873.00 for tile' purpose of providing Pay -As -`you -Oa funding for Sewer Capltal Projects. After thiirtransfer for Fiscal Year 2019. the balance will be $ 4,343, 533,00. Funding fof the Sanitary Sewer Main 257 Upper and Middle V.1I[age Creek Parallel Relief Main, Bart 2 Project are as depicted below by fund. FUND Existing Appropriablons Additional Appropriallons Total" l Water & Sewer Capital Projects Fund 5600 $0.00 $303,000-00 L�303jQOD.00' ATTACHMENT AD1-8 Pg 1 of Glean Water SRF Fund 59602 $969,090.00 $0,00 S961J.090A)O sever Capital Fund - Legacy $3,283,000_00 59607 '$3,283,000.00 Project Tote $4,252,090,00 $303,000.00 $4,555,090,00 " Numbers rouri ded for pmsanlation. TO Fund aparlrn nt A1CC(tunl Project Program Act4v [y Sudget Reioranan N Amount ID ID Year j (hartficid 2 IM�i44nt IQ Submitted for City Massager's Office by: Originating Qepariment Mead: Additiotial Inforanation Contact: ATTACHMENTS 0Dhh2�Ze A -CAS RELOCATIONS Mat),Pdf TIC] 5QPZ AQ19.tloP udgnt kRerar ie Ama rt, Year (q1 artfiald 2) Jay Chapa (5804) Chris Haller (5020) John Kasavirh (8460) ATTACHMENT ADI-8 Pg 2 of 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SEGUON 00 U i31 2 RN TIT A TION TO BIDDEM 3 OF BIDS 7 9 10 11 F A i7f7,,,.+b Texas 76102 12 , 13 aloud at 100 GST iA the COHAe4 ChaffibOFS. 14 15 GENEPAL DESOUPTION OF WORK 1{ 7 17 a Appr-e alely 11,460 T>� of 60 ineh sanAafy ser pipe (Fiveft#ass 81, 2) by opcaiiic. 18 0 Y Peximat �$LF of 60 b, + ( •b� 1 SN- 2) ; 84 1 pp , o uc^Jc�vo ci�ipc�tocrgrir"ssorrt z.7-Yirn-r•iizcit 19 . 20 . 21 AppFex4nately 280 LF of 42 ineh sanitary sewer- pipe in 60 ineh s4eel easing eF VdIlffiel 22 23 . 24 9 Two (2) s ftitaF . se e rer, Fete I„r tie St etu ems 25 One iliviffted siphon withc two (L) Siphon Bo"s- 26 27 2$ The improvements iacracFacr"iirirRs-pfvJcicmust -oc pedvr3%. e 29 qthdified by the City at the time of'bid n t opening. y Thep edur-es F ,- „ ..1;�F;.,a fie,, and pm 30 glenCCt are tl'1'the Seeti$�i`00 21 =1 INSTRUCTIONS TO BIDDERS. 31 32 DOCUMENT- EXAARKATION AND PROCUREMENT& 33 The Bidding md GeMfaet DeeHffien4s may be examined or obtained on line by visiting the Gil7y 34 ef Faft WeAh's 35 ' 36 Gefftfaet DeemnerAs may be dewn4eaded, viewed, 37 38 PaFfies Form 1295 and the for -in must be submitted to the Project Managei! before the 39 40 41 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 22, 2016 I1Ftw-fs.ftw.apailsharelprojects103181040-011Sp=\.Final\Final Pars 2A SpecificationslGnnformed100 11 13_Invitation to Biddm.doc 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 4 The east ef Bidding and GeHtFaC4 Doeuments is!. 5 Set of Bidding and Gontmot Pee-umeiAs with full size drawings: $120 6 7 drawings available. 9 10 11 nlREBID rrl11UL'ERENC>c 12 A preb3dee*fefe*eeffffiy behold as desefibed in Seefien 00 2113 IrTSTR CT 13 , and dme-; 14 DATE., jaffuafy 29,-241-9 15 TEA Ei 1-0.:()OAM . 16 PLAGr1 W- 311 West IA�'- ee e 18 LOCATION Tl f E C r n,.,...., n LOCATION! : i �tiliivZll�IiZG�G1Y1�'I„Ig G 011IdiY'C��t�t�GG-7't17'C1tttY-i 19 20 21 n�mvr� n,r_um mn . r+r�>�nm n� n>c r>cCm umc 22 23 24 INQUHUES 25 All uq::as to this be f 11 . eh4ia �... 26 Attn: roh n lr., n.., e P Yivvwvuvxxshould addressed to the is City of Fee. «r .r a.a.auu r avu, ., 27 28 - homn-e--817 392 8480 29 B�F 30 AnGeorge FaFah�ua-ghunmef Associa1esue. 31 E-mail; mfafahA�ai 32 33 34 35 Jaffuuy 17, 204-9 36 aura &y 2420 n CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 22, 2016 11F[w-fs.8w.apa'ilsbarelprojects10318104MI2 SpecslFinalWiaal Part 2A Spe ificalionslConformed100 11 13_1nvitation to Biddm,doc 2 3 ■ 1. L i i !i i F 04 1 I I3 ] IdaVITAT{ TO13[Dl]FR.% paRc I cl S Pam , 9 N:eh e#� 1 [ - I I Fes - ) rLF-dxAf+-7 $2 12 s m-1.4 e u 1- tr e y-I �tci eerd 13 Ltd-ot-:-Li tl s, 14 l lis Pao 19 si 20-pae 22 21 2+UFLIGATION 25 The ' Vr-F0r-MWi-b 27 *mk4, 28 29 DO 144A1 0 amiii d7or4�ht,i.. a 31 -C FailSA40.4 h's Purel e�+e��i+r-t}rFl+rs i�a a-i# , 33 �t 1.10t *ndN ►F 3 �exwe-co�wlrl►cel�-iy�segrrer�--ter �y �7+� i`. 35 Fnrl : s i'i o -an i Z95 %iRd th-e f ...z- m s o wbmi �F4Z"�} RCY*lYfffi �k-11�x1!l��Ctl 36 i 37 3S C ITY. OV FORT WORTH sTANDAkb CONSILAUCTION &PH-IFfCA7Y N DOCUMIWTS R4�vjvd flecamba 22, 2411fr 5nuilery5tstiver T mIn 2!,'i— 6t 2A cItr pmject NMI UIM7 5S�? ,TRW,apalvnF. i Jw�w,hIR¶daQPY1p�Vhwr%Fcmul J?mtIA441 I I IS_ Wilotiro kn Niddran lion ADDENDUMN0. 1 ATTACF]I+rtE TT AD 1-2 -,r-1 041t 132 = - ZNVITAT.10N TO oinmiRS l�i^�i••:F.. frfY+s�,..+stir:,.rh,'pawn„'rr. 1"r�-! !744 r r 62 ii 'r i l iqc=Wrr E@4faiSfElf 9w 7 R 10 is T_ Ih4- R. 10 04A.M 17 18 19 2U 21 ', RJGifT TO AAGGER _Pff Co MR Of , 22 �rvaHe t��;,4 ¢;�ie[3 23 24 INQ 25 . cingi 26r;iiyio83-3rY4i 27 �1�3�rifi ieks�# 287 -3 -4 _3 9- 4 R_Q 29 ANPAD. 30 31 ttt 32 Ph�eme-l' 8r1809 33 34 n cNT Dw-r•rwsk 35 j.,r.,... y 47y 2010 36 A&;auTr L'tW CTP'4" OF FORT 1 OR: rH 9i`ANDAkD CONSTRUCFTUN SrR-,IFIf,-#!'[F{?N [l[3Gl,IMEN- S Rnviaw D4rcwnlHx 22, 2016 Pege-2 ai'2 SOilmy 5ewaM11Fn 2�7 -Per[ 2A City PwjwtNn-: 0I227 31>ilx+fi a�m7oherd+�Ofonr-031AW941L`f�onhPJnVhFWM1u12ASp 4&4WW'Qmlmi5nMhA!Dl-7GUiI11_inywAimto9iMd d. ADDENDUM NO. I 'CrAC".HW"NT ADD-2 01)1I I3-i I N VITKI-rDN MU 0313119S ?wIfn RC" ION 00 1113 2 INVITATION TO BIDDEM 3 RECEIPT OF BIDS 4 Seated bids for the construction of Sauitary Seaver Main 257, Upper & MIddle Vlllu a Creek 5 Parallel Relief Main --fart 2A. City Prgiect o.: 01227 %vi II be received by [lie .f,ity 0f Fort 6 Worth Purchnsing Office- 7 8 City of Fort Worth 9 Purchs$ ing Division 10 1000 Thmckniorton Street 1 I Fort North, Texas 76182 12 onti1 1.30 E'.1V1. CST, Thursday, February 28, 2019 and bids wlII be opened pnL}0icly and read 13 aloud at 2:00 PM CST in the Council Chy unbers. 14 U GENERAL DESCRiPTI:ON OF WORK 16 The major work will congiEt of tha (approxirliate) following: 17 Approximately 12,570 LF of 60-indi sanitary %wcr pipe (Fiberglass STN7Z) by open clot, Is * Approximately 1.750 LF of 60-inch sanitary sewer pipe (Fibe(rglass SN7 ) in 84-irch 1 � steel casing or tunnel liner oT wood box, 20 * Approximately 30 LF of 48-inchsanitary sewer pipe by open cut, 21 ■ Two (2) ,ganitary sewer Concrete Junction Structures. 22 ■ One inverled sipbon with two (2) Siphon Boxes including 160 LF of AS & 36 [rich }pipe. 23 24 P EQUAL IFI ATION 25 The iPnprovements included in this project must be performed by a contrwor who is pre. 26 qualified by the City at the time. of bid opening. 77te pro"dures for qualitication-annd pre- 27 quall ficat ion are outlined in the Section 00 21 13 — MST UC7'I NS TO BIDDERS, 28 29 DOCITA EENT EXANUNATION AND PROCUREMENTS 30 The Bidding and CvniracI Documenis may be examined or ubtained on-1hic by visiting I City 31 of Fort Worth's Purchasing Division weWIe at httT UU'v_w,fortworthlexas.p-ov[2urcbasinand 32 clicking on the Bumm Iink to the advertised project talders.on the City's RiT7.7.ia Site. The 33 C,'ontwt Doc orne is may be dawn loaded, viewed, and }printed by interested contractors and/or 34 suppxiers, The e!*ntrnetor is required to fill out and notarize the C:ert.ifcute ofitnterested 35 Parlieg FGrm 1295 and the fnrin niust besuhinitted to the Projec[ Manager WUre life 36 contract will he presented to the City Council. The form tan be obtained at 37 hitps:Jl,a-nw.pthics.slate.1x.0 AW-_1295-hiro.hiru . 38 MY OF I• GD3 r WORT ] FANDA,RD C LNSTRUCTION 8PRPP(C'A'n()N DUCUKENT.'; Ravjwd IDecelghar 22, 210 1 �; M.4ar WlIP3A2A*e&An1We3hAamWA4m�i1AD1.IODII I�_Mv�pl gtoMddeudpG Sudjary3ciYer Mrkin 2S2— Parl 2A Cityi3rojcctN0 ()1227 A.DDENWM NO. 2 ATTACHMENT AD2-1 aot11�-2 ErvTrA-nG a TO InDD S Pa 1p.? oN Copies of the Bidding and Contract Doc ninents may be purchased from A]= Plummer Associaes, Inc., 1320 S. University Dr., Suite 300, Fum Wooh. Te' xm 76107- 764 4 'ilia colt of Bidding and ConlraO Tlvumetrts is: 5 Set of Bidding and Contract Documents with full size drawings: S 120 6 Set of Bidding and Contract Documents with half size (if available) drawing's: No half-sl 7 drawings availnble. 8 9 A 4-hour notice must be given to tha. sneer prior to picking up drawings and specifications. 10 12 13 14 15 16 17. lR i9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 PREBID CONFF,IIENCE pr6bid conferrnm may be held M deferibod In Section 00 21 BIDDERS at tho fullow iP% 1"ation, date and #ima: DATE: January- 2, 2019 TI1 t 4:O4A M PLACE: 311 West 10" Street Far[ Worth, Te:taq 76102 LOCATION: Traffic Engineering Conference Room A 1'J - [NS`1'RUCTIONN TO CrrY'S [#IGITT TO ACCEPT OR REJECT RMS City reserves the right to waive Irregularities and to accept or reject bids. INQUIRI S All inquiries relative to this procurement should be addressed to the fallowing: Atin. John R_ Kasavij;h, p.E., City of Fort Worth Email: John_Kasgyich(&fgrt nrtEoguy.ora Phone: 817-392-8480 - -- - — ANDIOR Attn: Gearge Farah, P.E., AIan Plummer Associates; Inc. Email. gfarah u naaienv.c m Phone: 817-906-1700 AmewrISEMENT DATES January 17, 2019 January 24, 71019 END OF SECTION M'y OF FORT WORTH �rTAN 'Atn coNslND27710N SPECIFY'171U v DOCU ,EIM kffOxcd tkecmhrr22, 2n16 Fr_*m Wdj LAWMidmLPmehPied Fen 2A hpo1ked=1_Ad'undd06!ej1dem IUM-P M i i 13_hn4tlW3 ID 0WOM doe N.=1 kWY SC VMF A&jin 257— Park :�A City P1Ojai Nn,: 01227 ADDENDUM NO. 2 ATTACMENT AD2-1 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 5 1,1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2,1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 https_//projeclpoint.buzzsaw.com/fortworthizov/Resources/02%20- 41%20Construction%2ODocuments/Contractor%2OPre ualifiication/TPW%2OPavin 42 %20Contractor%2OPreguali fication%20Program/PREQUAL IF ]CATION % o20RE0 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF? ublic 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 htt s:// roject oint.buzzsaw.com/fortworth ov/Resources/02%2O- 47 %20Construction%2ODocuments/Contractor%2OPre ualification/TPW%2OPavin 48 %20Contractor%2OPre ualifiication%2OPro am/PRE UALIFICATION%20RE 49 LIIREMENTS%20FOR%20PAVfNG%2000NTRACTORS.PDF?12ublic CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 2I, 2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 2 3.1.3. Water and Sanitary Sewer-- Requirements document located at, 3 naps_/cprojectpoint.buzzsaw.corn/fortworthgov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPregualification/Water%2Oand%2 5 0 Sanitary%20 Sewer%20Contractor"/o20Preq ual ification%20Program/W SS%20pre 6 gual%20requirements.doc?public 7 8 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalif cation should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4. In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 33 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 34 35 4.1. Before submitting a Bid, each Bidder shall: 36 37 4.1.1. Examine and carefully study the Contract Documents and other related data 38 identified in the Bidding Documents (including "technical data" referred to in 39 Paragraph 4.2. below). No information given by City or any representative of the 40 City other than that contained in the Contract Documents and officially 41 promulgated addenda thereto, shall be binding upon the City. 42 43 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 44 site conditions that may affect cost, progress, performance or furnishing of the 45 Work. 46 47 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 48 progress, performance or furnishing of the Work. 49 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August21, 2015 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4.Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data' and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 1 l which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima -facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. CIaims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 21, 2015 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 21, 2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 6 6. Interpretations and Addenda 7 8 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications I I considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth, TX 76102 21 Attn: John Kasavich, F.E., Water Department 22 Fax: (817)392-8195 23 Email: John. KasavichWortworthgov.org 24 Phone: 817.392.8480 25 26 27 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3. Addenda or clarifications may be posted via Buzzsaw at. 31 https://projectpoint.buzzsaw.com/client/fortworthgov/Advertised/01227 - Sanitary 32 Sewer Main 257, Upper and Middle Village Creek Parallel Relief Main, Part 2 33 34 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 35 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 36 Project. Bidders are encouraged to attend and participate in the conference. City will 37 transmit to all prospective Bidders of record such Addenda as City considers necessary 38 in response to questions arising at the conference. Oral statements may not be relied 39 upon and will not be binding or legally effective. 40 41 7. Bid Security 42 43 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 44 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 45 the requirements of Paragraphs 5.01 of the General Conditions, 46 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August21, 2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 21, 2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If Bid is sent 48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 21, 2015 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices wiII be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH. Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 I 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 21, 2015 i i 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 00 32 15 2 CONSTRUCTION PROJECT SCHEDULE 3 PART1- GENERAL 4 LI SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Project Schedule 8 B. Deviations from this City of Fort Worth Standard Specification 9 10 2. The Contractor's schedule shall include the additional items listed below: 11 a. Date of Mobilization on Parcel No. 3 12 b. Date of Impacts to Pond on Parcel No. 3 13 c. Date of Completion of Work on Parcel 3 14 d. Date of Mobilization on Parcel No. 6 15 e. Date of Mobilization on Parcel No. 7. 16 £ Date of Completion on Parcel No. 7. 17 g. Date of Mobilization on Parcels 10-21. 18 h. Date of completion on Parcels on Parcels 10-21. 19 i. Date of Mobilization on Parcels 22-35. 20 j. Date of Completion on Parcels on Parcels 22-35. 21 3. Access to Parcels owned by Oncor will be limited and therefore the schedule should 22 demonstrate the time the Contractor will impact these parcels. 23 4. Some of the Parcels Between Rendon Road and Overview Court have special 24 conditions for tree protection and restoration. Contractor shall include the time 25 necessary to restore those parcels in the project schedule. 26 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1 — General Requirements 30 D. Purpose 31 The City of Fort Worth (City) is committed to delivering quality, cost-effective 32 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 33 properly structured schedule with accurate updates. This supports effective monitoring 34 of progress and is input to critical decision making by the project manager throughout 35 the life of the project. Data from the updated project schedule is utilized in status 36 reporting to various levels of the City organization and the citizenry. 37 38 This Document complements the City's Standard Agreement to guide the construction 39 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 40 City in project delivery. The expectation is the performance of the work follows the 41 accepted schedule and adhere to the contractual timeline. 42 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised DULY 20, 2018 F:Npmjects50318X040-01\Sl>cc$Wiva]\FinaI Pars 2A Spedficationsll Msion 00100 32 I5_Constraction PKoject Schedule.doc 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 The Contractor will designate a qualified representative (Project Scheduler) responsible 2 for developing and updating the schedule and preparing status reporting as required by 3 the City. 4 5 1.2. PRICE AND PAYMENT PROCEDURES 6 A. Measurement and Payment 7 1. Work associated with this Item is considered subsidiary to the various items bid. 8 No separate payment will be allowed for this Item. 9 2. Non-compliance with this specification is grounds for City to withhold payment of 10 the Contractor's invoices until Contractor achieves said compliance. 11 1.3 REFERENCES 12 A. Project Schedules 13 Each project is represented by City's master project schedule that encompasses the 14 entire scope of activities envisioned by the City to properly deliver the work. When the 15 City contracts with a Contractor to perform construction of the Work, the Contractor 16 will develop and maintain a schedule for their scope of work in alignment with the 17 City's standard schedule requirements as defined herein. The data and information of 18 each such schedule will be leveraged and become integral in the master project 19 schedule as deemed appropriate by the City's Project Control Specialist and approved 20 by the City's Project Manager. 21 22 1. Master Project Schedule 23 The master project schedule is a holistic representation of the scheduled activities 24 and milestones for the total project and be Critical Path Method (CPM) based. The 25 City's Project Manager is accountable for oversight of the development and 26 maintaining a master project schedule for each project. When the City contracts for 27 the design and/or construction of the project, the master project schedule will 28 incorporate elements of the Design and Construction schedules as deemed 29 appropriate by the City's Project Control Specialist. The assigned City Project 30 Control Specialist creates and maintains the master project schedule in P6 (City's 31 scheduling software). 32 33 2. Construction Schedule 34 The Contractor is responsible for developing and maintaining a schedule for the 35 scope of the Contractor's contractual requirements. The Contractor will issue an 36 initial schedule for review and acceptance by the City's Project Control Specialist 37 and the City's Project Manager as a baseline schedule for Contractor's scope of 38 work. Contractor will issue current, accurate updates of their schedule (Progress 39 Schedule) to the City at the end of each month throughout the life of their work. 40 41 B. Schedule Tiers 42 The City has a portfolio of projects that vary widely in size, complexity and content 43 requiring different scheduling to effectively deliver each project. The City uses a 44 "tiered" approach to align the proper schedule with the criteria for each project. The 45 City's Project Manager determines the appropriate schedule tier for each project, and CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised 3ULY 20, 2018 F:lprojects103181040-011SpecsWinal\Final Part 2A SpecificationsMivision 00100 32 15_Constmcdon Pmjem ScWuladoc 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 includes that designation and the associated requirements in the Contractor's scope of 2 work. The following is a summary of the "tiers". 3 4 1. Tier 1: Small Size and Short Duration Project (design not required) 5 The City develops and maintains a Master Project Schedule for the project. No 6 schedule submittal is required from Contractor. City's Project Control Specialist 7 acquires any necessary schedule status data or information through discussions with 8 the respective party on an as -needed basis. 10 2. Tier 2: Small Size and Short to Medium Duration Project 11 The City develops and maintains a Master Project Schedule for the project. The 12 Contractor identifies "stars" and "finish" milestone dates on key elements of their 13 work as agreed with the City's Project Manager at the kickoff of their work effort. 14 The Contractor issues to the City, updates to the "start" and "finish" dates for such 15 milestones at the end of each month throughout the life of their work on the project. 16 17 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 18 The City develops and maintains a Master Project Schedule for the project. The 19 Contractor develops a Baseline Schedule and maintains the schedule of their 20 respective scope of work on the project at a level of detail (generally Level 3) and in 21 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 22 The Contractor issues to the City, updates of their respective schedule (Progress 23 Schedule) at the end of each month throughout the life of their work on the project. 24 C. Schedule Types 25 Project delivery for the City utilizes two types of schedules as noted below. The City 26 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 27 monthly updates to the City Project Manager (end of each month) as a "progress" 28 schedule. The Contractor prepares and submits each schedule type to fulfill their 29 contractual requirements. 30 31 1. Baseline Schedule 32 The Contractor develops and submits to the City, an initial schedule for their scope 33 of work in alignment with this specification. Once reviewed and accepted by the 34 City, it becomes the "Baseline" schedule and is the basis against which all progress 35 is measured. The baseline schedule will be updated when there is a change or 36 addition to the scope of work impacting the duration of the work, and only after 37 receipt of a duly authorized change order issued by the City. In the event progress is 38 significantly behind schedule, the City's Project Manager may authorize an update 39 to the baseline schedule to facilitate a more practical evaluation of progress. An 40 example of a Baseline Schedule is provided in Specification 00 32 15.1 41 Construction Project Schedule Baseline Example. 42 43 2. Progress Schedule 44 The Contractor updates their schedule at the end of each month to represent the 45 progress achieved in the work which includes any impact from authorized changes 46 in the work. The updated schedule must accurately reflect the current status of the 47 work at that point in time and is referred to as the "Progress Schedule". The City's 48 Project Manager and Project Control Specialist reviews and accepts each progress CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised 7ULY 20, 2018 F.Iprojects103181040-011SpeCslFinalTma] Part 2A Speci6cationEADivision 00100 32 15_Construction Project Schedule.doc 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 schedule. In the event a progress schedule is deemed not acceptable, the 2 unacceptable issues are identified by the City within 5 working days and the 3 Contractor must provide an acceptable progress schedule within 5 working days 4 after receipt of non -acceptance notification. An example of a Progress Schedule is 5 provided in Specification 00 32 15.2 Construction Project Schedule Progress 6 Example. 8 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 9 The following is an overview of the methodology for developing and maintaining a 10 schedule for delivery of a project. 11 12 A. Schedule Framework 13 The schedule will be based on the defined scope of work and follow the (Critical Path 14 Methodology) CPM method. The Contractor's schedule will align with the requirements 15 of this specification and will be cost loaded to reflect their plan for execution. Overall 16 schedule duration will align with the contractual requirements for the respective scope of 17 work and be reflected in City's Master Project Schedule. The Project Number and Name 18 of the Project is required on each schedule and must match the City's project data. 19 20 B. Schedule File Name 21 All schedules submitted to the City for a project will have a file name that begins with the 22 City's project number followed by the name of the project followed by baseline (if a 23 baseline schedule) or the year and month (if a progress schedule), as shown below. 24 25 0 Baseline Schedule File Name 26 Format: City Project Number _Project Name —Baseline 27 Example: 101376_North Montgomery Street HMAC_Baseline 28 29 0 Progress Schedule File Name 30 Format: City Project Number —Project Name_YYYY-MM 31 Example: 101376_North Montgomery Street HMAC 2018_01 32 33 0 Project Schedule Progress Narrative File Name 34 Format: City Project Number _Project Name PN_YYYY-MM 35 Example: 101376 North Montgomery Street HMAC_PN 2018_01 36 37 C. Schedule Templates 38 The Contractor will utilize the relevant sections from the City's templates provided in the 39 City's document management system as the basis for creating their respective project 40 schedule. Specifically, the Contractor's schedule will align with the layout of the 41 Construction section. The templates are identified by type of project as noted below. 42 0 Arterials 43 0 Aviation 44 0 Neighborhood Streets 45 0 Sidewalks (later) 46 0 Quiet Zones (later) 47 0 Street Lights (later) CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised JULY 20, 2018 F;Vprojeasl03181040.0specswmannml Part 2A Spe fficatiom)Division 00100 32 15_Construc6on Prgect Schedule.doc 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 ® Intersection Improvements (later) 2 9 Parks 3 d) Storm water 4 O Street Maintenance 5 O Traffic 6 ® Water 7 8 D. Schedule Calendar 9 The City's standard calendar for schedule development purposes is based on a 5-day 10 workweek and accounts for the City's eight standard holidays (New Years, Martin Luther 11 King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 12 Christmas). The Contractor will establish a schedule calendar as part of the schedule 13 development process and provide to the Project Control Specialist as part of the basis for 14 their schedule. Variations between the City's calendar and the Contractor's calendar 15 must be resolved prior to the City's acceptance of their Baseline project schedule. 16 17 E. WBS & Milestone Standards for Schedule Development 18 The scope of work to be accomplished by the Contractor is represented in the schedule in 19 the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 20 development of the schedule activities and shall be imbedded and depicted in the 21 schedule. 22 23 The following is a summary of the standards to be followed in preparing and maintaining 24 a schedule for project delivery. 25 26 1. Contractor is required to utilize the City's WBS structure and respective project type 27 template for "Construction" as shown in Section 1.4.1-1 below. Additional activities 28 may be added to Levels 1 - 4 to accommodate the needs of the organization executing 29 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 30 "Construction Execution" that delineates the activities associated with the various 31 components Of the work. 32 33 2. Contractor is required to adhere to the City's Standard Milestones as shown in 34 Section 1.4.1 below. Contractor will include additional milestones representing 35 intermediate deliverables as required to accurately reflect their scope of work. 36 37 F. Schedule Activities 38 Activities are the discrete elements of work that make up the schedule. They will be 39 organized under the umbrella of the WBS. Activity descriptions should adequately 40 describe the activity, and in some cases the extent of the activity. All activities are 41 logically tied with a predecessor and a successor. The only exception to this rule is for 42 "project start" and "project finish" milestones. 43 44 The activity duration is based on the physical amount of work to be performed for the 45 stated activity, with a maximum duration of 20 working days. If the work for any one 46 activity exceeds 20 days, break that activity down incrementally to achieve this duration 47 constraint. Any exception to this requires review and acceptance by the City's Project 48 Control Specialist. 49 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised JULY 20, 2018 F:4projects503181040-011SpecslPina[Winal Part 2A Speci6cMions\Division 00100 32 15_Construction Project 5chedule.doe 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within tent workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXX3L30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX,70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.8 0.85 Inspection XXXXXX.80.86 Landscaping XXXXXX90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised JULY 20, 2018 F:lpmjeetsl0318104"11SpeesWinalTinal Part 2A SpeciScationsWivision 00100 32 15_Construction Project Schedule.dac 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 2 3 I. City's Standard Milestones 4 The following milestone activities (i.e., important events on a project that mark critical 5 points in time) are of particular interest to the City and must be reflected in the project 6 schedule for all phases of work. 7 8 Activity ID Activity Name 9 Design 10 3020 Award Design Agreement 11 3040 Issue Notice To Proceed - Design Engineer 12 3100 Design Kick-off Meeting 13 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 14 Water & Sewer 15 3150 Peer Review Meeting/Design Review meeting (technical) 16 3160 Conduct Design Public Meeting #1 (required) 17 3170 Conceptual Design Complete 18 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 19 Parks, Storm Water, Water & Sewer 20 3250 Conduct Design Public Meeting #2 (required) 21 3260 Preliminary Design Complete 22 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 23 Water & Sewer 24 3330 Conduct Design Public Meeting #3 (if required) 25 3360 Final Design Complete 26 ROW & Easements 27 4000 Right of Way Start 28 4230 Right of Way Complete 29 Utility Relocation 30 7000 Utilities Start 31 7120 Utilities Cleared/Complete 32 Construction 33 Bid and Award 34 8110 Start Advertisement 35 8150 Conduct Bid Opening 36 8240 Award Construction Contract 37 Construction Execution 38 8330 Conduct Construction Public Meeting #4 Pre -Construction 39 8350 Construction Start 40 8370 Substantial Completion 41 8540 Construction Completion 42 9130 Notice of Completion/Green Sheet 43 9150 Construction Contract Closed 44 9420 Design Contract Closed CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised JULY 20, 2018 F,%projeclskM 181040-01%pm\Fina1lFina1 Part 2A Specificafions\Division 00100 32 IS Construction Proiect Schedule.doc 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1.5 SUBMITTALS 2 A. Schedule Submittal & Review 3 The City's Project Manager is responsible for -reviews and acceptance of the Contractor's 4 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 5 the Contractor's baseline and progress schedules with the Master Project Schedule as 6 support to the City's Project Manager. The City reviews and accepts or rejects the 7 schedule within ten workdays of Contractor's submittal. 8 9 1. Schedule Format 10 The Contractor will submit each schedule in two electronic forms, one in native file 11 format (.xer, .xmI, .mpx) and the second in a pdf format, in the City's document 12 management system in the location dedicated for this purpose and identified by the 13 Project Manager. In the event the Contractor does not use Primavera P6 or MS 14 Project for scheduling purposes, the schedule information must be submitted in .x1s or 15 .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 16 Construction Project Schedule Baseline Example), including activity predecessors, 17 successors and total float. 18 19 2. Initial & Baseline Schedule 20 The Contractor will develop their schedule for their scope of work and submit their 21 initial schedule in electronic form (in the file formats noted above), in the City's 22 document management system in the location dedicated for this purpose within ten 23 workdays of the Notice ofAward. 24 25 The City's Project Manager and Project Control Specialist review this initial schedule 26 to determine alignment with the City's Master Project Schedule, including format & 27 WBS structure. Following the City's review, feedback is provided to the Contractor 28 for their use in finalizing their initial schedule and issuing (within five workdays) their 29 Baseline Schedule for final review and acceptance by the City. 30 31 3. Progress Schedule 32 The Contractor will update and issue their project schedule (Progress Schedule) by the 33 last day of each month throughout the life of their work on the project. The Progress 34 Schedule is submitted in electronic form as noted above, in the City's document 35 management system in the location dedicated for this purpose. 36 37 The City's Project Control team reviews each Progress Schedule for data and 38 information that support the assessment of the update to the schedule. In the event 39 data or information is missing or incomplete, the Project Controls Specialist 40 communicates directly with the Contractor's scheduler for providing same. The 41 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 42 the submittal process noted above. The City's Project Manager and Project Control 43 Specialist review the Contractor's progress schedule for acceptance and to monitor 44 performance and progress. 45 46 The following list of items are required to ensure proper status information is 47 contained in the Progress Schedule. 48 0 Baseline Start date 49 * Baseline Finish Date CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised 7ULY 20, 2018 F:lprojezts\0318N040.011Specs\FinLUinaI Part 2A SpecificationslDivism OMW 32 15_Construction Project Schedule, doe 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 b % Complete 2 a Float 3 a Activity Logic (dependencies) 4 a Critical Path 5 ® Activities added or deleted 6 a Expected Baseline Finish date 7 a Variance to the Baseline Finish Date 8 9 B. Monthly Construction Status Report 10 The Contractor submits a written status report (referred to as a progress narrative) at the l I end of each month to accompany the Progress Schedule submittal, using the standard 12 format provided in Specification 00 32 15.3 Construction Project Schedule Progress 13 Narrative. The content of the Construction Project Schedule Progress Narrative should 14 be concise and complete to: 15 a Reflect the current status of the work for the reporting period (including actual 16 activities started and/or completed during the reporting period) 17 C Explain variances from the baseline on critical path activities I8 a Explain any potential schedule conflicts or delays 19 a Describe recovery plans where appropriate 20 C Provide a summary forecast of the work to be achieved in the next reporting period. 21 22 C. Submittal Process 23 a Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 24 following the steps outlined in Specification 00 32 15.4 Construction Project 25 Schedule Submittal Process. 26 a Once the project has been completed and Final Acceptance has been issued by the 27 City, no further progress schedules or construction status reports are required from 28 the Contractor. 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. The person preparing and revising the Contractor's Project Schedule shall be 34 experienced in the preparation of schedules of similar complexity. 35 B. Schedule and supporting documents addressed in this Specification shall be prepared, 36 updated and revised to accurately reflect the performance of the Contractor's scope of 37 work. 38 C. The Contractor is responsible for the quality of all submittals in this section meeting the 39 standard of care for the construction industry for similar projects. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised JULY 20, 2018 F:lprojecis103181040-011Spm\FinaWinal Part 2A SpecificationROivision o0�D0 32 15_Construction Project Schedule.doc p 4 5 6 7 8 9 10 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION (NOT USED] 13 14 15 16 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD SPECIFICATION City Project No.: 01227 Revised JULY 20, 2018 F:lprojects\0318\040-01NSpec \FinahFinaI Part 2A SpeciScations%Division 00100 32 15_Constmc ion Projeci Schedule.doc 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 00 32 15 Construction Project Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 i 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 CITY OF FORT WORTH Sanitary Sever Main 257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:lprojects\0318N040-01\Spec TinarTinaI Part 2A SpecificationsWivision 0010D 32 15.1_Comtmciion Pmject Schedule_Bnseline Bxample.doc 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2of5 C. --a----------- --- - ----- --1- - - --1------- -� i I I i i - -------•-E-•---•---4- -•-•---4---•---•-4-----•- -` ----------------------------------- -------------------- -` ......_._F_...._._._3_» - - ----•---F-•—---- t--------- i•-' -t----- ----- t--- ------ 1-------- .---------- --------- -- ...... .........�.... _._-......-I M_.•.-. I. ....-. I I I ! .! ! A------•--�--.--•---.�-.._. _----Ii•-'--� � _----='{' _ _-t--'---i•----Y-i f _ 0 m 1110 o,4 4I II n ,n 4 9 ,e71�? c� t7 �1? ru iell+l �e re •� • ,.• ,- i jj I It gg @+ 6 MY a 54 It� �Fpa i�nJ p�y1� � ��j �y {[r.�S. r�� }},�', R 1'� A x PF !� R I S} � r! Rl } R 1; �1 M �Y, g ICY 13 o rs G fJ b .�mmm n mmm�m�. 'mmmmmii r u 'N �t FJ rl � try °i'� `��',xj•y S�Si i �"I Irk iy{s,� N l � � "� � � f �, �7 � i p � •�� y� iyiiol��j �. � i ,�, plr�r•{r �If�i o �",'�� �'�if?`��� ii� R rllIW3� Ciln ir. y 'rt 'o„I� yi c?�1n � In N �jl�'j.r g W I! 1 A a at t i o ! k �r p F w 1 E,� fir �! $$ � r�}�ylE1��Df,' FL 13 w o3 ir +�44�4R CITY OF FORT WORTH Sanitary Sever Main 257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:lprojects103181040-01\SpeesTinalTinal Part 2A SpecificationADivision MOO 32 15.1_Construclion Project Schedule_ Baseline Fmmple.dac 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page 3 of 5 } _ t ------ i - r--------- ,------•- " __.----- 4 ........---------- }....... ._.T......... ' -------- I--------- •' ----' _7._ ---------' ._.-.....i_ ...- ._._._..T' -• r .�...._._._.r i .._._. J--•-------4--------- 4---------- ------•--]---.---- ' - •-•----` I E E i _.I -• ._._._..-------- - ------ -'_....... 1 — e s -_---------- r..-- i it I Ir wr I I ! t f-----_------------ . _ � - �........... ......... !---•..... ........... - - -• ui " M .... � qi,hl+ 1+ ?Tin nj.o 4 . 07 0 olraia a- "!mi. tr oir,+ M P, I'1 I I 71 i ryp �I .itiY lrlo L'i V€Hfl' Fi �p1 n1.4'. p I4 rn� a c1 lit ' IMl F! Q m � M _ 0 } �J � II ((ppEl �lyy M lVp m pMm MIM cVMMMl tl p nM ptlRry! INWf1'ipIln0 qu'�n II prl���pPPP Q� Mm Ml:e m K? M�j Mt mIq f ayn, -,mm fKi' ANr158 N N G, � � — • �WW _ 41 �_m OP yo 'W_ w w ilPi it IN NJ•90�ID W,o�IW ••� G ooliiy'S! tICb ow II hl ay, { r •a �itl � V Nj}Oo. �r ra .. f�9j r-.€. msYm �, 9l pi'I C��O i�} f�-1 �I +• r or. ih 4! �u �o } �� �• y��I �j �r'`+l �op1CS f pOlpNi� m;Nim NIwkN r �w N�iV�� 0 N.oyy is g r o I�� Rl :-:.4, ., tol 0'4 }} 9 �� r•�iln14 ?!g�m g a N.w o o t G 17 I� �• m i'i - Ilr j 0) t: � 83 If1 1111 ra S p'Y� �41 Y1 i ,S. AIN'IL o A !�: :ta ~ E • �� fFr l '� atymn �ry1-AAA Ir Rl 1: aa• _ �' it .ryr tl al �N F �� ��.�� I�l �1 fi} rc U FE; 'V � o a tY c+�la,cr'c+ie o r,• Q n,nil�l ea ��l n .a c rr�Ip .ti �p dl'pp .+ m .yI I !4 I N C N:IV'Nkt '9:& p NpI�Rp� q Mljy H f Ploi!?:M M,f'i # �?'M; 17'171m '� R�m.m l'? :p.4 � � n ,�-? �' {, p' � Jp u iM 101 l yCry}16�gwj dJJ p CITY OF FORT WORTH Sanitary Sever Main 257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised 7ULY 20, 2018 Fapmjeels403 181040-OMI>ecs\FinallFinul Part 2A SpecificationslDivjsion 00\00 32 153-Canstrwiion Project Schedule Baseline hMrcplrAoe 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 16 ---------- ri (u RIF 9 . V) a) 'n m 9 Y 4 IL to zn DNS .20 A Aw Rm 01 RO-0— IL E 'Eq r3 9$ XO R to 5 CITY OF FORT WORTH Sanitary Sever Main 257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised MLY 20,2018 F;L pfojMt$03185040-011SpmWinalWinat part 2A Spccifications\Division 00100 3215.1—oons"cion Fmject Schodate—Bmeline EXaMpleL&C 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 I END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Sanitary Sever Main 257- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F,lprojects543161040-01LSpecsTinalWinal Part 2A Specificalions\Div stun 00100 32 15.1_Conshvctian Project Schedule_Baseline Fa mple.doc Ii10 32 151 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page] of 4 1 SECTION 00 32 15.2 2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE 3 PARTI- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and requirements '9 regarding the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised 7ULY 20, 2018 F:l )mjecis103195040-011Spe TinaRFinal Part 2A Specifications\ iwsion 00100 32 15.2_Canstruction Project schedule_Progr Example.doc fOO 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 2 of 4 ^q i I I I _.-._----- 1...........i...._....F...........3......... . ........ i .....�.+.__.__. ^..•_.._.._.-[_.___.__.T_.___._............4 .........:...........7... N1 . . —_�__ _____ _____ _____.L _.__. i .......�'- _.. . ...................�.........T'..........1......... ..J-. K*1 y�y L� q I I .............j._........... ,' — __ ... ....... ........... .....,....-•-�-- •-•---5-----•--•L.... ------------ J--------- ur T___.__..1........ 1_.._._...J.--------- J-- ------- L......... . ------ --- ..__._..� .._..__._�-.__._..__.�_._ how --•--•--' --- ---•- i -- .......... . ------- ---------- -- —•- -- I- *Lit- ---------------- � N 9u ,0 `� O 'i7 V � r.�r}'#f N Nj}II•[1Y a; {,N N N,N IN ISY'i! N�1�1 N N!N N N N S+1,lV i`i fi ,{{ {j i�i,H L� 1µ-- _ 5l�q 1.� 1� 1�. I i {r A 1' IF _�• �t Ik�llf� r �y idY Y� �. MI M ��I.1 M 4. {i1}fF `E} {�tgy3q{ry 'I'f}r'l I r 4 tj �+ • nR; L. T =� ygt6�dm :IAIWIIT V Ri wn V ww 2^' +:2 i'jl l' I 'YI N hY fY rl cu F jn0V r� Ya �IH u ■1 n N I� �i l.i m� . •. A'YI n. Yi h. w m ` 1 14 'L9 V ItA ., N^•l4 I m W M 7o t w m m w Id rs YY en p m m £ �ii ' r. 1 d,r F ?`-Z [`Sip �: � I �� n sc CIF 4 f 4XLi x� � � � � ��v '� Sj{�u � � _ Fo I ,f CD ij Ii ML k� j ,- Gi RAJ j.. r-��] y f�i j 1 P, g I/� I �n m .n » �1 w V. a m i � � ca '7I��Ys I� 'n loll% eil � � �+I- I- I � FM !V �I i w n JI ii Fi • r � �j Rn AEjj p C y � t[ `77 ■ rIF,R � k�'�e � Ff NIA LG� A 'C ifF Fi A F1CR1 � � �) Q f� CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:lpmjects503185040-015SpemWinaRFinal Part 2A Spmifications\Division 00100 32 15.2_Cawimction Project Sebedule_Progress Ex mple.doe 1 2 100 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 3 of4 i CQ -----•-------------- ' CJi._..... .{-•• a..._.._..�_..._. ..._..-. ;.._ _..- +-•---•— �.---•-.— F--•--•---j-•-•----.+-...__- ... -•-----;----------¢—------- ;_..._..... t.._..—..—i---------- 1--------- _}...... — -- ----- -•-•- ---- — --- ------ —.l..._.._..1.._.._.._.-------- ------- t IF - - — - — — --- G----------l------- _ •-r-- _-- i.. L-. ..ti... ' INI NNN 0 ! N N N NINi N Ni.,N li rF N� N NIN "IN i L! !- Of cal 4 loi6 I'o h 1n ho •' +# area c+ ea"uia at cl ora�ra�o�is is vi u r er � #I n � r n �Ir/�lal PO YI m 9t0 r 4. _r tpp pp r4 m rI �i ar ml�, V N Gl (h m ' K {o! P h .�� W pl 6'mi Eli� il• A �l� I'1 4� �� I� � � 4n1� J"r!a9 T"'"'AN +`1�` V � m .�.a .etl�l��„s� i� m 6i��'Fin,2,�}r�SW�I != m LD oa W! rr [ems Cl IIO Ir OS OIIOl I'r.t,4i 6Y pr y O� a �rl r�n Ili m fi ��1 li '-- _.�� VP �" Ya Id m Iw. R'• Pi m�451tlr '� pl mlal� . rl,'r. N rn'� i3��I1f��.I�,J�i.t � � F : I T �$ .4 t h _}:! ' l; i _ 3'j ':-'J�.rj �_ ' f. i � I I I I n l 1� ©�1 3F.i 4 i M '�;.D !p LR ;myy yyZ yy�q;iZIY• ��rr4I6� C S• i:r 2tI I�n4 - €a u Ss 4r �J iF��Q IE�JI p� ♦1 �iJ Id � Q Q 1I I '[� y� (� I� i I I I' I Iry '�tiC 4/ �i „w N N tl '.� VI ii 'q IRlllq p t•:�I� 'r� 1'pNr +Y' IJ Il!w 'I'r rvl u' II. V �r Il F1'Q y� .. i�b r �l p; ^ ([yyYl •- p I � 3 � I • V N tR!N G �`.MILY 9{D iy N r2 Igi- rIP CL I I4 U U ba go: 4 �r7 tJ IJI I"- � � �o �� _F' I� � �• � n hit, �1 rt FI i of is 'I E s s ¢¢{ wl;z �;8 1rs�i al� ! � :�c—' �:R'VIkIHri � t� n Q CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:\projects\03i81090.Ol\Specs'FinaMinaI Part 2A SpecificationsWivision WOO 3215.2 Construcdon Project Schedule Progress Emuple.doc f00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:lprojects103181040-011Spe Tina[Tinal Part 2A Spe fflcationslAvision 00\00 32 15.2_Construction Project Schedule Progress Example.doc B 00 32 15.3 - 0 —PROGRESS NARRATIVE Page I of I SECTION 00 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. -List or activities accompiisnea in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) 0. LIST or activities to De accompiisnea in the next reporting period I. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) ®. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort worth, Texas STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 Ft\Projects\0318\040-01\Specs\Flna (♦Final Part 2A Spec'dicatrons\Divrsron 00\00 32 15.3_Construction Project Schedule Progress Narratrve.dou 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 1 of 1 SECTION 00 32 15.4 2 CONSTRUCTION PROJECT SCHEDULE -- SUBMITTAL PROCESS 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 i 18 19 20 21 22 23 24 25 r i The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griffin, Buzzsaw Administrator City of Fort Worth Fred. Griffin@fortworthgov.org 817-392-8868 Using your registered useniame and password log into the City's Buzzsaw Site Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 0070 1 -Flaxseed Drainage Improvements project is used for illustration. CrrY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised 7ULY 20, 2018 F.Npmjects103Itt1040-011SpecsTmaMina1 Part 2A SpeaificaEionsSDivision 00100 32 15.4_Constcuetion Pmjeet Schedule Submittal pmcess.dec 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 2 of 7 ++4 �t pps Ioa. thl� � �ad I � , � . .0 ►+ � ?C I ' Ls � I u1 Wr I t:r ' I [� � ` FEE1AlLI lj•1 C'Jlrid r-mrrd r{.15cfla hslydexaz Ned Wfflin 16,384 Wronritftre Y.. IP1 Cam' 91d Responses 81 � Aoretructm E1',� CernlAb3nt9 Cmh'sctoa i 1 Cortewandence GeMIA CA;ntNKt Dhcunlents OnO t. � J Pm]ed Dw -,Qs ®�] Px�ArP4eeBngs ReadPraperty {_j lftikex M705-LUtoilt egwCe Iral Chsstri1 ft7- tr705 AAW-1'+ages Centre CketQ 1 rxp j� 00706-IkSac tNleyes SECluster Berry fff`tl:.l 0X)6 - urban Wages SE Cluster N 4i 0073a• Sanitary Sever Wab ConhK ] � W755-Mmgkte Rd WM CIDYear L;' W760-Dirks Road -Bryant lMn to CA I 0 .® OOM . Swwer Creek it Sycavore Sir 037B7-Grwbt" Rued • Akma a to i i Fft P. rM1Oib;ULFhII Mli.A$ ffeb*Ml, 7++l 0. ; 1,k-.ai I ktw*. d rM i Ww-41 DOMi"Odi W I.", Two files will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainagehuprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date 'YYYY MM' for example: 00701-FlaxseedDrainagclmprovements-2009_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select []Add Document CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 20I8 F:Vprojects10316V040--015SpemWinollFinal Part 2A SpecificationslDivision OOt00 32 15.4_Construction Project Schedule _Su6mittal Process.doc 1 2 3 4 5 6 7 8 9 File Edit view Tools Fk, n Add; 9UFlaayt, �] rJnte fK �I 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 :ri %r' .:F3hlrr J -U [F ' Iyj 'W Link _ ODM—FIaxi�ed Dra^age Fmproveme c qa {J rolder C]6'iufoms �j Bid Responses #� Cornslruc0pn r-rj consultants P" Contractor 77 Ca<respwrlence 14 Q Gw*r.' Contract Dowmwy]s and Sped C C] PmjettD—kVs E [� i Public Meethtgs r �1Re�ty G .. es Indexads 00205 -Unbar V.-ages Central CLow Six F ' ®00705 -Utrbar l ages Central CkLster 5w ER � 00706 - EBban Wages SE Cluster Berry+jv $ � J 007M • Urban 1 ages SE Custer N. Ea, M-@yj 0073D- Sanikary Sewer Rehab Contract ,#4-e1 007S5- Mea Mllid 2oD4CIP yeah 10ks l?:)] DD768-003Road -BryantTrymtDG,a i 0o778 -Lebm Channel ' I (107a'S-Su=WCreek&Symrrm &h a k x . _ wdia _ Srtk I T1Ye Jftk *.As Fred&iffin 16,U MCV*A Select Browse and go to the location of the files on your desktop. Select Open _I GNttlraorintr0mad toowrio) tmffwk.YUu&n&* MmSqpA!VlllkR�WE•ihurx.0J. aos,sr�trr i41Lwh Gamntrtt -- - r�� 'tiplAclllgrr I � r I� f n Lwk n 1 C>J DWft �H t?ob.mients ryndJet Kn&45rnayv Pro? '* My c--ww 4Lti"Um Player 0 0 rr Mq NcMarkPtaoes LDActive Pm)uN ndoheAaobatSProfessiona! Yepsnrin p—pdf 1iJ L4n.MS&OVDs '�.iGuxlraw CfemT1'PQ 7i>f9 2006 Caod Rcmrd EditPra CHZA K L VPN , CtossnrxO PMP Exam Slm 7.1 Net nn cknt ar erysta€ Reporis 2008 ' , j Googie Farm Qukk Refcr€rroe W&pdF 1Lif �IMP r7'PhotosrnartZq a J:DWtDefmgnwtt PhutostoartPremier t�!.Free Sound Recorder )V W 5oiutien Center WfteSourdZemrder.exe 41 :L IIPassConnect 1 taptopsewity .1 Runes LKM.jPG ' �}Mivosoft Vism VerWn 2DO2Inside Out e800k yb`NebMmIiW FPee dnu+ ' Ao Files f.4 -- -� Cux+M 1 The file will appear in the Buzzsaw Add to Project— Select Documents window Select Next. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F;lprojects103181040-011SpeeslFinawina1 Part 2A Specifications\Division MOD 32 15.4_Constmction Project Schedule -Submittal Process-doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this time. snectrb�77ienbtumMLotl;k:KuJrLtwebule.!Nu Lm1haadd 0PDOQ Wlthegl4lr{apiu*- auanoents _ — — AmchC^r+ment Fwrwn. �reely�eatlpe rrd6.. _[ '�174'344f14ySzs�a�'+�4elmpouemtrq,3W3�iYv.� ❑�]n6�rel7hard... If7{t... ?1,�.9 MPW DVA HPBkxGo¢ l --- F- ...., I 1 6, d ,. t xyl f* You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project ID -Project Name -Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:lpmjects103181040-011SpecslFmhFinal Part 2A Speci6ca6onsWivision 00100 32 13.4_Comtmction Project Schedule —Submittal Pmcess.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 003215A-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 5 of 7 r Cr fate ■ amatnt thFt k,pp r+i 0m.yowm g41Qq Wn old kit clxmmr IArll f i Dim Lary m6!6 1W t1W tk aplb"ml 601 SelxtDoclamn 4flmqrtflt rn Kle4T lhkiusvLYl t I Atldkdl Comment J Pi J IaIIP � R II E�I RIM1 -1 LI —J Balafilleyi Slkbje€c fOQ70iflastseedDrsmeyeImprovemeltts-Baselale 0I Sdiedule Submittal from Company Name for work Perkrmed up to January 31, 2909 Name Phcml { "eg � � Fr%WL � Cp.II:el You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. ,I i 1L,. "I, .�L,.a, ..W."n ,I-alrw r++•. r...��-...,-rr. ii.., r .,�I.. i 1 Ifrer.'wl.*XH —Try I _ tiirl4k. I k+TWbd. Ilre}Ni 18L=1-r{e.�eee4=� y I + Tent 9.. TW 5— C—, 4/2... N.— rrevst.". r s... c.... Iro.. we... Trav Je... T... J... -1—, Ne... 1.. IV- VK... u.e. rl... ks.. n... a a... Ne... wP... Ix... Ara... -A. wMo ... Y... K... Cf... 3/3... ... W... P.. Nck... Ne... P,f. wendv... :a FnG hplCi SVf Bar... 1 NNjel.. W% B_ C{I— Wrm.., IV... Q... Am ... , TDPe WBe 1.YI..reo..... ce". 1y... YVGtts.. Y... F.. PSI IV— ,ated .. M A... No... Ma... ,OeGCa{.. M... M.. N4... ?aka SrxG � Fred i#... F. 6... CF... 1/i... Sli. �.rsrer su.rr {.rki«PrPlack... ...,.. n Near ear j Car 1 [OCF �• Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:Spmjecrs503181040-015SpomWinaRFinal Part 2A SpecifioarionsMivision 00100 3215.4-Construction Pmject Sebedute_Submittal Pmcesadoc 1 2 3 4 5 6 7 8 9 10 11 12 13 00 32 15,4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 6 of 7 j =_J ©Sraflr+J+msrlht prt�rci me'Lwm murwR Mtn of u* ntn al,QdbbeR ohs, 7Fm slop m apbow Select Documents eu �trnrN .i5Wch. Comment 1;3 J Q'J+m;tiSni�� Fred 0ifAst 1Frvtt1lCa�bla ,. pra3ectContraI3Team StFbjesk 0070'#*"*")rainageNpmements-BaW!ie fHahne Scliedule 5_taatts fipm'Y:ompwy Foam' I': ntsctName 1pdate Stltedule SL6m tat fram'iompany Mama for workperformed up to Jarurery 31, 2009 ontadNane c r:ontactphpne ,quh I - I Fr`u. I tancc I Ind The schedule file is uploaded to the directory. An email is sent to. the City's Project Manager and Project Control Specialist. M -:J l AM- ,) -fill ,r rf N to : I a'xr :.0qu W C51 I LFJ . . — pknirn i ' ! � aa)va-rysueed DF � mr+.r+sJn {;y etiPatm �p &daewanses � � ;J Ceretruction {L. �;J' CprWdWld " l Cmttactw t , j Cxrespmtde Gnrerd [AntractOon,rsa.rr arr, C. ;J Pr xd0rardnpe a.J Pubkmmwgs rl rwy Prgx ty Ff 'J Finn rn I+� sdudsegbrie�ds —J LMtks 0705 Cmtrd C4utar lr� }r4 Og705-urban VA pi Colud Cw t.,- Ei.[00706-Ud=%59es5EGu Eery — 0 tI OD706 -Urban %Uqg K Charter Ww f- L} 7� OQ730 -Sanmry Sa Rdmb CW-1 u 00755-N.Wte Rd=4C#PYear 11)er i� p{}76$•Grks Rana-BYdranriMn lA {+rei r� 00778 •tEbon CharFrd N,"WHHln L.%e W-ftFxc�W... �]1j2>%200e '} ALbefkn... 74,L% mHe a(31aoo9 ;i <t r uai Upload the PDF file using the same guideline. END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:lprojec[s103181040-011Specs%Fina]Tinal Part 2A SpecificationADivision MOO 32 15.4_Constmetion Project Schedule_Submittal Proces&doc 4 1 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 7 of Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised JULY 20, 2018 F:lprojects403 181040-Dl4Specs\Final4Pina1 Part 2A SpeciFeationslDivision ODA00 32 15.4_Construction Pmject Schedule Suboq Ual Pmcess.doc OD 35 13 BID FORM Page 7 of 9 SECTION 00 36 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. httWwwvw.ethics.siate.N.us/tOr-ms1ClQ_, df httP;//www.ethjcs, state. Ix. Us/fOrMSICIS. Pdf ❑ CIO Form is on file with City Secretary d CIO Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary I� CIS Form is being provided to the City Secretary ISIDDER: Thalle Construction Co., Inc. 900 NC 86 North Hillborough, NC 27278 END OF SECTION By: Steph n Kohler Signature: �- Title: President/COO CITY OF FORT WORTH r�.tr sr�nna ' m evise � �reS I f�3i °^4 � liE t'8�s b' 7i 'r E#� "�3'0 ? 3 7 jAa96§ K8rk96,k orm evrse CERTWICAT E OF INTERESTED PARTIES FORM 1295 lofi Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 If there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2019-453663 Thalle Construction Co., Inc. Hillsborough, NC United States Date Filed- 02/18/2019 2 Name of governmen en ty or state agency that is a party to the contract far the form is being filed. City of Fort Worth Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract, 01227 Sanitary Sewer Main 257, Upper and Middle Village Creek Parallel Relief Main - Part 2A 4 Name of Interested Party City, state, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NA interested Party. X 6 UNSWORN £IECI ARATION My name is Stephen Kohler and my date of birth Is 8/15/1970 My address is 900 NC 86 North �. Hillsborpugh NC 27278 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Crlrlg2 County, State of NQ on the 1$ day of FEbra! , 2019 (month) (year) Signature of authorized agent of contracting business entity _ — (Declarant) Forms provided by Texas Ethics Commission wrww.ethics.state,tx.us Version V1.1.28ab6150 cowrLICY OF INTEREST QUESTIONN ERE For vendor doing business with local govelrnirnerntoi entity This questionnaire reflects changes made to the lava by N.D. 23, 04th Log., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who 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. Name of vendor who has a business relationship with local governmental entity. Thalle Construction Co., Inc.. has no business relationship with local government entity row GV e11FICE USE ONLY Date Received 1 _ l 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 71h business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Home of local government officer about whom the Information is being disclosed. n/a Name of Officer 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? 0 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? DYes F-]No 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. El1 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)(13), excluding gifts described in Section f76.003(a-1). E / 7J k—N"tjephen Kohler. President/COO Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.sla.te.lx.us Revised 11/30/2015 GONr-LICT OF INTEREST QUEST! NNAIRE For vendor 0oing business with local governtiental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Does/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code 6176.00141-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Loioal Government Code .f 1 6.0031a)(2)(A) and 18)18); (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if.- (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code 6176.006;ia) and foal) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or ether business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter Into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware. (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1113012015 LOCAL GOVERN EHT OFFICEN CONFLICTS DfSCL S nE STATEMENT (instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes matte to the law by H.S. 23, Nth Leg., Regular Session. This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement in accordance with Chapter 176, local Government Code. Name of Local Government Officer Not Applicable to Thalle Construction Co., Inc. Office field Flow CIS OFFICE USF ORW Dale Received Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Cade Description of the nature and extent of each employment or tether business relationship and each family relationship with vendor named In Item 3. List gifts ;accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in Item 3 exceeds $10D during the 12-Month period described by Section 176.003(a)(2)(8). Date Gift Accepted Description of Gift Date: Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) ti AITIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. 1 also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(I3), Local Government Code. nra Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 to certify which, witness my hand and seal of office. tl Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.elhics.state.tx.us Revised 11/3012015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file thls form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176,003, Local Govemment Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COWPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Feld. Enter the name of the office held by the local government officer filing this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or ether business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed $100 in value. S. Affidavit. Signature of local government officer. Local Government Code,§ 176.001(2-a): "Family relationship„ means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Local Government Code R 176.003 a 2 A (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: �.a (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed, or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/301201.5 OD 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BiD FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Sanitary Sewer Main 257, Upper & Middle Village Creek Parallel Relief Main - Part 2 City Project No.: 01227 f 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 BIRDERS, 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 F:Iprojecls103181040-011SpecslFinallFinaf Part 2A Specifirations0vision 001 00 41 0000 43 13 00 42 43 00 43 37_00 45 12_OO 35 13_Bid Proposal Workbook PJ ESTIA+IATINW019 Bids11902016 Foci Worth Sewer Again M 257103 5pecifications401227 Village Creek Sanitary Server Main 257 Part 2A Final Specs pdt Page 59 of 773 0041 00 BID FORM 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 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors. a. Sewer Interceptors, 60-inch Diameter and smaller b. Sanitary Sewer Manhole and Structure Interior Lining (Warren Environmental) c" Large Diameter Tunnel Liner and Boring Installation 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 540 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 fandlor achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Did The following documents are attached to and made a part of this Bid: 7, 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. Prequalificatfon Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIO 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 S. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 F:lprojects10318%040.011SpecswinallFinal Part 2A SP&CAoationsvivision 0o1 00 41 00_00 43 1300 42 4300 43 37_00 45 1200 35 13—Bid Proposal Workbook N.1ESTiMATING12019 Bidsll902,0i6 Fort Worth Sevres Main R4 257iO3 Spedlications101227 Village Creek Sanitary Sewer Main 257 Wart 2A Finaf Specs=pdf Page 60 of 773 00 41 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. a'. Sid Submittal This Bid is submitted on Respectfully sub tted, r , By: (Signature) $Moen K r (Printed Name) Title:. tctnnl)COO Company:-T.hafler CbNtrurnkn [:o.. Int. Address: BDD NC 86 1garlh Hifthorougn Ne :727$ State of incorporation: NY Email: %kuhk1pg1r pllle,Iorrk Phone: 8 g-345-100 END OF SECTION by the entity named below. Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 F:lprojec1s103181040=0.11SpecslFinallFlnal Part 2A SpecificalionslDivision 00V 00 41 DO_00 43 13_00 42 4300 43 3700 45 12_00 36 13 Sid Proposal workbook N:IESTIMATING12019 Bids11902016 For(Worth Sewer Main M 257103 SpecificatlomW1227 Village Greek Sanitary Sewer Main 257 Part 2A Final Spam.pdf Page 61 of 773 Projeet Rem BMWs Proposal RU Unit Price WiA- 33M ig 4nF 11,1e9 6 a 999 9991 33 M B ilp 4-,638 6 9; 3 3^3i„09 3334k3 EF };648 $ w 4 9931.4610 4-F 39 $ 3 6F 469 S $ 6 333! i•3 6F 369 $ $ 33 es i 6F a1?tJ69 ffi S $ 3234 43 6F 469 $-- 9 3231.9FH } F 4'889 $ 49 6F 489 $ $ 44 93449399 R-e,� 924H3 6F 4.4w $ $ 84Q5-i4; 3; 05 N 1+ 3239 $ S 340&.3"vi �+� 42C- 44054407 43 6F 44-,6N $ $ 44 33943; 6F 44,69 8 $ 44 V*euuu -EXC9Vattm 33 0 a EZA 46 9999.0982 33- H EA + 6 m 4-7 +aML :i"o3 RA 49 $ $` i'4 3a' q10, w 2-;4$ 49 9999r9993 Q4w-Goftt"H-htif 999900 F4 6 ffi $ .9 EA 4 $ $ 24 9994 9995 Adjust ftnd pitm 99990 £i} 3 $ $ -2-2 999939B6 gewer geptiee, ReeoRneeti 34 9 i RA 3 -Tr- -4 33 9��6 gPr ill &$. 24 - - StM 333! 26 'mac 38 $ 23 33Gi39 £k4 49 $-... 8 26 9999:BBB9 33$i 39 EA 4 $ 8 33 39 19, 6u 4 6 $ idd.-. -' _Axnlie dlim $iddeWrPrepassi $idliai Rem -No. �eseriptieEr $pee"etWOR unit $i4 iit Priee did 4zakie 28 19, 's3 39 28 7.5 4 -29 3339 20 L-S } $ 39 33 39 0; llB 4 $— 34 4+4;-0i93 C-Y 545 $ $ 3i 3110:0i@2 6" R" Dimdebff T -ee icE nowd EA 433 S i 34 3; i6 09 i& w s y A 49 36 9339.0994 �R l"CA' 4w 3� 949"ON 999900 Fry w s s 36 9292mtlTYCSeeding !lydfomH4eh4BftAw4o '11�9899 F ,39 ^�94 �tnai [.' zV f pY SS 49 sa 39•"69 SP +956 Y pp Y 44 3339.0991 *F 449 6 42 99990999 +,& + P� Y 43 3125m9l9i 8"�^^ R_ rare 3 23 98 119 + 5----^--^-- 44 — _ __ _ r c } F p P 45 $ 69 } P fr- 46 9999':OO; 4 + Y 4"f 9"r"�9-"o"viz 1At+ Y } �298;999 SrMVF 1hN OU 42 43 PROPO AL FORM APART 24) UNIT PRICE E BID Bidder's Application 0" Of fail] TMOTH r.�e s..+nw�m�auo RF9�`ar�R-0t'0.#I,is�'t�#larf can r� *.nh.��dxia�.Niisk.i� t 9-3 +a +r eal tnoxkcu KW fidI 3 VAN rAP Y 61WUR MAIN 2$7 FAtt72A CITY PROlm,No. w2v ADDS RPUM NO 3 ATTAL'T AO]-1 Fu9jJ0 6EG71oN Oa 4143 PROPOSAL FORM (PART M1 UNIT PRICE BID Bidder's Application W e]J] lo5 FRDTKA&L f�1'Al pmjl r hem Iola mJllan RlddtrF rinp-�l Drdlill fincnnoYoo 6p.1o1EWArloo Uni1Of Pill UnU IPA" #1d v#iae 1Ltm Ho, 9eulam Na 140"Wre {�lllFlU#J' "".OLil}S $awfr TwknKrt{IOIIC11i1 77 6' $iaF%+II it S1z LiE-54-27.' jr&m L33+46- k ST%19UU EA ] # • ` 3 111 1i55.Lt110 Uel MWc ml 13 05 7✓f LS S 6W r # r= CIO CIO 39 121I.4mm I6`Cotr 5u41 123L 26 FA 20 5 , 3 zoo + 4�0 J615 B 0 3WF 3j01.10pthl Mombde m OHM EA 19 3 I r $' r 11 9990.WM JLPMMWo Raps wld 61 ew l cakT iS d + • 1 333010, 00 33 $3372wl &W rSmw Jumdsm boos N I Ats I M4!d.571 S3 #9 Lai 1 3 or,3 10, 5 zm&a� 33 13 1001 &O:ILWV 3rwnrAoneslorkIm02 114-ml 34,W T5 1 5 #MAW. #3 34 1% CIO 05 34 339-3901 5oalta 5e1Cii ;ll Seat Ni Lam, 143AW.Wn 33 3010 TS 1 S 3� • � 53 39 1% CIO 3! 1334.7U01 Soni[r 5zvm Si Tllm Ohm N3 J�4 L47440.31 #] 34 20 LS 1 3 S 120., Sfi 3131.6143 1 St000 fb�y W CY iii 3 S 17 ]11001a1 f -1x` ISiaiFiFtin Tgac Remo oL 31 1000 P-A 1-33 # .3 +� S �• +y JE 1110.01W I7.'--11" 01mm- er Trce Nzrnnxl 11 1010 EA 1S 3 ` 3 f .5J . — i9 11110.0164 11Y-24"f1immNsrT►atAamval TI !qC0 EA 19 3 + • to AD 40 %1 W.0103 2e sod LA_W ?roe Ramsnl }I I 00 ]r'l+ 3 D S I + S 1ck 1._ --- 4tb. w Alcc 11330.OIIrlL Uoort[aLdL-artSCIA, ' 1333001E CV 170 S F� ` 17 ?4 UW7 C vcI lLupd R IF 99 Y9 0U ei PAS S ` 3 ` ok f 43 14v7.6103 $roll k1 1Siacnvlcll Osnowd■! 31 V., 11 51.1' 8U 6W1 3 !< f74g9,404# 13eapdf, riumiecl Ana wish Comul Hox (Awgrh 3, 4, k(k. D. 14, 15. Lslw Lfi, I*..rw 17, in, 14, 2L, 24,144, 33, 27, )1, #t, 32 , A� TCE 32A,1 J 7 3T Y 37h Nodal NY g I vo 3 + S A5 1303.0dl0 CT+o WNtS Ca IMJ 3 03 10 J.E L 3 >~ 133y.U662 GIFm�r 3truenai Llom �Uhlrrrrn F•-.el,.,..�.MVI S-S01-L# F.pp" Carmlim Pq,im'- a a1 ATippv wLEgo■hj I$la 154•15.52, 3: 1 � � � `y4y #F 1341M.9 Mm 143 4.l-W, Ku 147+40 37 11 144 fi0 SF 4.950 # w S 069.i + 5339.9941 FpaRr Ai�Islis L41¢ {5' pia} {54rrrrn F�,dmflnFml:L1 4 y ' ] �•.+•�� i+9.r � 3••�•i-�+ 7 3P!-Li a CaorTaolen 34v1a111Gu U[ J4 aurF L 14 19 so 4i4 # r �- +{ 41 1119.DMO feU !`allaedulu f1&1 W2 C44MCa� 4HI J:=0 3121 00 Us 1 S ' • r � 44 31Zt,Olm swYpr s LAm 312100 LS I 1 r r 30 1471,0001 T.Ffl� Coohml 34 7 L 13 LS I !F + i ` I co � � 51 4979,LH51 L7 limla Idomo P s:l. gLwm1111LS I•avod i ili LS 1 i • + � 53 19POP.Ahl 1 Kk4r,Y "Oty JFIC m1m11ee1F WUCRL tc a11d PJ,, A LS I I • � • +� 999P 0d17 ilmy6 14ap" elee rrqu4r r onls fPmLrl H. I], Ill. and CIO 5) IU A udli LS 1 ' F04 � �- � j�1 999A.11013 FLinPril Y€4 F11e+ util�rgss J7`i:el LS uuL 13A1 5 �1dii L4 1 • 3 � r.T rY S4 MT v+lllia iT.%NU4LW C04�iTT1ULR77! IrEI:Fr6 Mli n04V mih M lrJ�xrtd]pl' 139 1f.l,�iWiLsrYJ i]�dyood'wrl Piul 1W 2ai�II�1Jllrfia'7•'� -11 SANITARY R +�R MAIN W PART 2A CITY PADJEC1' KO. 01321 ADrJMDIJM NO � ATTACI IMINT ADS• I PG2or3 D9 -3 ii om rRWA0, fW1n11 SEC IION (Fa 4743 PROPOSAL FORA JFPART 2A) UNIT PRICE BID Bldder`s Application CN#OF66GT1{4K C 4704 * Li� � 5 SAKITARY SEWER MAIN 257 AART2A CMV PROJECT NO. 131221 4Th' 0 m1[f WLA7+1 1YtY FM Fn ADDENDUM NO ] ! T AphJ\+f G {'OEM 51S1lIGiRIK iR l IC.57 LY1 ►„�a..y.i�mxoa}a ATTACMMEN'f AmI v 'r+laloOHda*H+i�o Ftid Err t+ Fe3af3 s • 0 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 1 That we, (Bidder Name) Thalle Construction Co., Inc., 900 NC Highway 86 North, Hillsborough, NC 27278 hereinafter called the Principal, and (Surety Name) Federat Insurance company. MI3 Hali19 Mill Rosik V4hllehousig SlalID*. NJ OR$% a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Parcenl Of The 'dotal Amount Sid and No/100 Dollars ($ 5% Amt Biel .01)), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identifier! as Sanitary Sewer Main 257, tipper & Middle Village Creek Parallel Relief Main - Part 2A 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 Surely, 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 14th day of February , ,2019. By: Thalle Construction Co,, Inc. 1� (Signature and *By. v *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION Peter K. Principal) act) Impressed Surety Seal Only , Chief Executive Officer 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 Bid Proposal workbook N:iE;STIMATING901913idsk190201 B Fort Worth Sewer Main M 257103 Sper�cationsID1227 Village Greek Sanitary Sewer Main 257 Part 2A Final Spec3.pdf Page 65 of 773 ACKNOWLEDGEMENT OF CONTRACTOR m IF A CORPORATION STATE OF NEW YORK COUNTY OF QUEENS ON THE I41' DAY OF FEBRUARY, 2019 BEFORE ME PERSONALLY APPEARED PETER K. TULLY TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE CHIEF EXECUTIVE OFFICER OF THALLE CONSTRUCTION CO., INC. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, l HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Public CAROL 11. 0OBDON Notary Public, State of New York No. 01004600187 Oualified in Queens County Commission Expires April 30, 20 - ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 14"DAY OF FEBRUARY, 2019 BEFORE ME PERSONALLY APPEARED KRYSTAL L. STRAVATO TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF FEDERAL INSURANCE COMPANY, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME, IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. 441- I�Jtary Public AA19C o FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECPMEER 31, 2017 (in thousands of dollars) ASSETS Cash and Short Term Investments ................ $ (78,340) United States Government, State and Municipal Bonds ......................................... 7,063,387 Other Bonds— ............................................... 5,366,068 Stocks........................................................... 134,041 Other Invested Assets ................................... 1,006,599 TOTAL INVESTMENTS ............................... 1.3,491,755 Investments in Affiliates: Chubb Investment Holdings, Inc.... ... ........ 3,890,677 Great Northern Insurance Company .......... 557,388 Vigilant Insurance Company ....................... 327,316 Chubb Indemnity Insurance Company....... 171,786 Chubb National Insurance Company ......... 171,493 Chubb European Investment Holdings, SLP . 119,836 Other Affiliates ............................................ 76,806 Premiums Receivable ................................... 1,694,780 Other Assets ................................................. 1,368,203 TOTAL ADMITTED ASSETS ...................... $ 21,770,040 LIABILITIES ARID SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses..... $ 10,545,326 Unearned Premiums ..................................... 2,087,1.24 Ceded Reinsurance Premiums Payable....... 739,431 Provision for Reinsurance ............................ 57,140 Other Liabilities ............................................. 1,044,341 TOTAL LIABILITIES .................................... 14.473,362 Capital Stock ................................................ 20,980 Paid -in Surplus ............................................. 3,209,193 Unassigned Funds ....................................... 4,066,505 SURPLUS TO POLICYHOLDERS .............. 7,296,678 TOTAL LIABILITIES AND SURPLUS.......... $ 21,770,040 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. At December 31, 2017, investments With a carrying value of $558,430,596 were deposited with government authorities as required by law. State, County & City of New York, — ss: Dawn M. Chloros, Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2017 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2017. Subscribed and sworn to before me this March 1, 2018. ia�yn awe JEANETTE SHIPSEY Assistant Secretary Notary Public, State of New York Notary Public V No. 02SH5074142 Qualified in Nassau County Commission Expires March 10, 2019 Form 15-10-0313A (Rev. 3118) CHUS7?l-- Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, 'Afar FEDERAL INSURANCE COMPANY. an Indiana corporation, VIGILANT INSURANCE COMPANY, a New fork corporation, and PACIFIC' INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Thomas MacDonald, Krystal L. Stravato, Edward Reilly and Kevin T. Walsh Jr. of Whippany, New Jersey; Theresa J, Foley and Frankie Grella of Jericho, New York; Neil C. Donovan, and Gerard Leib ofBerwyn, Pennsylvania --------------------------------------------------- —------------ —----------- --------------------------------------------- —-------- ------ — ----------------- -- each as their irate acid lawful Altorney-in-Fact to exectite wader such designation iu their natites and to affix their corporate seals to and deliver ror and on their behalf as surety thereon or otherwise, bonds ant] undertakings anti other writings obligatory In the nature thereof (other than bail bonds) given or executed in the course of business, and any Insntunenis alnendingur ahering [lie saute, and consents to the modification or alteration ofany instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presenis and affixed their corporate seals on this 41h day oftictober, 20I8, I kwi) 41 Ch it tn N, .1s4-wim Stvret.ny STATE OF NEWJERSEY County of Flunterdon stephon M. Ilarwy, Vice Prt* idcltl 3 On this 411 dae; of October, 2018, before me, a Notary Ptd)lic of New Jersey, personally carte Dawn M. Chloros, to rue known to be Assistant Secretary of FEDERAL INSURANCR COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Atlorney, and the said Dawn M. Chloros, being by we duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILAN4' 1NSLIRANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals lhereof. that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by attthwily or said Coirpanies, and that she signed said power of Anorney as Assistant Sture(ary of said Companies by like authority,, and that she is acquainted with Stephen M- Haltey, and klmw3 hint tit be Vice President of said Coutpaniesi avid that the signature of Slephen M. Halley, subscribed to said Power of Anorney is lit the genuine handwriting of Stephen ii, l laney, and was i hereto subscribed by authority of said Companies and In deponetirs presence. Notarial Seal at KATK-FIMsJ.A%%AARNaCotisraon FW" .Afy t®,2010 nw CERTIFICATION Resolullons adopted by the Boards ofUlrectors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PAC€PIC INDFNI NITY COMPANY on August 30, 20f(i: 'RV -SOLVER that the follow€rig audholizafirnrs relate to the execution, for and on behalf of die Company, orbarids. uudenakha)ts, recuaniviiim, contracts and Other written conunluraents of the Company, entered lnlo in dha ordinary courseof business teach a'Wrinen Cenmtisunavlr'): (1) Each of the Chairn6ln. the President and We Vice Presldems of the con3pany is hereby authorized roexecute any wrivencominittimit for and oil behalfofthcContpauY,underthe seal ofthe('Jmp ityorothetwiF,w (2) Each duly appointed fluomey-in- act of file co"y ray 6 hereby aulhorized to exectite ally Written Colilhn)inwril ror and oil behalf of the Company- under fire seal a( the Coin)rahy or oihenAw. to file extern that SnClh action is authorized by the grant orpowCr s provided for hi such person's wrinen appointtent as such attorney-hrfact. (3) Each of the Chairman. the President aixt lire Vice Presidents or the compallyIshereby authorixed,for arid on fxhalfoffiteConhparty.I*appoint inwritinrg any Wrenn the attorney - in -fact of the Company with fill] power andauthxrrlLvtoemcute, ibr and oil behalfortheCompany. under the seal oftheCnmpanyurotherv�V,suChwriltellCouxnililientsafthe Company as may be sleeked to such wrineln aplrohnmeni, winch specification ulay he hygeneral type or class of t1'rhien Convultntelns or by specification of ram of more particular Writtell CmmtHtlunen€i. (4) Each of the Chairman, the President and the Vice Presidents of the Company ishewbyyauthorized, forandonbehalfortheWinlyany,todeleitate€nw0t€lhgioany other oNicprofthe Company the authority to execute, forand or, belat}r or the Cohnpany, tinder the Coutpanys seal or otherwise, such Wl'Iren L=nhntents of the Company m are specified In sock written delegattou,wlrhllspecification may be by general typeor class of Written Comaillinents.or byBltel'111000ltofoneorsnorellarocularWrinenCoirutdrmenrs. (P The slgnawreofany officer or other person MfUlting alkV WfItten t otnlnillnent orappuintment or deegation rnusuant to this Rcsolution.and the seal ofthe Company, play be allfxed by facshnlie on sucil Written Commitment Or wrlirm appointment or delegation. Ft AIIIE'R RFSOLVEV. that file font- ving Resolution shall plot he deeille'd to he an exclusive staterWIltnf fine trowels and aufiuhriry ofolhcers, crnptoytr-c and other persons to act (or and on frehalf of the r:ntllp any. andsuch Resulutloa shaft ntn hill![ or otherwise attest theexercise of any such lower or authority otherwise vaildlygranted or vested" I, Dawn Nl, Chlnrt>c, Assislant Secretary of FEDERAL INSI.'RANCF3 COMPANY, VFGll ANT INSURANCE COMPANY, and PACIFIC; INDEMNITY COMPANY (the "Companies") do hereby certify thai (1) the ioregohig Reso]utinns adopted by the Board of l)lrectors of the Gompauies are true. correct and in full force and effect, (ti) the Ioregulug }rower of Allorney is true, correct and in full force anti effect. Given under my£}hand and sealsofsaidCompan€esar Whitehouse Staflan,NJ.this February 14, t�2019.�� �y�\+tY„p �(�]A •a+�6 77.. i lktv.n }1. CI11tN'ix. A� htit:tnt 11YTlIECVF.NTY0vwis"1-()VFRIt:Y'rl1[:AUrkfEm crrYOFTinsBONI)ONN(MPYl.€S01-ANYO'HEAMASTER,PLE4NF.C'ONT..) rUSA1`. it It thnnc(008) hr13 3493 Fax t909) ow- 365E FED- MG -PI (rev 08-18) T"'11001ALALAF CONISrRUCTION COMPANY A TULLY GROUP COMPANY BOARD OF DIRECTORS RESOLUTION' THALLE CONSTRUCTION CO., INC. A duly constituted meeting of the Board of Directors of Thalle Construction Company, Inc., a corporation organized under the laws of the State of New York was held on January 4, 2016 at which i meeting a quorum was present and voting throughout. WHEREAS, Peter K. Tully is the CEO of Thalle Construction Co., Inc., Stephen E. Kohler is the President and COO of Thalle Construction Co., Inc., and Larry A. Fantozzi is the Executive Vice President of Thalle Construction Co., Inc. IT IS HEREBY RESOLVED that Peter K. Tully, Stephen E. Kohler, and Larry A. Fantozzi of Thalle Construction Co., Inc. are authorized, empowered and directed to execute on behalf of Thalle Construction Co., Inc. for bid and contract documents. In witness whereof, I have hereunto set my hand and affixed the seal of the Corporation. THALLE CONSTRUCTION CO., INC. By: 4��4z Larry . F ntozzi Executive Vice president/Corporate Secretary Thalle Construction Co., Inc. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page f of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAVA 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 percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of -III C9rLlllT111 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. El BIDDER: Thalle Construction Co., By: Stephen Kohler Inc. A-K 1_- 900 NC 86 North (Signature) Hillsborough, NC 27278 Title: President/COO Date: 1- - Jq END OF SECTION r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 0000 43 13_00 42 4300 43 3700 45 12 O0 35 13_Sid Proposal Workbook N 1 STIMATIN02019 Bids11902016 Fort Worm Sewer Main 267103 Spec4fications\01227 Village Creek Sanilary Sourer Main 257 Pad 2A final Specs.pdi Page 67of773 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 I SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/tawermit/ 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 filet's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com, 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F-.lprojects503181040-014Spe Tina]T, na[ Part 2A SpccificawnsWivision 00100 45 11_Bidders PrequaliGcations.doc 004511-2 BIDDERS PREQUALWICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder 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 "NIA" 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 linear 41 footage of sanitary sewer main, manhole diameter, structure dimensions 42 and number of each, square feet (or vertical feet) of product installed, 43 contract cost, and contract duration. Contractor must demonstrate a 44 successful history of installing the product in structures of similar size 45 and scope. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Ft\projects103181040-011.SpecsTinaWinal Pan 2A SpecificalionsMivision 00100 45 11_Bidders Prequalifications,doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 004511 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a Ietter as to the status of the prequalification approval. d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Hprojects503I SW40-OMpecsTinalWinal Pact 2A SpeciHca6onslDivision MOO 45 1 I_Bidders Prequalffimions_doc k s 004512 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sewer Interceptors, 60-inch �JAAV.0 Diameter and smaller Sanitary Sewer Manhole and � Structure Interior Lining pV (Warren Environmental) 'NA "` + CI Large Diameter Tunnel Liner and Boring Installation tIL sJAVoWdJE C4N4rVJ '41301ze lot o The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Thalle Construction Co., By: Stephen Kohler Inc. 4 900 NC 86 North (Signature) Hillsborough, NC 27278 Title: PresidentICOO Date: # - 31 - 11 END OF SECTION CITY OF FORT WORTH NlESorm !�unyu E2 AR ;W-OT 9 SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box CIty Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE. `BIDDER PREQUALIFICATION APPLICATION" 0045 13 - 2 BIDDER PREQUALIF[CATION APPLICATION Page 2 of S BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable -- Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 --inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0t227 Revised December 20, 2012 P'lpmAectsk03 [ MG4O-Ol\Spec TinalTinaI Part 2A SpecificationsOivision MOO 45 13_Bidders Prequali6calion Application.doc 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller X Sewer Interceptors, Development, 60-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 X 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 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojecls10318N040-OINSpecss\Fina]TinaI Part 2A SpeciGcations\Division 00100 45 13_Bidders Prequali6cation Application.doc 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting I DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you?_ If so, where and why? b. 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 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her If so, state the name of the individual, name of owner and CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F;Vtojmts103181040-0f5Spec T±aRFinal Fan 2A SpecificationsNDivision 00100 45 l3_Sidders Prequalification Application_doc 0045 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 In what other lines of business are you financially interested? 9. Have you ever performed any work for the 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 I DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE 1. YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK 1N WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.Sprojecls403181040-011Speo\FinallFinal Part 2A SpccificalionsSDivision 00100 45 13_Bidders Prequalificalion Applieation.doc 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 P:\projec[s1031a1o40-ol%Sper kFinaAFinal Par[ 2A Specifica[ionslDivision WOO 45 13_Biddeas PreNualificabnn Applica[ion.doc 14. Equipment 004513-7 BIDDER PRF,QUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:%projects503181040-015Spe TinallFinai Part 2A SpecificalioasOivision 00500 45 13 Bidders Aequalification Applicalion.doc 004513-8 BIDDER PREQUALIMCATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm. Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Faprojects103181040-011SpeesVFinal\Final Part 2A Sµeci6cationsWivision MOO 45 13_Biddei Prcquali6calion Application.doc 00 45 26 - 1 CONTRACTOR COMPLIANCE WITf1 WORKER'S COMPENSATIONLAW Page I of I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 01227. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 I 1 Thalle Construction Co., Inc By- Stephen Kohler 12 Company (Please Print) 13 14 900 NC 86 North Signature: 15 Address 16 17 Hillsborough, NC 27278 _ Title: President/COO 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF NORTH CAROLINA § 22 23 COUNTY OF ORANGE § 24 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 Stephen Kohler , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of Thalle Construction Co., Inc. for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 ��.. Gid1v1 , 20 33 34 35 CW 36 Notary Public in and for the State of North 37 Carolina 38 END OF SECTION ,�4pri4 Eu'rrrr�q, pt +��rrAC 1111 Hf �6��,p a CITY OF FORTWORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUC-1-10N SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July I, 2011 F 5pro�ectst031S'.lf4D ORSpecsSFivallFtttaf Pan 3A SpocificationsiDn'isinn f10:gp 43 26 Cantlerim Comphance %11h Wolkers Compensation Lou- doc NAE=S.TIMATINGQ019 I3ids11902018 Fort Worth Sewer Main M 257403 Specifications1Di227 Village Creek Sanitary Sewar Main 257 Part 2A Final Specs pdf Page 83 of 773 004540-1 Minority Business Enterprise Specifications Page 1 of 2 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is five per-ee t «°�` -siN' gcrecnt �{i. a� of the total bid value of the � contract (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications_ 1''Ile itf;-rs}r :1��1i e:,.t:I- ; ��_ 7V113F' Ciocii(nelltaincill ltl I)crsl3ri "o #Efc al;vopnatc omr)10_\+ce cif 111C lfuiclr;lslne. LJik--�iuri M111 ;lki,tt 7 ._ il.,reilili�e, rcc�;i17! tit}cl: cc-ccil)l'�htiIl 1)c cvtilcn�c.l[tzsi ilie {;in. r�c�ive.d the kjl;1curtteritati�il in. flee ii? ai� i resQ. A f,t etl a.nd/or ctttaxlr.rl cniky+gill ito i.wr �i;ir el a 1. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than 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 if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 9, 2015 151'hv-fs.ftw.apaitisharelprojec1s503181°40.0115pec51Fina15Fina1 Pan 2A Spmif m ionslConformedM 45 40 Minority Business Enterprise Goalxbo 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. IFAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE I WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The M/WBE Office at (817) 212-2674. 8 END OF SECTION 10 11 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 9, 2015 11Ftw-rs.ihv.apa:lsharelprojects103181040-0115pecs\Fival\Fival Part 2A Specificaiiom\Conformedlp0 45 40_Minority Business Fntcrprise Goal.doc 004541-1 SMALL BUSINESS ENTERPRISE GOAL Page I of 2 1 SECTION 00 45 41 2 SMALL BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small 9 Business Enterprises (SBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 SBE PROJECT GOAL 13 The City's SBE goal on this project is zero percent (0%) of the base bid. 14 15 Note: If both MBE and SBE subcontracting goals are established for this project, then an 16 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 17 responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a SBE subcontracting goal is applied Offerors are required 21 to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the 22 following: 23 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation, or 24 2. Meet or exceed the above stated SHE goal through SBE Joint Venture participation, or 25 3. Good Faith Effort documentation, or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchase Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications.t 31 Ifa l 4fe;iv4.r imf Si�E duciimt-.tafiOn i11 IC ;1;z i1J111Alr-riaft L1`1117161 --C.L` ilt I114 pUrQ11111,4 32 diviSiQT1 :11d ubtoi11 a datehiine. C:r.,1. 7tltill=eCE:i1) �11n13 ]le..L] rr' e11CC Clral I�I�' (.It3' �'t€-�:n- d 1h, 33 xi.1c-u::lc-nl:Iticsn 11?'.h. ;imif��l�ot.atc,cJ. A f[:ted and_lor-cmailed copy;sill riat-be ncriq ted. 1. Subcontractor Utilization Norm, if goal is Ireceived no later than 2:00 p.m., on the second City business met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form, if participation is less than days after the bid opening date, exclusive of the bid opening statedgoal: date. 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form, if no MBE participation: days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm received no later than 2:00 p.m., on the second City business will perform all subcontracting/supplier work: days after the bid opening date, exclusive of the bid opening date. 34 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9.2015 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 F.Aproiecls%03ia5040-ORSpecslFinallFinalPari2ASpeciricationsSDivisionOD1004541 Small BusinessEnlerpris Goal-doc 004541 -2 SMALL BUSINESS ENTERPRISE GOAL Page 2 of 2 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business exceeded: days after the bid opening date, exclusive of the bid opening date. 3 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE 4 ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO 5 SPECIFICATIONS. 6 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN 7 THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL 8 RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. 9 THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A 10 DISQUALIFICATION PERIOD OF THREE YEARS. I Any questions, please contact the M/VME Office at (817) 212-2674 12 13 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 9, 2015 F:Vpmjccts1031 S1040-D11SpecsTirLal\Final Part 2A SpecificationsWivision OOM 45 41 _Small Eosiaess Enterprise Goal_doc 00 52 43 - 1 Agreement Page I of 5 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, acting by and through its duly authorized City Manager, 5 ("City"), and Thalle Construction Co., Inc., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 1 1 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Sanitary Sewer Main 257, Upper & Middle Village Creek Parallel Relief Main- Part 2A 16 City Project No.: 01227, Sewer Project No.: 56016 0700430 5740010 01227 01787 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of eleven million, seventy-three thousand, five 20 hundred nine dollars and seventy cents ($11,073,509.70), 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 540 days after the date when the 24 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General 26 Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that tinge is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City Six hundred Fifty Dollars 35 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. 37 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 15, 2017 F:lprojeus103181p40-OE45pecslFinallFinal Part 2A 5pcdarationd0052 43_Agreement (use this) doe 00 52 43 - 2 Agrearnent Page 2 of 5 38 Article S. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement, 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g, Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda, 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d, Vetter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification rovision is specifically intended tooperate and be effective even if it is alleged or proven that all or some of the damages being soullht were caused in whole or in part, by any act omission or ne li ence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Sanitary Sewer Main 257 — Paa 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgimt No.: 01227 Revised November 15, 2017 F:\projcctsl03191C4C-01 %pecslFinallF!n I Puri 2A Specific8110ns100 52 43 Agreement (use lhis).dcc 005243-3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all _or some of the damages being sought were caused, in whole or in part, 91 by any act, _omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal IO2 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR, 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of III Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or I20 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Sanitary Sewer Main 257 — Parl 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 15, 2017 Fr',projecis,0318%040-01-Spees�finallFinal Pan 2A Spccifientians100 52 43_Agreemen! (use lldsl.doc 00 52 43 - 4 Agreement Page 4 oi' 5 122 The tenns "boycott Israel" and "company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification: to the City that 125 Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the tern': of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perfonn work under this Agreement, including completing the Employment Eligibility 131 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 132 all I-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately tenninate this Agreement for violations of 141 this provision by Contractor. 142 143 7.9 No Third -Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third -party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on -site representatives or otherwise, do not snake the Engineer or its personnel I54 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE. PAGE TO FOLLOW 165 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 15, 2017 F:VprojmtsN0318\040-1n15pecslFinaAFinaI Part 2ASpc6ficoticns1005343_Agreement (asethis).doe 166 167 168 169 170 171 172 173 174 175 176 177 178 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: Salle Constar on CO., fnc. City of Fort orCli By: Jesus J_ C a Assistant City Manager (Signature) Date Stephen E. Kohler Attest (Printed Name) /f /Mary J. Kayser City Secretary President and COO Title: (Seal) Address: 900 NC 86 North Hillsborough, NC 27278 M&C C� z•�Dq Date: 1295 hr- ?-c>tG -- 41vlA City/State/Zip: Contract Compliance Manager: By signing, I acknowledge that I am the person 0?94 cza/ f responsible for the monitoring and Dater administration of this contract, including ensuring all perfonnance and reporting requirements. t „ / John Kasavich, P.E. Project Manager V.roVto Form and Legality: Douglas W. Black Assistant City Attorney APPROVAL Ra EC MENDED: DIRECTOR, Chris Harder, P.E. ®FACIAL RECORD CITY OF FORT WORTH s 1il I*gN01raY8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City. PMgee No. jk27 Revised November 15, 2017 FT.U�j�� F:`.projects,0319�D40-011Specs�.Fnal:Final Part 2A Specin—tionsM 52 43_Agrc eat (use thisl.dor Bond No. 8252-44-41 Federal Insurance Company 0061 13 - l Bond No. 015205405 Liberty Mutual Insurance Company PERFORMANCE BOND Page 1 0172 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Thalle Construction Co., Inc, 900 NC Highway 86 North, Hillsboro ugh. NC 27278 , known as Federal Insurance Company, 202E Halrs Mill Road, Whitehouse Station, N108889 8 "Principal" herein andl.ibeqy Mutual Insurance Company, 175 Berkeley Street, Boston, MA , a corporate 02116 9 surety(suretics, if more than one) duly authorized to do business in the State of Texas, known as t0 "Surety" herein (whether one oi- more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 12 sum of, 't Dollars 13 ($ 11,073,509.70 ), 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 to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. Eleven Million Seventy Three Thousand Five Hundred Nine Dollars and 70/100 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the !_+ day of , , �.� -_` - , 20 = , 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 defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Sanitary Sewer Maim 257, Upper & 22 Middle Village Creek Relief Main — Part 2A, City Project No.: 01227. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division, CITY OF FORT WORTH Sanitary Sewcr Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F1p,njectsl0]ISk040-01%SpecsWinal4Fina1Part 2ASpecificationsWivisianMOO 6117 PerrormaneeBond.doc 0061 13 - 2 PERFORMANCE BOND Page 2 of2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 23rd day of April 6 2019 . 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 ATTES: (Pri41) Secretary 1 Witness as to Princi al r V—.—Q � Witness as to Surety Edward Reilly, Witness as to Surety PRINCIPAL: Thalle Construction Co., Inc. BY: +Deter K. Tully, Chief Executive Officer Name and Title Address: 900 NC Highway 86 North Hillsborough, NC 27278 SURETY: BY: Kevin T. Walsh, Jr., A`t�ney-In-Fact Name and 'title ��_ Address: 202B TIA's Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (908) 903- 3493 Telephone Number: (617) 357-9500 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:lprujectAi031 3ftU40.111kSpe s5FinKL\Fina1 Pars 2A SpwficolronsWivision MOO 61 13_1'erfomv ncn Booddoe ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF NEW YORK COUNTY OF QUEENS ON THE 23rd DAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED Peter K. Tully TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE CHIEF EXECUTIVE OFFICER OF Thalle Construction Co., Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Public CAROL R. GORDON Notary Public, State of New York No. 01 G046301 S7 ACKNOWLEDGEMENT OF SURETY COMPANY ("qualified in Queens County Commission Expires April 30► 20P----"' STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 23rd DAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED Kevin T. Walsh, Jr. TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND A MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR TEN OVE. sandy 5 38-emw" Nota ublic goofy e d Stdta of NVY 19 nw ;ly C©EuMIWfan ( W SIP 1% ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 23rd DAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED Kevin T. Walsh, Jr. TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Liberty Mutual Insurance Company THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXE OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR TEN A E. i No ublic ► 8 3pmes-spot Notary Pubk o State of New jamv Fly COMMinien Expires **P 19, 202E FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMIDER 31, 2018 (in thousands) ASSETS Cash and Short Term Investments $ (360,335) United States Government, State and Municipal Bonds 5,736,426 Other Bonds 3,916,616 Stocks 100,774 Other Invested Assets 959,127 TOTAL INVESTMENTS 10,354,608 Investments in Affiliates: Great Northern Ins. Co. 384,987 Vigilant Ins. Co. 333,743 Chubb Indemnity Ins. Co. 176,202 Chubb National Ins. Co. 175,547 Chubb European Inv. Holdings, SLP 120,469 Other Affiliates 99,299 Premiums Receivable 1,281,366 Other Assets 2,762,308 L(ABILITIES AND SURPLUS TO POLICYhVLOERS Outstanding Lasses and Lass Expenses $ 6.523.482 Reinsurance Payable on Losses and Expenses 1,490,981 Uneamed Premiums 1,914,190 Ceded Reinsurance Premiums Payable 406,271 Other Liabilities 666,865 TOTAL LIABILITIES 10,699,789 Capital Stock 20.980 Paid -in Swplus 2,711,474 Unassigned Funds 2.067,389 SURPLUS TO POLICYHOLDERS 4,789,842__ TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ i5,sB9,631 SURPLUS S 15,6�9,631 Investments are valued in docordance with requirements of the National Association of Insurance Commissionars, At December 31, 2018, investments with a carrying value of $566,806,856 were deposited with Wvemment authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly sworn, says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is a true and correct statement or the said Company's financial condition as of the 31 st day of December, 2018. Sworn before me fhis J�-CLA� t 9 rC f My comnjssion expires COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAL Diane Wright, Notary Public City of Philadelphia, Philadelphia County My Commission Expires Aug. 8, 2M MEMBER, PENNSYLVANIA A$WQIA714N OF NOTARI Liberty �utuaL SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT—DECEMBFR31, 2018 Assets Cash and Bank Deposits ......................................... $464,341,712 *Bonds U.S Government ..................................... 2,259,714,810 *Other Bonds ................................... .................. I...... 11,864,776,740 *Stocks..................................................................... 16,527,715,226 Real Estate.............................................................. 255,809,551 Agents' Balances or Uncollected Premiums........... 5,817,927,234 Accrued Interest and Rents ..................................... 108,139,840 Other Admitted Assets ............................................ 11,532,139,744 Total Admitted Assets ..................................... S48,830,564,R57 Liabilities Unearned Premiums ................................................ $7,851,429,449 Reserve for Claims and Claims Expense ................. 20,165,209,300 Funds Held Under Reinsurance Treaties ................. 384,795,327 Reserve for Dividends to Policyholders .................. 1,111,529 Additional Statutory Reserve .................................. 62,866,000 Reserve for Commissions, 'faxes and Other Liabilities ................................................ 3,999,822,802 Total................................................................. $32,465,234,407 Special Surplus Funds ................. $43,108,583 Capital Stock ............................... 10,000,000 Paid in Surplus ............................ 10,044,912,727 Unassigned Surplus ..................... 6,267,309,139 Surplus to Policyholders ..... ........................... 16,365,330,449 Total Liabilities and Surplus...............................4R,R30,Sfi4.R56 JVV INS tr'ta a`onr �r� * Bonds are stated at amortized or investment value; Stocks at Association Market Values. r 1912 ro The foregoing financial information is taken from Liberty Mutual Insurance Company's financial ym� 9SSA�US� statement filed with the state of Massachusetts Department of Insurance. 1, TIM Ml-KOLA7EWSKJ, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2018, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 22"d day of March, 2019. Assistant Secretary 5-1262LMICIa M9 UHIJ HE3' Power of Attorney Federal Insurance Company j Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Thomas MacDonald, Krystal L. Stravato, Edward Reilly and Kevin T. Walsh Jr. of Whippany, New Jersey; Theresa J. Foley and Frankie Grella of Jericho, New York; Neil C. Donovan, and Gerard Leib ofBerwyn, Pennsylvania ----------------------------------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney in Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 41k day of October, 201& flirern M,Chloros, AssistantSecretrry 0 �p r !D 4.0 r STATE OF NEW JERSEY CountyofHunterdon Stephen hl. Haney. Vim Pressideni. On this 41" day of October, 2018, before me, a Notary Public of New Jersey, personally carve Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL. INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority ofsaid Companies and in deponent's presence. Notarial Seal g KATHERINF LAQUTAAR �OTAq [VOTARY PUBLIC OF VOW JERSEY c. �� No. 28itlggti r pltpL115 commission ewtra".fuy 16, 2019 Noiary Public JER9 CERTIFICATION Resolutions adopted by the Boards of Directors ofFEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution, for and on behalf ofdie Company, ofbonds, undertakings, recognttances, contracts and other written commitments of the Ceimpany entered Into in the ordinary course of business (each a "Written Commitment'): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf ofthe Company, underthe seal ofthe Company or Otherwise. (2) Each duly appointed attorney -it -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of lire Company, wider tire seal of the Company or otherwise, to theextentihat such action is authorizedhy the grant of powers provided for in such persons written appointment as such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, forandon behalf ofthe Company, to appoinf in writing any person the attorney In -fact of tine Company with full power and authority to execute, for and on behalfofthe Company. under the seal ofthe Company or otherwise, such Written Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commimients or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, forand on behalfof the Company, to delegate in writing to any tither officer of the Company the authority to execute, for and on behalf of the Company, under the Companys seal or otherwise, such Written Commitments of the Company as are specified in such mitten delegation, which specification may be by general type or class of Written Commitments or byspecificatlon of one or more particular Written Commitments. (5) The signature o€any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, andthe seal of the Company, may heaffixed by facsimile on such Written Commitmentor written appointment ordelegation. FURTHER RESOLVED, that the foregoing Resolution shall nut be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalfof the Company, and such Resolution shall not limit or otherwise alfeci lie exercise of any such power or authority otherwise validlygranted or vested.' I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies) do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power ofAttorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this April 23, 2019. Dawn 11. Chloros, Assistant INTHE EYENTYOU WISH TO VERIFY TILE AUTHENTICITY OF THIS BOND ORNOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT- Te[ hone(908)90.1-3493 Rix (908)903-3656 e-mail: suretyachubb.com FFn- VIG-PI (rev, 08-18) V a) oCal N > to a co O Qj O O (D V) l4 � �W 0— Liberty Mutual. SURETY 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. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No.- 8200311-985316 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, Kevin T. Walsh, Jr.; Thomas MacDonald; Michael Marino; Edward 12cilly; Krystal L. Stravato all of the city of Whippany state of NJ 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 16th day of January , 2019 . Liberty Mutual Insurance Company P� lrrsu AoY INS& 1NSURq The Ohio Casualty Insurance Company `o4Po�r yy �Pro r y� West American Insurance Company Lu 3 Fob Qa Fats r Fom 1912 - 0 1919 1991 Yd� �34 CHU5.aa �0hRMP`'�aa 1�� 'M°IAN'' .aa r By: David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 16th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to he the Assistant Secretary of Liberty Mutual Insurance 1 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 = F- therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c0.� LL1 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. 9a PA.gT �Q oonw�giH�C COMMONWEALTH OF PENNSYLVANIA Lt& Notarial SealAF Teresa Pastella, Notary Public Upper MerionTwp., Montgomery County By: y �SYLVPa�G My Commission Expires March 28,2021 Teresa Pastella, Notary Public OTQ� � Member, PennsyleanlaAssmiallon of Notaries 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 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 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 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, 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 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 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 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. ARTICLE XI11- 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, 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, 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 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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 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 23rd day of April , 2019 . y 1NSUp _ p01 INS& a 1NSUp _ ,�JPa°�ORar'R�'Ci hJ up4PO�r�? �L�Poo4pOrt4r'Ryn _ 1912 0 o g 1919 o s 1991 By. ~d��isacnus �aL y03 hnMas'ALs� rs 'NoMOP' aa� Renee C. Llewellyn, Assistant Secretary o C:) O� C E O CO 0- O O CS] 0 (1) vv M-0 >o m� L � E CV c`7 C C? 00 0— N LMS-12873 LMIC OCIC WAIC Multi Co 062018 Bond No. 8252-44-41 Federal Insurance Company 0061 14 -1 Bond No. 015205405 LibertyMutual Insurance Corn an PAYMENT BOND y Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That We, 'Phalle Construction Co., Inc., 900 NC I lighway 86 North, IIillshorough, NC 27278 , known as Federal Insurance Company, 202B Hall's Mill Road, Whitehouse Station, NJ 08889 8 "Principal' herein, and Liberty Mutual Insurance Company, 175 Berkeley Street, Boston, MA 02116 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 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the penal sum of Dollars 13 ($ 11,073,509.70 ), 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: x Eleven Million Seventy Three Thousand Five Hundred Nine Dollars and 70/100 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 day of , 20 1 4 , 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 Sanitary Sewer Main 257, Upper & Middle Village Creek 22 Relief Main — Part 2A, City Project No.: 01227. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Mprojnetsi0 M0A0-9I%pecsV"mallFinaI Pert 2A 5pmiGcalioo\bivisian 00\0061 14 Payment Bond. dot 0061 14-2 PAYMENT BOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 23rd day of 3 April , 2019 4 5 6 7 S 9 10 11 I2 ATTEST: {Princi a]) Secretary Witness as to Princi al ATTE : r ret S retary Lori Ta ntino, Witness as to Surety -&-10 RA* Witness as to Surety 14 Edward Reilly, Witness as to Surety PRINCIPAL: Thalle Construction Co., Inc. , Chief Executive Officer ,0' Dame and Title Address: 900 NC Highway 86 North Hillsborough, NC 27278 SURETY: Federal Insurance Kevin T. Walsh, Jr.,Worney-In-Fact Name and Title Address: 202B I4aTs Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (908) 903- 3493 Telephone Number: (6m 3s7-95ao Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257— Parl 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:Sprojec4si03181440-011SpemT,ina]%Final Part 2A specificarionMivision 00100 61 ld_Paym nt Ilond.doc ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF NEW YORK COUNTY OF QUEEN S ON THE 23rd DAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED Peter K. Tully TOME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE CHIEF EXECUTIVE OFFICER OF Thalle Construction Co., Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN BOVE. C r i Notary Public CASOL R. GORBON Notary Public, State of New York No. 01 G04680187 ACKNOWLEDGEMENT OF SURETY COMPANY Qualified in Queens County Commission Expires April 30, 20�C_:)— STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 23`d DAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED Kevin T. Walsh, Jr. TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, 1 HAVE HEREUNTO SET MY HAND ND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEART N A r ` Sandy S James -Browne o ry Public - State of New Jersey No blic My commission Explies Sep 19, 2021 ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 23rd DAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED Kevin T. Walsh, Jr. JO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Liberty Mutual Insurance Company THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEA RI TEN 7San ames-Browne Public Notary Public - State of New Jersey My commission Explres Sep 19, 2021 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS ASSETS Cash and Short Term Investments United States Government, State and Municipal Bonds 5,738,426 Other Bonds 3,916,616 Stocks 100.774 Other Invested Assets 959.127 TOTAL INVESTMENTS 10,354,608 investments in AfTiliabes: Great Northam Ins. Co. 384,987 Vigilant Ins. Co. 333,743 Chubb indemnity Ins. Co. 178,202 Chubb National Ins. Co. 176,647 Chubb European Inv. Holdings, SLIP 120,469 Other Affiliates 99,299 Premiums Receivable 1.281,368 Other Assets 2,762,308 Statutory Basis DECEMBER 31, 2018 (in thousands) LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Lass Expenses $ 6.523,482 Reinsurance Payable on Losses and Expenses 1,490,981 Unnamed Premiums 1,914.190 Ceded Reinsurance Premiums Payable 405,271 Other Liabilities 565,865 TOTAL. LIABILITIES 10,899,789 Capital Stock 20,980 Paid -In Surplus 2,711,474 Unassigned Funds 2,057,388 SURPLUS TO POLICYHOLDERS 4,789,842 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ 15,689,631 SURPLUS $15,609.631 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners, At December 31, 2018, investments with a carrying value of $566.806,856 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly sworn, says that he is Senior Vice President of Federal Insurance Company and that bo the best of his knowledge and belief Me foregoing is a true andcorrectstatement of the said 6. , Company's financial condition as of the 31 st day of December, 201 Sworn botare me l OLAC. — &Se,iIor\rfioel ern ' 1 CCS4 Diary Public my comnjssion exprres COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAT. Diane Wright, Notary Public City of Philadelphia, Philadelphia County (My Commission Expires Aug, 8, 2019 Ek ER,PEENNSYLVANIA AS$OCIATIQN OF NOTARI MHLiberty »�tua1. SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT --- DECEMBER 31, 2018 Assets Cash and Bank Deposits ......................................... $464,341,712 *Bonds—U.S Government ..................................... 2,259,7I4,810 *Other Bonds............................................................ 11,864,776,740 #Stocks..................................................................... 16,527,715,226 Real Estate.............................................................. 255,809,551 Agents' Balances or Uncollected Premiums........... 5,817,927,234 Accrued Interest and Rents ..................................... 108,139,840 Other Admitted Assets ............................................ 11,532,139,744 Total Admitted Assets ..................................... R4R,R30,564,$57 Liabilities Unearned Premiums ................................................ $7,851,429,449 Reserve for Claims and Claims Expense ................. 20,165,209,300 Funds Held Under Reinsurance Treaties ................. 384,795,327 Reserve for Dividends to Policyholders .................. 1,111,529 Additional Statutory Reserve .................................. 62,866,000 Reserve for Commissions, Taxes and Other Liabilities ................................................ 3,999,822,802 Total................................................................. $32,465,234,407 Special Surplus Funds ................. $43,108,583 Capital Stock ............................... 10,000,000 Paid in Surplus... ............. ........... 10,044,912,727 Unassigned Surplus ..................... 6,267,309,139 Surplus to Policyholders ................................. 16,365,330,449 Total Liabilities and Surplus................................9+4R,R30,564,R56 Ji`J1Ay(,o PO R1 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. 1912 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial s� 9SSACHY= statement filed with the state of Massachusetts Department of Insurance. 1, TIM MTKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2018, to the best of my knowledge and belief: IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 22ad day of March, 2019. Assistant Secretary S-1262LMICla 3119 (- H U Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know Ali by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Thomas MacDonald, Krystal L. 5travato, Edward Reilly and Kevin T. Walsh Jr. of Whippany, New Jersey; Theresa J. Foley and Frankie Grella of Jericho, New York; Neil C. Donovan, and Gerard Leib ofBerwyn, Pennsylvania ----------------------------------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) oven or executed in the course of business, and any instruments amending or aiteringthe same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 41" day of October, 2018. lkiwn M. Chlni-m A,. istaut5eci-etaiy Stephen M.Iianey. Vice President 04.) STATE OF NEW JERSEY CouotyofHunterdon ss. On this 4' day of October, 2018, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to he Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows hum to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribedby authority of said Companies and in deponent's presence. Notarial Seal 40 KATHERINEJ,Ai)EIAAA TAi1 NOTARY PUBLIC OPNEWJERREY rn.. No. 231ON6 P4igLiC COMMIsslon F-VI"9 July 1 t3, 2019 Notary Pu611t JEP9� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: -RESOLVED, that the following authon7ations relate to tine execution, forandon behalfof the Company, of bonds. undertakings. recolmizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a -Written Commitment'): 0) Each of the Chairman, the Piesideut and the vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf ofthe Company, under the seal ofthe Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to We extent that such action is authorized by the grant ofpowers provided for in such persons written appointment as such attorney hi -fact. (3) Each of the Chairinan, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney - in -fact of the Company with full power and authority to execute, for and on behalfof theCompany, under the seal of the Company or othenvise, such Written Commitments ofthe Company as may he specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalfo€the Company, to delegate in writing to anyolher officer ofthe Company the authority to execute, for and on behalf of the Company. under the Company's seal or otherwise, such Written Commitments ofthe Company as are specified in such written delegation, which specification may he by general type or class of Written Gommitments or by specification ofoneor more particular written Commitments (5) The signature of anyofticer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of die Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED. that the foregoing Resolution shall not be deemed to be an exclusive statement ofthe powers and authority ofofllcers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limitor otherwiseaffect the exercise ofany such power or authority otherwise validly granted orvested - 1, Dawn M. Chloros, Assistant Secretary of FEDERAL, INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted bythe Board of Directors ofthe Companies are true, correct and in frill force and effect, (ii) the foregoing Power of Attorney is true. correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this Apri 123, 2019. �trW" Dawn 11. Chkx(xi. Asslstan[ Secre[ar� IN THE EVENT YOU WISH TO VERIFY THE AUTHEN'rlCrl'Y OFTHIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT - Telephone (908) 903-3493 Pax (908) 903-365G e-mail: surety@chubbcom FED- VIG-PI (rev.08-18) Liberty Mutual® SURETY 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. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200311-986316 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, Kevin T. Walsh, Jr.; Thomas MacDonald; Michael Marino; Edward Reilly; Krystal 1,. Stravato all of the city of Whippany stale of NJ 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 [hereto this 16th day of January.__, 2019 . Liberty Mutual Insurance Company Pv tNSugR Q_11 INS& oS� INsu qR The Ohio Casualty Insurance Company oRro r�T yr yJ �aRPoR,r Qyy �G' �oRpDRar �� West American Insurance Company 1912 0 0 1919 h 1991 0 VAMP ��8sgcnus .da yDa s,aaO 'rs "alA09' ,da ( BY:44Z � David M. Carey, Assistant Secretary 1! State of PENNSYLVANIA County of MONTGOMERY ss tm 0 m On this 16th day of Jantiary , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 452 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 > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 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. yp. PASr 0 O Q��oHnF �C COMMONWEALTH OF PENNSYLVANIA Notarial Seal P,4� 14& dj O OF Teresa Paslella, Notary Public 6 N tipper Mananiwp., Montgomery County BSI: Y4.VP�+PG My Commission Expires March 28, 2821 eresa Pastella, Notary Public Member, PennsylvantaAssocladon or Notaries IRY O) t6 � at 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 o 9 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: E ui ARTICLE IV — OFFICERS: Section 12. Power of Attorney. o 0 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the V > President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety ca C any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective 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 executed, such z � 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 attorney -in -fact under 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. 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, 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, seal, 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 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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 surely obligations. Authorization -- By unanimous consent of the Companies 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 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 23rd day of April , 2019 tNSU 01( IIYSV 1NSu /�JP ORpOR4 �r aj, �ORPORIT `C7P GOI Cl 3 Fo fi Q 3 Fo T l b sn 1912 0 0 1919 1991 0 a b� By: Vy ACHUg as HAMP9 as '�s "n,A+z a Renee C. Llewellyn, Assistant Secretary y N C s w E C Q O O �. CF O a L (� N 0 rl p m O C a(D >o E M co b 4 O � rO � LMS-12873 LMIC OCIC WAIC Mulii Co 0620i8 0061 19 - 1 Bond No. 8252-44-41 Federal Insurance Company MAINTENANCE BOND Bond No. 015205405 Liberty Mutual Insurance Company Page I of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Thalle Construction Co., Inc., 900 NC Highway 86 North, Hillsborough, NC 27278 -, known as Federal Insurance Company, 202B Hall's Mill Road, Whitehouse Station, NJ 09889 8 "Principal' herein and Liberty Mutual Insurance Company, 175 Berkeley Street, Boston, MA , a corporate surety 02116 9 (sureties, if snore than one) 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 l 1 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the sum of 't Dollars 13 ($ 11,073,509.70 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 * Eleven Million Seventy Three Thousand Five Hundred Nine Dollars and 70/100 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the day of , 20�, which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Sanitary Sewer Main 257, Upper 24 & Middle Village Creek Relief Main — Part 2A, City Project No.: 01227; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Sanitary Sewer Main 257 -- I>art 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July I, 2011 F-Np.jems1031S1040-03LSpecsWmalSFina] Part 2A Speci6calionsWivision 00400 61 19_Mnimenance Bond, doc 006119-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 I5 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 p;lprojectst03IM40-0]L9per4lPinaRPinal Part 2A Specificatintm%Divisiun 0040n fil 19_Maintcn— Bond.doc 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHIE+R, OF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 23rd day of April 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 20 19 ATTEST: (Principal) Secretary� , Witless a� fo Principal ��,- � t�.p Leo A to Surety Witness as to Surety `' Edward Reilly, Witness as to Surety PRINCIPAL: Thalle Construction Co., Inc. BY: Zetehief Executive Officer Name and Title Address: 900 NC Highway 86 North_ Hillsborough, NC 27278 l SURETY: Federal Insurance Com BY: T. Walsh, f r., (Attorney -In -Fact Name and Title Address: 202B Halfs Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (908) 903- 3493 Telephone Number: (617) 357-9500 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF PORT WORTH Sanitary Sewer Main 257 —Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised Judy 1, 2011 Mpeajeasl,031 A040-OILSp=W-ina9Fina1 Pan 2A 00100 61 14 M.in+eaance Rnocl&c ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF NEW YORK COUNTY OF QUEEN S ON THE 23`dDAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED Peter K. Tully TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE CHIEF EXECUTIVE OFFICER OF Thalle Construction Co., Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Public,` CAROL R. GORDON Notary Public, State of New YOtk ACKNOWLEDGEMENT OF SURETY COMPANY N© 01G04680187 C Qualified in Queens County Commission Expires April 30, 20y STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 23'd DAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED _Kevin T. Walsh, Jr. TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HA AND AFFIXEQFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR I EN AB E. James -Browne Not ubIic Notary Public - State of New Jersey My commission Expires Sep 19, 2021 ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 23`d DAY OF APRIL, 2019 BEFORE ME PERSONALLY APPEARED Kevin T. Walsh, Jr. TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Liberty Mutual Insurance Cam an THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HA AND AF OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YE f TEN OVE. Sandy S James -Browne otary Public - State of New Jersey Public My Commission Expires Sep 19, 2021 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2018 (in thousands) ASSETS Cash and Short Term Investments $ (360,335) United States Govemment, State and Municipal Bonds 5,736,428 Other Bonds 3,916,616 Stocks 100.774 Other Invested Assets 959,127 TOTAL INVESTMENTS ID.354.608 Investments in Affiliates: Greal Norlhem Ins. Co. 384,987 Vigilant Ins. Co. 333,743 Chubb Indemnity Ins, Co. 176.202 Chubb National Ins_ Cu. 176,647 Chubb European Inv. holdings, SLP 120,466 Other A011lates 99.299 Premiums Receivable 1,281,368 Other Assets 2,762, 308 LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses $ 8.523,482 Reinsurance Payable on Lasses and Expenses 1,490,981 Unearned Premiums 1,914,190 Ceded Reinsurance Premiums Payable 405,271 Other Liabilities 565,865 TOTAL LIABILITIES 10,899,789 Capital Stack 20,980 PaWn Surplus 2.711,474 Unassigned Funds 2,057,388 SURPLUS TO POLICYHOLDERS 4,789,842 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS S 15,699,631 SURPLUS $15,689.631 Investments are valued in accordance with requirements of the National Assodation of Insurance Commissioners, At December 31, 2018, investments with a carrying value of $566,806,656 were deposited with government authodlles as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA Jahn Taylor, being duly swom, says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and bellof the foregoing is a true and correct statement of the said Company's financial condition as of the 31 st day of December, 201 S. Swam before V ,1s J t �aA C�— i c o� onto' ce� sl m Notary Pu my comnjsson expires COMMONWEALTH OF PENNSYLVANiA NOTARIAL SEAL Diane Wright, Notary Public City of Philadelphia, Philadelphia County My Commission Expires Aug. 8, 2019 fdEMBER, P:NkSYLYANIA kSSaCiA7rgN OF NOTARI Liberty Il�utua]® SURETY Assets LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2018 Cash and Bank Deposits.... ..................................... $464,341,712 *Bonds --- U.S Government ..................................... 2,259,714,810 *Other Bonds. ............................ _ ............................ 11,864,776,740 *Stocks..................................................................... t6,527,715,226 Real Estate.............................................................. 255,809,551 Agents' Balances or Uncollected Premiums........... 5,817,927,234 Accrued Interest and Rents ..................................... 108,139,840 Other Admitted Assets ............................................ 11,532,139,744 Total Admitted Assets ..................................... $48.830.564.851 Liabilities Unearned Premiums ................................................ $7,851,429,449 Reserve for Claims and Claims Expense ................. 20,165,209,300 Funds Held Under Reinsurance 'treaties ................. 384,795,327 Reserve for Dividends to Policyholders .................. I,111,529 Additional Statutory Reserve .................................. 62,866,000 Reserve for Commissions, Taxes and Other Liabilities ................................................ 3,999,822,802 Total................................................................. $32,465,234,407 Special Surplus Funds ................. $43,108,583 Capital Stock ............................... 10,000,000 Paid in Surplus ............................ 10,044,912,727 Unassigned Surplus ..................... 6,267,309,139 Surplus to Policyholders ................................. 16,365,330,449 Total Liabilities and Surplus................................�4R,R30,564,R56 PyIN5UNR .�, ORPO *Bonds are stated at amortized or investment value; Stocks at Association Market Values. ' 1912 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial ?��ssge statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLA3EWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2018, to the best of my knowledge and belief IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 22°d day of March, 2019. Assistant Secretary S-1262LMICla 3119 Power of Attorney Federal Insurance Company ► Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Thomas MacDonald, Krystal L. Stravato, Edward Reilly and Kevin T. Walsh Jr. of Whippany, New Jersey; Theresa J. Foley and Frankle Grella of Jericho, New York; Neil C. Donovan, and Gerard Leib ofBerwyn, Pennsylvania ------------------------------------------------------------------------------------__------------------------------------------------------------------------ each as their true and lawful Attorney -hi -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as sorely thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents uid affixed their corporate seals on this 414 day of October, 2018. 1. f 01,221 t,s 1 w Dawn ittChlotc ,ASsistanrSecretaty STATE OF NF.W JERSEY County ofHunterdon sa Stephen 11. I fancy, Vice lh•esiden t On this 41" day of October, 2018, before me, a Notary Public of New Jersey, personally carve Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and Knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Raney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority ofsaid Companies and in deponent's presence. Notarial Seal KATHERIN121A17ElAAR NOTARY PUBLIC OF NEW JERSEY No. 23ION6 (lp�tC JER�E' COMMA21011EVltae,ruty10,2a18 " Nonarypuhllc CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 201G: "RESOLVED, that the hillowing authorizations relate to the execution, for and on behalfof theCompany,of bonds, undertakings, mcoguizances, contracts and other written commitments ofthe Company entered into in the ordinary courseofbusiuess (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under -The seal ofthe Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact. (3) Each of the Chairman, the President and the Vice presidents of the Company is hereby authorized, forand on behalf of die Company, toappc inn in writing any Person the attorney - in -fact of the Company wish full power and authority to execute, for and on behalf of the Company, under the seal ofthe company or otherwise, such Written Commitments ofthe Company as may be specified hr such written appointment, which specification maybe by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Fach of the Chairman, the Presider and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer ofthe Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of written Commitments or by specification ofone or more particular Written Commitments,. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal ofthe Company, may he affixed by facsimile on such Written Commitment or written appointment or delegation. PURrItER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement ofthe powers and authority of officers, employees and other persons to act for and on behalfof the Company, and such Resolution shall not Ihnft or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (i) the foregoing Resolutions adapted by the Board of Directors ofthe Compan)es are true, correct and in fill force and effect, (fi) the foregoing Power of Attorney is true, correct and in fullforce and effect. Given under my hand and seals o€said Companies at Whitehouse Station, ?q, this Ap ri i 23, 2019. & Raw❑ ,M. Chloros, Assistant Secrcyai-? IN THEEVENT YOU WISH TO VFRtFY THE AUTHENTICITY Orr Tots BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONfA(. r us Mr.. Telephone (908) 903- 3493 Fax (908) 903- 3G56 e-mail. surety@chubb.com FED- VIG-PI (rev. 08-18) 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. + LxbertX Liberty Mutual Insurance Company L tuil® The Ohio Casualty Insurance Company Certificate No: 8200311-985316 SURETYWest American Insurance Company POWER OIL ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate 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, Kevin T. Walsh, Jr.; Thomas MacDonald; Michael Marino; Edward Reilly; Krystal L. Slravato all of the city of Whippany state of NJ 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 16th day of January 2019 . Liberty Mutual Insurance Company P� I So POSY INS& � 1NSURq The Ohio Casualty Insurance Company tiJ cpR°oRap �{y, GoaPokra `VP4oRPORgr y� West American Insurance Company 7 1912 a 1919 1991 N Y v ya w o Q o rn N d�gcHusaL OHArnPS� D� ( Ao+ngP a + c BY: David M. Carey, Assistant Secretary 0— State of PENNSYLVANIA T � County of MONTGOMERY ss On this 16th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 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 — therein contained by signing on behalf of the corporations by himself as a duly authorized officer. u.r. 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. PA Qti�onWF r�! COMMONWEALTH OF PENNSYLVANIA 1� Notarial Seal OF Teresa Pastelella,a, Notary Public v Upper MerionTwp., Montgomery Counly By- I- L`11"a1�0 My Commission Expires March 2.8, 2027 Teresa Pastella, Notary Public �4RY �} Member, Perinsylvaniaassodation or Notaries 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 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 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 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, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective 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 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 attorney -in -fact under the provisions of this arfide may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. 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, 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, seal, 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 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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 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 23rd day of April , 2019 . � 1NSUq �qY INS& d 1NSUR tiJpG RPOI�r�'% ySPGoaPor�gr'Py� uPGaµPON C,J Y�1912 0 021919�0 4 1991 a �� e�"n"usw� a yam, "AMPS �a� Ys�01p"P �a By Renee C. Llewellyn, Assistant Secretary 7 * >• H,t * h Rq * h �o Q � b � a) (� 0 0 f_L. d y O tin o 7L--2 a a) 7 Q N ao EM 4 O 0- 0 CD LMS-12M LMIC OCIC WAIC Multi Co e62018 11 CERTIFICATE OF LIABILITY INSURAINSURANCEFDATE 09/24/201) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-908-566-1010 Construction Risk Partners a JLT Group Company Campus View Plaza CONTACT Robert Watson NAME: PHONE 646-625-7100 _FAX 646-625-7099 AIC No Ext : AIC No E-MAIL ADDRESS: cents@constructionriskpartners.com INSURER(S) AFFORDING COVERAGE NAICN 1250 Route 28, Suite 201 INSURERA: ARCH INS CO 11150 Branchburg, NJ 08876 INSURED Thalle Construction Co., Inc. INSURERS: NAVIGATORS INS CO 42307 INSURER CAMERICAN GUAR & LIAB INS 26247 INSURERD: 900 Highway 86 N INSURER E : Hillsborough, NC 27278 INSURERF: COVERAGES CERTIFICATE NUMBER: 56003963 RFVISION NUMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR T TYPE OF INSURANCE ADDL SUBR POLICYNUMBER POLICY EFF WMIDDIYYYY1 POLICY EXP IMMIDDIYYYYJLIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR 11PKG8899908 03/31/19 03/31/20 EACH OCCURRENCE $ 4,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 250,000 MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 4,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: POLICY 111 JECOT- LOG GENERAL AGGREGATE $ 8,000,000 PRODUCTS - COMPIOP AGG $ 8,000,000 $ OTHER A AUTOMOBILE LIABILITY 11PKG8899908 03/31/19 03/31/20 COMBINED SINGLE LIMIT Ea accident $ 2,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULFD AUTOS ONLY AUTOS $ X BODILY INJURY Per accident ( I HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY X _ PROPERTY DAMAGE Par accident $ X $ Comp. $5D0 X Coll. $500 B UMBRELLA LIAB X OCCUR IS19EXC7242861V 03/31/19 03/31/20 EACH OCCURRENCE $ 3,000,000 X AGGREGATE $ 3,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION$ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANYPROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDED? N NIA 11WCI8899808 03/31/19 03/31/20 X STATUTE ERI PER H E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1, 000, 00D C Excess Liability AEC 0191868-03 03/31/19 03/31/20 Occurrence 22,000,000 Aggregate 22,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES ( 101, Additional Remarks Schedule, maybe attached if more space Is required) Re: Sanitary Sewer Main 257, Upper & Middle Village Creek Parallel Relief Main - Part 2A, City Project No.: 01227, Sewer Project No.: 56016 0700430 5740010 01227 01787 City of Fort Worth and all identified entities named in the Supplementary Conditions are additional insureds as required by written contract. Coverage is primary and non-contributory where required by written contract. Waiver of subrogation is applicable where required by written contract and allowed by law. 30 days notice of cancellation applies per policy provisions. City of Fort Worth 1000 Throckmorton St Fort Worth, TX 76102 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE USA ACORD 25 (2016103) Nhuddy 56003963 (P 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntary2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents..............................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Con=dtions; Reference Points........................................................................................................... i 1 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 .......................................................................I.................19 ................................................................................I........19 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 Article 7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 -- City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjmy2,2016 Article 10 - Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work................................................................................................ 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work.................................................................................................................................. 39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Work; PIans 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 DeIays..........................................................................................................................................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: Febtumy2,2016 Article 17 — Miscellaneous .......................................... 17.01 Giving Notice .......................................... 17.02 Computation of Times ............................ 17.03 Cumulative Remedies ............................. 17.04 Survival of Obligations ........................... 17.05 Headings .................................................. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjmy2, 20] 6 .................................................................................... 62 .................................................................................... 62 .................................................................................... 62 .................................................................................... 62 .................................................................................... 63 .................................................................................... 63 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. 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnrary2,2016 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 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 Tinge —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. CrrY OF FORT wORTu STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnmy 2, 2016 007200- l GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay2,2016 00 7'2 00 - 1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division I 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: rebamyZ2016 00 72 00 - 1 GENERAL CONDITIONS Page S 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: Febr=y2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities-----AIl underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or ,4djectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 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. L. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be 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 CONSTRUMON SPECIFICATION DOCUMENTS Revision: Pebniazy2,2016 00 72 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: Febnmry2, 2016 00 72 d0 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2,2016 007200- I GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: I. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any 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: Febnmy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 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: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 12 of63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: if Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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. I. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1 _ If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA-HON DOCUMENTS Revision: Febno[y2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 14 of63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnraiy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice_ Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G 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: Febnay2,2016 007200-1 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: Febtuaiy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 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: Febnory 2, 2016 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. 446, 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 19 of63 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: Febnkry2,2016 007200- 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, EngIish- 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, startup, 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 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. "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; MY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICA ION DOCUMENTS Revision: Febnary2,2016 00 72 00 - 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 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuazy2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of'the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmazy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.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 CONSTRUCUON SPECIFICATION DOCUMENTS Revision: Fcbnoy2, 2016 007200- 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxuary 2, 2016 0012 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth 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. r G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at l 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 SPECIFICA]ION DOCUMENTS Revision: Fcbnoy2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntaty2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http:/Iwww.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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: Febimy2, 2016 00 72 00 - 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 indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCIION SPECIFICATION DOCUMENTS Revision: Febrmy 2, 2016 007200- 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 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 andlor 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: Febr=y 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.1 S.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. CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwxy 2, 2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept, of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 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: Pebmoy 2, 2016 00 72 00 - 1 GENERAL. CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indernify, :cold hµr-m-1s and defend, at its mien 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 R SOME OF THE DAMAGES BEING SOUGHT WERE CAUSE& IN WHOLE OR IDJ PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY.. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS I DLM_ =CATION PROVISIONI CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6nrary2, 2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED _OR-YWNENJJ1ATALL OR SOME OF THE_DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN -PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, technique's, 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 SPP.CIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 35 of63 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. CIFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb=W 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and 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: Febntary2, 2016 00 72 00 - 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. Kasivich, P.E., or his/her successor pursuant to written notification from the Director 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: Febnmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 -- CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2,2016 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. v. The compensation agreed 'Upon far Extra Work whether Or not initlated 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: February 2, 2016 007200-I 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 CONSTRUC7ION SPECIFICATION DOCUMENTS Revision: Febnkuy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 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: Febwary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. 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. CI"IY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy 2, 2016 00 72 00 - I GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph I1.01.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 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF'ICA-HON DOCUMENTS Revision: Fehniary 2, 2016 00 72 00 - 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 Altowance: 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: Fcbn=y2, 2016 00 72 00 - L 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 adji sbaient may be triade to the quantity of authorized work done for payrneat purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnary 2, 20l 6 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 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febr=y2, 2016 0on00-1 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 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (51/o) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to rive 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: Febmary 2, 2016 00r200-1 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: Febi mty2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, Iosses, and damages (including but not limited to all fees and charges of engineers, architects, attomeys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to ail 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: Febmeay2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4, satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not Iimited 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 CONSTRUCUON SPECIFICATION DOCUMENTS Revision: Febmazy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febcuary2,20I6 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmay2, 2016 B. Review of Applications: City will, after receipt of each Application for Pa; recommendation of payment or return the Application refusing payment. In the Iatter case, Contractor may resubmit the Application. 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 Trent, either indicate in writing a to Contractor indicating reasons for Hake the necessary corrections and 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNMNTS Revision: Febnory2,2016 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. CFFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and. Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2, 2036 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application far Payment. 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter_ 14.08 Final Completion Delayed and Partial 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: Febwaiy2, 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: Fdxwy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 58 of63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. l . If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages ,sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 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 anv other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.023, 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: Fcbnmy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a Iist, 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: Febnmy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his 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 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 —MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the Iast 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnuyZ2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 2016 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of January 2019 3 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION No 5 ti;.u„ ilurtuv lure r'Ca19 J-4 po.ort ?lIIlr J f] V I rga); ARiL 20 J 9 "I '.lf'f;3 IULIC 0-145 7l III1w r': 4'I 1,`i l? Jones Jillie 2019 i"tif77k .lull{ 019 a -nArnold Ttwt,__- _Ntarv- _- 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. CITY OF FORT WORTH Sanitary Sewer Main 257--Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0I227 Revised January 22, 2016 51Ftw-fs.flw.apalsbueSprojects103 161044-OtlSpe T-ina11F'inal Part 2A SpacifcatinmkConfonned100 73 00 Supplementary Condilions.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated r C71 '; k-, k'J EMI'?1 M E ; t �.','.; i.'C1 7T`r hix' S � 1I-L-,C'I 1. C . 1'l.N-1.iNlL .' T{I�T.f.-1,f — i(*i 1' ' N1 PI.F.TT' I f I1. :� N 1 it: ti=. 1 f i I i .),11",[.1 1.103N01.{. Jell 1113,11) l'!UL'ES Ff)k F fF- )u14F -ITIoN 1 j'i1F I' 01i.C2 AN0 -y(l ;6l)1-11TIO-Ni-A I- C(=1'li`c1,,SAIION: S1IfIl l- 13[. 1']Z(}VJDI=.1? F()R= !ti 1-1 T1IT-4 INAI I?! hif ra.l.1.I/. : i( Fri 1 tR RrN1013[1-11A I ION �i3J()I.: LLB J'H1�. 7�=T(] RF1.0CAT10N 1S- I. 1.1 A% F M I-ii --I-A`t`..'Ii r`6N-I.t '.�t14. N'ClI AI.�TIi.IIti ;.I I'li.1- lt.i11�113Li1ZS3_�].l.!T�.0 AGItl--1.;NIhNT° ' ' F 6,- ?Q-191M &C C'_:-om.-SL-giW..91a0\,IJ1 1,6.a�-;�t!Lvkkf ,.f1-C3�d-�+i The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of January 2019 EXPECTED UTILITY AND LOCATION OWNER XTO Energy JUNCTION BOX NO 1 TARGET DATE OF ADJUSTMENT March 2019 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report No. 425-09-18, dated March 3, 2010, prepared by CMJ Engineering, Inc., a sub - consultant of Alan Plummer Associates, Inc., a consultant of the City, providing additional information on the general subsurface conditions, engineering characteristics of the subsurface materials encountered, and general excavation for Sanitary Sewer M-257, Village Creek Parallel Relief Main, Part 2. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: Subsurface Utility Level A Reports performed by Lina T. Ramey & Associates, Inc., and are included in the Appendix of this Document. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities Iisted below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Alan Plummer Associates, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 22, 2016 NNRw-Js.ftw.apa-lsharelpro}ects103181040-AD11Spe \Fina1\Fina1 Part 2A Spe iEcatiewWonformedV00 73 00—Supplementary Conditions.doc 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 3 coverages for not less than the following amounts or greater where required by laws and regulations: 4 5 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 6 7 Statutory limits 8 Employer's liability 9 $100, 000 each accident/occurrence 10 $100,000 Disease - each employee 11 $500, 000 Disease -policy limit 12 13 SC-5.04B., "Contractor's Insurance" 14 15 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance 16 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 17 minimum limits of: 18 19 $1,000,000 each occurrence 20 $2,000,000 aggregate limit 21 22 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 23 General Aggregate Limits apply separately to each job site. 24 25 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 26 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 27 28 SC 5.04C., "Contractor's Insurance" 29 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 30 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 31 32 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 33 defined as autos owned, hired and non -owned. 34 35 $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 36 least: 37 38 $250, 000 Bodily Injury per person / 39 $500, 000 Bodily Injury per accident / 40 $100, 000 Property Damage 41 42 SC-5.04D., "Contractor's Insurance" 43 44 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 45 material deliveries to cross railroad properties and tracks 46 47 None 48 49 SC-6.04., "Project Schedule" 50 51 Project schedule shall be tier 3 for the project. 52 53 SC-6.07., "Wage Rates" 54 55 The following is the prevailing wage rate tables) applicable to this project and is provided in the 56 Appendixes: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 22, 2016 \\Flw-fs.Itw.apai\shmr lirojmts103181040-011Spe Xrival\Final Pare 2A Specificaiiow\Co¢for ed500 73 00_Supplemcatary Conditians.doc 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 5 Buzzsaw Location, Resources/02-Construction Documents/Speciflcations/Div-00/General Conditions SC-6.09., "Permits and Utilities" SC-6.09A.,"Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Tarrant County Permits for Rendon Rd., McPherson Rd., and Burleson Retta Rd. SC-6.09B. "City obtained permits and licenses" The following are known permits and/or Iicenses required by the Contract to be acquired by the City: 1. Tarrant County Right of Way Access Permits for Rendon Rd., Overview Court. 2. Tarrant County Utilities Company Permits for Rendon Rd., Overview Court. 3. SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 2019 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION 1. Tarrant County Tarrant County Utilities Company Contractor shall update Permits for Rendon Rd., Overview permits by Contacting Mr. Court. Jerewty Duskrn, RWA Right -of -Way Agent i fduskinAtarrantcounty.co m_ Tarrant County Transportation 100 E. Weatherford St. Rm. 401 Fort Worth, TX 76196 Office: 817-884-1176 Fax:817-884-1178 Cell: 405-388-5757 �. r3fralll C oubl;' _ —-TarTlril C6UlIfV (-A1114Ir-UGt]L}ii D;n mvIll ALL, Cori 01iiV fl7l°2 St _1'Cfu 1�4�rIa R4cPll�rsskit 1�Crasl �iu��a Pfir�a:l r{i�ti'�.Ia�F132 +<S�tb praki4rlv I6.IVitr-gkk51'rePCFt,) +}%%rrJt1';9r+.{ -TiLfr,ilit.CLN1ills}' Fpi it}NerfilL t.O I1LLVE! Illy r= �a rmil prior r+r starlii[g $ 6-1 5- 4W rl5 KAr.. ilttt0xk'r, SC-7.02., "Coordination' The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 22, 2016 11FIw-LS.ftw.apailsbackprojects103181040-01\Spm\FinallFinal Part 2A SpeciricationslConfornwd100 73 00—Suppl=cnta y CondiFions.doc A 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-8.01, "Communications to Contractor" 2 3 None 4 5 SC-9.01., "City's Project Manager" 6 7 The City's Project Manager for this Contract is John R. Kasavich, P.E., or his/her successor pursuant to 8 written notification from the Director of Water Department. 9 10 SC-13.03C., "Tests and Inspections" 11 12 None 13 14 SC-16.01C.1, "Methods and Procedures" 15 16 None 17 END OF SECTION Revision Log. DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH Sanitary Sewer Main 257 — Pari 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 22, 2016 MFIw-rs.aw.apailSAarelprojects103181040-011Spa NFival\Final part 2A Spwifications\Conrormed100 73 00 SupplementuyConditions.doc 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 011100 SUMMARY OF WORK 011100-1 SUMMARY OF WORK Page ] of 3 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 I - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. ` 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bits 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. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojecl03181040-01%Spec \FinaAFinal Part 2A SpecificaiionsWivision 01N01 11 00_Su ary of Work.doc 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 1 a. A reasonable amount of tools, materials, and equipment for construction 2 purposes may be stored in such space, but no more than is necessary to avoid 3 delay in the construction operations.. 4 b. Excavated and waste materials shall be stored in such a way as not to interfere 5 with the use of spaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants of adjacent property. 7 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 8 manner as not to interfere with the operation of the railroad. 9 1) All Work shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part of the project construction operations. 20 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 21 lawns, fences, culverts, curbing, and all other types of structures or improvements, 22 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which might be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 Work. 29 b. Notices shall be applicable to both public and private utility companies and any 30 corporation, company, individual, or other, either as owners or occupants, 31 whose land or interest in land might be affected by the Work, 32 c. Be responsible for all damage or injury to property of any character resulting 33 from any act, omission, neglect, or misconduct in the manner or method or 34 execution of the Work, or at any time due to defective work, material, or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and removed during construction of the Project 38 to the original or a better than original condition. 39 b. Erect temporary fencing in place of the fencing removed whenever the Work is 40 not in progress and when the site is vacated overnight, and/or at all times to 41 provide site security. 42 c. The cost for all fence work within easements, including removal, temporary 43 closures and replacement, shall be subsidiary to the various items bid in the 44 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lpmjects103181040-0Il.Sp.cs%Fina[Winal Part 2A SpecificatimMivision 01101 1100 Swnmaty of Work,doc p 1 2 3 4 5 6 7 8 7 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 P,lprojects103185040-011Specs%rinaW-inal Part 2A SpeciftcalionsWivision O110t 11 00_Su m twy oflMorkAuc Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 I SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 1 I c. Trade name 12 d. Catalog number I3 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 PORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Faprojects103181040-0115pecslFinellFina] Part 2A SpccificationsWivision 01101 25 00 Substitution Wocedures.doc 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only- 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 Al 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 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:Vproje ts103181040-011Spcc TinaRiinal Part 2A SpecificaliunslD[vssion 01101 25 00 Substilution Procedures-doc h 012500-3 SUBSTITUTION PROCEDURES Page 3 of 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if. 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTII Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F-lprojectsW 181040-011Spccs\Fina1lFinal Part 2A Specifications0ivision OR01 25 00_Sut dilution Procedures-doc ❑12500-4 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 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended _ Recommended Not recommended Received late By Date Remarks Date Rej ected CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F.ti,mjects103185040-011.Sptc TinalFinal Pan 2A Specificalions\Division 01101 2500 Substiru&on Pmcedures.doc 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 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 INOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 17, 2012 p:5projecls\03181040-01%pecsWinai\Final Part 2A Specificanons\Division DA01 31 19_Premmlfuoion MeeliW doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 c. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 17, 2012 F:Sprojectslll3]61049-OI1Spec5lFinalVFinal Part 2A SpecificationsWivisionO WI 3119 Ptecanstruction Meetinss.doc 11 0 01 31 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 INOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] END OF SECTION IRevision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 17, 2012 F:Sprojecls%03]8104O-OlSSpmc FinalTina1 Pan 2A SpecilicationslDivision 01\01311"reconslmction Meetings-doc I 9 013120-1 PROJECT MEETINGS Page I of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. 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 I4 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F4projects503161040-OPSpecWinalTinal Pan 2A Specificatiom\Division OB01 31 20_Pmject Meetingc.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions 1n. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:lprojects\0318N040-01 \SpeesVinalVFinaT Part 2A Specifications\Division O1101 31 20_Pmjw Meetings.doc 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 013120-3 PROJECT MEETINGS Page 3 of 3 o. Review monthly pay request p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 22 PART 3 - EXECUTION [NOT USED] 23 24 25 END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 FAprojects103181040-0PSpec Fina]Wina] Part 2A SpecificationsSDivision 4MOt 31 20_Project Mectings.doc 0132 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1, Schedule Tiers 22 a. Tier I - No schedule submittal required by contract. Small, brief duration 23 proj ects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 VAprojec1s103 I M040-01 YSpecsTinaWinal Part 2A Speciftealions\Division 01101 32 16_Constmd on Progess Schedale.doc 013216-2 CONSTRUCTION PROGRESS SCI3EDULE Page 2 of 5 1 3. Progress Schedule - Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative - Concise narrative of the schedule including schedule 4 changes, expected delays, key schedule issues, critical path items, etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 2.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost -loaded baseline Schedule using approved software and the l 1 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative (Project Scheduler) responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document, 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day, working 39 days per week, the amount of construction equipment, or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.; 01227 Revised July 1, 2011 Faproiects103I M40-OVSpecslFinahfmal Pan 2A Spe6fications\Division M01 32 16_17.onstmclion Progress Schodole.doc 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower (trades), equipment and work schedule (overtime, weekend and holiday 4 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled, the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions, the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F.\pmjects103185R40-011SpecsWinal\Final Part 2A Specificalions0ivision 01\01 32 16_Construction Progress Schedule.doc 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays, affecting paths of activities 6 containing float time, will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities or area under other contracts, the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors, the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases, the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera (P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no further progress schedules are required. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:Spmiects103181040-03\Sper \FinallFinal Par[ 2A Specifications\Division 01101 32 16_Corst u lion Progro Schedule.dnc N 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 5 6 7 8 9 10 11 12 13 14 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] r 16 17 18 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F;lpmjects103181040-01\Sper kFina]\Final Part 2A SpecificationsWivision 01\01 32 16 Canstrnction Progress Schedule_doc 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 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 I5 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Bprojects10318 5040-OMpccsW-alTinal Part 2A SpecificalionsWivision 01101 32 33_Prewnsimction Vidmdoc 1 PART 2 _ PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Server Main 257 --- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 201 l Bprojects103181040-OASpe TinaUinal Vart 2A SpecificationsMivision 01101 32 33 Precanstmchon Video.doc 0 A 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 l . General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: I5 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:4proiecls1031a5040-01VSpecsTina[\Final Part 2A SpecificadonsWivision 01101 33 00_SoWittah doe 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 33 00 - 2 SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. SubmittaI Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification L Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. FoId shop drawings larger than 8 % inches x I 1 inches to 8 1/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 F:Tprojeets1031$1040-01l8pe \FinaiTFinal Part 2A Spmfications\Division O R01 33 00 Subn ittals.doe Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 013300-3 SUBMITTALS Page 3 of 8 1 E. Submittal Content 2 1. The date of submission and the dates of any previous submissions 3 2. The Project title and number 4 3. Contractor identification 5 4. The names of- 6 a. Contractor 7 b. Supplier 8 c. Manufacturer 9 S. Identification of the product, with the Specification Section number, page and 10 paragraph(s) 11 6. Field dimensions, clearly identified as such 12 7. Relation to adjacent or critical features of the Work or materials 13 8. Applicable standards, such as ASTM or Federal Specification numbers 14 9. Identification by highlighting of deviations from Contract Documents 15 10. Identification by highlighting of revisions on resubmittals 16 11. An 8-inch x 3-inch blank space for Contractor and City stamps 17 F. Shop Drawings 18 1. As specified in individual Work Sections includes, but is not necessarily limited to: 19 a. Custom -prepared data such as fabrication and erection/installation (working) 20 drawings 21 b. Scheduled information 22 c. Setting diagrams 23 d. Actual shopwork manufacturing instructions 24 e. Custom templates 25 f. Special wiring diagrams 26 g. Coordination drawings 27 h. Individual system or equipment inspection and test reports including: 28 1) Performance curves and certifications 29 i. As applicable to the Work 30 2. Details 31 a. Relation of the various parts to the main members and lines of the structure 32 b. Where correct fabrication of the Work depends upon field measurements 33 1) Provide such measurements and note on the drawings prior to submitting 34 for approval. 35 G. Product Data 36 1. For submittals of product data for products included on the City's Standard Product 37 List, clearly identify each item selected for use on the Project. 38 2. For submittals of product data for products not included on the City's Standard 39 Product List, submittal data may include, but is not necessarily limited to: 40 a. Standard prepared data for manufactured products (sometimes referred to as 41 catalog data) 42 1) Such as the manufacturer's product specification and installation 43 instructions 44 2) Availability of colors and patterns 45 3) Manufacturer's printed statements of compliances and applicability CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11:Spmjeets103 M040-01%Sp&FinaWmak Part 2A Spemfivatia Division=013300_Submittals.doc 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 4) Roughing -in diagrams and templates 2 5) Catalog cuts 3 6) Product photographs 4 7) Standard wiring diagrams 5 8) Printed performance curves and operational -range diagrams 6 9) Production or quality control inspection and test reports and certifications 7 10) Mill reports 8 11) Product operating and maintenance instructions and recommended 9 spare -parts listing and printed product warranties 10 12) As applicable to the Work 11 H. Samples 12 1. As specified in individual Sections, include, but are not necessarily limited to: 13 a. Physical examples of the Work such as: 14 1) Sections of manufactured or fabricated Work 15 2) Small cuts or containers of materials 16 3) Complete units of repetitively used products color/texture/pattern swatches 17 and range sets 18 4) Specimens for coordination of visual effect 19 5) Graphic symbols and units of Work to be used by the City for independent 20 inspection and testing, as applicable to the Work 21 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 22 be fabricated or installed prior to the approval or qualified approval of such item. 23 1. Fabrication performed, materials purchased or on -site construction accomplished 24 which does not conform to approved shop drawings and data is at the Contractor's 25 risk. 26 2. The City will not be liable for any expense or delay due to corrections or remedies 27 required to accomplish conformity. 28 3. Complete project Work, materials, fabrication, and installations in conformance 29 with approved shop drawings, applicable samples, and product data. 30 J. Submittal Distribution 31 1. Electronic Distribution 32 a. Confirm development of Project directory for electronic submittals to be 33 uploaded to City's Buzzsaw site, or another external FTP site approved by the 34 City. 35 b. Shop Drawings 36 1) Upload submittal to designated project directory and notify appropriate 37 City representatives via email of submittal posting. 38 2) Hard Copies 39 a) 3 copies for all submittals 40 b) If Contractor requires more than I hard copy of Shop Drawings 41 returned, Contractor shall submit more than the number of copies listed 42 above. 43 c. Product Data 44 1) Upload submittal to designated project directory and notify appropriate 45 City representatives via email of submittal posting. 46 2) Hard Copies 47 a) 3 copies for all submittals CJTY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 SapmjecisW31M40-0 hSpcc \Final\Final Part 2A SpecificadensUvision 01101 33 00 Subrr tdaladec 013300-5 SUBMITTALS Page 5 of 8 1 d. Samples 2 I) Distributed to the Project Representative 3 2. Hard Copy Distribution (if required in lieu of electronic distribution) 4 a. Shop Drawings 5 1) Distributed to the City 6 2) Copies 7 a) 8 copies for mechanical submittals 8 b) 7 copies for all other submittals 9 c) If Contractor requires more than 3 copies of Shop Drawings returned, I0 Contractor shall submit more than the number of copies listed above. 11 b. Product Data 12 1) Distributed to the City 13 2) Copies 14 a) 4 copies 15 c. Samples 16 1) Distributed to the Project Representative 17 2) Copies 18 a) Submit the number stated in the respective Specification Sections. 19 3. Distribute reproductions of approved shop drawings and copies of approved 20 product data and samples, where required, to the job site file and elsewhere as 21 directed by the City. 22 a. Provide number of copies as directed by the City but not exceeding the number 23 previously specified. 24 K. Submittal Review 25 1. The review of shop drawings, data and samples will be for general conformance 26 with the design concept and Contract Documents. This is not to be construed as: 27 a. Permitting any departure from the Contract requirements 28 b. Relieving the Contractor of responsibility for any errors, including details, 29 dimensions, and materials 30 c. Approving departures from details furnished by the City, except as otherwise 31 provided herein 32 2. The review and approval of shop drawings, samples or product data by the City 33 does not relieve the Contractor from his/her responsibility with regard to the 34 fulfillment of the terms of the Contract. 35 a. All risks of error and omission are assumed by the Contractor, and the City will 36 have no responsibility therefore. 37 3. The Contractor remains responsible for details and accuracy, for coordinating the 38 Work with all other associated work and trades, for selecting fabrication processes, 39 for techniques of assembly and for performing Work in a safe manner. 40 4. If the shop drawings, data or samples as submitted describe variations and show a 41 departure from the Contract requirements which City finds to be in the interest of 42 the City and to be so minor as not to involve a change in Contract Price or time for 43 performance, the City may return the reviewed drawings without noting an 44 exception. 45 5. Submittals will be returned to the Contractor under 1 of the following codes: 46 a. Code 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fapmjecls103181040-011Spe TinaUival Paa 2A Specificafions\Division WWI 33 *0_Submiva[s_doe Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 r'AFrojemAG31 e104O-ORSpemwinalTinal Part 2A Spe ifwatwnslDivision 01101 33 DD Submittals doe Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 013300-7 SUBMrITALS Page 7 of 8 1 c. The City may at its option provide a list or mark the submittal directing the 2 Contractor to the areas that are incomplete. 3 8. If the Contractor considers any correction indicated on the shop drawings to 4 constitute a change to the Contract Documents, then written notice must be 5 provided thereof to the City at least 7 Calendar Days prior to release for 6 manufacture. 7 9. When the shop drawings have been completed to the satisfaction of the City, the 8 Contractor may carry out the construction in accordance therewith and no further 9 changes therein except upon written instructions from the City. 10 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 11 following receipt of submittal by the City. 12 L. Mock ups 13 1. Mock Up units as specified in individual Sections, include, but are not necessarily 14 limited to, complete units of the standard of acceptance for that type of Work to be 15 used on the Project. Remove at the completion of the Work or when. directed. 16 M. Qualifications 17 1. If specificaIIy required in other Sections of these Specifications, submit a P.E. 18 Certification for each item required. 19 N. Request for Information (RFI) 20 1. Contractor Request for additional information 21 a. Clarification or interpretation of the contract documents 22 b. When the Contractor believes there is a conflict between Contract Documents 23 c. When the Contractor believes there is a conflict between the Drawings and 24 Specifications 25 1) Identify the conflict and request clarification 26 2. Use the Request for Information (RFI) form provided by the City. 27 3. Numbering of RFI 28 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 29 . increasing sequentially with each additional transmittal. 30 4. Sufficient information shall be attached to permit a written response without further 31 information. 32 5, The City will log each request and will review the request. 33 a. if review of the project information request indicates that a change to the 34 Contract Documents is required, the City will issue a Field Order or Change 35 Order, as appropriate. 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20 2012 Hproject*)3 M040-01%Spe \FinafSFinal Part 2A Speci6cationslDivision 0A01 33 00_SubtWttals.doc 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 7 013300-8 SUBMITTALS Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1 A.K.8. Working Days modified to Calendar Days CITY OF FORT WORT11 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Vrojects1O I W40-011SpemWinOTmal Part 2A SpecificationsWivision 0101 33 00 Subiniltals.doc I 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 l 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 Iimited 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. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Flproiects103184040-OILSpecsTina[Tinal Part 2A SpecificationslDivision 01501 35 13_Spmal Proiea Procedures-dac 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. A11 other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 L Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation (TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines (more than 600 volts measured between 36 conductors or between a conductor and the ground) shall be in accordance with 37 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage -type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F9projects503185o4o-ot\SpecslFinaAFina1 Part 2A SpecificatiomMivision 01101 35 13_Special Project Procedwmdoc 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 I c. Equipment must meet the safety requirements as set forth by OSHA and the 2 safety requirements of the owner of the high voltage lines 3 4. Work within 6 feet of high voltage electric lines 4 a. Notification shall be given to: 5 1) The power company (example: ONCOR) 6 a) Maintain an accurate log of all such calls to power company and record 7 action taken in each case. 8 b. Coordination with power company 9 1) After notification coordinate with the power company to: 10 a) Erect temporary mechanical barriers, de -energize the Iines, or raise or I I lower the lines 12 c. No personnel may work within 6 feet of a high voltage line before the above 13 requirements have been met. 14 C. Confined Space Entry Program 15 1. Provide and follow approved Confined Space Entry Program in accordance with 16 OSHA requirements. 17 2. Confined Spaces include: 18 a. Manholes 19 b. All other confined spaces in accordance with OSHA's Permit Required for 20 Confined Spaces 21 D. Air Pollution Watch Days 22 1. General 23 a. Observe the following guidelines relating to working on City construction sites 24 on days designated as "AIR POLLUTION WATCH DAYS". 25 b. Typical Ozone Season 26 1) May I through October 31. 27 c. Critical Emission Time 28 1) 6:00 a.m. to 10:00 a.m. 29 2. Watch Days 30 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 31 with the National Weather Service, will issue the Air Pollution Watch by 3:00 32 p.m. on the afternoon prior to the WATCH day. 33 b. Requirements 34 1) Begin work after 10:00 a.m. whenever construction phasing requires the 35 use of motorized equipment for periods in excess of 1 hour. 36 2) However, the Contractor may begin work prior to 10:00 a.m. if: 37 a) Use of motorized equipment is less than I hour, or 38 b) If equipment is new and certified by EPA as "Low Emitting", or 39 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 40 alternative fuels such as CNG. 4I E. TCEQ Air Permit 42 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 43 F. Use of Explosives, Drop Weight, Etc. 44 1. When Contract Documents permit on the project the following will apply: 45 a. Public Notification CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 HprojectskOMN060 O RSpecs\FinalTinal Part 2A Speci6caiioasMMSi0n 01101 35 13_Special Project Procedures.doc 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 2 prior to commencing. 3 2) Minimum 24 hour public notification in accordance with Section 01 31 13 4 G. Water Department Coordination 5 1. During the construction of this project, it will be necessary to deactivate, for a 6 period of time, existing lines. The Contractor shall be required to coordinate with 7 the Water Department to determine the best times for deactivating and activating 8 those lines. 9 2. Coordinate any event that will require connecting to or the operation of an existing 10 City water line system with the City's representative. 11 a. Coordination shall be in accordance with Section 33 12 25. 12 b. If needed, obtain a hydrant water meter from the Water Department for use 13 during the life of named project. 14 c. In the event that a water valve on an existing live system be turned off and on 15 to accommodate the construction of the project is required, coordinate this 16 activity through the appropriate City representative. 17 1) Do not operate water line valves of existing water system. 18 a) Failure to comply will render the Contractor in violation of Texas Penal 19 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 20 will be prosecuted to the full extent of the law. 21 b) In addition, the Contractor will assume all liabilities and 22 responsibilities as a result of these actions. 23 H. Public Notification Prior to Beginning Construction 24 1. Prior to beginning construction on any block in the project, on a block by block 25 basis, prepare and deliver a notice or flyer of the pending construction to the front 26 door of each residence or business that will be impacted by construction. The notice 27 shall be prepared as follows: 28 a. Post notice or flyer 7 days prior to beginning any construction activity on each 29 block in the project area. 30 1) Prepare flyer on the Contractor's letterhead and include the following 31 information: 32 a) Name of Project 33 b) City Project No (CPN) 34 c) Scope of Project (i.e. type of construction activity) 35 d) Actual construction duration within the block 36 e) Name of the contractor's foreman and phone number 37 f) Name of the City's inspector and phone number 38 g) City's after-hours phone number 39 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 40 A. 41 3) Submit schedule showing the construction start and finish time for each 42 block of the project to the inspector. 43 4) Deliver flyer to the City Inspector for review prior to distribution. 44 b. No construction will be allowed to begin on any block until the flyer is 45 delivered to all residents of the block. 46 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FAprojccts103I81040-011Specs\FinailFina1 Part 2A Specificatio,,Mivision 01101 35 13_Special Project Proaedure&doc 9 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of=way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojecls103161040-015Spe Tina[Tinal Part 2A SpeciricationslDivision 01101 35 13_Spe ial Project P`ocedurmdoc 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of S 1 a. If water is used to control dust, capture and properly dispose of waste water. 2 b. If wet saw cutting is performed, capture and properly dispose of slurry. 3 M. Employee Parking 4 1. Provide parking for employees at locations approved by the City. 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] I 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/3112012 D. Johnson IA.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:%projects1031 MO40-O 1 Spe \trinaMinal Pan 2A SpmficationslDivision 01101 35 13_Special Project hucedures.doc 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> m Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lproiects103185040-015SpecsT,inalTinal Part 2A Specifications\Divisian 01101 35 13_Spccial Project Procedww.doc I 74 r 4 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B. FORTWORTH I>= NO. 3dxxx ftopat Name - NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.lprojects103l84040-014Spec \FinaiSPinal Pan 2A SpecificaGons\Division 01\01 35 13_Special Pmject Pmeedures.doc ti i 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 I 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 Farms 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 RE, FERENCES [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 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:Sprojec[s503181040-01LSpecs Fina]Winal Part 2A Specifications\Division OROI 45 23_Tesling and laspedion Semcmduc 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 25 26 27 28 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 P\pmjects103181040-014SpecsWina[Wmal Part 2A Specificaliom\Division 01501 45 23_Tes1ing and Inspcclion SeMces.doc I 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities t0 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 t.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July I, 2011 F:lpmjecis103i81040-OIISpecs4Fina]Winai Pad2ASpe ificalinnsLDivision OlIDI 5000_Temporery Fmiliiiesend Contmi.doc 0150 00. 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5, Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off -site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 EVrojects103185040-011Spec FinallFinal Pan 2A Specificationslbivision 01101 50 00_Tempnrary Facilities end Comcol doc 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of4 1 1. Provide and maintain for the duration or construction when required in contract 2 documents 3 E. Dust Control 4 1. Contractor is responsible for maintaining dust control through the duration of the 5 proj ect. 6 a. Contractor remains on -call at all times 7 b. Must respond in a timely manner 8 F. Temporary Protection of Construction 9 1. Contractor or subcontractors are responsible for protecting Work from damage due 10 to weather. 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] 20 PART 3 - EXECUTION [NOT USED] 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Temporary Facilities 26 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1,2011 F:lprojecls503181040-01\SpccstFinaWinal Part 2A Specifications0ivision 01101 50 00_Temporary Facilities and Control.doc 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE -INSTALLATION 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 310 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257—Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 FApmjec1sl03I2\040-0155pecs5FinahFinal Part 2A Specificalions\Division 01\01 50 00_Temporary Facilities and Conlml.doc 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 -- General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES ! 17 A. Measurement and Payment 1 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. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F-lprojecls503181040-014Spec \FinaKFinal Part 2A Specifications\Division WWI 55 26—Street Use Pern t.doc 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 a. To obtain Street Use Permit, submit Traffic Control Plans to City 2 Transportation and Public Works Department. 3 1) Allow a minimum of 5 working days for permit review. 4 2) Contractor's responsibility to coordinate review of Traffic Control plans for 5 Street Use Permit, such that construction is not delayed. 6 C. Modification to Approved Traffic Control 7 1. Prior to installation traffic control: 8 a. Submit revised traffic control plans to City Department Transportation and 9 Public Works Department. 10 1) Revise Traffic Control plans in accordance with Section 34 71 13. 11 2) Allow minimum 5 working days for review of revised Traffic Control. 12 3) It is the Contractor's responsibility to coordinate review of Traffic Control 13 plans for Street Use Permit, such that construction is not delayed. 14 D. Removal of Street Sign 15 1. If it is determined that a street sign must be removed for construction, then contact 16 City Transportation and Public Works Department, Signs and Markings Division to 17 remove the sign. 18 E. Temporary Signage 19 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 20 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 21 Devices (MUTCD). 22 2. Install temporary sign before the removal of permanent sign. 23 3. When construction is complete, to the extent that the permanent sign can be 24 reinstalled, contact the City Transportation and Public Works Department, Signs 25 and Markings Division, to reinstall the permanent sign. 26 F. Traffic Control Standards 27 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Bpro}ecls103181040-01lSpec %FinaWmal Part 2A SpecificauonsWivision 01101 55 26 Slrem Use Permi[.doc n H 1 2 3 4 5 6 7 8 .11 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 P:4proiecls40918\o4O-4)11Spe WinallFnal Part 2A Speeifications4Division 01XO1 55 26_Street Use Permit.doe 0157 13- 1 STORM WATER POLLUTION PREVENTION Page I 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 CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.! 01227 Revised July 1, 2011 F.lprojectsN03181040-01LSpecs\Fina[T-i aI Pars 2A SpecificalionsWjvision 01\01 57 13_Slorm Water Pollution Prevention.doc 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 1. Contractor is responsible for resolution and payment of any fines issued associated 2 with compliance to Stormwater Pollution Prevention Plan. 3 B. Construction Activities resulting in: 4 1. Less than 1 acre of disturbance 5 a. Provide erosion and sediment control in accordance with Section 3125 00 and 6 Drawings. 7 2. 1 to less than 5 acres of disturbance 8 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 9 Permit is required 10 b. Complete SWPPP in accordance with TCEQ requirements 11 1) TCEQ Small Construction Site Notice Required under general permit 12 TXR150000 13 a) Sign and post at job site 14 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 15 Transportation and Public Works, Environmental Division, (817) 392- 16 6088. 17 2) Provide erosion and sediment control in accordance with: 18 a) Section 3125 00 19 b) The Drawings 20 c) TXR150000 General Permit 21 d) SWPPP 22 e) TCEQ requirements 23 3. 5 acres or more of Disturbance 24 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 25 Permit is required 26 b. Complete SWPPP in accordance with TCEQ requirements 27 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 28 a) Sign and post at job site 29 b) Send copy to City Department of Transportation and Public Works, 30 Environmental Division, (817) 392-6088. 31 2) Tf�1 Q Notice of Change required j. ci xaking changes or updates to NOl 32 3) Provide erosion and sediment control in accordance with: 33 a) Section 3125 00 34 b) The Drawings 35 c) TXR150000 General Permit 36 d) SWPPP 37 e) TCEQ requirements 38 4) Once the project has been completed and all the closeout requirements of 39 TCEQ have been met a TCEQ Notice of Termination can be submitted. 40 a) Send copy to City Department of Transportation and Public Works, 41 Environmental Division, (817) 392-6088. 42 1.5 SUBMITTALS 43 A. SWPPP 44 1. Submit in accordance with Section 0133 00, except as stated herein. 45 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 46 as follows: 47 1) 1 copy to the City Project Manager CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Blimiectsl03I MNG-G ASpecs)FinaWinal Part 2A SpeciFicalionsWivi mn 01101 57 13 Storm Water Pollution Prevention.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 015713--3 STORM WATER POLLUTION PREVENTION Page 3 of a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 16 17 END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 rAprojeclsW3161040-011Spcc Wina]Winal Part 2A Speeifications4Division WWI 57 13_Storm Water Pollution Prevention doe t 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 0158 13- 1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 5 A. Section Includes: 6 1, Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] { 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] I 22 1.9 QUALITY ASSURANCE [NOT USED] 23 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY INOT 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Paprojecls103181040-WSpecsTinalk inal Pars 2A SpecificationslDivision 0A01 58 13_Temporary Project Signage.doc 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 1. Provide free standing Project Designation Sign in accordance with City's Standard 2 Details for project signs. 3 B. Materials 4 1. Sign 5 a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 6 '2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertical installation at extents of project. 15 2. Relocate sign as needed, upon request of the City. 16 B. Mounting options 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 REPAIR / RESTORATION [NOT USED] 21 3.6 RE -INSTALLATION [NOT USED] 22 3.71 FIELD [ml 8I1E.QUAL11 1 C,ON><ROL 1NOT 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 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:lprojects103I81040-0115pec NFinalTinai Part 2A SpecificationslUivision 01\01 58 13_Temporary Project Signvc.doc 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F\pcojeclsW3185040-01LSpecsTinallFinal Part 2A Specifiea0onsNDivision 01%01 58 13_Temporary Pmjed Signage.doe h I 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 -- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction DocumentslStandard 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. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS (NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.lprojects50319N040-OlkspecsVinaMinal Part 2A SpecificationsSDivision 01101 60 00_Pmduct RcquircmentsAuc 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 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Tprojects%0318N040-011Spa T ,ina[TinaI Part 2A SpecificatiansWivisiun 01101 60 00_Pmduct Requirements.dac l 01 66 00 - 1 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 Sanitary Server Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:Lproiecis103t85040-015Spec TinalTinat Pan 2A SpeciGcationsWivision 01\01 66 00_Pmduct Storage and Handing Requiremenis.doc 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of4 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 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:\projects\031MUL40-011spemwinalTinaI Part 2A SpecificationsWiviamn o11ol 66 0D_Pmducl Stomp and Flandling Requiremenlc.doc 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD SSITE] 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 I RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIEL➢ [ott] 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 l 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 USEDI 29 END OF SECTION 30 CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 P:Sprojecls5031 S1040-01LSpec\FinaUina] Part 2A Specifications\Division 01101 66 00 Product Storage and Handling Requirements.doc 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: O1227 Revised July 1, 2011 r:lprojects\031$5040-011SpeusWmalTiinal Part 2A SPecificafionslDivision O R01 65 0o_Pmduct Storage and Handling Requuemenis.doc 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page I of 4 I SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTI- 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 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 CITY OP FORT WORTH Sanitary Sewer Main 257 W Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 P:lprojects103181040-0115pccswinaHPina! Part 2A SpwificationsWivision 01\01 70 00—Mobilization and Rcmobilizatioa&c 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 1.2. PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Mobilization and Demobilization 28 a. Measure 29 1) This Item is considered subsidiary to the various items bid. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under "Measurement" will be paid for at the unit 41 price per each "Specified Remobilization" in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section I.1.A.2.a.1) 45 2) Remobilization as described in Section I.1.A.2.a.2) CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojectsV03181040-015specswinat\Fina1 Part 2A Specificatiuns5])ivision 01\01 70 oo MaUi tiun and Rem bilization.doc 01 70 00 - 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 Iost profits associated 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 l .I.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 27 Demobilization required by the Contract Documents 28 b. Payment 29 l ) 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 I.1.A.4.a) 36 2) Demobilization as described in Section I.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] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:*rojects%031S5040-011SpecsTina[Tinal Part 2A Spe iIlcations\Division 01401 W 00_Mobilin ion and Rem bilization-doc 01 70 00 - 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 8 9 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FAprojeclA03 ISMO-OVSpecsTinaAFinal Part 2A 5pecificationslDivision M01 7000 MDbilizatian and Remobili7alion.doc 01'7123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 3 r r m1 l�fi .1i N-It,I 5 A. aeet;en r,.el„de-s. 6 7 B. Pei4a4oas from this City of Fort WoAh Staadard Specifioa 8 4. -None; 13 a enand Payment 14 1. re..nt..,.etmie Staking 15 a. rare s„r.ement 16 1-7 Mease amen. fof this Them steal be b hmip 17 bPayment 18 19 "Constmetion 20 Staking".. 21 " 22 23 sufa item, 24 e. The p a t.;d shall ; elude, bu, limited be 1;;ted to the f lie«,;ng- 25 t) vrefi fiea-fi * of eo t,.,,1 data „ .idea by Qt., 26 , 27 in the field. 28 29City's standard template-. 30 2, constmetion c„ er 31 u. Me n1 32 t) This Rein ; eensidered_subsid;afy tot e . is Items t,:,l 33 34 The work peffefffmd and the materials fiHniShed in aOGOFdaneo with this 35 Item e „ s d;.,.y �o the s hems bid .,.,d He ,.the e _etian_=.,:tr 36 be .,lr�c ullowcd.- 37 3 As Built &,,.,,e.. 3$ a. Me o „t 39 t \ Measure+.ne.4 for- this hem shall be b lump sum. 40 CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 11Ftw-fs.ftw.apailsharelprojects103181040-011Specs\Final\Final Part 2A Specifications\Confonned101 71 23-Construction Staking and Survey.doc 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 9 1 b-Paygnei z 2 3 ef at e lump sum price bid Cm '�,ks Built » 4 0 "C--enstrwtien Staking" shall 1......a e 5 6 Sum item. 7 o. The pfiee bid shall inelude, but -not be hmited to the fell 9 faoilifies. 10 2) Peeumen4a4ien and submitW of as built sur-vey data onto eentmet-of 11 -redline plans and dig4al ata=vey files. 12 13 1.3 REFERENCES 14 A. 15 Definitions 16 17 18 ' 19 20 this verification .7Le .l to t sh 11 be T, City Additionally, i# ..ae. 21 u IJAV YIR ete . 1 the e 22 691_0746.444 lv 23rn622 255,1- ley 596.928 iasufe 1 is- 23 an4 that A eefftral 24 25 26 27 of a pFe:reet= 28 29 30 shall inelude stak4ng fight if indioated 31 easemeffts a--Hd/OF " of way en the plans. 32 33 34 35 the .-:aa ewe ....v bA uuu wv .,,,, rattly 1, eaten p ff Pfeje uvv" r D..,.wing, , 36 website) 01 71 23.16.01 A416eh-m—ent A-Sufvey Stakifig a andaMs 37 38 an G:i 's Bu bsite) 39 40 41 SuF e: V the R (AG+ J A 1S 1 V n, r� of Texas; t c W-J CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised February 14, 20IS Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 11Ftw-fs.flw.apai\sharelprojects103181040-0BSpecsWinaffinal Part 2A Specifications\Conformed101 71 23_Construction Staking and Survey.doc 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 9 1 1.4 AT1M NISTlD A TTSTC DL'!►iTU A ENT-v 2 A. The Contractor's 3 2254 (qualifieations based selection) for this projeet7 4 1.5SUBMITT IA 5 A- S t. •tt l ;f,.egt4ed shall be ;,, ,.,.ordanee with iceefio+'+ n i 33 nn. 6 B. Allsro 'tr i shall be meeived .7 ry iiE,._.e b . the P.`f. prior1: delivery of'. work. 1V YY VlL V'' WAG +'' +J 7 8 A. Field Quality Control- rSubfftWa45 9 i. Deeumeata6an verifying aemmey of field engineering work, 10 ;f plans d „t ;.,d; .,te ..;d o ground eeerd:++Nte,,. 11 " eoftferfflifig �o the standard template provided by the Gity 12 (pe€ef to 017123.1 ti 0 A t ont A Survey Stair; g ef..P.:uafdst TD'�p'1-Tf G2i4T1 A"LL�Y"G'-i]TLR�-•gam/ u.� f. 13 14 15 16 17 Surveyor- /DDT cm responsible f r the work (r to 01 '71 ` 3 16.01 Attaei., eat A 18 San. ey Staking Sta„d..,•u9), 19 20 submittal e (1) weekprior-to el,ed„h-Bg the pn�ec4 final i, spedi: n gar Cityt� 21 > shall be made to the as Wilt fedl 22 drawings and r-esOfn4ttod to the City pFier to seheduling the constfuetien final 23 cfr 24 !.9 25 QUALITY 26 n Coast,- et;., etnl.;�, . 27 t' stakingwill be by the Ge tr-ac4 +. performed 28 2) Ce- ..d; t•,. 29 a. Gentad Gib,'s 30 t1, City of when Ceps ... t;, Stair s ..e1'edul� i. 31 ' 32 &WN4areiest delayedoF paeted. negatively 33 3. General 34 a. Gentnaeter is responsible for maintaining stakes. if G pr-eseFN4ng and 35 stwveyors are required to e make for npn' the Gontrae4er will b� any 36 37 f9eient na�er have been lost, de-s-t- e of stakes OF markings -yeed-^diffiturbed 38 39red to make the def:.,+„ .t areas. or re stake CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sanitary Sewer Main 257 — fart 2A City Project No.: 01227 Revised February 14, 2018 \\Ftw-fs.ftw.apailshare\projects103181040-0I\Spces\FinallFinal Part 2A SpecificationsWonformed101 71 23_Construction Staking and Survey.doc 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 9 1 B. cefist u f:,. SHEve 2 4 5 6 3. one 7 8 9 10 11 following:' ' 12 .� .. 14 �� 15 3) Use of line aPA gr-ader, to establish the leeation of the 16 4) Submit to the City copies of field netesused to establisk all lines and 17 18 19 S) PFyi,to ae6ess FVA 411tb Qt+ E iffe eta, to .:f_the ...v ;a_- -- system ' 20 , t the e line a"AAu ..,, a e ,f the . 21 6) The Gontfaetof remains fully fespotBible for- the aeeufaey of the work a 22 eefreefieft of it, as Feqiaifed-. 23 24 25 26 9) if the insitallatieft does net (as etttlined4i* 27 2$ 29 Ems $eilt S 30 1. R-equifed As Built Survey will be per- mied by the Getitxaetor, .S 1 f,; e,.,.d4i •., r 32 33 34 b. It is the Cofftraetef's responsibility to built eaer-dinate the as survey a 35 36 aetivities are net de4ayed or- negatively impacted. 37 e. FOIF sewof fmams and wateF 12;" in diameter-, it fflains and unde is aeeeptable to 38 39 40neededeen to ensure 41 -Genefal 42 43 leeation (and pr-ei4de written Eloeametitation to the City) of- e0fistfuefie 44 45 !TWat;efbilles CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 %%Ftw-fs.ftw.apai\share\projectsNO3 181040-011Specs\FinalTinal Part 2A SpecificationslConformed101 7123 Construction Staking and Survey.doc m 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 9 1 ) T„ ofpa elevations and ., r- in tes fer- w4erfines nt the foil wi '±b 2 leeatien6� 3 f1 \ Miniffffifn . 250 liner feet, 'including 4 (2) Re ntnl and . ortio l poin4s ofi.,flee4io .ut't" ete. 5 (3) Fire line tee 6 (n) nlegs stub ,.,,tn ,le.,d end lines- 7 (55) Casing pipe (en 1, end) and nll L., Fiedf «in gS 8 2) Sanitary Sewer 9 ofpipe elevations and ^ r-dinates for f^ e mains and siphon 10 aanitary sewof lines („ graMy f '1 zis) at the following leeatiou... 11 (14 Minimum every 250 linear- feet and any btHie,t fittings 12 . 13 3) Stomwatef Net plicabie 14 b. Ti C tr t,. shall pr-o.l as built u . inel din the elevation 15 16 featums fteFthn eenstruetion is eampleted ineludi the felle., 17 1) Manholes 18 a' R rd fl „li a elevations and ^ ,.,sir^ten for- each u anhe.e 19 2' Water- Line 20 a) Cathedie protection test stations 21 22 e4 Meter Ko .,4y „lt., W! .,.z..4 23 a) Fire hydrants 24 e1 Valves (gate, bta4er4.. ete ) 25 1 , A 1Y Release nl, (Manhole Fim and �-Y eat pipe) 26 i, 27 Nessufe plane Valves 28 TT ,le,,,,,,,,,,,,,I Vaults 29 (1) Rini and flowli„e elevations and ""vruuau'ti.es for va`v~xhx 30 Undefffound Vault. 31 3) Sanitary SeweF 32 a4 clea$euls 33 34 35 (1) Rim and flowline elevations and eoefdinates for- each manhole 36 afidjUnOliOH Bt,.. et„ e 37 38 1.11D DELATRY, STORAGE, AND HANDLING [NOT USED! 39 40 1.12 MLARRANW 41 PART 2 PRODUCTS 42 A, A eonstiuetio sufvey ill p ...1„Ee but will not be li,,.,ite.l t 43 . CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 11Ftw-fs.f w.apailsharelprojects10318\040-011Specs\Fina]Tinal Part 2A SpecificationslConformed101 71 23_Construction Staking and Survey.doc 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 9 1 2 3 2 The 1.. a+' o of 1 1 f o l;+; e easements and impmvefflepAs. 4 5 6 7 e. A drawing, when required by the client, ia&eafing 4he hor-izenW and vertical 8 leei#ien offftfilifies, ea }e1 efftS-zand 4133 J B'a'@ii3G 3s1,—as Tmii 9 4. Cu4 sheets shall be ppeN4ded te the City inspeeter- and SuFvey Supefifttendent for- al 10 .i '+ tempi _ ____ __ _- _ ._..__ s_aki__L, Yr �, e„t,,,, ii�„i,v vwu uuvvt.i .iAAUAA be VAA ail + d 11 12 J5• Digi4alsu. e Ales . a ,he fellewing f + 1 11 1 . b . 13 14 b. FSR1 Shapefile (—,hp) 15 16 standard tempWes, if available) 17 6. SurveY files shall inePade vertical and hefizeiAal data tied to original pFejec4 18 20 21 22 23 24 25 based enR7I PF'11Ries and, una-f eei4a + ffi es, shall yieldto 26 27 28 +ter 29 30 31 1.0 a tele..,,n . 32 33 e. Pa-ving Or- eenefete fer streets, eufbs, gt4ters, puking aFeas, drives, alleys and 34 wa4leways shall be leeated within the eonfmes ef the site boundafies and, 35 36 37 38 El. Under -ground and ovegiead utilities, > 39 eleetrie lines, shall be lee4ed her-izefAally their- within pr-esofibed 40 men4s- Wi"ii assigned afem, these util4ies should be staked with 41 r-aey p:e"1: 4 :5 �+ -- IVAV 41 (1 l f+ +.,lo.•.,.,.,,, from :r...a 1.. - --. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 11Ftw-fs.fiw.apailsharelprojects103181040-011SpecslFinal\FinaE Part 2A Specifications\Conformed101 7123 Construction Staking and Sluvey.doc f 01 7123 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 9 1 t 2 . 3 shouldbe maintained. Tr der-.,.e n,a r o t,ea „+;t;+;es and on plamed profile, 4 bu4 oA depending fiowjo;-peffennanee, , n t A. a*gfav4y shEmid not ee 5 telemnee: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01227 Revised February 14, 2018 \\Ftw-fs.8w.apai\share\projects103181040-011Specs\Finai\Final Part 2A Specifications\Conformcd101 71 23_Construction Staking and Survey.doc 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 9 1 2 speei€eat:iens emphaftreto he City 4"t tom 3 slendafds. rcservesrth 4 5 pew effneu t o eeilified teehnieiaa every ti manOts-. 6 7 satisfy fy the eles,, es and lo.-.,neses � d n _.a 3!.A. �� �� ..AAy i.. •i r.�v a. �vivaa.uayV tfri V•J•JVu A11 2 G3"4�T.T� 7 VeAieal locations shall 1,•+ b•l;shed be ..1......• s bl',"i hed fi:e .,1. 8 yuL'uvAia pr-a e4 and 9 10 11 12 • l>t. WiLl M• 14 15 3.44Au LIG "TIO i� z4= .. - a - -� 17 ' 18 19 1i�y.yA edieftt a VAAL r c1T]"JLQILILipir 20 21 1 dtuing eenstr-uefion operations. 22 a. 23 » of any menument-ef 24 benohmar4s that are -we beg enned by the City &ufyeyoFs be* r- 25 26 27 28 ' 29 GAy in aeooFdanee with this Specifi6atien. This ineNdes easemeRts a -Rd right of way� i 30 Atkad fl,o W A41..; 31 32 33 A.SuEvey Ckeeks 34 35 aFy. 36 � fdtpJ 37 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 11Ftw-fs.ftw.apailsharelprojects103181040-011Specs\Final\Final Pail 2A Specifications%Conformed101 71 23 Construction Staking and Survey.doc ti 1 2 3 4 5 6 7 8 1A NAME 7� 4 l7 1tl1 TI /2012 A 4ohnse Q 12 Iv WO P hr.x.O'ar'cix 9 017123-9 CONSTRUCTION STAKING AND SURVEY Page 9 of 9 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 11Ftw-fs.ftw.apailshare\projects103181040-011SpecslFinallFinal Part 2A SpecificationslConfor►ned101 71 23_Construction Staking and Survcy.doc a171-22-1 CONMUMON YTA>ftiINCr ANTI-IuAvEY Puke 1 ar9 I SECTION 01 7123 2 CONST'RUCTION STAKING AND SURVEY 3 FA IU I - GENERAL 4 1.1 SUMMARY S A., Section Includes- 6 1, Requirements for constrrtction slaking and wnsiruction survey 7 13, De iatiorv; from this Ci.1y of Fort Werth Standard Specification 8 L- Contraclor shall perform pre=wnstrixtiort topographk survey to generate 0.5 fk contour 9 1ines. After constniction is complete the Contractor shall aolleot po." construction 10 -.topographic survey and generate 0.5 ft conuiur lines_ 11 2, Canrmicler shall coordinate access to col1"t the topographic irformation. 12 3. The Conlractor shell I provide pre-r onstruction topo (on a thumb drive or CD) and pre 13 constrtwt ion video (01 32 33) to [Ile City prior to beginning the work. 14 4_ The Contractor shall provide past construction topographic survey to the City after the 1 S' completion of fi nal site gradIng. 1 G , $. -Tire Topagraphiu survey wil l be necessary on the U1 vvidth of the Temporm-y and 17 Perinanent Sanitary Sewer dements, including any me ws casement along the pipeline 18 route described below. 19 6. The Contractor shal.l perform the lapogrAphio survey survicas on the foilowing paxcels 20 a. Parcel 3. station 29+75 to 41 •i•27 21 h. Parcels.10. 11, 12. 13. 14r,15, 1.6,r 17-1 18. 19, 20, 21. 22, 23. Station 63+75 to 10.1.71 22 7. Topograpluc Survey(Pre-Construction arid. Past UssftucIion) 23 'a, Measurement 24 .l) Measurement for this Item sha]T be by lump sure. 25 b. Payment 26 1) The work performW ati4-the materia19 furnished in accordance with this Item shall 27 be paid for at [lie lump sum price bid for "Pre -Construction Toper; Post 28 Construction Topo". 29 2} Payment for "Pre -Construction Topo, Post Construction Topo" shal1 be made in 30 partial payments prorated by work completed rornpwed to total work included in 31 the lump sum item. 32 8_ Contractor sha]T sAmit a pdfofthe updated flowline infonnatiun and a.ACAD file (on a 33 Thumb drivo) containing the updated pipe flowlirre as -built information with his monthly 3$ pay rucsts for the City's review. 35 C. Related Specification Sections Iricludc, but are not m2c6sW lj lirttitcd to: 36 1. Division 0— Bidding Rerlt*irmenta, Contract Forrl,sand Conditiom of the Contrtct 37 2. Division 1 — General (requirements CITY OP F ORT WORTH SAN ITARY SEWSK MAIN 237 5TANDARITCOP+ISY UCYIONSP'ECIFICATIOr EK)CUMENTS PART2A CITY PROJECT NO. 01227 A13DENDUM NO. -4 AT'TACHIkU TT rAD3-- Hevieed Februrr T4, 20IF1 CONSTRUCTION STAKING AND S UAM PRV 2 Or5F l 1.2 Pit ICE AND PAYMENT PROCEDURN A. Mea.-,uremfmtaqd Payment I I. Construction Staking 4 mcwtiretnintt S 1) Memurement for this Item steal I be by lump smu. 6 b. Payment 7 1) The work performed and the materials furnished in Accordance with -this Itein shult a be paid fnr at the lump sum price bid for " oiWracdon Staking" 9 ) Payment for "Construction StWdng" shall be made in paroal payments prorated by 10 work completed compared to total work irwluded.in the lump skin item. I I c. 't'he price bid shall in lude, but not be limited to the f�llgwifig: 12 l) Verification oftontrol data_pravided by City, 1:11 2) Placement, tnetintenance and replacement of rewired stake3.and markings in the 14 field_ 15 3) Praparati on and submi al of construction stalang documentation in the farm of "Out 16 sheets" using the C4's standard template, 17 2, Construction Survey 18 a. Moasuremenl 19 1) This Item is considered subsidiary to the various items bid, 20 b. Payment 2i 1) The work performed and the materials furnished in accorda iec with this Item are 22 subsidiary to tho various -steins bid and no other compensation will b� allowed. 23 3. As -Built Survey 24 a. Measurer -lent 25 i) Measuremeni for this'ltem shalt be by lurnp sum. 26 b. Payment 27 t) The work perfomed and the materials furnished in accor€lsn a with ibis item shall 24 be paid forrat the -Iump.surn price bid for "As -Built Survey". 29 2) payment for "Comiruction S('iik a shall be glade in partial payments prorated by 30 work completO eornpamd to total work. included in the lump sum item. 31 c. '1'fie price bid shall incIude-, but not be limited to the following{{ 32 1) Ficid measurements and survey shots t* idootify location of completl~d facilities, 33. '2)- Documentation and submittal of aswbWLt survey data onto contractor redline plans 34 and digital survey files. 35 36 1.3 REFERENCES 37 A. rwlrl tions 39 1. Constructibn Sur�ey - The survey niemummentS made pfior to or while cunstruetion is in 39 progress to central elevation. heiizontal position, ditmrlsiam and configuration or 40 strtictur iimpravements included in the-Projmt Drawing. 41 2, As<buiII SurM—The measurements made after the construction of the improvement 42 featums are complete to provide position coordinates for the features of a project. My of FORT w6ki l3 SANITARY 13BWVR MA K 257 ST►NDA.RD['OK9'MU UQNSPECIRCA TONI}0["E3I4iENTS PART2A CH Y FRUEC T NO 01227' ADDENDUM NO 3 ATTACBMSNTAte -3 RfVilad FrhFU:iry #-I, 2019 01 71 23 - 3 CONSTKIUCiiON 57AX- NO ANO WRVEY Pogo 3 afg 1 3. Construction Stoking - The placement of stakes and mornings to provide offsets and 2 tlevations trr ctit and f it in order to locate on the ground the de;sigmd 3 slructur+sslimprovorriews included in the Project Drawings. Cowl starting shall 4 include smking -easements. and/or right of way if indicated on the plans. S 4_ _tlEty_ s K C'hec "- A+S=tjrcments made after construction staking is eomplwd and 6 before construction work begins to ensure that strtlotum marked on xhc ground am 7 accurately lacnted per Project Drawings. 8 B. `i'echmieal references 9 1. Cily of tort WorEh - Construction Staking Standards (available an City`s Buznaly website) 10 - 01 71 23.1&0l-Altachment A_Survey Sinking Standards 11 2,. City of Fort Worth - Standard Survey Data Collector Library (fx1) fifes (available on City�s 12 Burmsaw website). B Texas Departmeni of Traneprailatsnn JxDOT) Surrey Manual, latest revision 14 4. Texas Society of Profess ionaI Land Surveyors (I SPS), Manu43 of Pmelicc for Land 15 Surveying in tht State of Texas, Cstogory S 1s 17 1 A ADMINISTRATIVE RE U1[REMENTS 13 A. The Contractor's eclection of a surveyor most comply with Trams GovernmenI C*de 2254 19 (qualifications based seleclion) for this project. 20 1.5 SUBMITTALS 1 A. Submittals, if required, shall be in accurdanoo with Seotiorl 01 33 00, 22 B. All submittals shall be me6vrd and reviewed by the City prior to delivery of work. 23 1.6 ACTION SUHNITT LS1iNFORMATIONAL SU BMITTALS 24 A- Fie ldQua IityContr'DlSubmftials 25 1. Documentation verliying accuracy of field engineering work, inciuding coordinate 26 conversions i f plam. do not indicate grid or ground coordiliates. 27 2. Subrnit "Cut -Sheets` wnforming to the standard template provided by the City (refer to 01 28 71 23,16.01 - Attachment A - Survey Staking Standards). 29 1.7 CLOSEOUT WB14BTTAI. 30 B.. As-hullt R dllne Drawing Submittal 31 1. Submit As -Milt Survey 11011ne Drawings documenting the lotatlons/,elevations-of 32 conatrticted improvements signed and sealed by Registered Professional Land Surveyor 33 (RYLS) raespoilsFWe for the work (refer to Q 1 71 23.1 &01 - Avacch rent A - Survey Staking 34 Standards) . 35 2. Contractor shall submit the proposed as -built and completed redline dMwing s4bmittal one 36 (1) week prior to scheduling the project final inspcction for t ity review and coirunent. 37 Revisions, if necesmry, shall be made to the as-buiIi redline drawings and resubmitted I 38 the City prior to scheduling the congmcfian final inspection. CLTY 0 F0kr W0WrA ! .ANrrARY SEWHR UAM 257 STANPARD MH5TK1XTM?N 5! WIFICATMN DQC[J1AEXr 8 PART RA CITY FRO]ECT NO. Q 1227 ADDENDW NO.3 A TTACHIENT "3-3 Hrwhrd Cebruwry 14.2t318 OI7t23-4 CON33 RUCTION S'FAXING AND SLaWY d flf9 1.8 NLAIN'I'ENANCE KATERI L SCOMMAILS [NOT USED] 2 1.9 QUALM -ASSURANCE :3 4 fi 7 8 10 13 12 13 14 15 16 17 l8 t� 20 21 22 23 24 .23 26 27 29 29 3A 31 32 33 34 35 36 37 39 39 40 41 42 A. Construvion Stalch g 1. Comlrut ion ., ui ing will be performed by the Contractor, 2.. Coordination a. Contact City's Project Reprmnmtive at lomt one week in advance notifying the City of wheal Construction Staking is scheduled. b. It is the Coninictor's responsibility to coordinate staining such that construction activities are not de_ layed or atcgatively impacted. 3. General a. Contractor is responsible for If City -5,urveyors are required to re-stalre for any reason- the ConOiaor will be resporL3ible for casts to perform stakin& if in fim opinion of the City, a sufficient number of stakeZ5 or marking.; have been lost, doa"Yed disturbed or omitted that the contracted Work cannot taki� place than the Contractor will he ruqulrW to stake or re -stake the deficient areas. 13. Constructions Survey 1. Construction Survey will be performo by the Captrxtor, 2. Coordination a. Contractor to verity that horizontal andd-verticW control data embiished in the design survey and required for construction survey is available and in place- 3. General a. Construction survey will he performed in order to construct the work shown on the Cnmtnmfion Drawings and specified in the ContradfDocurnents. b. For construction radhods other than opens cuts the twontraetor shalt perfbn-n construction survey and verify control data irialudisng, but not limited to, the following, 1) Verification that established berwhmarltis' and contro[ Vrr accmile. 2) [tie ofBenuhmarks to f umish and maintain a.11 mfemnce lines and grauiee for tunneling. 3) Use of lime and grades to establish the location of the pips, 4) S ubmit to the City copies of field r mtesused to establish all Lines and grades, if requested, and raIlow the City to check guidance syslgm setup prior to beginning each tunneling drive. S) Provide access for the City, if requested, to verify the guidanco sy+stern and the lino and grade of the can rler pipe. 6) Tlie Contractor remains fully+ respansibfe far the accuracy of the work and correction of it, u required. 7) Monitor line and grade ean2inuouey during const>•uctyan. 8) Record deviation with refit to design line and grade once at each pipe joint and submit daily records to the City, 9} If the installation does not meet the �,pecifiod solersnces (as outlined in Sections 33 05 23 andlor 33 05 24), immedWely notify the City and correct dic installation In accordance with the Contract Documents. Crrr QF FORT W(Wrx STANDAkb CONS'IRUCUOK 511a?CIr CATION DOCUII INTS SAMTARY SRW1n MAIN 757 PART 2 A cny PROJECT KO, =7 ADDENDUM M NO. 3 -A7 FACKMENr fk135-3 Rcv4cd Fehruwry 14, V113 01 7X 23 - 5 CONSh'MIXI-ION STAMG AND SURVEY pis aI) I C. As -Built Survey 2 1. Required As-13ui It Survey w i I I he performed by the tractor. 3 2, Coordination 4 ►: Contractar is to Coordinate with City to confirm which features require as�bui4 5 surveying. 6 b, it is the Contractor's responsibility to coordinate the as -built survey and required 7 rneasurernents for items that are to be buried such that construction activities are noel R -delayed or negatively impacted. 9 c, For sewer mains and water mains 12" and under in diameter, It is ,acceptable to t o . physically measures depth and mark the location during the progress of cons truction and 1 I take as -built survey,after-the facility etas been bu ied. The Contractor is responsible for 12 the quality control needed to ensure accuracy. 13 3. General 14 a. The Contractor shail provide ;�s-buiII survey i m:Nding the elevation and location (omd 15 pmvide wriRon d"umentati of i to the City) of construction:feilbres during the 16 progre$s of the construction including the following, 17 1) Water Uncs 18 a) Top of pipe.elevations and coordinates for watcrilnes at tbo following locations; 19 (1) Minimum every 250 linear feet, Including 20 (2) HorizontoI and vertical points ofinfleetion, curvature, etc. 21 {3.) Firelline-toe 2 {4) Plus, 5li b-puts. dead-end lines 23 } "1 pipe (each end) and all buried tittibp 24 ) ' Sa itsry Sewer 25 a)' Top of pipe-elevaiions and toordinates for force mains and siphon sanitary 26 -sewer lines (non gravity facilities) at the following-looatiorw 77 (1) Minimum every 250 linear feet and any buried fittings 29 (2) HurLmnial and verlIcal points of -inflection, curvature, etc. 29 (3) Ilowline clovatiums .and coordinates for each end ofa joint of 30 pipe. 31 b) l arttoles and Junction Structures 32 (1) dim slid fiowhtte elevations (for Each -pipe entering and 33 existing the manhole or structure) and coordinates for each 34 manhole and junction structure: 35 36 b. The Contractor sh®II provide as -built survey including the elevation and location (and 37 provide written documentation to the City) of construction features after the 38 construction is complt:ted inoluding the followitig: 39 1) maaholeq 40 a) Rirrl.and flowiint! elevations and wordin ales for each manhole 41 2). Water Linos 42 a) Cathodic protection test stations 43 b) Sam plingstations 44 c) Meter boxes/vaults (AiI sizes) 45 d) Fire hydrants 46 e) Valves (gate, bulteftly. etc.) C1T V tlx rOR"r V,°Uit'm &AWTA RY SE WT 141AIN 2x7 STANDARD {ONSTRIKMON SPEr—WICAMN DOCUMENTS PART2A M Y PROTECT N9, U 13I7 ADDENDUM NO.3 A'F ACHMENTAI33-3 Reriued February 0.2019 41 712.1-6 CONSTRUC'F[ON SPAKING AND SURVrY Nge b OF l Air Release -valves (Manhole rim and vent pipe) z g} Blow off valves (Manhole rim acid value lid) 3 h) Pressure plane valves 4 i) Underground Vaults 5 (1) Rim and flowline elevations and caordinatts for each 6 Underground Vault. 7 3) Sanitary Sewer 8 a) Cleanous 9 (1) Rim and flowlite! elevations and coordinates for each t0 b) 1vlanholcs� and Junction Structures I 1 (1) Rim.and flowlhia elevations and•coordiriates for each manhole 12 and junction structure. t3 4) Stormwater Not Applicable 14 1.10 DELFVERY, STORAOF, AN t14NDi1N [NOT USED] 15 1.1-1 FIELD iSFM CONDITIONS INOT USED] 16 1.12 WARRANTY 17 PART 2 - .PRODUCTS is A. A cvnstruclion survey will produce, but will not b6 lirnited to: 19 1. RtcovM of role-vanl control points, points'cif curvature =1 points of intersection. 20 2, Establish temporary horizontal and vertical contral eievaxiom (benchmarks) sufficiendy 21 permmemt and locptcd,in a m=k-ir to bg used throughout-construatlon, 22 3. The location of planned. facilities, eawments and improvernents- 23 a. EstabLsb,ng final Ilrw and grada.stakes for piers, floors, grade bearns, parking areas. 24 utllitims streets, highways; tunnels, and ether covst uctivzx. 25 b. A Tocord.of revisions or correotivns noted in an arderly manner for reference, 25 c. A drawing. when rcquire€l by the client, indicating the horizontal and vertical location 27 of faciliflim easements and improvements, as built, 28 4, Cut sheets shall be provided to the City inspector and Survey Superintendeat for all 29 construction staking pro} is. These cut sheets shall he on tht standard city template Whir11 30 can be obtained from the Survey Superintendent (9 17-3 92-7925). 31 5. Digital survey files in the fallowing farmEas she11 be acceptable: 32 , a- AutoCAD (.dwg) 33 li. ESRI hap�file (.shl}) 34 r. C.SV file (.esv), formatted with X arid Y coordinates in separate Wum s (use standard 35 templates, if avallablc) 36 &. Survey files shall include vertical and horizontal data tied to original project central and 37 benchmarks, and snail include feature descriptions 38 PARrr 3 - z EcuuoN CITY OF FORT WORTH SANUAKY'M"R MAN �1-57 STANDARD CONS MUCY ON 5!}9Zi7iCATK)N DOCz FADS PART 2A CM A01EC1'MO.01224 ADDENDUM NO. 3 nTCA�- MRNT AD-3 Reviled Februwrf 341 21J8 017I23-7 OraW=L-MN SrnKW7, nrm suavr•.v Pala 7 ore 1 3.1 INSTALLERS. . 2. A. Tolerances- 3 1, The staked lovatlon of any improvement or facility should be as accurale as practical and 4 necessary, The dcgri_-e of precision required is depi rndem on many factors all of which must 5 remain judgmental. The tolerances Iisted hereafter am based on gerimli#les and. Under 6 certain cimtjmstan es, shall -yield to specific requirements. The surveyor strO assess any 7 situation by review of the overall plans and through consultation with responsible pailics.as 8 to the need For specific tolerances. 9 & Earthwork: Grades for earthwork or rough' cut should not exceed 0.1 Ft. vertical 10 tolerance. Horizontal alignmant for earthwork and rough cut should not exceed 1.0 ft. t t talerame. 12 b. Horizontal aligrtn'mcni on a structure small be withiir-A Aft Tolerance. 13 c. Paving or concrete For streets, arras, gutters. parking areas, drives, alleys and 14 walkways shall be located within the e*nfines of the site boundaries and, occasionally, t S aloe& a boundary or any athor re91rictave� line. Away from any t"trivIive line, these 16 facilities should be staked with on accuracy producing no more Ihan 0.05ft, tolerance 17 from their specified locations. 19 d. Underground and overhead utilities, such As sewers, gas, water, leleph one and electric 19 lines, shall be located harizurttally within their prescribed areas or easements. Within ZO assigned areas, there utilities Should be staked with an accuracy pt:nducing no more than 21 0.1 ft tolarame from a specified location. 22 e. The acxuravy required for the vertical location of utilities vAries widely. many 23 underground utilities require only a minimum cover and a tolerance of0. l fl-. should be .24 maintained, ilndergraund and overhead utilidi q on planned profile, but nol depending 25 an gravity flaw fur performance, should not exceed U.1 #t, tolerarice- 26 B_ Sut'veying Instruments shall be kept inclose adjustment according to manufacturer's 27 specifications ar in compliance to Slanders. The City reserves the -right to mq uea a calibration 28' report at any time and recommends regular maintenance schedule be perforated by a rertified i4 technician every 6 months. 30 1. Field mewurements of angles and distances shall be done in such fashion as to satisfy the 31 ulosures and tolerances expre�,ged in Part 3.1.A. 32 2. Vertical locations shall he established frum a pre-ama6lishexl benchmark and checked by 33 closing to a different bench mark on the same datum, 34 3. construction survey field work shall correspond to'thc client's Plans, lr &Iflahlie.q Or 35 conflicts found shall be reported promptly to the City. 36 4, revisions, corrections and other pertinent data shall be logged for future reference, 37 38 3.2 EXAM AMN [NOT USED] - cr[Y OF PorzT Wowril STANDARD cor+srrtxrcTON SPECIFICAMON 230CUMENTs 9ANITARY sxwrIe MArN 257 PART 2h PITY PROdGC r mo..01227 AI71}FNDiiM NO. 3 ATTAC TIMEN'f AM-3 R"Imd Ftbrwiry 14, 2a1k V7123-13 r-OKST0.UCT ON 9TAX FNG AND 511RVEY Poge 8 of 9 1 3.3 PREPARATION [NOT USED] 2 3.4 APPLICATION 3 3.5 RFPAiR I R.IMORATION 4 A. If she Contractor's work damages uF destroy.5 one or more of the control monuments/points set 5 by the City, the monuments "I be adequately referenced for eXpedient resturatimL 6 1. Notify City if any control d+ato n"4N to b�e restored or replaced. due to damage caused 7 during construction operations, S a., Contractor shall perform replaaemerds ancUnr restorations. 9 b_ The -C:ity may require at any time a survey ' Geld Check" of any monutnont or 10 bwc� hmarks that are set be Varified by the City surveyors.before farther associated t 1 work-uan nave forway d. 12 3.6 R&INSTALLATIO -INO'T' USED] 13 3.7 FIELD lox] SITE QUALMY CONTROL 14 A. it is the Cantrsctor's responsibility To maintain all stakes and control data placed by the City in 15 accordance with this Specification, This includes easements and right of way, if noted on the 16 plans. 0 B. Do rnct change or relocate stakes ar uontTol data without appmwd'from the City. 18 3.8 SYSTEM b"TARTUP 19 A. Survey Ch&ks 20 1. The City reserves thq right to perform a Survey Check at anytime. deemed necessary, 21 2. Checks by City personnel or Yd pmly contracted surveyor are not imended to relieve the 22- contractor ofhislher re"nsibi I ity for accar=y_ 23 24 3.9 ADJUSTING INOT USED] 21 3.10 CLEANIfNG [NOT LSED] 26 3.0 CLOSE011T AC'11V M-ES [NOT USED] 27 3_12 PROTECLON [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 Revision Lag CITY CF FOU WORTH RILNHARY SEWER MAfN 2.57 STANDARD C'ONYTRUCT10N !:PECIPICA-noN MCI TMFNTS PAPT 2A MY PR€}Jt= KQ 01227 ADDENDUM fii4_ 3 ATTACIIM AW-4 R vtmd Nrtuatry K 20M 01 71 23 -9 C0MMUC•MN FTANMO AND SIJRVL7y Page 9 of 9 DATE MIME SUMMARY OF CHANGE 8I,7112U12 D, J&m on Added insiniction and FnedMcd mcaiurcmctit & peyarlettt under 1,2: added 8I3 U 017 py n definiticro and rof=nres wider 1.3; ni0illed 1.6; %ul4ied 1.7 VkMiaout submitial raquircrrrcnla; modificii 1,9 Qtenlity Assurance: added PART 2 - PRODUCTS ; Addled 11 Tn tRilc : aCkkd 3,5 RxpaidRt:NWrotiun, and edried 3A System Slarlup. Removed "{clue text",, roviwd 1flC9aurrancnt and PVMtfll seofinns fot C#MstruRtion taking and A" Wit Survay; addod rc&mnm to sek etipn compl[am wish TCW 211412018 M QV4rh 22.54;revised avibys Hnd C[oaenut sabmi"l rquireroenls: added rtcccptable depth areas mrnt criw ria: roviard I M of iloEns requlri% us -built -survey "during' aad "afice' oonstruetion; pod revised awpfable digiml survey fire tbromt CPT ' OF FORT WORTH VANDAPD C.`UN81RUCTFON 5PDM ICAT10N 130CUMENTS SANttARV 82LlfM MAIN 257 PAR-rZA CITY PROJECT NO. 0 a[ 7 ADDENDUM NO. 3 ATrACHMtNT AD3-3 Rcwimd Fehrupry 14. 2019 I 017423-1 CLEANING Page I 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 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 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Bprojecls103185040-ODSpecsTinaWnal Part 2A Specifications4Division 01\01 74 23_0ing.doc 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] r 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 31 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 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:lprojects\03181040-011.Specs\FinaUinai Part 2A SpecificationsWivision 0A01 74 23_CIeaning.doc 017423-3 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 CIeaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. MY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 FApmjectsl03IM40-OASpecArinalUina1 Part 2A Specifica6mslDivision 01101 74 23_Cleaning.doc 1 2 3 4 5 6 7 10 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 F.%prejccts10318\040 WSpec TmaAF-al Part 2A Spmifications\Division Mot 74 23 Clwning.doc Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 a SECTION 0177 19 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Sanitary Scwer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 FAprolectsW3I SX040-OASpe \FinaWinal Part 2A Speci6cationslDivision 01\01 7719 Close w Requiremenis.duc 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 L 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 CITY OF FORT WORTH Sanitary Server Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0.1227 Revised 7uty 1, 2011 FApmjec1s103185040.0t5Specs4Fina1lFinal Part 2A Specifications\Division DIM 77 19_Closeout Requirementsdoc 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 l D. Notice of Project Completion 2 1. Once the City Project Representative finds the Work subsequent to Final Inspection 3 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 4 F. Supporting Documentation 5 1. Coordinate with the City Project Representative to complete the following 6 additional forms: 7 a. Final Payment Request 8 b. Statement of Contract Time 9 c. Affidavit of Payment and Release of Liens 10 d. Consent of Surety to Final Payment I 1 e. Pipe Report (if required) 12 f. Contractor's Evaluation of City 13 g. Performance Evaluation of Contractor 14 F. Letter of Final Acceptance 15 1. Upon review and acceptance of Notice of Project Completion and Supporting 16 Documentation, in accordance with General Conditions, City will issue Letter of 17 Final Acceptance and release the Final Payment Request for payment. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 2I 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.14) CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F: pmjectsW IM40-01%pecsTinalWinal Part 2A SpecificationslDivision 015ol 77 19_Closeaut Requirements.doc 1 B 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0178 39 PROJECT RECORD DOCUMENTS 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I of 5 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] 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. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F_%projects103181040-01LSpec TinaflFinal Part 2A Speci6cationsWivision MCI 78 39 Project Record Docum nls.dac 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records, snake entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work, both concealed and 7 visible, to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data, use means necessary to again secure the data 15 to the City's approval. 16 a. In such case, provide replacements to the standards originally required by the 17 Contract Documents. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED'] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:lpmjectsN031 SW40-01 %Spms\FinalTinaI Part 2A SpecificafionADivision 01101 78 39_Pmject Record Documents.doc 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS - JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time, the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 017123, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes, use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However, design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch, the centerline of each run of items. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:\projects\O3l8kG4G-011Spec WinaAFinaE Pan 2A SpecificationsVDivision 0110178 39_Pmiea Record Documents-doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 017939-4 PROJECT RECORD DOCUMENTS Page 4 of 5 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED.] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F.Spmjccts10318104O-OlLSpecsTinaWinaI Pa" 2A SperaficationslDivision 01101 78 39 Project Record Dace cats duc 017839-5 PROJECT' RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F.Tpmjects503181040-01LSpecsTFinaRFinal Part 2A SpecificalionsTDivision 01%01 7839_Projecl Record Mcumems.doc B 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 03 30 00 - 1 CAST -IN -PLACE CONCRETE Page 1 of 25 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. 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 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag 39 5) Silica fume CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,lprojecls503181040-015Spocs)FinaRFinal Pan 2A Specifications\Div sion 03\03 30 00_Cast-in-Place Conerete.doc 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 25 1 b. Subject to compliance with the requirements of this specification 2 B. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Association of State Highway and Transportation (AASHTO): 7 a. M 182, Burlap Cloth Made from Jute or Kenaf. 8 3. American Concrete Institute (ACT): 9 a. ACT 117 Specification for Tolerances for Concrete Construction and Materials 10 b. ACT 301 Specifications for Structural Concrete l I c. ACI 305.1 Specification for Hot Weather Concreting 12 d. ACI 306.1 Standard Specification for Cold Weather Concreting 13 e. ACT 308.1 Standard Specification for Curing Concrete 1.4 f. ACI 318 Building Code Requirements for Structural Concrete 15 g. ACT 347 Guide to Formwork for Concrete 16 4. American Institute of Steel Construction (AISC): 17 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 18 5. ASTM International (ASTM): 19 a. A36, Standard Specification for Carbon Structural Steel. 20 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 21 Hardware. 22 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 23 Materials for High -Temperature Service and Other Special Purpose 24 Applications. 25 d. A615, Standard Specification for Deformed and Plain Carbon -Stec] Bars for 26 Concrete Reinforcement. 27 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 28 Concrete Reinforcement. 29 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 30 Field. 31 g. C33, Standard Specification for Concrete Aggregates. 32 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 33 Specimens. 34 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 35 Beams of Concrete. 36 j. C94, Standard Specification for Ready -Mixed Concrete. 37 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 38 Mortars (Using 2-inch or t50-milimeter] Cube Specimens) 39 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 40 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 41 n. C150, Standard Specification for Portland Cement. 42 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 43 p. C219, Standard Terminology Relating to Hydraulic Cement. 44 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 45 Pressure Method. 46 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:NpmjectsX0318\040-011Spec \Fina[T,ma[ Part 2A SpmificaliensMivision 03\03 30 00 Cast -in -Place Cone te.doc 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 1 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 2 Curing Concrete. 3 t. C494, Standard Specification for Chemical Admixtures for Concrete. 4 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 5 Pozzolan for Use in Concrete. 6 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 7 Concrete. 8 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 9 Use in Concrete and Mortars. 10 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing II Flowing Concrete. 12 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 13 Concrete. 14 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 15 Cement Concrete. 16 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 17 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 18 Levelness Numbers. 19 cc. F436, Standard Specification for Hardened Steel Washers. 20 6. American Welding Society (AWS). 21 a. D1.1, Structural Welding Code -Steel. 22 b. D1.4, Structural Welding Code - Reinforcing Steel. 23 7. Concrete Reinforcing Steel histitute (CRSI) 24 a. Manual of Standard Practice 25 8. Texas Department of Transportation 26 a. Standard Specification for Construction and Maintenance of Highways, Streets 27 and Bridges 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Work Included 30 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 31 including shoring, reshoring, falsework, bracing, proprietary forming systems, 32 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 33 blockouts, sleeves, pockets and accessories. 34 a. Erection shall include installation in formwork of items furnished by other 35 trades. 36 2. Furnish all labor and materials required to fabricate, deliver and install 37 reinforcement and embedded metal assemblies for cast -in -place concrete, including 38 steel bars, welded steel wire fabric, ties, supports and sleeves. 39 3. Furnish all labor and materials required to perform the following: 40 a. Cast -in -place concrete 41 b. Concrete mix designs 42 c. Grouting 43 1.5 SUBMITTALS 44 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 R\pmjcc1s503I M040-0159pe \FinaUinal Par[ 2A SpeuficationsWivision ONO 30 00_Cwt-in-Place Concremduc 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Required for each type of product indicated 6 B. Design Mixtures 7 1. For each concrete mixture submit proposed mix designs in accordance with ACI 8 318, chapter 5. 9 2. Submit each proposed mix design with a record of past performance. 10 3. Submit alternate design mixtures when characteristics of materials, Project condi- I 1 tions, weather, test results or other circumstances warrant adjustments. 12 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 13 a. Include this quantity on delivery ticket. 14 C. Steel Reinforcement Submittals for Information 15 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 16 ical analysis. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Manufacturer Qualifications 21 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 22 plies with ASTM C94 requirements for production facilities and equipment 23 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 24 Concrete Production Facilities" 25 B. Source Limitations 26 1. Obtain each type or class of cementitious material of the same brand from the same 27 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 28 1 source from a single manufacturer. 29 C. ACI Publications 30 1. Comply with the following unless modified by requirements in the Contract Docu- 31 ments: 32 a. ACI 301 Sections 1 through 5 33 b. ACI117 34 D. Concrete Testing Service 35 1. Engage a qualified independent testing agency to perform material evaluation tests. 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. Steel Reinforcement 38 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. CrFY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Faprojects103181040-01%Specs%FinaKRnal Part 2A SpecificationADivision 03103 30 00 Casl-in-Place Concrete.doc 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 2. Avoid damaging coatings on steel reinforcement. 2 B. Waterstops 3 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 4 contaminants. 5 111 FIELD CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART2- PRODUCTS 8 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. In other Part 2 articles where titles below introduce lists, the following requirements 12 apply to product selection: 13 a. Available Products: Subject to compliance with requirements, products that 14 may be incorporated into the Work include, but are not limited to, products 15 specified. 16 b. Available Manufacturers: Subject to compliance with requirements, 17 manufacturers offering products that may be incorporated into the Work 18 include, but are not limited to, manufacturers specified. 19 B. Form -Facing Materials 20 1. Rough -Formed Finished Concrete 21 a. Plywood, lumber, metal or another approved material 22 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 23 2. Chamfer Strips 24 a. Wood, metal, PVC or rubber strips 25 b. %-inch x N-inch, minimum 26 3. Rustication Strips 27 a. Wood, metal, PVC or rubber strips 28 b. Kerfed for ease of form removal 29 4. Form -Release Agent 30 a. Commercially formulated form -release agent that will not bond with, stain or 31 adversely affect concrete surfaces 32 b. Shall not impair subsequent treatments of concrete surfaces 33 c. For steel form -facing materials, formulate with rust inhibitor. 34 5. Form Ties 35 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 36 plastic form ties designed to resist Iateral pressure of fresh concrete on forms 37 and to prevent spalling of concrete on removal. 38 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 39 of exposed concrete surface. CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F-Iprojects103181040.01LSpe VinalTinalPail2ASpecificalionslDivision0A033090_Cast-in-PlaceConaeie.doe 03 30 00 - 6 CAST -IN -PLACE CONCRETE. Page 6 of 25 1 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 2 diameter in concrete surface. 3 d. Furnish ties with integral water -barrier plates to walls indicated to receive 4 dampproofing or waterproofing. 5 C. Steel Reinforcement 6 1. Reinforcing Bars 7 a. ASTM A615, Grade 60, deformed 8 D. Reinforcement Accessories 9 1. Smooth Dowel Bars 10 a. ASTM A615, Grade 60, steel bars (smooth) I 1 b. Cut bars true to length with ends square and free of burrs. 12 2. Bar Supports 13 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 14 reinforcing bars and welded wire reinforcement in place 15 b. Manufacture bar supports from steel wire, plastic or precast concrete according 16 to CRSPs "Manual of Standard Practice," of greater compressive strength than 17 concrete and as follows: 18 1) For concrete surfaces exposed to view where legs of wire bar supports 19 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 20 Class 2 stainless -steel bar supports. 21 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 22 concrete blocks on bottom where base material will not support chair legs 23 or where vapor barrier has been specified. 24 E. Embedded Metal Assemblies 25 1. Steel Shapes and Plates: ASTM A36 26 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 27 Stud Welding Division or approved equal 28 F. Expansion Anchors 29 1. Available Products 30 a. Wej-it Bolt, Wej-it Corporation, Tulsa., Oklahoma 31 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 32 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 33 G. Adhesive Anchors and Dowels 34 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 35 into hardened concrete or grout -filled masonry. 36 a. The adhesive system shall use a 2-component adhesive mix and shall be 37 injected with a static mixing nozzle following manufacturer's instructions. 38 b. The embedment depth of the rod shall provide a minimum allowable bond 39 strength that is equal to the allowable yield capacity of the rod, unless otherwise 40 specified. 41 2. Available Products 42 a. Hilti HIT HY 150 Max 43 b. Simpson Acrylic -Tie 44 c. Powers Fasteners AC 100+ Gold CITY OF FORT WORTH Sanitary Sewer Main 257—Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 VApmjects1031 W4" Mpe Tinal\Vinai Part 2A SpwiFcalions%Division 03%W 30 00 Cast -in -Platt Concmte.doc 03 30 00 - 7 CAST -IN -PLACE CONCRETE Page 7 of 25 1 3. Threaded Rods: ASTM A193 2 a. Nuts: ASTM A563 hex carbon steel 3 b. Washers: ASTM F436 hardened carbon steel 4 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 5 H. Inserts 6 1, Provide metal inserts required for anchorage of materials or equipment to concrete 7 construction where not supplied by other trades: 8 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 9 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 10 washers. 11 1) Provide 3/-inch bolt size, unless otherwise indicated. 12 b. In horizontal concrete surfaces and whenever inserts are subject to tension 13 forces, provide threaded inserts of malleable cast iron furnished with full depth 14 bolts. 15 1) Provide %-inch bolt size, unless otherwise indicated. 16 I. Concrete Materials 17 1. Cementitious Material I8 a. Use the following cementitious materials, of the same type, brand, and source, 19 throughout Project: 20 1) Portland Cement 21 a) ASTM C150, Type 1/II, gray 22 b) Supplement with the following: 23 (1) Fly Ash 24 (a) ASTM C618, Class C or F 25 (2) Ground Granulated Blast -Furnace Slag 26 (a) ASTM C989, Grade 100 or 120. 27 2) Silica Fume 28 a) ASTM C1240, amorphous silica 29 3) Normal -Weight Aggregates 30 a) ASTM C33, Class 3S coarse aggregate or better, graded 31 b) Provide aggregates from a single source. 32 4) Maximum Coarse -Aggregate Size 33 a) 3/4-inch nominal 34 5) Fine Aggregate 35 a) Free of materials with deleterious reactivity to alkali in cement 36 6) Water 37 a) ASTM C94 and potable 38 J. Admixtures 39 1. Air -Entraining Admixture 40 a. ASTM C260 41 2. Chemical Admixtures 42 a. Provide admixtures certified by manufacturer to be compatible with other ad- 43 mixtures and that will not contribute water-soluble chloride ions exceeding 44 those permitted in hardened concrete. 45 b. Do not use calcium chloride or admixtures containing calcium chloride. 46 c. Water -Reducing Admixture CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Sprojcclsl0318104O-Ol1SpecslFinahrinaI Part 2A SpecificationslDivision 03103 30 00 Cast -in -Place Concrete.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00 - 8 CAST -IN -PLACE CONCRETE Page 8 of25 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/— inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRl; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.AprojectsWMN040-0MpecsWmahl al Part 2A SpecificationADwision 03103 30 06 Cast -in -Place Concrewdnc r t 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 2 12) Symons Corporation, a Dayton Superior Company; Res! -Chem Clear Cure 3 13) Tamms Industries, Inc.; Horncure WB 30 4 14) Unitex; Hydro Cure 309 5 15) US Mix Products Company; US Spec Maxcure Resin Clear 6 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 7 M. Related Materials 8 1. Bonding Agent 9 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 10 butadiene 11 2. Epoxy Bonding Adhesive 12 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 13 to damp surfaces, of class suitable for application temperature and of grade to 14 suit requirements, and as follows: 15 1) Types I and 1I, non -load bearing 16 2) IV and V, load bearing, for bonding 17 3) Hardened or freshly mixed concrete to hardened concrete 18 3. Reglets 19 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 20 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 21 or debris. 22 4. Sleeves and Blockouts 23 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 24 tubes or wood 25 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 26 a. Sized as required 27 b. Shall be of strength and character to maintain formwork in place while placing 28 concrete 29 N. Repair Materials 30 1. Repair UnderIayment 31 a. Cement -based, polymer -modified, self -leveling product that can be applied in 32 thicknesses of 1/8 inch or greater 33 1) Do not feather. 34 b. Cement Binder 35 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 36 defined in ASTM C219 37 c. Primer 38 1) Product of underlayment manufacturer recommended for substrate, condi- 39 tions, and application 40 d. Aggregate 41 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 42 recommended by underlayment manufacturer 43 c. Compressive Strength 44 1) Not less than 4100 psi at 28 days whenn tested according to 45 ASTM C109/C109M 46 2, Repair Overlayment CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lproiects503181040-OMpe TinalTinal Part 2A SpecificationsWivision 0M03 30 00_CaA-in-Place Concmte.doc 033000-10 CAST -TN -PLACE CONCRETE Page 10 of 25 1 a. Cement -based, polymer -modified, self -leveling product that can be applied in 2 thicknesses of 1/8 inch or greater 3 1) Do not feather. 4 b. Cement Binder 5 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 6 defined in ASTM C219 7 8 9 10 d 11 12 13 14 e. c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 15 O. Concrete Mixtures, General 16 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 17 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 18 a. Required average strength above specified strength 19 1) Based on a record of past performance 20 a) Determination of required average strength above specified strength 21 shall be based on the standard deviation record of the results of at least 22 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 23 by the larger amount defined by formulas 5-1 and 5-2. 24 2) Based on laboratory trial mixtures 25 a) Proportions shall be selected on the basis of laboratory trial batches 26 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 27 average strength greater than the specified strength f c by the amount 28 defined in table 5.3.2.2. 29 3) Proportions of ingredients for concrete mixes shall be determined by an in- 30 dependent testing laboratory or qualified concrete supplier. 31 4) For each proposed mixture, at least 3 compressive test cylinders shall be 32 made and tested for strength at the specified age. 33 a) Additional cylinders may be made for testing for information at earlier 34 ages. 35 2. Cementitious Materials 36 a. Limit percentage, by weight, of cementitious materials other than portland ce- 37 ment in concrete as follows, unless specified otherwise: 38 1) Fly Ash: 25 percent 39 2) Combined Fly Ash and Pozzolan: 25 percent 40 3) Ground Granulated Blast -Furnace Slag: 50 percent 41 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 42 Slag: 50 percent 43 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 44 cent 45 6) Silica Fume: 10 percent CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:%pmjecis103181040-01%5pe \FinaAFina2 Part 2A Specifications�IIivision 03103 30 00 Cast -in -Piece Conaete doc 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 of 25 1 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 2 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 3 cent 4 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 5 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 6 percent and silica fume not exceeding 10 percent 7 3. Limit water-soluble, chloride -ion content in hardened concrete to: 8 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 9 (typical) 10 b. 0.15 percent by weight if concrete will be exposed to chlorides 11 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 12 continually dry and protected. 13 4. Admixtures 14 a. Use admixtures according to manufacturer's written instructions. 15 b. Do not use admixtures which have not been incorporated and tested in accepted 16 mixes. 17 c. Use water -reducing high -range water -reducing or plasticizing admixture in 18 concrete, as required, for placement and workability. 19 d. Use water -reducing and retarding admixture when required by high 20 temperatures, low humidity or other adverse placement conditions. 21 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 22 industrial slabs and parking structure slabs, concrete required to be watertight, 23 and concrete with a water-cementitious materials ratio below 0.50. 24 f Use corrosion -inhibiting admixture in concrete mixtures where indicated. 25 P. Concrete Mixtures 26 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 27 Highways, Streets, and Bridges" for: 28 a. Culverts 29 b. Headwalls 30 c. Wingwalls 31 2. Proportion normal -weight concrete mixture as follows: 32 a. Minimum Compressive Strength: 3,000 psi at 28 days 33 b. Maximum Water-Cementitious Materials Ratio: 0.50 34 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 35 inches before adding high -range water -reducing admixture or plasticizing 36 admixture, plus or minus 1 inch 37 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 38 inch nominal maximum aggregate size 39 Q. Fabricating Reinforcement 40 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 41 R. Fabrication of Embedded Metal Assemblies 42 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 43 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 44 accordance with AWS D1.1. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lpeojects1031M040-0nSpecsTinaNFinal Pai 2A Spe ificationsWivision 03103 30 00_Casi-in-Place Conaeie.doc 033000-12 CAST -IN -PLACE CONCRETE Page 12 of25 1 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 2 All other metal assemblies shall be either hot dip galvanized or painted with an 3 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 4 installed in accordance with the manufacturer's instructions. Repair painted 5 assemblies after welding with same type of paint. 6 S. Concrete Mixing 7 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 8 ASTM C94, and furnish batch ticket information. 9 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 10 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is I 1 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 12 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 13 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 14 batch machine mixer. 15 a. For mixer capacity of I cubic yard or smaller, continue mixing at least 1-1/2 16 minutes, but not more than 5 minutes after ingredients are in mixer, before any 17 part of batch is released. 18 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 19 seconds for each additional 1 cubic yard. 20 c. Provide batch ticket for each batch discharged and used in the Work, indicating 21 Project identification name and number, date, mixture type, mixture time, 22 quantity, and amount of water added. Record approximate location of final 23 deposit in structure. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Formwork 32 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 33 support vertical, lateral, static, and dynamic loads, and construction loads that might 34 be applied, until structure can support such loads. 35 2. Construct formwork so concrete members and structures are of size, shape, 36 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 37 a. Vertical alignment 38 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 39 2) Outside corner of exposed corner columns and control joints in concrete 40 exposed to view less than 100 feet in height - 1/2 inch. CITY OF FORT WORTH Sanitary Sewer Main 257-- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,*rojects1D181040-011SpeaTinaWinal Part 2A SpeciBcationsWivision 0A03 30 00 Celt -in -Place Cancrete.dce B 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 033000-13 CAST -IN -PLACE CONCRETE Page 13 of 25 3) Lines, surfaces and arises greater than 100 feet in height - 111000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 112 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Sprojects503184040-011Speu\FinaNFinal Pan 2A SpecifcalionsWivision 03M 30 00_C=-in-Place Concme doc 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of25 1 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 2 required elevations and slopes in finished concrete surfaces. Provide and secure 3 units to support screed strips; use strike -off templates or compacting -type screeds. 4 7. Construct formwork to cambers shown or specified on the Drawings to allow for 5 structural deflection of the hardened concrete. Provide additional elevation or 6 camber in formwork as required for anticipated formwork deflections due to weight 7 and pressures of concrete and construction loads. 8 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 9 caps, walls, and columns straight and to the lines and grades specified. Do no earth 10 form foundation elements unless specifically indicated on the Drawings. 11 9. Provide temporary openings for cleanouts and inspection ports where interior area 12 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 13 securely braced to prevent loss of concrete mortar. Locate temporary openings in 14 forms at inconspicuous locations. 15 10. Chamfer exterior corners and edges of permanently exposed concrete. 16 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 17 bulkheads required in the Work. Determine sizes and locations from trades 18 providing such items. 19 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 20 sawdust, dirt, and other debris just before placing concrete. 21 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 22 leaks and maintain proper alignment. 23 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 24 written instructions, before placing reinforcement, anchoring devices, and 25 embedded items. 26 a. Do not apply form release agent where concrete surfaces are scheduled to 27 receive subsequent finishes which may be affected by agent. Soak contact 28 surfaces of untreated forms with clean water. Keep surfaces wet prior to 29 placing concrete. 30 B. Embedded Items 31 1. Place and secure anchorage devices and other embedded items required for 32 adjoining work that is attached to or supported by cast -in -place concrete. Use 33 setting drawings, templates, diagrams, instructions, and directions furnished with 34 items to be embedded. 35 a. Install anchor rods, accurately located, to elevations required and complying 36 with tolerances in AISC 303, Section 7.5. 37 1) Spacing within a bolt group: 1/8 inch 38 2) Location of bolt group (center): %2 inch 39 3) Rotation of bolt group: 5 degrees 40 4) Angle off vertical: 5 degrees 41 5) Bolt projection: f 3/8 inch 42 b. Install reglets to receive waterproofing and to receive through -wall f7ashings in 43 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 44 shelf angles, and other conditions. 45 C. Removing and Reusing Forms CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FIpmjecis1031810A0-014SpecslFinallFinal Part 2A Specification %Division 03103 3000 Cast -in -Place Conerete.dnc 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 2 compressive strength. 3 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 4 Work that does not support weight of concrete may be removed after cumulatively 5 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 6 concrete is hard enough to not be damaged by form -removal operations and curing 7 and protection operations are maintained. 8 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 9 that supports weight of concrete in place until concrete has achieved at least 70 10 percent of its 28-day design compressive strength. 1 I b. Do not remove formwork supporting conventionally reinforced concrete until 12 concrete has attained 70 percent of its specified 28 day compressive strength as 13 established by tests of field cured cylinders. In the absence of cylinder tests, 14 supporting formwork shall remain in place until the concrete has cured at a 15 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 16 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 17 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 18 listed time period. Formwork for 2-way conventionally reinforced slabs shall 19 remain in place for at least the minimum cumulative time periods specified for 20 1-way slabs of the same maximum span. 21 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 22 removal. Reshores shall remain until the concrete has attained the specified 28 23 day compressive strength. 24 d. Minimum cumulative curing times may be reduced by the use of high -early 25 strength cement or forming systems which allow form removal without 26 disturbing shores, but only after the Contractor has demonstrated to the 27 satisfaction of the Engineer that the early removal of forms will not cause 28 excessive sag, distortion or damage to the concrete elements. 29 e. Completely remove wood forms. Provide temporary openings if required. 30 f. Provide adequate methods of curing and thermal protection of exposed concrete 31 if forms are removed prior to completion of specified curing time. 32 g. Reshore areas required to support construction loads in excess of 20 pounds per 33 square foot to properly distribute construction loading. Construction loads up 34 to the rated live load capacity may be placed on unshored construction provided 35 the concrete has attained the specified 28 day compressive strength. 36 h. Obtaining concrete compressive strength tests for the purposes of form removal 37 is the responsibility of the Contractor. 38 i. Remove forms only if shores have been arranged to permit removal of forms 39 without loosening or disturbing shores. 40 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 41 delaminated, or otherwise damaged form -facing material will not be acceptable for 42 exposed surfaces. Apply new form -release agent. 43 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 44 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 45 exposed concrete surfaces unless approved by Engineer. 46 D. Shores and Reshores 47 1. The Contractor is solely responsible for proper shoring and reshoring. CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 P3projects103181040-01 SpecsTinahFinal Part 2A Speci6cationsMivision 03103 30 00_Cam-in-Place Concrelo.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 25 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS 131.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: =1:3/8 inch 2) Members more than 8 inches deep: ±1/2 inch b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 inches deep or less; tl/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. SpIices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACT 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Sprojects\03181040-014SpecsCYinalSFinal Parl 2A SpecificationslDivision 03103 30 00_Cast-in-Place Concrete.dw 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 a. Place joints perpendicular to main reinforcement. Continue reinforcement 2 across construction joints, unless otherwise indicated. Do not continue 3 reinforcement through sides of strip placements of floors and slabs. 4 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 5 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 6 Offset joints in girders a minimum distance of twice the beam width from a 7 beam -girder intersection. 8 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 9 beams, and girders and at the top of footings or floor slabs. 10 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 11 with walls, near corners, and in concealed locations where possible. 12 f. Use a bonding agent at locations where fresh concrete is placed against 13 hardened or partially hardened concrete surfaces. 14 3. Doweled Joints: Install dowel bars and support assemblies at joints where 15 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 16 bonding to 1 side of joint. 17 G. Waterstops 18 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 19 form a continuous diaphragm. Install in longest lengths practicable. Support and 20 protect exposed waterstops during progress of the Work. Field fabricate joints in 21 waterstops according to manufacturer's written instructions. 22 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 23 locations indicated, according to manufacturer's written instructions, adhesive 24 bonding, mechanically fastening, and firmly pressing into place. Install in longest 25 lengths practicable. 26 H. Adhesive Anchors 27 1. Comply with the manufacturer's installation instructions on the hole diameter and 28 depth required to fully develop the tensile strength of the adhesive anchor or 29 reinforcing bar. 30 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 31 loose material from the hole, prior to installing adhesive material. 32 1, Concrete Placement 33 L Before placing concrete, verify that installation of formwork, reinforcement, and 34 embedded items is complete and that required inspections have been performed. 35 2. Do not add water to concrete during delivery, at Project site, or during placement 36 unless approved by Engineer. 37 3. Before test sampling and placing concrete, water may be added at Project site, 38 subject to limitations of ACI 301. 39 a. Do not add water to concrete after adding high -range water -reducing 40 admixtures to mixture. 41 b. Do not exceed the maximum specified water/cement ratio for the mix. 42 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 43 that no new concrete will be placed on concrete that has hardened enough to cause 44 seams or planes of weakness. If a section cannot be placed continuously, provide 45 construction joints as indicated. Deposit concrete to avoid segregation. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Pproims103 M040-01%Spe WinaMinal Parl 2A SpecificalionsWivision 03503 30 00_Casl-in-Place Concrete &c 033000-18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 2 pressures, 15 feet maximum and in a manner to avoid inclined construction 3 joints. 4 b. Consolidate placed concrete with mechanical vibrating equipment according to 5 ACI 301. 6 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 7 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 8 layer,and at least 6 inches into preceding layer. Do not insert vibrators into 9 lower layers of concrete that have begun to lose plasticity. At each insertion, 10 limit duration of vibration to time necessary to consolidate concrete and 11 complete embedment of reinforcement and other embedded items without 12 causing mixture constituents to segregate. 13 d. Do not permit concrete to drop freely any distance greater than 10 feet for 14 concrete containing a high range water reducing admixture (superplasticizer) or 15 5 feet for other concrete. Provide chute or tremie to place concrete where longer 16 drops are necessary. Do not place concrete into excavations with standing 17 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 18 with its outlet near the bottom of the place of deposit. 19 e. Discard pump priming grout and do not use in the structure. 20 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 21 within limits of construction joints, until placement of a panel or section is 22 complete. 23 a. Consolidate concrete during placement operations so concrete is thoroughly 24 worked around reinforcement and other embedded items and into corners. 25 b. Maintain reinforcement in position on chairs during concrete placement. 26 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 27 d. Slope surfaces uniformly to drains where required. 28 e. Begin initial floating using bull floats or darbies to form a uniform and open- 29 textured surface plane, before excess bleedwater appears on the surface. Do not 30 further disturb slab surfaces before starting finishing operations. 31 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 32 concrete work from physical damage or reduced strength that could be caused by 33 frost, freezing actions, or low temperatures. 34 a. When average high and low temperature is expected to fall below 40 35 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 36 temperature within the temperature range required by ACI 301. 37 b. Do not use frozen materials or materials containing ice or snow. Do not place 38 concrete on frozen subgrade or on subgrade containing frozen materials. 39 c. Do not use calcium chloride, salt, or other materials containing antifreeze 40 agents or chemical accelerators unless otherwise specified and approved in 41 mixture designs. 42 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 43 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 44 placement. Chilled mixing water or chopped ice may be used to control 45 temperature, provided water equivalent of ice is calculated to total amount of 46 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,IFcojectsl0318}040-01LSpecslFfnalWinal Part 2A SpeciOcationO.Dwision 0M03 30 00 Casa -in -Place Concrete doc 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of25 I b. Fog -spray forms, steel reinforcement, and subgrade just before placing 2 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 3 dry areas. 4 J. Finishing Formed Surfaces 5 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 6 with tie holes and defects repaired and patched. Remove fins and other projections 7 that exceed specified limits on farmed -surface irregularities. 8 a. Apply to concrete surfaces not exposed to public view. 9 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 10 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a I 1 texture matching adjacent formed surfaces. Continue final surface treatment of 12 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 13 indicated. 14 K. Miscellaneous Concrete Items 15 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 16 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 17 specified, to blend with in -place construction. Provide other miscellaneous 18 concrete filling indicated or required to complete the Work. 19 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 20 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 21 corners, intersections, and terminations slightly rounded. 22 3, Equipment Bases and Foundations: Provide machine and equipment bases and 23 foundations as shown on Drawings. Set anchor bolts for machines and equipment 24 at correct elevations, complying with diagrams or templates from manufacturer 25 furnishing machines and equipment. 26 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 27 #3@16 inches on center set at middepth of pad- Trowel concrete to a dense, 28 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 29 during pouring of concrete fill. 30 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 31 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 32 L. Concrete Protecting and Curing 33 1. General: Protect freshly placed concrete from premature drying and excessive cold 34 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 35 ACI 305.1 for hot -weather protection during curing. 36 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 37 supported slabs, and other similar surfaces. If forms remain during curing period, 38 moist cure after loosening forms. If removing forms before end of curing period, 39 continue curing for the remainder of the curing period. 40 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 41 unformed surfaces, including floors and slabs, concrete floor toppings, and other 42 surfaces. 43 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 44 methods: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Vipmje 003IM040-DASpecsTiaa6Pinal Part 2A Specificationalbivision 03103 3000_Cast-in-Place Conaete.doc 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 2 with the following materials: 3 1) Water 4 2) Continuous water -fog spray 5 3) Absorptive cover, water saturated, and kept continuously wet. Cover 6 concrete surfaces and edges with 12-inch lap over adjacent absorptive 7 covers 8 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 9 retaining cover for curing concrete, placed in widest practicable width, with 10 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 11 adhesive. Cure for not Iess than 7 days. Immediately repair any holes or tears 12 during curing period using cover material and waterproof tape. 13 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 14 receive floor coverings. 15 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 16 receive penetrating liquid floor treatments. 17 3) Cure concrete surfaces to receive floor coverings with either a moisture- 18 retaining cover or a curing compound that the manufacturer certifies will 19 not interfere with bonding of floor covering used on Project. 20 c. Curing Compound: Apply uniformly in continuous operation by power spray 21 or roller according to manufacturer's written instructions. Recoat areas 22 subjected to heavy rainfall within 3 hours after initial application. Maintain 23 continuity of coating and repair damage during curing period. 24 3.5 REPAIR 25 A. Concrete Surface Repairs 26 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 27 Remove and replace concrete that cannot be repaired and patched to Engineer's 28 approval. 29 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 30 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 31 water for handling and placing. 32 3. Repairing Formed Surfaces: Surface defects include color and texture 33 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 34 projections on the surface, and stains and other discolorations that cannot be 35 removed by cleaning. 36 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 37 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 38 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 39 with water, and brush -coat holes and voids with bonding agent. Fill and 40 compact with patching ;mortar before bonding agent has dried. Fill form -tie 41 voids with patching mortar or cone plugs secured in place with bonding agent. 42 b. Repair defects on surfaces exposed to view by blending white portland cement 43 and standard portland cement so that, when dry, patching mortar will match 44 surrounding color. Patch a test area at inconspicuous locations to verify 45 mixture and color match before proceeding with patching. Compact mortar in 46 place and strike off slightly higher than surrounding surface. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.; 01227 Revised December 20, 2012 R: pmjects103 M040 WSpe \NnalTinal Part 2A Specifications5Divimn 03%03 30 00 Cast -in -Place Concrete doc 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 c. Repair defects on concealed formed surfaces that affect concrete's durability 2 and structural performance as determined by Engineer. 3 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 4 for finish and verify surface tolerances specified for each surface. Correct low and 5 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 6 a sloped template. 7 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 8 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 9 or that penetrate to reinforcement or completely through unreinforced sections 10 regardless of width, and other objectionable conditions. 11 b. After concrete has cured at least 14 days, correct high areas by grinding. 12 c. Correct localized low areas during or immediately after completing surface 13 finishing operations by cutting out low areas and replacing with patching 14 mortar. Finish repaired areas to blend into adjacent concrete. 15 d. Repair defective areas, except random cracks and single holes 1 inch or less in 16 diameter, by cutting out and replacing with fresh concrete. Remove defective 17 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 18 inch clearance all around. Dampen concrete surfaces in contact with patching 19 concrete and apply bonding agent. Mix patching concrete of same materials 20 and mixture as original concrete except without coarse aggregate. Place, 2I compact, and finish to blend with adjacent finished concrete. Cure in same 22 manner as adjacent concrete. 23 e. Repair random cracks and single holes 1 inch or less in diameter with patching 24 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 25 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 26 bonding agent. Place patching mortar before bonding agent has dried. 27 Compact patching mortar and finish to match adjacent concrete. Keep patched 28 area continuously moist for at least 72 hours. 29 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 30 adhesive and patching mortar. 31 6. Repair materials and installation not specified above may be used, subject to 32 Engineer's approval. 33 3.6 RE -INSTALLATION [NOT USED] 34 3.7 FIELD QUALITY CONTROL 35 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 36 inspecting agency to perform field tests and inspections and prepare test reports. 37 B. Inspections 38 1. Steel reinforcement placement 39 2. Headed bolts and studs 40 3. Verification of use of required design mixture 41 4. Concrete placement, including conveying and depositing 42 5. Curing procedures and maintenance of curing temperature 43 6. Verification of concrete strength before removal of shores and forms from beams 44 and slabs CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojectsT031810A0-01LSpecsTFinalTinal Part 2A Specificalions\Division 03103 3000_Cast-M-Place Concrele.doc 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 1 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 2 according to ASTM C172 according to the following requirements: 3 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard, but Iess than 25 cubic yard, plus 1 set for 5 each additional 50 cubic yard or fraction thereof. 6 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 7 not less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 10 each composite sample, but not less than 1 test for each day's pour of each concrete i 1 mixture. 12 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 13 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 14 test for each composite sample. 15 5. Compression Test Specimens: ASTM C31. 16 a. Cast and laboratory cure 4 cylinders for each composite sample. 17 1) Do not transport field cast cylinders until they have cured for a 18 minimum of 24 hours. 19 6. Compressive -Strength Tests: ASTM C39; 20 a. Test 1 cylinder at 7 days. 21 b. Test 2 cylinders at 28 days. 22 c. Hold 1 cylinder for testing at 56 days as needed. 23 7. When strength of field -cured cylinders is less than 85 percent of companion 24 laboratory -cured cylinders, evaluate operations and provide corrective procedures 25 for protecting and curing in -place concrete. 26 8. Strength of each concrete mixture will be satisfactory if every average of any 3 27 consecutive compressive -strength tests equals or exceeds specified compressive 28 strength and no compressive -strength test value falls below specified compressive 29 strength by more than 500 psi. 30 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 31 within 48 hours of testing. Reports of compressive -strength tests shall contain 32 Project identification name and number, date of concrete placement, name of 33 concrete testing and inspecting agency, location of concrete batch in Work, design 34 compressive strength at 28 days, concrete mixture proportions and materials, 35 compressive breaking strength, and type of break for both 7- and 28-day tests. 36 10. Additional Tests: Testing and inspecting agency shall make additional tests of 37 concrete when test results indicate that slump, air entrainment, compressive 38 strengths, or other requirements have not been met, as directed by Engineer. 39 Testing and inspecting agency may conduct tests to determine adequacy of concrete 40 by cored cylinders complying with ASTM C42 or by other methods as directed by 41 Engineer. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:%projects103 iS10A0-015Spe Tina[Tinal Part 2A SpecificatiomWivision 03103 30 00 Cast -in -Place Concrete doe 033000-23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11, Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 1. All floors are subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions, lapping straightedge 3 feet on areas previously checked. Low 24 spots shall not exceed the above dimension anywhere along the straightedge. 25 Flatness shall be checked the next work day after finishing. 26 b. Slabs shall be level within a tolerance of t 1/4 inch in 10 feet, not to exceed 3/4 27 inches total variation, anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM E1155, 32 2. 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floor area shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 36 solute minimum surface profile that will be acceptable for any 1 test sample 37 (line of measurements) anywhere within the test area. 38 2) Specified Overall Value: The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 as a whole. 41 3, Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.Vmjects103 i$kO40.0]LSpe WinaRPina1 Pad 2A SpeciftcationsWivision 03%03 3000 OM -in -Place Conmte.doc 03 30 0a - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1 b. Test sample measurement lines within each test section shall be 2 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 3 spacing to be determined by the City's testing agency. 4 c. The precise layout of each test section shall be determined by the City's testing 5 agency- 6 4. Concrete Floor Finish Tolerance 7 a. The following values apply before removal of shores. Levelness values (FL) do 8 not apply to intentionally sloped or cambered areas, nor to slabs poured on 9 metal deck or precast concrete. 10 1) Slabs 11 Overall Value FF45/FL30 12 Minimum Local Value FF30/FL20 13 S. Floor Elevation Tolerance Envelope 14 a. The acceptable tolerance envelope for absolute elevation of any point on the 15 slab surface, with respect to the elevation shown on the Drawings, is as follows: 16 1) Slab -on -Grade Construction: f 3/4 inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores: =L % inch 19 3) Top surfaces of all other slabs: ± % inch 20 4) Slabs specified to slope shall have a tolerance from the specified slope of 21 3/8 inch in 10 feet at any point, up to 3/ inch from theoretical elevation at 22 any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily re- 29 placed at the Contractor's expense, and in conformity with all of the requirements of 30 the Drawings and Specifications. 31 2. Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment, protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors, wash floors with clean water. 37 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH Sanitary Sewer Main 257—Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects\03I81040.01\Sper \FinaRFinal Part 2A Specificationswivision 03103 30 09Cast-in-Place concrete.doc 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 7 033000-25 CAST -IN -PLACE CONCRETE Page 25 of25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3.4.C.1 — Changed 75% to 70% CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 HpmjectsI031 SN040-0115pe TinaWinal Part 2A SpecificationsWivision 0M03 30 00_Cast-in-Place Conovlc.dw i 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 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 03 30 00 - Cast -in -Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement E 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. ASTM International (ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lproiectsL03181040-o11.Spec TineRF,nel Parr 2A Specificatians\Division OA03 34 13 Controlled Low5trengtb Material CLSM.doc 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details, including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 111 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement: Type Il Iow alkali portland cement as specified in Section 03 30 29 00. 30 2. Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water: As specified in Section 03 30 00. 32 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH Sanitary Sewer Main 257—Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Sprojecis103 181040-011SpecsT-inallFinal Part 2A Specificatiom\Division 03103 34 13_C""lled Low Strength NFateriaf_CLSM.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. c. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash NO pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 26 27 28 29 30 31 A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch With sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects103185040-01LSpec \Final\Fina1 Part 2A SpecificatiO&Division 03103 34 l3_Contmiled Low Strength Material_CLSM.doc 033413-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. if the trial batch tests do not meet the Specifications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance; do not change the mix design without submitting a now mix 30 design, trial batches, and test information. 31 E. Determine slump in accordance with ASTM C143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 34 overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojectsN0318\040-01\Spec'FinatTinaI Part 2A SpecificationsMivision 07193 34 13_Con1ro11cd Low Strength Materia1_CLSM.doc 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED) 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit Iift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within 11 inch. 21 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when placed, the material is self -compacting, self densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS' City Project No.: 01227 Revised December 20, 2012 F:lgrojecis103 F85040-0]1Specs5Fina15Final Part 2A SpecifieatinnADivision OA03 34 l3_Conuolled Low Strength Matmal_CLSM.doc 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to the 9 laboratory for testing. The concrete test cylinders are fragile and shall be 10 handled carefully. The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only 14 minimal bumping, banging, or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength, but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately_ after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi -continuous filling operation, slightly 37 overfill, tap lightly, strike off, and then measure and record slump. 38 C. If compressive strength of test cylinders does not meet requirements, make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Aproiects103181U40 V Spe TinalTinal Part 2A SpecificationsWivision 03\03 34 13_Controlled Low Strength Mate al_CLSNLdoe 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Flprojects103I W40-015Spe \Finalk inal Pal 2A SpecificationsWivision 03103 34 13_ContmIled Low Strength MaterialCLSMdoc 0334 16 - 1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 SECTION 03 3416 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete base material for trench repair 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 3. Section 03 30 00 — Cast -in -Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 B. ASTM International (ASTM): 27 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33, Standard Specification for Concrete Aggregates. 30 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 33 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 34 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 37 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lpmjects5031 SA040-011Spec \FinaRFinal Part 2A Spedficalions\Division 03\03 34 16 Concrete Base Material for Trench Repair.doc 03 34 16 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 2 Cement Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 10 of low density concrete backfill work. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 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 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 PRODUCT TYPES AND MATERIALS 20 A. Mix Design 21 1. Performance requirements 22 a. Concrete Base Material for Trench Repair 23 1) 28-day compressive strength of not less than 750 psi and not more than 24 1,200 psi. 25 B. Materials 26 1. Portland cement 27 a. Type 11 low alkali portland cement as specified in Section 03 30 00. 28 2. Fly ash 29 a. Class F fly ash in accordance with ASTM C618. 30 3. Water 31 a. As specified in Section 03 30 00, 32 4. Admixture 33 a. Air entraining admixture in accordance with ASTM C260. 34 5. Fine aggregate 35 a. Concrete sand (does not need to be in accordance with ASTM C33). CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.; 01227 Revised December 20, 2012 F"Proicasl031S%040-Of\Specs\Fina"inal Part 2A SpeciScationsIDivision 03\03 34 16_Concrele Base Material for Trench Repair.doc 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 1 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 2 plastic fines shall be present. 3 6. Coarse aggregate 4 a. Pea gravel no larger than 3/8 inch. 5 2.3 ACCESSORIES [NOT USED] . 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. Place concrete base material by any method which preserves the quality of the material 13 in terms of compressive strength and density. 14 1. The basic requirement for placement equipment and placement methods is the 15 maintenance of its fluid properties. 16 2. Transport and place material so that it flows easily around, beneath, or through 17 walls, pipes, conduits, or other structures. 18 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where 19 required) such that when placed, the material is self -compacting, self-densifying, 20 and has sufficient plasticity that compaction or mechanical vibration is not required. 21 3.5 REPAIR [NOT USED] 22 3.6 RE -INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL 24 A. General 25 1. Make provisions for and furnish all material for the test specimens, and provide 26 manual assistance to assist the Engineer in preparing said specimens. 27 2. Be responsible for the care of and providing curing condition for the test specimens. 28 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 29 according to ASTM C172 according to the following requirements: 30 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 31 concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards 32 or fraction thereof. 33 2. Slump: ASTM C143; I test at point of placement for each composite sample, but 34 not less than 1 test for each day's pour of each concrete mixture. Perform additional 35 tests when concrete consistency appears to change. 36 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 37 each composite sample, but not less than I test for each day's pour of each concrete 38 mixture. CITY OF FORT WORTH Sanitary Sewer Main 257—Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Bprojcct85031 HW40-OMpecsWinahFinal Pad 2A SpecificationsWivision OR03 34 16_Conuete Base Material for Trench Repair.doc 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 2 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 3 test for each composite sample. 4 5. Compression Test Specimens: ASTM C31. 5 a. Cast and laboratory cure 4 cylinders for each composite sample. 6 1) Do not transport field cast cylinders until they have cured for a minimum of 7 24 hours. 8 6. Compressive -Strength Tests: ASTM C39 9 a. Test 1 cylinder at 7 days. 10 3.8 SYSTEM STARTUP [NOT USED] 11 39 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CH'Y OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Vprojects1031a1040-0I lSpecsTina11Final Pan 2A Spccjficalions\Division 03\03 34 16—Concrete Base Material for Trench Repair,dac a 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 3110 00 SITE CLEARING 31 10 00 - 1 SITE CLEARING Page 1 of 5 5 A. Section Includes: 6 l . Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 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 I — General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) BackfilIing of holes 30 4) Clean-up 31 2, Tree Removal (typically included in "Site Clearing", but should be used if "Site 32 Clearing" is not a bid item) 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each "Tree Removal" for: 38 a) Various caliper ranges 39 c. The price bid shall include: 40 1) Pruning of designated trees and shrubs 4I 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 P;lprojecis1O3l H\O4O-Ol4Spee%Fina]Winal Part 2A SpmficationADMsion 31U 1 10 00_Site Clearing.doc 311000-2 SITE CLEARING Page 2 of 5 1 3) Grading and backfilling of holes 2 4) Excavation 3 5) Fertilization 4 6) Clean-up 5 3. Tree Removal and Transplantation 6 a. Measurement 7 1) Measurement for this Item shall be per each. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 11 a) Various caliper ranges 12 c. The price bid shall include: 13 1) Pruning of designated trees and shrubs 14 2) Removal and disposal of structures and obstructions 15 3) Moving tree with truck mounted tree spade 16 4) Grading and backfilling of holes 17 5) Replanting tree at temporary location (determined by Contractor) 18 6) Maintaining tree until Work is completed 19 7) Replanting tree into original or designated location 20 8) Excavation 21 9) Fertilization 22 10) Clean-up 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Permits 26 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 27 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 28 B. Preinstallation Meetings 29 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 30 City Inspector, and the Project Manager for the purpose of reviewing the 31 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 32 prior to the meeting. 33 2. The Contractor will provide the City with a Disposal Letter in accordance to 34 Division 01. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Plprnj"tsV03I RN040-015Spe Tina]Tinal Part 2A SpecificationsWivision 31131 10 00_Site Clearing.eoc 311000-3 SITE CLEARING Page 3 of 5 L 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION (NOT USED] 6 3.3 PREPARATION 7 A. All trees identified to be protected and/or preserved should be clearly flagged with 8 survey tape. 9 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 10 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 11 saved. 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shah be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than S feet from the tree trunk. 4-foot high 12 1/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1, The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects50318L040-014Speo WinaMinal Part 2A SpecificationADivision 31131 10 00 Site Clearing.doc 31 10 00 - 4 SITE CLEARING Page 4 of 5 1 2. The testing, removal, and disposal of hazardous materials will be in accordance 2 with Division 1. 3 C. Site Clearing 4 1. Clear areas shown on the Drawings of all obstructions, except those landscape 5 features that are to be preserved. Such obstructions include, but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. Floor slabs 9 d. Concrete 10 e. Brick 11 f. Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 in. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including, but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 J. Scrap iron 32 k. Other debris 33 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment, remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 38 6. In all other areas, remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor, unless 45 otherwise stated on the Drawings. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPEC1FTCATION DOCUMENTS City Project No,: 01227 Revised December 20, 2012 FrVproiecls103181040-MSpec WinalTinat Part 2A SV=JicationslDivision 3W t 10 00_Site Cia"&duc 31 1000-5 SITE CLEARING Page 5 of 5 1 3. The Contractor will dispose of material and debris off -site in accordance with local, 2 state, and federal laws and regulations. 3 3.5 REPAIR [NOT USED] 4 3.6 RE -INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL [NOT USED] 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 I4 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:*rojects10318104"15SpeoTinaKFina! Pad 2A SpwificationslDwismu AM 1000_Site Cle ing.&c 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 5 I SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a- Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. 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 I — General Requirements 19 3. Section 3124 00 — Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by PIan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per cubic yard of "Unclassified Excavation by PIan". No 36 additional compensation will be allowed for rock or shrinkage/swell 37 factors, as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Excavation 40 2) Excavation Safety 41 3) Drying CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 F:Xprojects\03l8104O-Ol\SpecskrinaiXFinaI Part 2A SpecificationslDivision 31131 23 16—Unclassified Excavation.doc 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 2. Excavation by Surveyed Quantity 8 a. Measurement 9 1) Measurement for this Item shall be by the cubic yard in its final position to calculated using the average end area or composite method. 11 a) The City will perform a reference survey once the Site has been cleared 12 to obtain existing ground conditions. 13 b) The City will perform a final post -construction survey. 14 c) The Contractor will be paid for the cubic yardage of Excavated material 15 calculated as the difference between the two surveys. 16 d) Partial payments will be based on estimated plan quantity 17 measurements calculated by the Engineer. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under "Measurement" will be paid for at the unit 21 price bid per cubic yard of "Unclassified Excavation by Survey". 22 c. The price bid shall include: 23 1) Excavation 24 2) Excavation Safety 25 3) Drying 26 4) Dust Control 27 5) Reworking or replacing the over excavated material in rock cuts 28 6) Hauling 29 7) Disposal of excess material not used elsewhere onsite 30 8) Scarification 31 9) Clean-up 32 1.3 REFERENCES [NOT USED] 33 A. Definitions 34 L Unclassified Excavation — Without regard to materials, all excavations shall be 35 considered unclassified and shall include all materials excavated. Any reference to 36 Rock or other materials on the Drawings or in the specifications is solely for the 37 City and the Contractor's information and is not to be taken as a classification of 38 the excavation. 39 1.4 ADMINSTRATIVE REQUIREMENTS 40 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 41 01. CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 F;lprojects103181040-011Specs\Fina1Tinal Part 2A Specifications\Division 31\3123 16 Unclassified Excavation.doc 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CER part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents- b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 32 33 34 35 36 A. Existing Conditions Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 20I3 F:\projects\0318\040-01\Specs\FinallFinaI Part 2A SpecificationslDivision 31131 23 16_Unclassified Excavation.doc 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off -site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or.existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH Sanitary Sewer Main 257 - Fart 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 F:(projects103181040-011Specs\FinalWinal Part 2A SpecificationfMivision 31131 23 16 Unclassified Excavation.doc 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 21 END OF SECTION Revision Log DATE NAME SUAD/tARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1128/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. i i I I CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 F_lprojccts1031 K040-011SpecffinalWinal Part 2A SpecificationslDivision 31131 23 16_Unclassified Excavation,doc N 312500- 1 EROSION AND SEDIMENT CONTROL Page I of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 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. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan > 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the Iump sum price bid for "SWPPP> 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F1projects1031MG40-WSpecs\FinaRFina1 Part 2A SpecificationslAivision 3W 1 25 00_Emsion and Sediment Contral.doc 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics --Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. to TXR150000 11 4. TxDOT Departmental Material Specifications (DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED.I 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 35 crumbling, flaking and eroding acceptable to the Engineer. 36 b. Provide the following: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 E:lpeojects50318k040-Ul4SpecslFinaAFi"aI Part 2A SpuificationsWiv sion 3W1 25 00 Emsion and Sediment Conimt.doc B 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 1) Types 1, 2 and 4 Rock Filter Dams 2 a) Use 3 to 6 inch aggregate. 3 2) Type 3 Rock Filter Dams 4 a) Use 4 to 8 inch aggregate. 5 2. Wire 6 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 7 wires for Types 2 and 3 rock filter dams 8 b. Type 4 dams require: 9 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2%2 10 inches x 3 1/4 inches 11 2) Minimum 0.0866 inch steel wire for netting 12 3) Minimum 0.1063 inch steel wire for selvages and corners 13 4) Minimum 0.0866 inch for binding or tie wire 14 B. Geotextile Fabric 15 1. Place the aggregate over geotextile fabric meeting the following criteria: 16 a. Tensile Strength of 250 pounds, per ASTM D4632 17 b. Puncture Strength of 135 pounds, per ASTM D4833 18 c. Mullen Burst Rate of 420 psi, per ASTM D3786 19 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 20 C. Sandbag Material 21 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 22 be used to fill the sandbags. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. CITY OF FORT wORT11 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Protect No.: 01227 Revised December 20, 2012 Paprojects103181040-OnSpecsWinaffinal Part 2A SpecificadonslDivision 31%31 25 00_Erosion and Sediment Conlrotdoc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 Sand Grndntian Sieve # Maximum Retained % by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of L3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Storm Water Pollution Prevention Plan 32 L Develop and implement the project's Storm Water Pollution Prevention Plan 33 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 34 requirements. Prevent water pollution from storm water runoff by using and 35 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 36 discharges to the MS4 from the construction site. 37 B. Control Measures CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 P.Vprojecls103181040-011SpecslFinaSFinal Part 2A SpeciEemiansMivision 31\31 25 00 Erosion and Sediment Coniwwoc 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 1. Implement control measures in the area to be disturbed before beginning 2 construction, or as directed. Limit the disturbance to the area shown on the 3 Drawings or as directed. 4 2. Control site waste such as discarded building materials, concrete truck washout 5 water, chemicals, litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations, the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. Minimize disturbance 9 to vegetation. 10 4. Immediately correct ineffective control measures. Implement additional controls as 11 directed. Remove excavated material within the time requirements specified in the 12 applicable storm water permit. 13 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 14 temporary control measures, temporary embankments, bridges, matting, falsework, 15 piling, debris, or other obstructions placed during construction that are not a part of 16 the finished work, or as directed. 17 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 18 streambed. 19 D. Do not install temporary construction crossings in or across any water body without the 20 prior approval of the appropriate resource agency and the Engineer. 21 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 22 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 23 provide shelter for stored chemicals. 24 F. Installation and Maintenance 25 1. Perform work in accordance with the TPDES Construction General Permit 26 TXR150000. 27 2. When approved, sediments may be disposed of within embankments, or in areas 28 where the material will not contribute to further siltation. 29 3. Dispose of removed material in accordance with federal, state, and local 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal, finish -grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees, brush, stumps and other objectionable material that may interfere 39 with the construction of rock filter dams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 42 specified, without undue voids. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Xpmjccts\0318X040-01\Spee Tinal\FinaI Pars 2A Specifications\Division 31\31 25 00_Emsion and Sediment COntml.dDo 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed. 6 6. Construct filter dams according to the following criteria, unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Non -reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 b. Type 2 (Reinforced) 14 1) Height - At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height - At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width - At least 2 feet 22 3) Slopes - At :most 2:1 23 d. Type 4 (Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop —double loop 26 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 27 tight, wrap around the end, and twist 4 times. At the filling end, fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on the Drawings. 36 H. Construction Entrances 37 1. When tracking conditions exist, prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway, alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, if necessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches, make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPEECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F_Vprojects1o316\040-01lSpees\FinatTinal Part 2A Specificatsons\Division 3 1\3125 ff Fmsion and Sediment Centrol.doc 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed, to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained, or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offsite areas. 16 b. Excavation of Sediment and Debris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain, and when directed. 19 J. Sandbags for Erosion Control 20 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 21 runoff from disturbed areas, create a retention pond, detain sediment and release 22 water in sheet flow. 23 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 24 allow for proper tying of the open end. 25 3. Place the sandbags with their tied ends in the same direction. 26 4. Offset subsequent rows of sandbags 1 /2 the length of the preceding row. 27 5. Place a single layer of sandbags downstream as a secondary debris trap. 28 6. Place additional sandbags as necessary or as directed for supplementary support to 29 berms or dams of sandbags or earth. 30 K. Temporary Sediment -Control Fence 31 1. Provide temporary sediment -control fence near the downstream perimeter of a 32 disturbed area to intercept sediment from sheet flow. 33 2. Incorporate the fence into erosion -control measures used to control sediment in 34 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 35 Section, or as directed. 36 a. Post Installation 37 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 38 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 39 b. Fabric Anchoring 40 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 41 fabric. 42 2) Provide a minimum trench cross-section of 6 x 6 inches 43 3) Place the fabric against the side of the trench and align approximately 2 44 inches of fabric along the bottom in the upstream direction. 45 4) Backfill the trench, then hand -tamp. 46 c. Fabric and Net Reinforcement Attachment CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,Spmjects503181040-011Spec1F'inaAFinal Part 2A SpecificationsWivision 31531 2500 Erosion and Sediment Conwl,doc 312500-8 EROSION AND SEDIMENT CONTROL Page 8 oT9 1 1) Unless otherwise shown under the Drawings, attach the reinforcement to 2 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 3 equally spaced. 4 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 5 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 6 every 15 inches or less. 7 d. Fabric and Net Splices 8 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 9 least 6 places equally spaced, unless otherwise shown under the Drawings. 10 a) Do not locate splices in concentrated flow areas. 11 2) Requirements for installation of used temporary sediment -control fence 12 include the following: 13 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 14 b) Fabric without excessive patching (more than 1 patch every 15 to 20 15 feet) 16 c) Posts without bends 17 d) Backing without holes 18 3.5 REPAIRIRESTORATION [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. Waste Management 25 1. Remove sediment, debris and litter as needed. 26 3.11 CLOSEOUT ACTIVITIES 27 A. Erosion control measures remain in place and are maintained until all soil disturbing 28 activities at the project site have been completed. 29 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 30 on areas not covered by permanent structures, or in areas where permanent erosion 31 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE 34 A. Install and maintain the integrity of temporary erosion and sedimentation control 35 devices to accumulate silt and debris until earthwork construction and permanent 36 erosion control features are in place or the disturbed area has been adequately stabilized 37 as determined by the Engineer. 38 B. If a device ceases to function as intended, repair or replace the device or portions 39 thereof as necessary. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.4pmjmtsN031S\040-011Specs\Fina"ina[ Part 2A SpecificatianslDivision 3lk31 25 00 Erosien and Sediment Comrol.doc 312500-9 EROSION AND SEDD4ENT CONTROL Page 9 of 9 ` 1 C- Perform inspections of the construction site as prescribed in the Construction General 2 Permit TXR150000. 3 D. Records of inspections and modifications based on the results of inspections must be 4 maintained and available in accordance with the permit. 5 3.14 ATTACHMENTS [NOT USED] C 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Faprojects103181040-014Spe T,inaKFinal Pats 2A SpecificationsWivision 31U 1 25 00_Emsion and Sediment ConteaLdoe 1 2 3 PART1- GENERAL 4 11 SUMMARY SECTION 3136 00 GABIONS 31 36 00 - 1 GABIONS Page I of 6 5 A. Section Includes: 6 1. Furnishing andAnstalling gabions and gabion mattresses. 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 I — General Requirements 12 3, Section 3123 23 — Borrow 13 4. Section 31 24 00 — Embankments 14 5. Section 3125 00 — Erosion and Sediment Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 0 A. Measurement and Payment 1. Gabions a. Measurement 1) Measurement for this Item shall be by the cubic yard of stone -filled gabions. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard for "Gabions" installed for: a) Various types c. The price bid shall include: 1) Furnishing wire baskets, lacing, fasteners filter fabric and filter material 2) Excavation 3) Grading and backfill 4) Clean-up 2. Gabion Mattresses a. Measurement 1) Measurement for this Item shall be by the cubic yard. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard for "Gabion Mattresses" installed for: a) Various types c. The price bid shall include: 1) Furnishing wire baskets, lacing, fasteners filter fabric and filter material 2) Excavation CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F_5projects19318509o-OiNSpocsTin lkFinal Part 2ASpnficationslDwisian 3A31 36 00Gahions.doc 313600-2 GABIONS Page 2 of 1 2 3) Grading and backfill 4) Clean-up 3 1.3 REFERENCES 4 A. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. 8 2. ASTM Standards 9 a. ASTM A974, Standard Specification for Welded Wire Fabric Gabions and 10 Gabion Mattresses (Metallic Coated or Polyvinyl Chloride (PVC) Coated) 11 b. ASTM A975, Standard Specification for Double -Twisted Hexagonal Mesh 12 Gabions and Revet Mattresses (Metallic -Coated Steel Wire or Metallic -Coated 13 Steel Wire With Poly(Vinyl Chloride) (PVC) Coating) 14 3. TxDOT Test Procedures 15 a. Tex-41 l-A, Test Procedure for Soundness of Aggregate Using Sodium Sulfate 16 or Magnesium Sulfate 17 4. TxDOT Departmental Materials Specifications 18 a. DMS-6200, Filter Fabric 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Furnish producer or supplier certification that wire baskets, stiffeners, lacing wire, and 22 spiral connectors conform to the applicable ASTM specification. 23 B. If alternative wire fasteners are proposed, furnish producer or supplier certification that 24 the fasteners conform to the strength requirements in Table 1 when tested in accordance 25 with the applicable ASTM specification. 26 1.6 SUBMITTALS [NOT USED] 27 1.7 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.8 CLOSEOUT SUBMITTALS [NOT USED] 29 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 110 QUALITY ASSURANCE [NOT USED] 31 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.12 FIELD CONDITIONS [NOT USED] 33 1.13 WARRANTY [NOT USED] CITY OF TORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:\pmjeciskO3l81040-011Specs FinaKFinal PaR 2A Specificaiions\Division 3l131 36 00 Gabiamdoc 313600-3 GABIONS Page 3 of 6 1 PART2- PRODUCTS 2 21 OWNER -FURNISHED [NOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 A. Gabion. A wire fabric or mesh container, filled with stone, with a height of 1 foot or 5 greater. 6 B. Gabion Mattress. A wire fabric or mesh container filled with stone and with a height of 7 6, 9, or 12 inches, referred to as "revet mattress" in ASTM A 975. 8 C. Welded wire gabions and gabion mattresses. Furnish welded wire gabions and gabion 9 mattresses with Style 5 PVC wire coating in accordance with ASTM A 974. 10 D. Twisted wire gabions and gabion mattresses. Furnish twisted wire gabions and gabion 11 mattresses with Style 3 PVC wire coating in accordance with ASTM A 975. 12 Table 1. Minimum Panel -to -Panel Connection Strength Application Strength Iblft Gabions 1,200 Gabion mattresses 700 13 E. Filler stone. Provide stone consisting of clean, hard, durable stone that does not contain 14 shale, caliche, or other soft particles. Stone appearing to contain such particles will be 15 tested for soundness. Stone with 5-cycle magnesium sulfate soundness of more than 18 16 percent when tested in accordance with Tex-411-A will be rejected. Use stones that are 17 between 3 and 8 inches in their least dimension for gabions and between 3 and 6 inches 18 for gabion mattresses. Prevent contamination when storing and handling stone. 19 F. Filter Fabric. Provide Type 2 filter fabric when required in accordance with DMS- 20 6200. 21 G. Filter Material. Provide filter material when required consisting; of hard, durable, clean 22 sand or gravel with a maximum particle size of 318 inch. 23 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 24 2.4 ACCESSORIES [NOT USED] 25 2.5 SOURCE QUALITY CONTROL 26 A. At the start of construction, the gabion and gabion mattress manufacturer must have a 27 qualified representative available for consultation as needed throughout the gabion and 28 gabion mattress construction. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:%projecls103185040-011Spe S\FinoUinal Part 2A SpecificationsWivision 3 E131 3600_Grabions.doc 313600-4 GAB IONS Page 4 of 6 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 A. Foundation Preparation 6 1. Excavate the foundation to the extent shown on the Drawings or as directed. 7 Remove all loose or otherwise unsuitable materials. 8 2. Carefully backfill all depressions to grade with suitable materials from adjacent 9 required excavation or another approved source, and compact the backfill to a 10 density at least equal to that of the adjacent foundation. 11 3. Remove any buried debris protruding from the foundation that will impede the 12 proper installation and final appearance of the gabion or gabion mattress, and 13 carefully backfill and compact voids as specified above. 14 4. Have the City inspect the prepared foundation surface immediately before gabion 15 placement. 16 3.4 INSTALLATION 17 A. Filter Placement 18 1. When filter material is required, spread it uniformly on the prepared foundation 19 surface to the slopes, lines, and grades indicated on the Drawings. Do not place 20 filter material by methods that tend to segregate particle sizes. Repair all damage to 21 the foundation surface that occurs during filter placement before proceeding with 22 the work. 23 2. Compaction of the filter material is not required. Finish the material to present a 24 reasonably even surface without mounds or windrows. 25 B. Filter Fabric Placement 26 i. When filter fabric is required, place it as shown on the Drawings. Any defects, rips, 27 holes, flaws, or damage to the material may be cause for rejection. 28 2. Place the material with the long axis parallel to the centerline of the structure, 29 highway, or dam. Place securing pins in the lapped longitudinal joints, spaced on 30 approximately 10-foot centers. Keep the fabric material free of tension, stress, 31 folds, wrinkles, or creases. 32 3. Lap the material at least 3 feet along the longitudinal joint of material, or lap the 33 joints 1 foot and sew them. Lap the ends of rolls at joints by at least 3 feet 34 4. Place securing pins through both strips of material at lapped joints at approximately 35 the midpoint of the overlap. Place additional securing pins as necessary to hold 36 filter fabric in position. Store filter fabric out of direct sunlight. 37 5. Repair torn or punctured fabric by placing a layer of fabric over the damaged area, 38 overlapping at least 3 feet beyond the damaged area in all directions. 39 6. After placing filter fabric, cover as soon as possible but within 3 days. 40 C. Unit Placement CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FaprojectsV03l8kO40-OiLSpe %FinalTinaI Part 2A SpecifieationsWivision 31M 3600Gabians.doc 31 3600-5 GABIONS Page 5 of 6 1 1. Do not place PVC -coated materials unless the ambient temperature and the 2 temperature of the coated wire are at least 15 degrees Fahrenheit above the 3 brittleness temperature of the PVC. 4 D. Assembly 5 1. Empty gabion or gabion mattress units individually, and place them on the 6 approved surface to the lines and grades shown on the Drawings with the sides, 7 ends, and diaphragms erected to ensure that all creases are in the correct position, 8 the tops of all sides are level, and all sides that are to remain exposed are straight 9 and plumb. 10 2. Fill the basket units after transporting them to their final position in the work. i 1 E. Installation 12 1. Place the front row of gabion or gabion mattress units first and successively 13 construct units toward the top of the slope or the back of the structure. Place the 14 initial line of basket units on the prepared surface, and partially fill them to provide 15 anchorage against deformation and displacement during subsequent filling 16 operations. 17 2. Stretch and hold empty basket units as necessary to remove kinks and provide a 18 uniform alignment. Before filling, connect all adjoining empty gabion or gabion 19 mattress units with lacing, wire spiral binders, or approved fasteners along the 20 perimeter of their contact surface to obtain a monolithic structure. 21 3. If lacing wire is used, provide continuous stitching with alternating single and 22 double loops at intervals of no more than 5 inches. Fasten all lacing wire terminals 23 securely. 24 4. Provide connections meeting the required joint strength requirements. These 25 requirements apply to all connections including attachment of end panels, 26 diaphragms, and lids. 27 5. .loin twisted wire baskets through selvage -to -selvage or selvage -to -edge wire 28 connection; do not use mesh -to -mesh or selvage -to -mesh wire connection except 29 where baskets are offset or stacked, in which case join each mesh opening where 30 mesh wire meets selvage or edge wire. 31 6. Carefully fill the basket units with stone. Use hand placement to avoid damaging 32 wire coating, to ensure as few voids as possible between the stones, and to maintain 33 alignment. Machine placement of stone will be allowed if approved by the 34 Engineer. Correct excessive deformation and bulging of the mesh before further 35 filling. To avoid localized deformation, fill the basket units in a row in stages 36 consisting of maximum 12-inch courses; do not at any time fill a cell to a depth 37 exceeding 1 foot more than its adjoining cell. 38 7. Do not drop stones into the basket units from a height greater than 36 inches 39 8. For gabion units more than 2 foot high, place 2 uniformly spaced internal 40 connecting wires between each stone layer in all front and side gabion units, 4I connecting the back and the front faces of the compartments. Loop connecting 42 wires or preformed stiffeners around 2 twisted wire -mesh openings or a welded 43 wire joint at each basket face, and securely twist the wire terminals to prevent 44 loosening. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01227 Revised December 20, 2012 F:Sprojects10318W40-01\SpecsVinaUinal Part 2A Specifica[ions'Division 31\31 36 00_Gabions.doc 313600-6 GA 3IONS Page 6 of 6 1 9. Carefully place the outer layer of stone and arrange it by hand to ensure a neat and 2 compact appearance along all exposed faces. Overfill the last layer of stone 3 uniformly by 1 to 2 inches for gabions and I inch for gabion mattresses to 4 compensate for future settlement in rock while still allowing for the proper closing 5 of the lid and providing an even surface with a uniform appearance. 6 10. Make final adjustments for compaction and surface tolerance by hand. Stretch lids 7 tight over the stone fill, using an approved lid -closing tool, until the lid meets the 8 perimeter edges of the front and end panels. Do not use crowbars or other single- 9 point leverage bars for lid closing. 10 11. Close the lid tightly along all edges, ends, and internal -cell diaphragms with spiral 11 binders or lacing wire or with other wire fasteners if approved. Ensure that all 12 projections or wire ends are turned into the baskets. Cut the basket unit and fold and 13 wire it together to suit site conditions as shown on the Drawings, when directed, or 14 where a complete gabion or gabion mattress unit cannot be installed because of 15 space limitations. 16 12. Fold the mesh back and neatly wire it to an adjacent basket face. Complete the 17 assembling, installation, filling, lid closing, and lacing of the reshaped gabion or 18 gabion mattress units in accordance with this Section. 19 3.5 REPAIR [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION-PiO"T USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Vprojecls10318440-011Spm\FinalWinal Part 2A SpecifkaliumWivisian 31\31 36 00 Gabium.dac 1 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY I 7 8 9 10 11 12 13 14 15 16 31 37 00 - 1 RIPRAP Page I of 12 SECTION 3137 00 RIPRAP A. Section Includes: 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. B. Deviations from this City of Fort Worth Standard Specification 1. Delete Paragraph 1-2 A.l.a. in its entirety and replace with "Measurement for this Item shall be by the cubic yard specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by field measurements." C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4, Section 3125 00 — Erosion and Sediment Control 17 1.2 PRICE AND PAYMENT PROCEDURES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the face square yard to the depth specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by field measurements. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of "Riprap" installed for: 1) Various types 2) Various thicknesses 3) Various void -filling techniques 3. The price bid shall include: a. Furnishing, hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable f. Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights 1. Clean-up CITY OF FORT WORTH Sanitary Server Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Faprojects103181040-011SpecslFinaiXFinal Part 2A SpecificationslDivision 31131 37 00 Riprap.doe 313700-2 RIPRAP Page 2 of 12 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 8 Aggregates 9 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 10 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 11 Vacuum Saturation and Rapid Submersion 12 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 13 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 14 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 15 Elongation of Geotextiles 16 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 17 Geotextiles 18 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 19 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 20 Size of a Geotextile 21 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 22 Geotextiles by.Permittivity 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Concrete Riprap 36 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 37 Section 03 30 00, unless otherwise shown on the Drawings. 38 B. Stone Riprap CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECR'1CATION DOCUMENT'S City Project No.: 01227 Revised December 20, 2012 F:\projects\031 M040-0I1Specs\Fina]Tinai fart 2A Specificatioi)ADivision 31131 37 00_Riprap.doc 31 3700-3 RiPRAP Page 3 of 12 1 1. Unless otherwise shown on the Drawings, use durable natural stone with a 2 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 3 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 4 cycles of sodium sulfate solution. 5 2. For all types of stone riprap perform a size verification test on the first 5,000 square 6 yards of finished riprap stone at a location determined by the Engineer. Weigh each 7 stone in a square test area with the length of each side of the square equal to 3 times 8 the specified riprap thickness. The weight of the stones, excluding spalls, should be 9 as specified below. Additional tests may be required. Do not place additional riprap 10 until the initial 5,000 square yards of riprap has been approved. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3. When specified, provide grout and mortar as defined as I part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least I broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 113 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Riorap Gradation Requirements Thickness Maximum Size (lb.) 90 percent Size' lb. 50& Size' lb. 8 percent Size, Minimum 1b. 12 in- 200 80-180 30-75 3 15in. 320 170-300 60-165 20 I Bin. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:\projects\0318\040-01\Spccs\FinalW-inaI Part 2A SpecificationslDivision 31131 37 00_Riprap.doc 313700-4 RIPRAP Page 4 of 12 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lproject0319\040-0lNSpecsV-inalTmal Part 2A SpecificationslDivision 31131 37 00 Riprap.doc 313700-5 RIPRAP Page 5 of 12 1 1 Table 2 2 Bedding Stone Gradation Sieve Size (Square Mesh Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 3 C. Special Rpprap 4 L Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Iprcjects103I M040-011SpecslFinaffinal Part 2A Specilications1Division 31131 37 00—Riprap.doe 313700-6 RIPRAP Page 6 of 12 1 5. Immediately after the finishing operation, cure the riprap according to Section 03 2 3000. 3 C. Stone Riprap 4 1. Provide the following types of stone riprap when shown on the Drawings. 5 a. Dry Riprap 6 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 7 b. Grouted Riprap 8 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 9 grouted after all the stones are in place. 10 c. Mortared Riprap 11 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 12 placed. 13 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 14 stone riprap, and place to a tight fit. 15 3. Do not place mortar or grout when the air temperature is below 35 degrees 16 Fahrenheit. 17 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 18 approved, place filter fabric with the length running up and down the slope. Ensure 19 fabric has a minimum overlap of 2 feet. 20 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- 2t shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 22 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 23 may be used when approved. 24 6. Large 25 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 26 stones in a single layer with close joints so that most of their weight is carried 27 by the earth and not by the adjacent stones. 28 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 29 the embankment slope. 30 c. Place each course from the bottom of the embanlirlent upward with the larger 31 stones in the Iower courses. 32 d. Fill open joints between stones with spalls. 33 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 34 variation between the tops of adjacent stones. Replace, embed deeper, or chip 35 away stones that project more than the allowable amount above the finished 36 surface. 37 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 38 sand, or foreign material from filling the spaces between the stones. After the 39 stones are in place, thoroughly wet the stones, fill the spaces between the stones 40 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 41 grouting. 42 7. Medium 43 a. Dry Placement 44 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 45 horizontal earth bed, and overlap the underlying course to secure a lapped 46 surface. CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Iprojects103 381040-0 ASpecsWinalWinal Part 2A SpecificationsWivision 3I131 37 00_Riprap.doc 313700-7 RIPRAP Page 7 of 12 1 2) Place the large stones first, roughly arranged in close contact. Fill the 2 spaces between the Iarge stones with suitably sized stones placed to leave 3 the surface evenly stepped and conforming to the contour required. 4 3) Place stone to drain water down the face of the slope. 5 b. Grouting 6 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 7 surfaced stones to produce an even surface with minimal voids. 8 2) Place stones with the flat surface facing upward parallel to the slope. Place 9 the largest stones near the base of the slope. 10 3) Fill spaces between the larger stones with stones of suitable size, leaving 11 the surface smooth, tight, and conforming to the contour required. 12 4) Place the stones to create a plane surface with a maximum variation of 6 13 inches in 10 feet from true plane. Provide the same degree of accuracy for 14 warped and curved surfaces. 15 5) Prevent earth, sand or foreign material from filling the spaces between the 16 stones. After the stones are in place, thoroughly wet them, fill the spaces 17 between them with grout, and pack. Sweep the surface with a stiff broom 18 after grouting. 19 c. Mortaring 20 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 21 placement. Before placing mortar, wet the stones thoroughly. 22 2) As the larger stones are placed, bed them in fresh mortar and shove 23 adjacent stones into contact with one another. 24 3) After completing the work, spread all excess mortar forced out during 25 placement of the stones uniformly over them to fill all voids completely. 26 Point up all joints roughly either with flush joints or with shallow, smooth- 27 raked joints as directed. 28 D. Block 29 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 30 course. Bed the base course of stone well into the ground with the edges in contact. 31 Bed and place each succeeding course in even contact with the preceding course. 32 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 33 the finished surface presents an even, tight surface, true to the line and grades of the 34 typical sections. 35 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 36 foreign material from filling the spaces between the stones. After the stones are in 37 place, wet them thoroughly, fill the spaces between them with grout, and pack. 38 Sweep the surface with a stiff broom after grouting. 39 E. Slab 40 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 41 limits shown on the Drawings. Place stone for riprap on the bedding material to 42 produce a reasonably well -graded mass of riprap with the minimum practicable 43 percentage of voids. 44 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 45 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 46 the Drawings is allowed in the finished surface of the riprap. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:\pTojects10318\040-GI\Specs\rinallFinaI Part 2A Specifications\Division 31131 37 00—Riprap.doe 313700-8 RIPRAP Page 8 of 12 1 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 2 material. Ensure that the entire mass of stones in their final position is free from 3 objectionable pockets of small stones and clusters of larger stones. 4 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 5 dumping it from the top of the slope, pushing it from the top of the slope, or any 6 method likely to cause segregation of the various sizes. 7 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 8 selective loading of material at the quarry or other source or by other methods of 9 placement that will produce the specified results. 10 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 11 obtain a reasonably well -graded distribution of stone sizes. 12 F. Special Rpprap 13 1. Construct special riprap according to the Drawings. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects103181040-011SpecsTinalTinal Part 2A SpecificationslDivision 31131 37 00 Riprap.doc � 1 2 3 4 5 6 7 8 9 10 313700-9 RIPRAP Page 9 of 12 11 12 13 Figure l - Large stone riprap, dry or grouted. 14 Of ifood 4o slop1B CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects103181040-011SpecslFinallFinal Part 2A SpecificationsMivision 31131 37 00_Riprap.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 '7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 37 00 - 10 RIPRAP Page 10 of 12 Figure 2 - Medium stone riprap, dry or grouted. Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTI-I Sanitary Sewer Main 257— Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects1031M040-0IlSpecslFinal\Final Part2A SpeciBcationsWivision 31131 37 00_Riprap.doc 31 37 00 - 11 RIPRAP Page 11 of 12 2 Figure 4 — Block stone riprap, dry or grouted. l i ' *�±�L E s t+ Figure 5 — Slab stone riprap CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:\projects\03 181040-011SpecslFinallFinal Part 2A SpecificationslDivision 31131 37 00 Riprap.doc 31 37 00 - 12 RIPRAP Page 12 of 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Nprojects103181040-011Specs\Fina]\Final Part 2A SpecificationslDivision 31131 37 00—Riprap.doc 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 3113 CHAIN LINK FENCE AND GATES 323113-1 CHAIN LINK. FENCE AND GATES Page 1 of 7 5 A. Section Includes: 6 1. Galvanized coated chain link (non -security) fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories I0 4. On utility projects: 1 I a. When existing fence is within the project Site (i.e. parallel to the utility trench 12 and/or within utility easement) and is directly disturbed by construction 13 activities, fencing will be paid for as listed in Article 1.2 below. 14 b. When existing fence is crossing the proposed utility trench, the work performed 15 and materials furnished in accordance with fence replacement will be 16 considered subsidiary to the trench and no other compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is identified as 18 protected on the Drawings and is disturbed and/or by construction activities, 19 replacement will be at the expense of the Contractor and no other compensation 20 will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 25 2. Division I - General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Chain Link Fence 29 a. Measurement 30 1) Measurement for this Item shall be by the linear foot of Chain Link Fence 31 installed. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per linear foot of Chain Link Fence installed for various: 36 a) Heights 37 b) Fabric materials 38 c. The price bid shall include: 39 1) Furnishing and installing all fence and gate materials 40 2) Mow strip, if shown in Drawings 41 3) Cleanup 42 4) Hauling C= OF FORT WORTH Sanitary Sewer Main 257 --- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:4projects503184040-035Spec4Fina6Final Part 2A Specifications)Division 3A32 31 13_Chain Link Fence and Cmes.doc 3231 13 - 2 CHAIN LINK FENCE AND GATES Page 2 of 7 1 2. Wrought Iron Fence 2 a. Measurement 3 1) Measurement for this Item shall be by the linear foot of Wrought Iron 4 Fence installed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this item 7 and measured as provided under "Measurement" will be paid for at the unit 8 price bid per linear foot of Wrought Iron Fence installed for various 9 heights. 10 c. The price bid shall include: 11 1) Furnishing and installing all fence and gate materials 12 2) Mow strip, if shown in Drawings 13 3) Cleanup 14 4) Hauling 15 3. Steel Tube Fence 16 a. Measurement 17 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 18 installed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" will be paid for at the unit 22 price bid per linear foot of Steel Tube Fence installed for various heights. 23 c. The price bid shall include: 24 1) Furnishing and installing all fence and gate materials 25 2) Mow strip, if shown in Drawings 26 3) Cleanup 27 4) Hauling 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this specification refer to the current reference standard 31, published a1 the time of the latest -revision -date logged 2it ,ri1. iii£i of cailo 32 specification, unless a date is specifically cited. 33 2. American Society for Testing and Materials (ASTM): 34 a. A 36, Standard Specification for Carbon Structural Steel 35 b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 36 and Steel Products 37 c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric 38 d. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 39 Steel Structural Tubing in Rounds and Shapes 40 e. F 626, Standard Specification for Fence Fittings 41 f F 1043, Standard Specification for Strength and Protective Coatings on Steel 42 Industrial Chain Link Fence Framework 43 g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 44 (Galvanized) Welded, for Fence Structures 45 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:4pwiects1031 R040-011SpecsTinaRFina1 Part 2A SpecificationsWivision 32132 31 13_CWn Link Fence and Gates.doc 323113-3 CHAIN LINK FENCE AND GATES Page 3 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS INOT USED] 2 1.5 ACTION SUBMITTALS 3 A. Shop drawings 4 1. Layout of fences and gates with dimensions, details, and finishes of components, 5 accessories and post foundations if requested by the City. 6 B. Product data 7 1. Manufacturer's catalog cuts indicating material compliance and specified options. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY INOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED INOT USED] 17 2.2 MANUFACTURED UNITS I MATERIALS 18 A. Manufacturer 19 1. Minimum of 5 years of experience manufacturing galvanized coated chain link 20 fencing. 21 2. Approved Manufacturer or equal: 22 a. Allied Fence, Inc. 23 b. American Fence Corp. 24 c. Anchor Fence, Inc. 25 d. Master Halco, Inc. 26 B. Materials 27 1. Chain fink Fence 28 a. General 29 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire 30 shall be of steel. 31 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands 32 and other parts shall be of steel, malleable iron, ductile iron or equal 33 3) Post tops, rail end, ties and clips may be of aluminum. 34 4) Use only new material, or salvaged/existing material if approved by City or 35 noted on Drawings. 36 b. Steel Fabric 37 1) Fabric 38 a) No. 9 gauge 39 b) 2-inch mesh 40 (1) Commercial: both top and bottom selvages twisted and barged r CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,lpmjectskO3181040-OlVSpe TinalWinal Part 2A SpecificationslDivision 32M 31 13_Chain Link Fence and Gates.doc 3231 13 - 4 CHAIN LINK FENCE AND GATES Page 4 of 7 1 Residential: match existing or both top and bottom selvages knuckled 2 (2) Furnish 1-piece fabric widths. 3 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. 4 zinc per square foot of surface. 5 c. Aluminum Fabric 6 1) Fabric 7 a) ASTM F 1183 8 b) No. 9 gauge 9 c) 2-inch mesh, with both top and bottom selvages twisted and barged. 10 d) Furnish 1-piece fabric widths. 11 d. Steel Framing 12 1) Steel pipe - Type I 13 a) ASTM F 1083 14 b) Standard weight schedule 40 15 c) Minimum yield strength: 30,000 psi 16 d) Sizes as indicated 17 e) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated 18 surface area 19 2) Steel pipe - Type II 20 a) ASTM F 1043, Group IC 21 b) Minimum yield strength: 50,000 psi 22 c) Sizes as indicated on Drawings 23 d) Protective coating per ASTM F 1043 24 (1) External coating Type B 25 (a) Zinc with organic overcoat 26 (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion 27 coating and verifiable polymer film 28 (2) Internal coating Type B 29 (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent 30 nominal coating, minimum 3 mils 31 3) Formed steel ("C") sections: 32 a) Roll formed steel shapes complying with ASTM F 1043, Group II 33 b) Minimum yield strength: 45,000 psi (310 MPa) 34 c) Sizes as indicated on Drawings 35 d) External coating per ASTM F 1043, Type A 36 (1) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 37 4) Steel square sections 38 a) ASTM A 500, Grade B 39 b) Minimum yield strength: 40,000 psi 40 c) Sizes as indicated on Drawings 41 d) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area 42 c. Accessories 43 1) Chain link fence accessories 44 a) ASTM F 626 45 b) Provide items required to complete fence system. 46 c) Galvanize each ferrous metal item and finish to match framing. 47 2) Post caps 48 a) Formed steel or cast malleable iron weather tight closure cap for 49 tubular posts. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FAprojeas10318104Q-WSpecs\FinaRFinal Part 2A SpeciScationslDivision 32W 31 13 Chain Link Foote and Gales.doc 3231 13-5 CHAIN LINK FENCE AND GATES Page 5 of 7 1 b) Provide 1 cap for each post. 2 c) Cap to have provision for barbed wire when necessary. 3 d) "C" shaped line post without top rail or barbed wire supporting arms do 4 not require post caps. 5 e) Where top rail is used, provide tops to permit passage of top rail. 6 3) Top rail and rail ends 7 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 8 b) Pressed steel per ASTM F626 9 c) For connection of rail and brace to terminal posts 10 4) Top rail sleeves 1 l a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 12 1.80 inch length spring, allowing for expansion and contraction of top 13 rail 14 5) Wire ties 15 a) 9 gauge galvanized steel wire for attachment of fabric to line posts 16 b) Double wrap 13 gauge for rails and braces. 17 c) Hog ring ties of 12-1/2 gauge for attachment 18 6) Brace and tension (stretcher bar) bands 19 a) Pressed steel 20 b) Minimum 300 degree profile curvature for secure fence post attachment 21 c) At square post provide tension bar clips. 22 7) Tension (stretcher) bars: 23 a) 1 piece lengths equal to 2 inches less than full height of fabric 24 b) Minimum cross-section of 3/16 inch x 3/4 inch 25 c) Provide tension (stretcher) bars where chain link fabric meets terminal 26 posts. 27 8) Tension wire 28 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire 29 b) Tensile strength: 75,000 psi 30 9) Truss rods & tightener 31 a) Steel rods with minimum diameter of 5/16 inch 32 b) Capable of withstanding a tension of minimum 2,000 pounds 33 10) Nuts and bolts are galvanized. 34 2. Wrought Iron Fence: specified per Drawings. 35 3. Steel Tube Fence: specified per Drawings. 36 4. Setting Materials 37 a. Concrete 38 1) Minimum 28 day compressive strength of3,000 psi 39 2) Bagged concrete allowed. 40 b. Drive Anchors 41 1) Galvanized angles 42 2) ASTM A 36 steel 43 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F-lprojects5031SW40-0ILSpe \FinaRFimI Par12A Spe ifications'Division 32132 31 13_Chain Link Fence and Gales.doc 3231 13 - 6 CHAIN LINK FENCE AND GATES Page 6 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Verify areas to receive fencing are completed to final grades and elevations. 8 2. Ensure property lines and legal boundaries of work are clearly established 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. Chain Link Fence Framing 12 1. Locate terminal post at each fence termination and change in horizontal or vertical 13 direction of 30 degrees or more. 14 2. Space line posts uniformly at 10 feet on center. 15 3. Set all posts in concrete 16 a. Drill holes in firm, undisturbed or compacted soil. 17 b. Drill hole diameter 4 times greater than outside dimension of post. 18 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 19 d. Excavate deeper as required for adequate support in soft and Ioose soils, and for 20 posts with heavy lateral loads. 21 e. Place concrete around posts in a continuous pour. Trowel finish around post. 22 Slope to direct water away from posts. 23 4. Check each post for vertical and top alignment, and maintain in position during 24 placement and finishing operations. 25 5. Bracing 26 a. Install horizontal pipe brace at, ud-height for fbences 6 iLet and faller, on each 27 side of terminal posts. 28 b. Firmly attach with fittings. 29 c. Install diagonal truss rods at these points. 30 d. Adjust truss rod, ensuring posts remain plumb. 31 6. Tension wire 32 a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. 33 b. Install tension wire before stretching fabric and attach to each post with ties. 34 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 35 7. Top rail 36 a. Install lengths, 21 feet 37 b. Connect joints with sleeves for rigid connections for expansion/contraction. 38 8. Center Rails for fabric height 12 feet and taller. 39 a. Install mid rails between posts with fittings and accessories. 40 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 41 B. Chain Link Fabric Installation CITY OF FORT' WORTH Sanitary Sewer Main 257 --- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Fapro}ec103181040-MSpecsTinaWinaI Part 2A SpecificabomNlAvision 32M 3113 Chain Link Fence and Cntes.doc 1 0 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 323113-7 CHAIN LINK FENCE AND GATES Page 7 of 7 1. Fabric a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per Drawings D. Steel Tube Fence: install per Drawings 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.l I.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects103185040-0"SpocslFinaWinal Part 2A SpecifocationslDivision 32132 31 13_Cbain Link Fence and Gatmdoc 1 2 SECTION 32 3126 WIRE FENCE AND GATES 323126-1 WIRE FENCE AND GATES Page I of 6 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility trench 9 and/or within utility easement) and is directly disturbed by construction 10 activities, fencing will be paid for as listed in Article 1.2 below. 11 b. When existing fence is crossing the proposed utility trench, the work performed 12 and materials furnished in accordance with fence replacement will be 13 considered subsidiary to the trench and no other compensation will be allowed. 14 c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other compensation 17 will be allowed. 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 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Wire Fence 26 a. Measurement 27 1) Measurement for this Itern shall be by the linear foot of Wire Fence, 28 excluding gates. 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 linear foot of Wire fence installed for various: 33 a) Post types 34 b) Wire types 35 c) Number of Strands as specified in the Drawings 36 c. The price bid shall include: 37 1) Removal of existing fence and/or, unless specifically defined as a separate 38 pay item on Drawings 39 2) Furnishing, preparing, hauling, and installing Wire Fence 40 3) Excavation, backfilling, and disposal of surplus material 41 4) Removal and trimming of brush and tree limbs 42 2, Steel Gates CITY OF FORT WORTH I Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects103184040-015Spe TinakFinal Part 2A SpccificationslDivision 32"2 31 26_Wire Fence and Gates doc 32 31 26 - 2 WIRE FENCE AND GATES Page 2 of 6 I a. Measurement 2 I) Measurement for this Item shall be per each Steel Fence. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" will be paid for at the unit 6 price bid per each Steel Gate by height. 7 c. The price bid shall include: 8 1) Removal of existing fence and/or gates, unless specifically defined as a 9 separate pay item on Drawings 10 2) Furnishing, preparing, hauling, and installing Steel Gates 11 3) Excavation, backfilling, and disposal of surplus material 12 4) Removal and tramming of brush and tree limbs 13 1.3 REFERENCES 14 A. Reference Standards I5 1. Reference standards cited in this specification refer to the current reference standard 16 published at the time of the latest revision date logged at the end of this 17 specification, unless a date is specifically cited. 18 2. American Society for Testing and Materials (ASTM): 19 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 20 Wrought 21 b. A 121, Standard Specification for Metallic -Coated„ Carbon Steel Barbed Wire 22 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence 23 Fabric 24 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 25 (Galvanized) Welded, for Fence Structures 26 3. American Wood Protection Association (AWPA) 27 a. P8/P9, Standard for Oil -Borne Preservatives 28 b. C5, Fence Posts - Preservative Treatment by Pressure Processes CfY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.; 01227 Revised Decemher 20, 2012 Fapmjects103181040-0 I1SpccNnAFinal Part 2A SpeciLcations\Division 32U2 31 26 Wire Fence and Cwcr doe 323126-3 WIRE FENCE AND GATES Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 t11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 I 2.2 MATERIALS A. Furnish materials in accordance with details shown on the Drawings and with the following requirements- B. Metal Posts and Braces 1. Steel Pipe: ASTM F 1083 2. T posts: ASTM A 702 3. Use only new steel. Do not use rerolled or open -seam material. 4. Furnish galvanized steel sections in ASTM F 1083. 5. Painting a. Use an approved anticorrosive coating. b. After installation of painted posts and braces, spot -coat damaged areas with the same paint color. c. Use paint with at least the same anticorrosive properties as the original paint. 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the Drawings. C. Wood Posts and Braces 1. Untreated Wood: cedar or juniper timber 2. Treated Wood a. AWPA standards govern materials and methods of treatments including seasoning, preservatives, and inspection for treatment. b. Each piece or bundle of other treated -timber products must have: 1) Legible brand mark or tag indicating the name of the treater 2) Date of treatment or lot number 3) AWPA treatment specification symbol c. Provide the level of preservative indicated in Table 1. CITY OF FORT WORTH Sanitary Sewer Main 257 --- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FApmjcc1s103181040-011Spees)Fina[Winal Part 2A SpecificationsUXvision 32\32 31 26_Wire Fence and Gates.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 323126-4 WHZE FENCE AND GATES Page 4 of 6 Table 1 Minimum Retentinn of Prescrvativa Penta- Product chlorophenol AWPA (Ib./cu. ft.) Standard for AV4'PA Preservative (Palp9) Treatment Standard Wire fence posts (round)' 0.4 C5 1. iceienuon aeierminea Dy assay (o to i.u-meh zone). 3. Use sound timber that is free from decay, shakes, splits, or other defects that would weaken the posts or braces or otherwise make them structurally unsuitable for the purposes intended. 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, provided they do not exceed 1 /3 of the small diameter or the least dimension of the posts and braces. 5. Remove spurs and splinters, cutting the ends square. D. Gates and Gateposts: Furnish materials to the required dimensions. E. Barbed and Smooth Wire: ASTM A 121, Class 1 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart F. Wire Mesh: ASTM A 116, Class 1 1. Top and bottom wires: at least 10 gauge wire 2_ intermediate wires and vertical stays: 12 1/2 gauge wire 18 G. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 20 holding barbed wire and wire mesh firmly to metal posts. 21 2. Use material of good commercial quality and design. 22 3. Provide galvanized staples, at least 1 1i2 inch long. 23 H. Concrete 24 1. Minimum 28 day compressive strength of 3,000 psi 25 2. Bagged concrete allowed. 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 INSTALLATION 33 A. Space fence posts as shown on the Drawings or to match existing. CITY OF FORT WORTH Sanitary Sewer Main 257 --- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Faprojects103181040-WspacsTinallFinal Pul 2A Speei6cations\Division 32132 31 26 Wim Fence and Gates.doc 323126-5 WIRE FENCE AND GATES Page 5 of 6 1 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 2 Drawings or to match existing. 3 C. Brace corner and pull posts in 2 directions. 4 D. Brace end posts and gateposts in 1 direction. 5 E. Install a corner post where the alignment changes 30 degrees or more. 6 F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent 7 line posts with diagonal tension wires. 8 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy 9 the fencing at the critical point with a double 9 gauge galvanized wire. 10 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 11 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. 12 I. Stretch the fence before guying and snubbing. 13 J. Install number stands at spacing shown in Drawings. 14 K. Install corner, end, or angle post assembly before stretching the wire between posts. 15 L. Connect existing cross fences to the new fences and corner posts at junctions with 16 existing fences. 17 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 18 staples, or as shown on the Drawings. 19 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 20 intervals for wood posts. 21 O. Drive metal line posts provided driving does not damage the posts. 22 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 23 inches and crowned at the top to shed water. 24 Q. Thoroughly tamp backfill in 4 inch layers. 25 R. Notch timber posts. 26 3.5 REPAIRIRESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH Sanitary Sewer ]Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FAprojects103I81040-0hSpecsTina1lFina1Pan 2A SpecifecationsWivision 32132 3] 26Wire Fence and Grates_doc 323126-6 WIRE FENCE AND GATES Page 6 of END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I.I.A. modified to describe when City would gay for fence replacement on utility projects CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Fdprojecls103 181040-014gpecsTinal\Final Part 2A SpecificationslDivision 3292 31 26 Wire Fence and Gatesdoc 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 3129 WOOD FENCE AND GATES 32 31 29 - 1 WOOD FENCE AND GATES Page 1 of 5 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property Iines in 7 accordance with the City's Zoning Ordinance. 8 2. On utility projects: 9 a. When existing fence is within the project Site (i.e. parallel to the utility trench 10 and/or within utility easement) and is directly disturbed by construction I activities, fencing will be paid for as listed in Article 1.2 below. 12 b. When existing fence is crossing the proposed utility trench, the work performed 13 and materials furnished in accordance with fence replacement will be 14 considered subsidiary to the trench and no other compensation will be allowed. 15 c. When existing fence is outside of the limits of the project Site or is identified as 16 protected on the Drawings and is disturbed and/or by construction activities, 17 replacement will be at the expense of the Contractor and no other compensation 18 will be allowed. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 23 2. Division 1 - General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Measurement 27 a. Measurement for this Item shall be by the linear foot of Wood Fence installed, 28 including gates. 29 2. Payment 30 a. The work performed and materials furnished in accordance with this Item and 31 measured as provided under "Measurement" will be paid for at the unit price 32 bid per linear foot of Wood Fence installed for by height. 33 3. The price bid shall include: 34 a. Furnishing all materials for fence and gates 35 b. All preparation, erection and installation of materials 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this specification refer to the current reference standard 39 published at the time of the latest revision date logged at the end of this 40 specification, unless a date is specifically cited. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Lpmjects103 ]81040-OMpecsTinat4Fina] Part 2A SpecificationsVDivision 32132 31 29_Wood Fence and Gates.doc 32 31 29 - 2 WOOD FENCE AND GATES Page 2 of 5 1 2. American Society for Testing and Materials (ASTM): 2 a. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 3 and Steel Products 4 b. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 5 SteeI Structural Tubing in Rounds and Shapes 6 c. F 1043, Standard Specification for Strength and Protective Coatings on Steel 7 Industrial Chain Link Fence Framework 8 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 9 (Galvanized) Welded, for Fence Structures 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 SUBMITTALS 12 A. Shop drawings: Layout offences and gates with dimensions, details, and finishes of 13 components, accessories and post foundations 14 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 15 options 16 C. Building Permit: All fences over 6 feet 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 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 25 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 26 2.2 MATERIALS 27 A. General 28 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal. 29 2. Post tops may be of aluminum. 30 B. Slats: Redwood or cedar free from all major decay or defects which would weaken or 31 otherwise cause them to be unsuitable for fence slats. 32 C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing 33 D. Corner, Gate, End, or Line Posts 34 1. Wood Posts 35 a. Minimum size. 4-inch x 4-inch cedar wood post or match existing 36 b. Free from all decay, splits, multiple cracks, or any other defect which would 37 weaken the posts or otherwise cause them to be structurally unsuitable for the 38 purpose intended MY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Mpr jeds103I M40-01LSpe Ws gaffina1 Part 2A SpecificationsSDivision 32132 31 29 Waed Fence and Gatmdoc 323129-3 WOOD FENCE AND GATES Page 3 of 5 1 2- Steel Posts 2 a. Steel pipe - Type I 3 1) ASTM F 1083 4 2) Standard weight schedule 40 5 3) Minimum yield strength: 30,000 psi 6 4) Sizes as indicated on Drawings 7 5) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface 8 area. 9 b. Steel pipe - Type 1I 10 1) ASTM F 1043, Group IC 11 2) Minimum yield strength: 50,000 psi 12 3) Sizes as indicated on Drawings 13 4) Protective coating per ASTM F 1043 14 5) External coating Type B 15 a) Zinc with organic overcoat 16 b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and 17 verifiable polymer film 18 6) Internal coating Type B 19 a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent 20 nominal coating, minimum 3 mils 21 c. Formed steel ("C") sections 22 1) Roll formed steel shapes complying with ASTM F 1043, Group 11 23 2) Minimum yield strength: 45,000 psi (310 MPa) 24 3) Sizes as indicated on Drawings 25 4) External coating per ASTM F 1043, Type A 26 a) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 27 d. Steel square sections 28 1) ASTM A 500, Grade B 29 2) Minimum yield strength: 40,000 psi 30 3) Sizes as indicated 31 4) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area 32 3. Accessories 33 a. Post caps 34 1) Formed steel or cast malleable iron weather tight closure cap for tubular 35 posts. 36 2) Provide one cap for each post. 37 3) Cap to have provision for barbed wire when necessary. 38 4) "C" shaped line post without top rail or barbed wire supporting arms do not 39 require post caps. 40 5) Where top rail is used, provide tops to permit passage of top rail. 41 4. Setting Materials 42 a. Concrete 43 1) Minimum 28 day compressive strength of 3,000 psi 44 2) Bagged concrete allowed. 45 2.3 ACCESSORIES [NOT USED] 46 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Sprojects103l85040.011SpecslFfnal4Fina1 Part 2A 3Pecihca[ionsWivkbn 32532 31 29_Wood Fence and Cr t doe 32 31 29 - 4 WOOD FENCE AND GATES Page 4 of 5 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION 4 A. Verification of Conditions 5 1. Verify areas to receive fencing are completed to final grades and elevations. 6 2. Ensure property lines and legal boundaries of work are clearly established. 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. Wood Fence Framing 10 1. Steel Posts are required for all required screening fences. 11 2. Locate terminal post at each fence termination and change in horizontal or vertical 12 direction of 30 degrees or more. 13 3.. Space line posts uniformly at 10 feet on center. 14 4. Set all posts in concrete. 15 a. Drill holes in firm, undisturbed or compacted soil. 16 b. Drill hole diameter 4 times greater than outside dimension of post (minimum 17 12 inches). 18 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 19 d. Excavate deeper as required for adequate support in soft and loose soils, and 20 for posts with heavy lateral loads. 21 e. Place concrete around posts in a continuous pour. 22 £ Trowel finish around post. Slope to direct water away from posts. 23 5. Check each post for vertical and top alignment, and maintain in position during 24 placement and finishing operations. 25 B. Slats 26 1. Place slats approximately 1 inch above the ground, and on a straight grade between 27 posts by excavatinghigh points of the ground. 28 2. Fastens slats to top and bottom railings with 2 galvanized screws designed for wood 29 fence construction at both the top and bottom rail. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:4projects103181040-01%SpecsSFina[Tinal Part 2A SpecificationADivision 32132 31 29 Wood Fence and Cratmdoc 1 2 3 4 5 6 7 8 9 10 11 12 13 323129-5 WOOD FENCE AND GATES Page 5 of 5 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I.I.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:VyojectsiO3l8k040-Oi%pmsNFinatkFinaI Part 2A Specifications\Dwision 32532 31 29_Wood Fence and Gales.doc a 3291 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 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. Measurement 15 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 16 2. Payment 17 a. The work performed and materials furnished in accordance with this Item and is measured as provided under "Measurement" will be paid for at the unit price 19 bid per cubic yard of Topsoil. 20 b. All excavation required by this Item in cut sections shall be measured in 21 accordance with provisions for the various excavation items involved with the 22 provision that excavation will be measured and paid for once, regardless of the 23 manipulations involved. 24 3. The price bid shall include; 25 a. Furnishing Topsoil 26 b. Loading 27 c. Hauling 28 d. Placing 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS INOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 r.Sprojecls103185040-015Specs\FinaRFinal Part 2A SpecificationslDivision 32132 91 19_Topsoil Placement and Finishing of Parkways_doe 3291 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Topsoil 6 1. Use easily cultivated, fertile topsoil that: 7 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 8 soil materials, roots, stumps or stones larger than 1.5 inches 9 b. Has a high resistance to erosion 10 c. Is able to support plant growth 11 2. Secure topsoil from approved sources. 12 3. Topsoil is subject to testing by the City. 13 4. pH: 5.5 to 8.5. 14 5. Liquid Limit: 50 or less 15 6. Plasticity Index: 20 or less 16 7. Gradation: maximum of 10 percent passing No. 200 sieve 17 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 18 of vegetation 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Finishing of Parkways 27 1. Smoothly shape parkways, shoulders, slopes, and ditches. 28 2. Cut parkways to finish grade prior to the placing of any improvements in or 29 adjacent to the roadway. 30 3. In the event that unsuitable material for parkways is encountered, extend the depth 31 of excavation in the parkways 6 inches and backfill with top soil. 32 4. Make standard parkway grade perpendicular to and draining to the curb line. 33 a. Minimum: 1 /4 inch per foot 34 b. Maximum:4:1 35 c. City may approve variations from these requirements in special cases. 36 5. Whenever the adjacent property is lower than the design curb grade and runoff 37 drains away from the street, the parkway grade must be set level with the top of the 38 curb. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Faprojeclsl03181040-01VSpe \FinaRFinal Part 2A Speci6cafionMivisian 32132 91 19_Fopwil Placement and Finishing of Pukmys.doc 329119-3 TOPSOIL. PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 ` 1 6. The design grade from the parkway extends to the back of the walk line. 2 7. From that point (behind the walk), the grade may slope up or down at maximum 3 slope of 4: 1. 4 B. Placing of Topsoil 5 1. Spread the topsoil to a uniform loose cover at the thickness specified. 6 2. Place and shape the topsoil as directed. 7 3. Hand rake finish a minimum of 5 feet from all flatwork. 8 4. Tamp the topsoil with a light roller or other suitable equipment. 9 3.5 REPAIRIRESTORATION] [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL [NOT USED] 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS INOT USED] t 19 END OF SECTION 20 21 Revision Log I DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,SprojectsX0318\040-014SpecsWinaEFinaI Part 2A SpecificalionsUDivision 32\32 91 19_Topsoil Placement and Finishing of Packwnyadoc 3292 13- 1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 8 1 SECTION 32 9213 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division a - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 91 19 -- Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Block Sod Placement a. Measurement 1) Measurement for this Item shall be by the square yard of Block Sod placed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Block Sod placed. c. The price bid shall include: 1) Furnishing and placing all sod 2) Rolling and tamping 3) Watering (until established) 4) Disposal of surplus materials 2. Seeding a. Measurement 1) Measurement for this Item shall be by the square yard of Seed spread. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Seed placed for various installation methods. c. The price bid shall include: 1) Furnishing and placing all Seed 2) Furnishing and applying water for seed fertilizer 3) Slurry and hydraulic mulching 4) Fertilizer 5) Watering and mowing (until established) 6) Disposal of surplus materials 3. Mowing CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.lpmjedAG318L040-011SpccsTiaaWina1 Part 2A Spedit2 ionsWivision 32132 92 13_Hydromu[ching, Seeding and Sodding.dac 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item shall per each. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" will be paid for at the unit 6 price bid per each. 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 ACTION SUBMITTALS [NOT USED] 10 1.6 INFORMATIONAL SUBMITTALS 11 A. Seed 12 1. Vendors' certification that seeds meet Texas State seed law including: 13 a. Testing and labeling for pure live seed (PLS) 14 b. Name and type of seed 15 2. All seed shall be tested in a laboratory with certified results presented to the City in 16 writing, prior to planting, 17 3. All seed to be of the previous season's crop and the date on the container shall be 18 within 12 months of the seeding date. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 A. Block Sod 24 1. Protect from exposure to wind, sun and freezing. 25 2. Keep stacked sod moist. 26 B. Seed 27 1. If using native grass or wildflower seed, seed must have been harvested within 100 28 miles of the construction site. 29 2. Each species of seed shall be supplied in a separate, labeled container for 30 acceptance by the City. 31 C. Fertilizer 32 1. Provide fertilizer labeled with the analysis. 33 2. Conform to Texas fertilizer law. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS [NOT USED] 37 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Vrojects10312\040-oMpecArinal4iinol Part 2A SpecifrcalionslDivisiun 32132 92 13_Hydmmulching, Seeding and Sodding, doc 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1 2.2 MATERIALS AND EQUIPMENT 2 A. Materials 3 1. Block Sod 4 a. Sod Varieties (match existing if applicable) 5 1) "Stenotaphrum secundatum" (St. Augustine grass) 6 2) "Cynodon dactylon" (Common Bermudagrass) 7 3) "Buchloe dactyloides" (Buffalograss) 8 4) an approved hybrid of Common Bermudagrass 9 5) or an approved Zoysiagrass 10 b. Sod must contain stolons, leaf blades, rhizomes and roots. 11 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 12 foreign materials and weeds and grasses deleterious to its growth or which 13 might affect its subsistence or hardiness when transplanted. 14 d. Minimum sod thickness: 3/4 inch 15 e. Maximum grass height: 2 inches 16 f. Acceptable growing beds 17 1) St. Augustine grass sod: clay or clay loam topsoil 18 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 19 g. Dimensions 20 1) Machine cut to uniform soil thickness. 21 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 22 handled and rolled without breaking. 23 h, Broken or torn sod or sod with uneven ends shall be rejected. 24 2. Seed 25 a. General 26 1) Plant all seed at rates based on pure live seed (PLS) 27 a) Pure Live Seed (PLS) determined using the formula: 28 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 29 Percent Firm or Hard Seed) + 100] 30 2) Availability of Seed 31 a) Substitution of individual seed types due to lack of availability may be 32 permitted by the City at the time of planting. 33 b) Notify the City prior to bidding of difficulties locating certain species. 34 3) Weed seed 35 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 36 and other material in the mixture 37 b) Seed not allowed: 38 (1) Johnsongrass 39 (2) Nutgrass seed 40 4) Harvest seed within 1-year prior to planting 41 b. Non-native Grass Seed 42 1) Plant between April 15 and September 10 43 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 44 CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:\Fujeas\0318\040-016SpecsTinaIT-inaI Pan 2A SpeciCicationsWivision 32M 92 13_Hydmmulching, Seeding and Soddingdoe 3292 13 - 4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 1 2) PIant between September 10 and April 15 2 Lbs, Common Name Botanical Name Purity Germination PLS/Acre(percent) (percent) 220 Rye Grass lolium multiflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 3 4 c. Native Grass Seed 5 1) Plant between February 1 and October 1. 6 Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* SchLachyrium scoparium 17.0 BuffaIograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 8 d. Wildflower Seed 9 1) Plant between the following: 10 a) March 5 and May 31 11 b) September 1 and December 1 12 13 14 15 16 17 18 19 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desrrianthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 9.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnalifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. Mulch a. For use with conventional mechanical or hydraulic planting of seed. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lpmjects103 l 8\N0-01\Spe Tina1\Fina1 Patl 2A Speci6cations\Division 32W 92 13 1ydwmu1vhing, Seeding and Sodding.dac 0 I 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 I b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 2 (waste products from paper mills or recycled newspaper). 3 c. No growth or germination inhibiting factors. 4 d. No more than ten percent moisture, air dry weight basis. 5 e. Additives: binder in powder form.. 6 f. Form a strong moisture retaining mat. 7 4. Fertilizer 8 a. Acceptable condition for distribution 9 b. Applied uniformly over the planted area 10 c. Analysis 11 1) 16 20-0 12 2) 16-8-8 13 d. Fertilizer rate: 14 1) Not required for wildflower seeding 15 2) Newly established seeding areas - 100 pounds of nitrogen per acre 16 3) Established seeding areas - 150 pounds of nitrogen per acre 17 5. Topsoil: See Section 32 91 19. 18 6. Water: clean and free of industrial wastes or other substances harmful to the 19 germination of the seed or to the growth of the vegetation. 20 7. Soil Retention Blanket 21 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 22 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 23 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION 30 A. Surface Preparation: clear surface of all material including: 31 1. Stumps, stones, and other objects larger than one inch. 32 2. Roots, brush, wire, stakes, etc. 33 3. Any objects that may interfere with seeding or maintenance. 34 B. Tilling 35 1. Compacted areas: till 1 inch deep 36 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 37 seed/water run-off 38 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 39 3.4 INSTALLATION 40 A. Block Sodding 41 1. General CrrY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 p:Vpmjects503161040-01LSpe \Fina]Tina1 Part 2A SpoeificationsWivisian 32432 92 13_Hydromulching, Seeding and Sodding.doe 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 9 1 a. Place sod between curb and walk and on terraces that is the same type grass as 2 adjacent grass or existing lawn. 3 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 4 average first freeze in the fall. 5 2. Installation 6 a. Plant sod specified after the area has been completed to the lines and grades 7 shown on the Drawings with 6 inches of topsoil. 8 b. Use care to retain native soil on the roots of the sod during the process of 9 excavating, hauling and planting. 10 c. Keep sod material moist from the time it is dug until planted. 11 d. Place sod so that the entire area designated for sodding is covered. 12 c. Fill voids left in the solid sodding with additional sod and tamp. 13 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 14 slope. 15 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 16 firm earth in areas that may slide due to the height or slope of the surface or 17 nature of the soil. 18 3. Watering and Finishing 19 a. Furnish water as an ancillary cost to Contractor by means of temporary 20 metering / irrigation, water truck or by any other method necessary to achieve 21 an acceptable stand of turf as defined in 3.13.B. 22 b. Thoroughly water sod immediately after planted. 23 c. Water until established. 24 d. Generally, an amount of water that is equal to the average amount of rainfall 25 plus 1/2 inch per week should be applied until accepted. If applicable, plant 26 large areas by irrigation zones to ensure areas are watered as soon as they are 27 planted. 28 B. Seeding 29 1. General 30 a. Seed only those areas indicated on the Drawings and areas disturbed by 2 1 .,ems-..,.�: I i cons uCLion. 32 b. Mark each area to be seeded in the field prior to seeding for City approval. 33 2. Broadcast Seeding 34 a. Broadcast seed in 2 directions at right angles to each other. 35 b. Harrow or rake lightly to cover seed. 36 c. Never cover seed with more soil than twice its diameter. 37 d. For wildflower plantings: 38 1) Scalp existing grasses to 1 inch 39 2) Remove grass clippings, so seed can make contact with the soil. 40 3. Mechanically Seeding (Drilling): 41 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 42 b. All varieties of seed and fertilizer may be distributed at the same time provided 43 that each component is uniformly applied at the specified rate. 44 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 45 drill. 46 d. Drill on the contour of slopes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 F:lprojectsk03l3kO40-0tLSpecs\FinallrinaI Pan 2A SpmficalionslDivision 32\32 92 13 Rydmmulct ing, Seeding and Sodding.doc 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 1 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 2 of the "Cultipacker" type. 3 f. Roll slope areas on the contour. 4 4, Hydromulching 5 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 6 1) Mixture is uniformly suspended to form a homogenous slurry. 7 2) Mixture forms a blotter -like ground cover impregnated uniformly with 8 grass seed. 9 3) Mixture is applied within 30 minutes after placed in the equipment. 10 b. Placing I 1 1) Uniformly distribute in the quantity specified over the areas shown on the 12 Drawings or as directed. 13 5. Fertilizing: uniformly apply fertilizer over seeded area. 14 6. Watering 15 a. Furnish water by means of temporary metering / irrigation, water truck or by 16 any other method necessary to achieve an acceptable stand of turf as defined in 17 3.13.B. 18 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 19 c_ Water as direct by the City at least twice daily for 14 days after seeding in such 20 a manner as to prevent washing of the slopes or dislodgement of the seed. 21 d. Water until final acceptance. 22 e. Generally, an amount of water that is equal to the average amount of rainfall 23 plus 1/2 inch per week should be applied until accepted. 24 3.5 REPAIRIRESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING INOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 3A2 PROTECTION [NOT USED] 32 3.13 MAINTENANCE 33 A. Block Sodding 34 1. Water and mow sod until completion and final acceptance of the Project or as 35 directed by the City. 36 2. Sod shall not be considered finally accepted until the sod has started to peg down 37 (roots growing into the soil) and is free from dead blocks of sod. 38 B. Seeding 39 1, Water and mow sod until completion and final acceptance of the Project or as 40 directed by the City. 41 2. Maintain the seeded area until each of the following is achieved: 42 a. Vegetation is evenly distributed CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F-lprojecis103181040-0nSpcc WwaWina1 Part 2A SpeciSca[ionsUvision 32\32 92 13_Hydromn3ching, Seeding and Sodding.doc 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 1 b. Vegetation is free from bare areas 2 3. Turf will be accepted once fully established. 3 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 4 cycle performed by the Contractor prior to consideration of acceptance by the 5 City- 6 C. Rejection 7 1. City may reject block sod or seeded area on the basis of weed populations. 8 3.14 ATTACHMENTS [NOT USED] C 10 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects10318}040-01VSpecsTinaU-inal Part 2A SpecificawflADivision 32132 92 l3_Hydromulching, Seeding end Sodding_duc 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 330130-1 SEWER AND MANHOLE TESTING Page 1 of 6 SECTION 33 0130 SEWER AND MANHOLE TESTING 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- inch pipe and smaller. 4. Hydrostatic testing is not allowed. 5. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification 4- NONIR 2. Hydrostatic testing of juctnion structure, siphon boxes is allowed. 3. LEAKAGE TESTS FOR STRUCTURE (JUNCTION BOXES, SIPHON BOXES) a. Test structures that will contain water on a full time or intermittent basis for leaks. Perform tests prior to installing equipment or materials within the basins. In the event that the basins fail to pass the test, drain the basin, repair the leaks, re -fill, and re -test the basin. Repeat tests until the basin passes the test. The Owner may repeat the test at any time during the one (1) year guarantee period. b. Test the basin for leakage using the following procedure: 1) Determine the evaporation allowance for loss of water. a) Use a standard circular pan procedure established by the U.S. Weather Bureau to measure evaporation rate. b) CaIculate evaporation allowance by multiplying the evaporation rate in gallons per 24 hours per square foot of surface are by the open surface area of the water in the basin. 2) Calculate the allowable leakage for the basin. Allowable leakage is calculated as 0.03 gallons per square foot of concrete area in contact with the water per 24 hours. 3) Fill the basin to the overflow level with water at a rate not to exceed 2' per hour. 4) Allow the basins to set for three (3) days. 5) Observe the perimeter of the basin and identify all leaks. 6) Repair basin walls and floors where leaks have been identified. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects103185040-014Spcc'YmoflFinal Part 2A Specificawns\Diviswn 33U3 01 30_Sew and Manhole Testing.doc 330130-2 SEWER AND MANHOLE TESTING Page 2 of 6 1 7) Mark the water level at the basin wall. Measure the fall in water level over 2 a 24-hour period to the nearest 1/8" at least twice a day to determine the 3 quantity of water lost. Provide a stilling well for measurement if required 4 to allow accurate measurement. 5 8) Calculate the amount of water lost during this time period. 6 9) Compare the amount of water lost to the allowable loss. 7 c. Drain the basin, determine the sources of leakage and repair if the amount of 8 water lost exceeds the allowable leakage plus the evaporation allowance. 9 4. Structural/Junction Box Testing 10 a. Measurement 11 1) This Item is considered subsidiary to the Structure/Junction box completed 12 in place. 13 b. Payment 14 1) The work performed and the materials furnishing in accordance with this 15 Item are subsidiary to the unit price bid per Each Structure/Junction Box 16 Siphon Box complete in place, and no other compensation will be allowed. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 — General Requirements 21 3. Section 03 80 00 — Modifications to Existing Concrete Structures 22 4. Section 33 04 50 — Cleaning of Sewer Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Pipe Testing 26 a. Measurement 27 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 28 completed in place. 29 b. Payment 30 1) The work performed and the materials furnishing in accordance with this 31 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 32 main (pipe) complete in place, and no other compensation will be allowed. 33 2. Manhole Testing 34 a. Measurement 35 1) Measurement for testing manholes shall be per each vacuum test. 36 b. Payment 37 1) The work performed and the materials furnished in accordance with this 38 Item shall be paid for at the unit price bid per each vacuum test completed. 39 c. The price bid shall include: 40 1) Mobilization 41 2) Plugs 42 3) Clean-up CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 P:lprojezts\0318104O-Dl'Si)c S\FinaITinaI Part 2A SpecificabonsWivision 33133 01 30_Sew and Ma*Ie Testing.do 330I30-3 SEWER AND MANHOLE "TESTING Page 3 of 6 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS 8 A. Test and Evaluation Reports 9 1. All test reports generated during testing (pass and fail) 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Certifications 13 1. Mandrel Equipment 14 a. if requested by City, provide Quality Assurance certification that the equipment 15 used has been designed and manufactured in accordance to the required 16 specifications. 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 25 26 27 28 29 30 31 32 5 3.3 PREPARATION A. Low Pressure Air Test (Pipe) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.lprojects403 i gNo40-ollspec TinallFinal Part 2A Specificalions5JDivision 33133 01 30_Sewer and Manhole Testing.doc 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 6 1 1) Use of an uncertified mandrel or a mandrel altered or modified after 2 certification will invalidate the deflection test. 3 2) Mandrel requirements 4 a) Odd number of legs with 9 legs minimum 5 b) Effective length not less than its nominal diameter 6 c) Fabricated of rigid and nonadjustable steel 7 d) Fitted with pulling rings and each end 8 e) Stamped or engraved on some segment other than a runner indicating 9 the following: 10 (1) Pipe material specification 11 (2) Nominal size 12 (3) Mandrel outside diameter (OD) 13 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 14 C. Vacuum test (Manhole) 15 1. Plug lifting holes and exterior joints. 16 2. Plug pipes and stubouts entering the manhole. 17 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while 18 vacuum is drawn. 19 4. Plug pipes with drop connections beyond drop. 20 5. Place test head inside the frame at the top of the manhole. 21 3.4 INSTALLATION 22 A. Low pressure air test (Pipe) 23 1. Install plug with inlet tap. 24 2. Connect air hose to inlet tap and a portable air control source. 25 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 26 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 27 psig. Minimum permissible pressure holding time per diameter per length of pipe 28 is computed from the following equation: 29 30 T = (0.0850*D*K) 31 Q 32 Where: 33 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 34 K = 0.000419*D*L, but not less than 1.0 35 D = nominal pipe diameter, inches 36 L = Iength of pipe being tested (by pipe size), feet 37 Q = 0.0015, cubic feet per minute per square foot of internal surface 38 5. UNI-13-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 39 through 60-inch based on the equation above. 40 6. Stop test if no pressure loss has occurred during the first 25 percent of the 41 calculated testing time. 42 B. Deflection (mandrel) test (Pipe) 43 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 44 ensure that maximum allowable deflection is not exceeded. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FApmjeoA031 B5040-01%Spe \FinaftMnal Part 2A Speci@calions\Dfvision 33U3 01 30_Se and Manhole Tesling.doc t 1 2 3 4 5 6 7 8 33 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 6 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 C. Vacuum test (Manhole) 1. Draw a vacuum of 10 inches of mercury and turnoff the pump. 2. With the valve closed, read the level vacuum level after the required test time. 3. Minimum time required for vacuum drop of 1 inch of mercury is as follows: Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia 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 9 * * For manholes over 18 feet deep, add "T" seconds as shown for each respective 10 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 11 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 12 seconds. 40+6(5)=70 seconds) 13 14 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 15 failed the test. 16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE -INSTALLATION INOT USED] 18 3.7 FIELD QUALITY CONTROL 19 20 21 22 23 24 25 26 A. Non -Conforming Work 1. Low pressure air test a. Should the air test fail, find and repair leak(s) and retest. 2. Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 3. Vacuum test (Manhole) CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:)pwjects103 I84040-016SpemTina1Tinal Pari 2A Specificn iowWwision 33M 01 30_Sewer and Manhole Tcsting.doc 33 01 30 - 6 SEWER AND MANHOLE TESTING Page 6 of 6 1 a. Should the vacuum test fail, repair suspect area and retest. 2 1) External repairs required for leaks at pipe connection to manhole. 3 a) Shall be in accordance with Section 03 80 00. 4 2) Leaks within the manhole structure may be repaired internally or 5 externally. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.S,miccis10316%040-O]\Spe %Finnl\Finel Part 2A SPeciflcatians5Division 33\33 01 30_Sewer and Manhole Testing.doc 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 I SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PARTI- 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 I4 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 0132 16 — Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 I A. Pre -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Pre -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F:kptoied5103181040-0MpecsWina1Tina1 Part 2A SpecificationsWivision 33133 013 1—Closed Circuit Television (CCTV) Inspectio> &c 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 Iinear 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 L 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: Resources170 — Inspection Tools\Standard Construction 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on Buzzsaw. Location: Resources170 — Inspection Tools\Standard 20 Construction. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Sanitary Sewer Lines 24 a. Meet with City of port 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. 3X B. Schedule 32 l . 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01227 Revised March 3, 2016 F.Vmjects103181040-01VSpeaTmal\Final Pan 2A SpecificalionslDivision 33133 01 31_Closed Circuit Television (CCM Inspeclion.doc 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 I C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 2 video data per the CCTV Manual. Provide additional copy of video in Windows Media 3 AudioNideo (.wmv) format for City Inspection review. 4 D. If inspected with other software provide video data in Windows Media AudioNideo 5 (.wmv) format. Provide CCTV log in EXCEL spread sheet format — The CCTV spread 6 sheet log can be found on Buzzsaw- Location: Resources170 — Inspection 7 ToolslStandard Construction. 8 E. Inspection Report shall include: 9 1. Asset 10 a. Date II b. City 12 c. Address and/or Project Name 13 d. Main Number — GIS ID (If Available) 14 e. Upstream Manhole GIS ID (If Available) 15 f. Downstream Manhole GIS ID (If Available) 16 g. Pipe Diameter 17 h. Material 18 i. Pipe Length 19 j. Mapsco Location Number 20 k. Date Constructed 21 1. Pipe Wall Thickness 22 2. Inspection 23 a. Inspection Number (i.e. I",2na,etc...) 24 b. Crew Number 25 c. Operator Name 26 d. Operator Comments 27 e. Reason for Inspection 28 f. Equipment Number 29 g. Camera Travel Direction (Upstream/Downstream) 30 b. Inspected Length (feet) 31 i. Work Order Number (if required) 32 j. City Project Number (if required) 33 k. City Contract Name 34 1. DOE/TPW Number (if required) 35 m. Consultant Company Name 36 n. Consultant Contact Name 37 o. Consultant Contact Phone Number 38 p. Contractor Company Name 39 q. Contractor Contact Name 40 r. Contractor Contact Phone Number 41 1.6 INFORMATIONAL SUBMITTALS 42 A. Pre -CCTV submittals 43 1. 2 copies of CCTV video results on USB drive 44 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 45 B. Additional information that may be requested by the City CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3. 2016 F,4projecls1O3181040-0155pors5FinaRFinal Pan 2A SpecificalionsUvision 33133 0131 Closed Circuit Television (CCTV) Inspection.doc 33 01 31 - 4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 1 1. Listing of cleaning equipment and procedures 2 2. Listing of flow diversion procedures if required 3 3. Listing of CCTV equipment 4 4. Listing of backup and standby equipment 5 5. Listing of safety precautions and traffic control measures 6 1.7 CLOSEOUT SUBMITTALS 7 A. Post -CCTV submittals 8 1. 2 copies of CCTV video results on USB drive 9 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 10 the City hispector for review prior to scheduling a project final walk through. 11 3. CCTV speadsheet log in EXCEL format — A blank copy of the CCTV spread sheet 12 log can be found on Buzzsaw_ Location: Resources170 — Inspection Tools\Standard 13 Construction 14 4. Construction Plans identifying the line segments that were videoed. Include cover 15 sheet, overall line layout sheet(s), and plan and profile sheet(s). 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 LJ 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Equipment — Closed Circuit Television C aniera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone -section or corbel. The camera lens shall be an auto -iris type with remote controlled manual override. 2. Video Capture System CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 P:4projects1031 M040.01 ftecsTinalTinal Part 2A SpecificaponslDivisiun 33\33 01 31 _Closed Circuit Television (CCTV) Enspection.doc 33 01 31 -5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 1 a. The video and audio recordings of the sewer inspections shall be made using 2 digital video equipment. A video enhancer may be used in conjunction with, 3 but not in lieu of, the required equipment. The digital recording equipment 4 shall capture sewer inspection on USB drive, with each sewer segment (from 5 upstream manhole to downstream manhole) inspection recorded as an 6 individual file in Windows Media Audio/Video (.wmv) format. City has a right 7 to change the format from .WMV media to .MP4 8 b. The system shall be capable of printing pipeline inspection reports with 9 captured images of defects or other related significant visual information on a 10 standard color printer. 11 c. The system shall store digitized color picture images and be saved in digital 12 format on a USB drive. 13 d. The system shall be able to produce data reports to include, at a minimum, all 14 observation points and pertinent data. All data reports shall match the defect 15 severity codes outlined in the City's CCTV manual. 16 e. Camera footage, date & manhole numbers shall be maintained in real time and 17 shall be displayed on the video monitor as well as the video character 18 generators illuminated footage display at the control console. 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. General 24 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 25 plans or City to be used during inspections. Inspections performed using 26 identification numbers other than the plans or from assigned numbers from the City 27 will be rejected. 28 2. Inspection shall not commence until the sewer section to be televised has been 29 completely cleaned in conformance with Section 33 04 50. (Sewer system should 30 be connected to existing sewer system and should be active) 31 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to 32 completion of the following: 33 a. Pipe testing 34 b. AlI manhole work is complete 35 c. Installation of all lateral services 36 d. Vacuum test of manholes 37 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 38 B. Storm Sewer Lines 39 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 40 CCTV equipment and cleaning requirements. 41 3.4 INSPECTION (CCTV) 42 A. General CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F:Sprojects103I M040-0A6SpecsTinAFinal Part 2A SpecificationslDivision 33\33 01 31_Closed Circuit Television (CCTV) lnspection.doc 3301 31 -6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 1 1. Begin inspection immediately after cleaning of the main. 2 2. Move camera through the line in either direction at a moderate rate, stopping when 3 necessary to permit proper documentation of the main's condition. 4 3. Do not move camera at a speed greater than 30 feet per minute. 5 4. Use manual winches, power winches, TV cable, and power rewinds that do not 6 obstruct the camera view, allowing for proper evaluation. 7 5. During investigation stop camera at each defect along the main. 8 a. Record the nature, location and orientation of the defect or infiltration location 9 as specified in the CCTV Manual. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 6. Pan and tilt the camera to provide additional detail at: a. Manholes, Include condition of manhole in its entirety and interior corrosion protection (if applicable) (Camera should pan the entire manhole from top as well as while lowering into manhole, also show complete view of invert) b. Service connections, Pan the Camera to get a complete overview of service connection including zooming into service connection Include location (i.e. 3 o'clock, 9 o'clock, etc...) c. Joints, Include comment on condition, signs of damage, etc... d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris (show as % of pipe diameter). I.f debris has been found in the pipe during the post -CCTV inspection, additional cleaning is required and pipe shall be re -televised. e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions h. Note locations where camera is underwater and level as a % of pipe diameter. 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than 1 USB drive. b. A single segment is defined from manhole to manhole. B. Pre -Installation Inspection for Sewer Mains to be rehabilitated l . Perform Pre -CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 3120, Section 33 3121 and Section 33 3122. C. Post -Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 0450. D. Documentation of CCTV Inspection 1. Sanitary Sewer Lines CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F:Iprojeds%03181040-01�SpeesTinalTinal Part 2A SpecifiiwtvnsWivisian 33133 01 31_Closed Circuit Television (CCTV) Inspectwn.doc 33 01 31 - 7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 I a. Follow the CCTV Manual (CCTV standard manual supplied by City upon 2 request) for the inspection video, data logging and reporting or Part 1.5 E of 3 this section. 4 2, Storm Sewer Lines 5 a. Provided documentation for video, data logging, and reporting in accordance 6 with City of Fort Worth Transportation/Public Works Department 7 requirements. 8 3.5 REPAIR I RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING 14 A. See Section 33 04 50. 15 3A1 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 20 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV 03103/20I6 J Kasavich Various — Alternative to CCTV Manual, modified submittal detail requirements CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F,lp-jects\03l8kO4O-O"pe TinahFinaI Part 2A SpecificatmosM vison M3 01 31_Closed Circuit Television (CCTV) Inspection.doc 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 1 SECTION 33 03 10 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 7 lines unless otherwise specified in the Contract Documents 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 12 Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by lump sum. Is 2. Payment 19 a. The work performed and materials furnished in accordance with this Item will 20 be paid for at the lump sum price bid for "Bypass Pumping". 21 3. The price bid shall include: 22 a. Mobilization 23 b. Development of bypass plans 24 c. Transportation and storage 25 d. Setup 26 e. Confined space entry 27 f. Plugging 28 g. Pumping 29 h. Clean up 30 i. Manhole restoration 31 j. Surface restoration 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. Occupational Safety and Health Organization (OSHA). CITY OF FORT WORTH Sanitary Sewer Main 257 --- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F 1projeels1031 W40-011SpemTmaWinal Part 2A SpeciflcalionADMsion 33133 03 10 Bypass Pumping of Exisling Sewer Syslems.doc 330310-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Schedule meeting with City to review sewer shutdown prior to replacing or 4 rehabilitating any facilities. 5 2. City reserves the right to delay schedule due to weather conditions, or other 6 unexpected emergency within the sewer system. 7 3. Review bypass pumping arrangement or layout in the field with City prior to 8 beginning operations. Facilitate preliminary bypass pumping run with City staff 9 present to affirm the operation is satisfactory to the City. 10 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 11 sewer flow with City staff. 12 5. Provide onsite continuous monitoring during all bypass pumping operations using 13 one of the following methods: 14 a. Personnel on site 15 b. Portable SCADA equipment 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to delivery. 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 20 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all 21 provisions and precautions that will be taken with regard to the handling of sewer 22 flows. Submit the plan to the City for approval a minimum of 7 days prior to 23 commencing work. Include the following details: 24 1. Schedule for installation and maintenance of the bypass pumping system 25 2. Staging areas for pumps 26 3. Pump sizes, capacity, number of each size, and power requirements 27 4. Calculations for static lift, friction losses, and velocity 28 5. Pump curves showing operating range and system head curves 29 6. Sewer plugging methods 30 7. Size, length, material, joint type, and method for installation of suction and 31 discharge piping 32 8. Method of noise control for each pump and/or generator, if required 33 9. Standby power generator size and location 34 10. Suction and discharge piping plan 35 11. Emergency action plan identifying the measures taken in the event of a pump 36 failure or sewer spill 37 12, Staffing plan for responding to alarm conditions identifying multiple contacts by 38 name and phone numbers (office, mobile) 39 13. A contingency plan to implement in the event the replacement or rehabilitation has 40 unexpected delays or problems CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,Npmjccls103181040-MSpecsTmaRPimd Pan 2A SpccificationsUXvision 33W 03 10_Bypm Pumping oFExisling Sewcr Syslems doe I 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2- PRODUCTS 8 2.1 OWNER -FURNISHED loRl OWNER -SUPPLIED PRODUCTS [NOT USED] 7 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 2.2 EQUIPMENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5. If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. Install pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs 1. Plugs a. Select a plug that is made for the size and potential pressure head that will be experienced. b. Provide an additional anchor, support or bracing to secure plug when back pressure is present. c. Use accurately calibrated air pressure gauges for monitoring the inflation pressure. d. Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its pressure rating. 2. Stop Logs a. Use stop log devices designed for the manhole or sewer vault structure in use. b. If applicable, obtain stop logs from City that may be used on specific structures. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:4projectsl03181040-OMpec kFinallFinal Pan 2A 5pecifications\Division 3"3 03 10_Bypazs Pumping oEExisting Sevens Syslems.doc 330310-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 8 obtain approval of those locations from the City. 9 B. Make preparations to comply with OSHA requirements when working in the presence 10 of sewer gases, oxygen -deficient atmospheres and confined spaces. 11 C. Do not begin bypass preparation and operation until City approval of the submittals 12 requested per this Specification. 13 3.4 INSTALLATION 14 A. Install and operate pumping and piping equipment in accordance to the submittals 15 provided per this Specification. 16 B. Sewer flow stoppage 17 1. Plugging 18 a. Use confined space procedures and equipment during installation when 19 necessary. 20 b. Thoroughly clean the pipe before insertion of the plug. 21 c. Insert the plug seal surface completely so it is fully supported by the pipe. 22 d. Position the plug where there are not sharp edges or protrusions that may 23 damage the plug. 24 e. Use pressure gauges for measuring inflation pressures. 25 f. Minimize upstream pressure head before deflating and removing. 26 C. Sewer flow control and monitoring 27 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding 28 or damage to public or private property. The Contractor is responsible for any 29 damage resulting from bypass pumping operations. 30 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or 31 blocked. Be prepared to immediately start bypass pumping if needed due to 32 surcharge conditions. 33 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or 34 container only. Do not discharge sewer into an open environment such as an open 35 channel or earthen holding facility. 36 4. Do not construct bypass facilities where vehicular traffic may travel over the 37 piping. 38 a. Provide details in the suction and discharge piping plan that accommodate both 39 the bypass facilities and traffic without disrupting either service. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects\03181040-01\Spem\FinalSFinal Part 2A Specifications\Divisiori 33\33 03 10_73ypa5s Pumping of Existing Sewer Syster dac 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 ` 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL 4 A. Field foR] Site Tests and Inspections 5 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 6 before actual operation begins. Have City staff on site during tests. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 AW-USTING [NOT USEDI 9 3.10 CLEANING [NOT USEDI 10 3.11 CLOSEOUT ACTIVITIES 11 A. Once plugging or blocking is no longer necessary, remove in such a way that permits 12 the sewer flow to slowly return to normal — preventing surge, surcharging and major 13 downstream disturbance. 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.6 — Clarified submittals required for 18" and larger lines CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F-5projeclsko3]81o40-OlLSpecslFinalTinalPart 2ASpecificationsWivision3M330310 BypassPumpingofExislingSewerSystems.doc t 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 04 50 CLEANING OF SEWER MAINS 330450-1 CLEANING OF SEWER MAINS Page 1 of 5 5 A. General 6 1. Before any television inspection, any sewer main shall be cleaned to remove all 7 debris, solids, sand, grease, grit, etc. from the sewer and manholes. 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 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the sewer main being cleaned. 19 2- Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per linear foot of sewer pipe complete in 22 place, and no other compensation will be allowed. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 19 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,,Vrojects503181040-015Specs\Fina6Final Pad 2A SpecificationsUvision 33M 04 50_Cleaning of Sewer Mains.doc 330450-2 CLFAN1NG OF SEWER MAINS Page 2 of 5 I PART 2 - PRODUCTS [NOT USED] 2 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 3 2.2 PRODUCT TYPES 4 A. Use only the type of cleaning material which will not create hazards to health or 5 property or affect treatment plant processes. 6 2.3 ACCESSORIES 7 2.4 SOURCE QUALITY CONTROL 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 39 ADJUSTING [NOT USED] 18 3.10 CLEANING Y 9 17 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. General 1. All materials, equipment, and personnel necessary to complete the cleaning of the sanitary sewer main and manholes must be present on the j obsite prior to isolating the sewer manhole or line segment and beginning the cleaning process. 2. Maintain clean work and surrounding premises within the work limits so as to comply with Federal, State, and local environmental and anti -pollution laws, ordinances, codes, and regulations when cleaning and disposing of waste materials, debris, and rubbish. 3. Keep the work and surrounding premises within work limits free of accumulations of dirt, dust, waste materials, debris, and rubbish. 4. Suitable containers for storage of waste materials, debris, and rubbish shall be provided until time of disposal. a. It is the sole responsibility of the Contractor to secure a licensed Iegal dump site for the disposal of this material. b. Under no circumstances shall sewage or solids removed from the main or manhole be dumped onto streets or into ditches, catch basins, storm drains, or sanitary sewers. CITY OF PORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojecIA03I W40-ORSpeuTinaWinal Part 2A SpecificarionsWivision 33\33 04 50_Cleaning of Sewer Mains.doc 330450-3 CLEANING OF SEWER MAINS Page 3 of 5 1 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. 2 from each sewer segment, including the manhole(s). 3 6. Selection of cleaning equipment and the method for cleaning shall be based on the 4 condition of the sanitary sewer mains at the time work commences and will be 5 subject to approval by the City. 6 7. All cleaning equipment and devices shall be operated by experienced personnel. 7 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and 8 manholes from damage that might be inflicted by the improper use of the cleaning 9 process or equipment. 10 9. Any damages done to a sewer main and/or structure by the Contractor shall be 11 repaired by the Contractor at no additional cost and to the satisfaction of the City. 12 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 13 11, The Contractor may be required to demonstrate the performance capabilities of the 14 cleaning equipment proposed for use on the project. 15 a. If the results obtained by the proposed sanitary sewer cleaning equipment are 16 not satisfactory, the Contractor shall use different equipment and/or 17 attachments, as required, to meet City satisfaction. 18 b. More than 1 type of equipment/attachments may be required at a location. 19 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, 20 weir, dam, or suction shall be constructed in the downstream manhole in such a 21 manner that all the solids and debris are trapped for removal. 22 13. Whenever hydraulically -propelled cleaning tools which depend upon water 23 pressure to provide their cleaning force, or any tool which retard the flow of water 24 in the sanitary sewer lines are used, precautions shall be taken to insure that the 25 water pressure created does not cause any damage or flooding to public or private 26 property being served by the manhole section involved. 27 14. Any damage of property, as a result of flooding, shall be the liability and 28 responsibility of the Contractor. 29 15. The flow of wastewater present in the sanitary sewer main shall be utilized to 30 provide necessary fluid for hydraulic cleaning devices whenever possible. 31 16. When additional quantities of water from fire hydrants are necessary to avoid delay 32 in normal working procedures, the water shall be conserved and not used 33 unnecessarily. 34 a. No fire hydrant shall be obstructed or used when there is a fire in the area. 35 b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter 36 and all related charges for the set-up, including the water usage bills from 37 respective water purveyor agency. 38 c. All expenses shall be considered incidental to the cleaning of the existing 39 sanitary sewer mains. 40 B. Methods 41 1. Hydraulic Cleaning 42 a. Hydraulic -propelled devices which require a head of water to operate must 43 utilize a collapsible dam. 44 b. The dam must be easily collapsible to prevent damage to the sewer main, 45 property, etc. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Fapmjects\0318N040-01LSpecskFinaAFinaI Part 2A Specificatiene'Division 33M 04 5n Cleaning of Sewer Matns.doc 330450-4 CLEANING OF SEWER MAINS Page 4 of 5 1 c. When using hydraulically -propelled devices, precautions shall be taken to 2 insure that the water pressure created does not cause damage or flood public or 3 private property. 4 d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 5 elevation that could cause overflow of sewage into area waterways or laterals. 6 e. The flow of wastewater present in the sanitary sewer main shall be utilized to 7 provide necessary fluid for hydraulic cleaning devices whenever possible. 8 2. High -Velocity Cleaning 9 a. Cleaning equipment that uses a high velocity water jet for removing debris shall 10 be capable of producing a minimum volume of 50 gpm, with a pressure of 11 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure 12 at the pump. 13 1) Any variations to this pumping rate must be approved, in advance, by the 14 City. 15 2) To prevent damage to older sewer mains and property, a pressure less than 16 1500 psi can be used. 17 3) A working pressure gauge shall be used on the discharge of all high 18 pressure water pumps. 19 4) For sewers 18 inches and larger in diameter, in addition to conventional 20 nozzles, use a nozzle which directs the cleaning force to the bottom of the 21 pipe. 22 5) Operate the equipment so that the pressurized nozzle continues to move at 23 all times. 24 6) The pressurized nozzle shall be turned off or reduced anytime the hose is 25 on bold or delayed in order to prevent damage to the line. 26 3. Mechanical Cleaning 27 a. Mechanical cleaning, in addition to normal cleaning when required, shall be 28 with approved equipment and accessories driven by power winching devices. 29 b. Submit the equipment manufacturer's operational manual and guidelines to the 30 City, which shall be followed strictly unless modified by the City. 31 c. All equipment and devices shall be operated by experienced operators so that 32 they do not damage the pipe in the process of cleaning. 33 d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other 34 debris -removing equipment/accessories shall be used as appropriate and 35 necessary in the field, in conjunction with the approved power machines. 36 e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, 37 snakes, scooters, sewer balls, kites, and other approved equipment, in 38 conjunction with hand winching device, and/or gas, electric rod propelled 39 devices, shall be considered normal cleaning equipment. 40 3.11 CLOSEOUT ACTIVITIES [NOT USED] 41 3.12 PROTECTION [NOT USED] 42 3.13 MAINTENANCE [NOT USED] 43 3.14 ATTACHMENTS [NOT USED] 44 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects103I81040-011SpecsWinaRFina1 Part 2A Specifications\Division 33W 04 50_Cleaning of Sewer Mains. doc 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.\pmjects503161040-011Spem7inaRFina1 Pari 2A Specificatiomoivision 33M 04 50_0ing of Sewer maim doe 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 421 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1 _ Excavation, Embedment and Backf311 for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main i 1 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 £ Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1, Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2, Division 1 — General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5, Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 —Site Clearing 36 9. Section 31 25 00 Erosion and Sediment Control 37 10. Section 33 05 26 -- Utility Markers/Locators 38 11. Section 34 71 13 Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 Faprojecis103 381040.0155pocsWinaRFinal Pan 2A SpecificationsWivision 334.33 05 10 Utility Trench Excavation, Embedment and Backfill.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the instaIIation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F,lpmjects103181040-01)Spe TinalTina1 Part 2A SpeciftcatinnsWiviston 3R33 05 10_Utility Trench Excavation, Embedment and Baekfittdoc 1 2 3 4 5 6 7 8 9 10 11 12 13 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 e) Disposal of water f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 14 1.3 REFERENCES 15 16 17 18 19 20 21 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backf ll, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 k\nw-fs_flw.apalsbuelp%{ecis1031S5040-OMpe Tioal\Final Part 2A Specifica1iom\Gon1ormed\33 05 10_Ulitity Trcoch Excavation, Embedment and BackEll.duc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 INFUL BACKFILL SPRINGLINE co LU W OHfNG BEDDING F011NM110N — 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 UNPA\(ED AREA EXCA:ATED Tf FNCH WD"TH w IV- W d— t3_ OD UFARANCE 3. Deleterious materials -- Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 N\Ftw-fi.itw.apailshare\projects103181040-OMpe \FinalTinal Part 2A SpecificatiomS Canformen3 05 10_Utility Trench Excavation, Embedment and 13ackfill.doe 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-nVM3)). 7 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes 10 (Unified Soil Classification System) 11 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity -Flow Applications 13 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods (Shallow Depth) 15 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods (Shallow Depth) 17 in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 21 Regulations for Construction, Subpart P - Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Utility Company Notification 25 a. Notify area utility companies at least 48 hours in advance, excluding weekends 26 and holidays, before starting excavation. 27 b. Request the location of buried lines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 0133 00. 36 B. All submittals shall be approved by the City prior to construction. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 43 Excavations r CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 I1Ftrv-fs.flw.apailshare4projecis\031a5040-011Spe \FinallFinal Part 2A SpecificationsTonformcd133 05 10 Utility Trench Excavation, Embedment and Backfilt.doc 3305 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND HACKFILL Page 6 of 21 1 3. Stockpiled excavation and/or backfill material 2 a. Provide a description of the storage of the excavated material only if the 3 Contract Documents do not allow storage of materials in the right-of-way of the 4 easement. 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 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Storage 1. Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Sanitary Sewer Main 257—Part 2A STANDARD CONSTRCICTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 N\Ftw-Ls.ftw.apai\sham\projects103181040-011$p=\Fina]Ti¢ai Part 2A SpedficationslConformeM3 05 16_Utility Tm"ch Excavation, Embedment and Backiill.doe 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedmentibackfill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained 0 '/" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock of meyoled conerete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 n 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 £ Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 \Wtw-fs.kw.apai5shmelprojects103181040-01lSpecs\FinalTinal Part 2A Specifications\Confoimed03 05 10_Utility Trench Excavation, Embedment and Backfill.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C 8 8 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OR in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II portland cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. c. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 11Ftw-fs.iiw.apailsharclprojects\03I8NO40-011Spes VinailFinal Part 2A SpecificationslConformedM 05 10_Utility Trench Excavation, Embedment and Backfill.doc 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 1 f. Random samples of delivered product will be taken in the field at point of 2 delivery for each day of placement in the work area. Specimens will be 3 prepared in accordance with ASTM D1632. 4 10. Controlled Low Strength Material (CLSM) 5 a. Conform to Section 03 34 13 6 11. Trench Geotextile Fabric 7 a. Soils other than ML or OH in accordance with ASTM D2487 8 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 9 2) Fibers shall retain their relative position 10 3) Inert to biological degradation 11 4) Resist naturally occurring chemicals 12 5) UV Resistant 13 6) Mirafi 140N by Tencate, or approved equal 14 b. Soils Classified as ML or OH in accordance with ASTM D2487 15 1) High -tenacity monofilament polypropylene woven yarn 16 2) Percent open area of 8 percent tol0 percent 17 3) Fibers shall retain their relative position 18 4) Inert to biological degradation 19 5) Resist naturally occurring chemicals 20 6) LTV Resistant 21 7) Mirafi FW402 by Tencate, or approved equal 22 12. Concrete Encasement 23 a. Conform to Section 03 30 00. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION 29 A. Verification of Conditions 30 1. Review all known, identified or marked utilities, whether public or private, prior to 31 excavation. 32 2. Locate and protect all known, identified and marked utilities or underground 33 facilities as excavation progresses. 34 3. Notify all utility owners within the project limits 48 hours prior to beginning 35 excavation. 36 4. The information and data shown in the Drawings with respect to utilities is 37 approximate and based on record information or on physical appurtenances 38 observed within the project limits. 39 5. Coordinate with the Owner(s) of underground facilities. 40 6. Immediately notify any utility owner of damages to underground facilities resulting 41 from construction activities. 42 7. Repair any damages resulting from the construction activities. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 11F(w-fs.Hw.apaAsbare projects103181040-011SpmsWinal\Finaf Part 2A SFe ffi atiovsWonPormodW 05 10_Utility Trench Excavation, Embedment and Backfill.dac 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 1 B. Notify the City immediately of any changed condition that impacts excavation and 2 installation of the proposed utility. 3 3.3 PREPARATION 4 A. Protection of In -Place Conditions 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. Q. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. £ Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c, Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 'Nktw-is.flw.apailshare\projects103181040-0Mpe Tlnal\Final Part 2A Specificatioms Conformed\33 05 10 Wily Trench Excavation, Embedment and Dackkll.doc l 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I I of2t 1 c. Immediately notify the City's Traffic Services Division if any damage occurs to 2 any component of the traffic signal due to the contractors activities. 3 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 4 cabinets, conduit and detector loops as a result of the construction activities. 5 7. Fences 6 a. Protect all fences designated to remain. 7 b. Leave fence in the equal or better condition as prior to construction. 8 3.4 INSTALLATION 9 A. Excavation 10 1. Excavate to a depth indicated on the Drawings. 11 2. Trench excavations are defined as unclassified. No additional payment shall be 12 granted for rock or other in -situ materials encountered in the trench. 13 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 14 and bracing in accordance with the Excavation Safety Plan. 15 4. The bottom of the excavation shall be firm and free from standing water. 16 a. Notify the City immediately if the water and/or the in -situ soils do not provide 17 for a firm trench bottom. 18 b. The City will determine if any changes are required in the pipe foundation or 19 bedding. 20 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 21 excavation shall not advance beyond the pipe placement so that the trench may be 22 backfilled in the same day. 23 6. Over Excavation 24 a. Fill over excavated areas with the specified bedding material as specified for 25 the specific pipe to be installed. 26 b. No additional payment will be made for over excavation or additional bedding 27 material. 28 7. Unacceptable Backfill Materials 29 a. In -situ soils classified as unacceptable backfill material shall be separated from 30 acceptable backfill materials. 31 b. if the unacceptable backfill material is to be blended in accordance with this 32 Specification, then store material in a suitable location until the material is 33 blended. 34 c. Remove all unacceptable material from the project site that is not intended to be 35 blended or modified. 36 8. Rock — No additional compensation will be paid for rock excavation or other 37 changed field conditions. 38 B. Shoring, Sheeting and Bracing 39 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 40 specific excavation safety system in accordance with Federal and State 41 requirements. 42 2. Excavation protection systems shall be designed according to the space limitations 43 as indicated in the Drawings. 44 3. Furnish, put in place and maintain a trench safety system in accordance with the 45 Excavation Safety Plan and required by Federal, State or local safety requirements. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 \\ tw-fs.ftw.apailsbamlprojectsN0318\040-01\Spm\Fivai\Finat Part 2A Specificatiow\Contarmedt33 05 10—MlityTreoch Excavation, Embedment and Backrill.doc 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 1 4. If soil or water conditions are encountered that are not addressed by the current 2 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 3 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 4 City. 5 5. Do not allow soil, or water containing soil, to migrate through the Excavation 6 Safety System in sufficient quantities to adversely affect the suitability of the 7 Excavation Protection. System. Movable bracing, shoring plates or trench boxes 8 used to support the sides of the trench excavation shall not: 9 a. Disturb the embedment located in the pipe zone or lower 10 b. Alter the pipe's line and grade after the Excavation Protection System is 11 removed 12 c. Compromise the compaction of the embedment located below the spring line of 13 the pipe and in the haunching 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it hag sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below 'he top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. c. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan, 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 11Fiw-fs.ftw.apailsharelprojecis103181040.QL1Spe TinallFinal Part 2A SpecificationsTonfomed\33 05 10_ihihty Trench Exeavatioq Embedment and Backfi3l.doc 330510-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 1 1) Dispose of ground water in accordance with City policy or Ordinance. 2 2) Do not discharge ground water onto or across private property without 3 written permission. 4 3) Permission from the City is required prior to disposal into the Sanitary 5 Sewer. 6 4) Disposal shall not violate any Federal, State or local regulations. 7 D. Embedment and Pipe Placement 8 1. Water Lines less than, or equal to, 12 inches in diameter: 9 a. The entire embedment zone shall be of uniform material. 10 b. Utility sand shall be generally used for embedment. 11 c. If ground water is in sufficient quantity to cause sand to pump, then use 12 crushed rock as embedment. 13 1) If crushed rock is not specifically identified in the Contract Documents, 14 then crushed rock shall be paid by the pre bid unit price. 15 d. Place evenly spread bedding material on a firm trench bottom. 16 e. Provide firm, uniform bedding. 17 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 18 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 19 proposed grade, unless specifically called for in the Drawings. 20 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 21 more than 12 inches, above the pipe. 22 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 23 the elevation of the valve nut. 24 j_ Form all blocking against undisturbed trench wall to the dimensions in the 25 Drawings. 26 k. Compact embedment and initial backfill. 27 1. Place marker tape on top of the initial trench backfill in accordance with 28 Section 33 05 26. 29 2. Water Lines 16-inches through 24-inches in diameter: 30 a. The entire embedment zone shall be of uniform material. 31 b. Utility sand may be used for embedment when the excavated trench depth is 32 less than 15 feet deep. 33 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 34 trench depths 15 feet, or greater. 35 d. Crushed rock shall be used for embedment for steel pipe. 36 e. Provide trench geotextile fabric at any location where crushed rock or fine 37 crushed rock come into contact with utility sand 38 f. Place evenly spread bedding material on a firm trench bottom. 39 g. Provide firm, uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) If additional crushed rock is required not specifically identified in the 43 Contract Documents, then crushed rock shall be paid by the pre -bid unit 44 price. 45 h. Place pipe on the bedding according to the alignment shown on the Drawings. 46 i. The pipe line shall be within: 47 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 48 lines CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 \Wtw-fs.flw.apailsharelprojects103181040-0115pe \Final4Fioal Part 2A SpecificationslConformechM 05 14 Utility Trench F=avadoq Embedment and Bachfill.doc 3305 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 1 j. Place and compact embedment material to adequately support haunches in 2 accordance with the pipe manufacturer's recommendations. 3 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 4 but not more than 12 inches, above the pipe. 5 1. Where gate valves are present, the initial backfill shall extend to up to the valve 6 nut. 7 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 8 ASTM D 698. 9 n. Density test may be performed by City to verify that the compaction of 10 embedment meets requirements. 11 o. Place trench geotextile fabric on top of the initial backfill. 12 p. Place marker tape on top of the trench geotextile fabric in accordance with 13 Section 33 05 26. 14 3. Water Lines 30-inches and greater in diameter 15 a. The entire embedment zone shall be of uniform material. 16 b. Crushed rock shall be used for embedment. 17 c. Provide trench geotextile fabric at any location where crushed rock or fine 18 crushed rock come into contact with utility sand. 19 d. Place evenly spread bedding material on a firm trench bottom. 20 e. Provide firm, uniform bedding. 21 1) Additional bedding may be required if ground water is present in the 22 trench. 23 2) If additional crushed rock is required which is not specifically identified in 24 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 25 price. 26 f. Place pipe on the bedding according to the alignment shown on the Drawings. 27 g. The pipe line shall be within: 28 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 29 h. Place and compact embedment material to adequately support haunches in 30 accordance with the pipe manufacturer's recommendations. 31 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 32 not exceed the spring line prior to compaction. 33 j. Place remaining embedment, including initial backfill, to a minimum of 6 34 inches, but not more than 12 inches, above the pipe. 35 k. Where gate valves are present, the initial backfill shall extend to up to the valve 36 nut. 37 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 38 ASTM D 698. 39 m. Density test may be performed by City to verify that the compaction of 40 embedment meets requirements. 41 n. Place trench geotextile fabric on top of the initial backfill. 42 o. Place marker tape on top of the trench geotextile fabric in accordance with 43 Section 33 05 26, 44 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 45 a. The entire embedment zone shall be of uniform material. 46 b. Crushed rock shall be used for embedment. 47 c. Place evenly spread bedding material on a firm trench bottom. 48 d. Spread bedding so that lines and grades are maintained and that there are no 49 sags in the sanitary sewer pipe line. CITY OF FORT WORTH Sanitary Sewer Maid 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 11Fhv-Ss.flw.apalsbare projccts103181040-O hSpe WinaAPinal Part 2A SPecifica1iow\ConformedU3 C5 10_Mity Treacle Enavation, Embedmcnt and Dackfill.doc 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 1 e. Provide firm, uniform bedding. 2 1) Additional bedding may be required if ground water is present in the 3 trench. 4 2) If additional crushed rock is required which is not specifically identified in 5 the Contract Documents, then crushed rock shall be paid by the pre bid unit 6 price. 7 f Place pipe on the bedding according to the alignment shown in the Drawings. 8 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent 9 with the grade shown on the Drawings. 10 h. Place and compact embedment material to adequately support haunches in 11 accordance with the pipe manufacturer's recommendations. 12 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 13 exceed the spring line prior to compaction. 14 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 15 but not more than 12 inches, above the pipe. 16 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 17 ASTM D 698. 18 1. Density test may be performed by City to verify that the compaction of 19 embedment meets requirements. 20 m. Place trench geotextile fabric on top of the initial backfill. 21 n. Place marker tape on top of the trench geotextile fabric in accordance with 22 Section 33 05 26. 23 5. Storm Sewer (RCP) 24 a. The bedding and the pipe zone up to the spring line shall be of uniform 25 material. 26 b. Crushed rock shall be used for embedment up to the spring line. 27 c. The specified backfill material may be used above the spring line. 28 d. Place evenly spread bedding material on a firm trench bottom. 29 e. Spread bedding so that lines and grades are maintained and that there are no 30 sags in the storm sewer pipe line. 31 f Provide firm, uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required which is not specifically identified in 35 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 36 price. 37 g. Place pipe on the bedding according to the alignment of the Drawings. 38 h. The pipe line shall be within 10.1 inches of the elevation, and be consistent 39 with the grade, shown on the Drawings. 40 i. Place embedment material up to the spring line. 41 1) Place embedment to ensure that adequate support is obtained in the haunch. 42 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 k. Density test may be performed by City to verify that the compaction of 45 embedment meets requirements. 46 1. Place trench geotextile fabric on top of pipe and crushed rock. 47 6. Storm Sewer Reinforced Concrete Box 48 a. Crushed rock shall be used for bedding. 49 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 1\14w-fs.$w.apai\share\projects%03I M40-014Specs\FinallFinal Parr 2A Specificatiows ConformedW 05 10_Utility Trench Excavation, Embedment and Backfill.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3305 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the Storm sewer pipe line. c. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within t0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill I. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 20I6 11ptw-fs.ftw_apailshuce pmjuts103181040-011Spa TinalTPinal Part 2A SpeciricatinnslConformed133 05 10_U ilityTrench Excavatio% EmbWment and Backfill.doc 3305 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2, Backfill Material 4 a. Final backfill depth less than 15 feet 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 10 1) Backfill depth from 0 to 15 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specifically required 20 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 21 1) Backfill with: 22 a) Acceptable backfill material, or 23 b) Blended backfill material 24 d. Backfill for service lines: 25 1) Backfill for water or sewer service lines shall be the same as the 26 requirement of the main that the service is connected to. 27 3. Required Compaction and Density 28 a. Final backfill (depths less than 15 feet) 29 1) Compact acceptable backfill material, blended backfill material or select 30 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 31 moisture content within -2 to +5 percent of the optimum moisture. 32 2) CSS or CLSM requires no compaction. 33 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 34 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 35 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 36 moisture. 37 2) CSS or CLSM requires no compaction. 38 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 39 1) Compact acceptable backfill material blended backfill material, or select 40 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 41 moisture content within -2 to +5 percent of the optimum. moisture. 42 4. Saturated Soils 43 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 44 optimum moisture content, the soils are considered saturated. 45 b. Flooding the trench or water jetting is strictly prohibited. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 6Ftw-fs.flw.apalsharelpmjmis103181040-oi\Spe TinaINFi©al Part 2A Spwiflcaliow\Confarmed"3 05 10_Utility Trench Excavation, Embedment and Backfill.doc 330516-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND 13ACKFILL Page 18 of 21 1 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 2 Appendix, Contractor shall proceed with Work following all backfill 3 procedures outlined in the Drawings for areas of soil saturation greater than 5 4 percent. 5 d. If saturated soils are encountered during Work but not identified in Drawings or 6 Geotechnical Report in the Appendix: 7 1) The Contractor shall; 8 a) Immediately notify the City. 9 b) Submit a Contract Claim for Extra Work associated with direction from 10 City. 11 2) The City shall: 12 a) Investigate soils and determine if Work can proceed in the identified 13 location. 14 b) Direct the Contractor of changed backfill procedures associated with 15 the saturated soils that may include: 16 (1) Imported backfill 17 (2) A site specific backfill design 18 5. Placement of Backfill 19 a. Use only compaction equipment specifically designed for compaction of a 20 particular soil type and within the space and depth limitation experienced in the 21 trench. 22 b. Flooding the trench or water setting is strictly prohibited. 23 c. Place in loose lifts not to exceed 12 inches. 24 d. Compact to specified densities. 25 e. Compact only on top of initial backfill, undisturbed trench or previously 26 compacted backfill. 27 £ Remove any loose materials due to the movement of any trench box or shoring 28 or due to slougbing of the trench wall. 29 g. Install appropriate tracking balls for water and sanitary sewer trenches in 30 accordance with Section 33 05 26. 31 6. Backfill Means and Methods Demonstration 32 a. Notify the City in writing with sufficient time for the City to obtain samples 33 and perform standard proctor test in accordance with ASTM D698. 34 b. The results of the standard proctor test must be received prior to beginning 35 excavation. 36 c, Upon commencing of backfill placement for the project the Contractor shall 37 demonstrate means and methods to obtain the required densities. 38 d. Demonstrate Means and Methods for compaction including: 39 1) Depth of lifts for backfill which shall not exceed 12 inches 40 2) Method of moisture control for excessively dry or wet backfill 41 3) Placement and moving trench box, if used 42 4) Compaction techniques in an open trench 43 5) Compaction. techniques around structure 44 e. Provide a testing trench box to provide access to the recently backfilIed 45 material. 46 £ The City will provide a qualified testing lab full time during this period to 47 randomly test density and moisture continent. 48 1) The testing lab will provide results as available on the job site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 11F1w-{s.flw.apalsbarelprojects10318]040-01LSpem\FinaAFinel Part 2A 5pecifcatium\Conformed133 05 10_U i14y Trench Excavation, rmbedment and Backfill.doc 33 05 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 1 7. Varying Ground Conditions 2 a. Notify the City of varying ground conditions and the need for additional 3 proctors. 4 b. Request additional proctors when soil conditions change. 5 c. The City may acquire additional proctors at its discretion. 6 d. Significant changes in soil conditions will require an additional Means and 7 Methods demonstration. 8 3.5 REPAIlt [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL 11 A. Field Tests and Inspections 12 1. Proctors 13 a. The City will perform Proctors in accordance with ASTM D698. 14 b. Test results will generally be available to within 4 calendar days and distributed 15 to: 16 1) Contractor 17 2) City Project Manager 18 3) City Inspector 19 4) Engineer 20 c. Notify the City if the characteristic of the soil changes. 21 d. City will perform new proctors for varying soils: 22 1) When indicated in the geotechnical investigation in the Appendix 23 2) If notified by the Contractor 24 3) At the convenience of the City 25 e. Trenches where different soil types are present at different depths, the proctors 26 shall be based on the mixture of those soils. 27 2. Density Testing of Backfill 28 a. Density Tests shall be in conformance with ASTM D2922. 29 b. Provide a testing trench protection for trench depths in excess of 5 feet. 30 c. Place, move and remove testing trench protection as necessary to facilitate all 31 test conducted by the City. 32 d. For final backfill depths less than 15 feet and trenches of any depth not under 33 existing or future pavement: 34 1) The City will perform density testing twice per working day when 35 backfiIling operations are being conducted. 36 2) The testing lab shall take a minimum of 3 density tests of the current lift in 37 the available trench. 38 e. For final backfill depths 15 feet and greater deep and under existing or future 39 pavement: 40 1) The City will perform density testing twice per working day when 41 backfilling operations are being conducted. 42 2) The testing lab shall take a minimum of 3 density tests of the current lift in 43 the available trench. 44 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 45 f. Make the excavation available for testing. 46 g. The City will determine the location of the test. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 11ptw-fs.flw.apai\share5pmjecls\03181040.015SpecsTioa11pinal Part 2A Specificatiom\Conformed433 05 10_UiAity Trench Excavation, Embedment and Sackfill.doc 3305 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 1 h. The City testing lab will provide results to Contractor and the City's Inspector 2 upon completion of the testing. 3 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 4 j. Test reports shall include: 5 1) Location of test by station number 6 2) Time and date of test 7 3) Depth of testing 8 4) Field moisture 9 5) Dry density 10 6) Proctor identifier 11 7) Percent Proctor Density 12 3. Density of Embedment 13 a. Storm sewer boxes that are embedded with acceptable backfill material, 14 blended backfill material, cement modified backfill material or select material 15 will follow the same testing procedure as backfill. 16 b. The City may test fine crushed rock or crushed rock embedment in accordance 17 with ASTM D2922 or ASTM 1556. - 18 B. Non -Conforming Work 19 1. All non -conforming work shall be removed and replaced. 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] 25 313 MAINTENANCE [NOT USED] 26 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 1\Fhv-rs.ftw.apai\sharelprojects103181040-011Spe \FinaRFinat Part 2A SpeciBcationsWonforme&33 05 10_Utility Trench Excavation, Embedment and Back6➢.doc 33 05 10 - 21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page21 of21 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for,Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3AE.2 --- Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 12/12/16 Z. Arega 2.2.A, l.d Modify gradation for sand material CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 4\Fiw-fs.tiiv.apai5shareNpmjmis103181040-Ol\Spe \Final4Fina1 Part 2A Specitications\Conformedi33 05 10_Utility Trench Excavation, Embedment and Backfilldoc 1 33 05 131310 - 1 FRAME, COVER, AND GRADE RINGSGRADE RINGS - COMPOSITE Page 1 of 5 1 SECTION 33 05 13.10 2 FRAME, COVER, AND GRADE RINGS - COMPOSITE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Compression Molded Composite Frames and Covers used as access ports into 7 sanitary sewer structures such as manholes and junction boxes. Composite rings 8 and covers shall only to be used in the sanitary sewer system, unless otherwise 9 specified in plans. 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 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to the structure containing the frame, cover 20 and grade rings. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the unit price bid per each structure complete in place, and no 24 other compensation will be allowed. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. American Association of State Highways and Transportation Officials (AASHTO) 31 a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to 32 meet or exceed 21,280 pounds/wheel load 33 b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 0133 00. C]TY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 F:lprojects103181040-011SpeesVinallFinal Part 2A SpecificationADivision 33133 05 13.10 Frame Cover and Grade Rings - Composite.doc 33 05 1313.10 - 2 FRAME, COVER, AND GRADE RINGSGRADE RINGS - COMPOSITE Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All moldings shall display: 6 a. Approved Molder 7 b. Molding date 8 c. Wording that material is non-metallic 9 d. Country of origin 10 2. Provide manufacturer's: 11 a. Specifications 12 b. Load tables 13 c. Dimension diagrams 14 d. Anchor details 15 e. Installation instructions 16 B. Certificates 17 1. Manufacturer shall certify that all moldings conform to the ASTM and AASHTO 18 designations. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 01 60 00 unless otherwise specified on the plans. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00, 34 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 F:lprojects1031MO40-011SpecsTinal\Final Part 2A SpecificationADivision 33U3 05 13.10_Frame Cover and Grade Rings - Composite.doc 33 05 1313.10 - 3 FRAME, COVER, AND GRADE RINGSGRADE RINGS - COMPOSITE Page 3 of 5 1 B. Moldings 2 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or 3 combined with reinforcing fiber rovings, short fiber filaments, or equivalent 4 nonmetaIlic reinforcing structure(s). The thermosetting resin matrix shaII be a 5 polymer, vinylester, or a blend of these. The moldings shall be true to pattern in 6 locations affecting their strength and value for the service intended. Before the 7 moldings are removed from the molding operation, they shall be thoroughly 8 deflashed and cleaned at the parting lines, holes, notches and all exposed edges. 9 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 10 loading with permanent deformation. Composite frames shall have a minimum wall 11 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 12 impact. 13 3. Metal reinforcements or metal hinges molded within the composite shall not be 14 permitted. 15 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 16 5%) added prior to shaping the product by injection molding. 17 5. Covers 18 a. Composite covers shall be compression molded under high pressures (>0.5 19 tons/sq inch of x-y surface area) and high temperatures (>200 degrees P) and 20 shall be molded in the USA. Components for locking systems below the cover 21 exposed to sewer environment shall be made of noncorrosive materials such as 22 nonmagnetic 316 stainless steel (Austenite) or a polymer. 23 b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 24 frame and cover 25 c. Provide with 2 inch wide pick slots in lieu of pick holes. 26 d. Provide gasket in frame and cover. 27 e. Standard Dimensions 28 l) Sanitary Sewer 29 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 30 cover assemblies unless otherwise specified in the Contract Documents. 31 f. Standard Labels 32 1) Sanitary Sewer 33 a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across 34 the lid. 35 g. Hinge Covers 36 1) Provide water tight gasket on all hinged covers. 37 2) Sanitary Sewer 38 a) Provide hinged covers for all manholes or structures constructed over 39 all sewer lines. 40 C. Grade Rings 41 1. Provide grade rings in sizes from 2-inch up to 8-inch. 42 2. Use concrete in traffic loading areas. 43 D. Joint Seaiant 44 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 45 form. r s CrrY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 F:\projects\0318NO40-01\Spccs\Final\FinaI Part 2A Specifications\Division 33133 05 13.10_Frame Cover and Grade Rings - Composite.doc 33 05 1313.10 - 4 FRAME, COVER, AND GRADE RINGS GRADE RINGS - COMPOSITE Page 4 of 5 I 2. Provide sealant that is not dependent upon a chemical action for its adhesive 2 properties or cohesive strength. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] . 9 3.4 INSTALLATION 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Sea] cach grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1, Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Hinge Cover a. Provide hinge cover on all manhole covers. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 F:lprojects103181040-011SpecslFinallFinal Part 2A SpecificationslDivision 33133 05 13.10_Frame Cover and Grade Rings - Composite.doc k 33 05 1313.10 - 5 FRAME, COVER, AND GRADE RINGSGRADE RINGS - COMPOSITE Page 5 of 5 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USEDI 5 3.14 ATTACHMENTS [NOT USED] 7 8 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 F:lprojccts1031 W40-0 ASpecsTinallFinal Part 2A Specifications\Division 33133 05 13.10-Frame Cover and Grade Rings - Composite.doc 1 2 3305 17 - 1 CONCRETE COLLARS Page I of 3 3 PARTt- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 SECTION 33 0517 CONCRETE COLLARS A. Section Includes: 1. Concrete Collars for Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1-- General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 13 — Frame, Cover, and Grade Rings 16 1.2 PRICE AND PAYMENT PROCEDURES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Concrete Collar" installed. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of backfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Faproieds103 185040-OASpersLFiaalSFinal Part 2A SpeciCicationslDivision 33133 05 17_Concrete Colla .doc 330517-2 CONCRETE COLLARS Page 2 of 3 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. 134259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete -- Conform to Section 03 30 00. 23 2. Reinforcing Steel — Conform to Section 03 2100. 24 3. Frame and Cover -- Conform to Section 33 05 13. 25 4. Grade Ring — Conform to Section 33 05 13. 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 CITY OF FORT WORTI3 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 P-lprojects1031 B10¢0-0115pecsl7inalWinal Part 2A SpecificaVons\Division 33133 05 17 Concrete Cullars.doc 330517-3 CONCRETE COLLARS Page 3 of 3 [llcm WMIM 110.1101810 2 A. Evaluation and Assessment 3 1. Verify lines and grades are in accordance to the Drawings. 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Final Rim Elevation 7 1. Install concrete grade rings for height adjustment. 8 a. Construct grade ring on load bearing shoulder of manhole. 9 b. Use sealant between rings as shown on Drawings. 10 2. Set frame on top of manhole or grade rings using continuous water sealant. 11 3. Remove debris, stones and dirt to ensure a watertight sea]. 12 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 13 final surface elevation of the manhole frame. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD 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 25 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed. MY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FArimjects503181040-016Sper Tina[Wina1 Part 2A Speciflcations'Division 33U3 05 17_Concrete Collars.doc 330520- 1 AUGER BORING Page 1 of 7 1 SECTION 33 05 20 2 AUGER BORING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with 7 lengths less than 350 feet at the locations shown on the Drawings 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 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 15 4. Section 33 05 22 — Steel Casing Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to steel casing pipe construction. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item are 22 subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be 23 complete in place, and no other compensation will be allowed. 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Occupational Safety and Health Administration (OSHA.) 30 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 31 1926, Subpart S, Underground Construction and Subpart P, Excavation. 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Pre -installation 34 1. Provide written notice to the City at least 3 workings days in advance of the 35 planned launch of auger boring operations. 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 0133 00, CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.lpmjec(s1031MO40-011SpeesTF ia[kFina1 Par(2A SpocifrcationslDivision 33"3 05 20—Auger Boring doc 330520-2 AUGER BORING Page 2 of 7 1 B. All submittals shall be approved by the City prior to delivery. 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Qualifications 7 1. Contractor 8 a. All boring work shall be performed by an experienced subcontractor or 9 Contractor who has at least 5 years of experience in performing tunneling work 10 and has completed at least 5 boring projects of similar diameter and ground 11 conditions. 12 1) At least 1 of the projects shall have an individual boring length equal to or 13 greater in length than the longest tunnel on this project. 14 2) Submit details of referenced projects including owner's name and contact 15 information, project superintendent and machine operators. 16 b. The project superintendent shall have at least 5 years of experience supervising 17 boring construction. 18 1) The Contractor may be required to submit details of referenced project 19 including owner's name, contact information and project superintendent. 20 c. The site safety representative and personnel responsible for air quality 2t monitoring shall be experienced in tunnel construction and shall have current 22 certification by OSHA. 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 MATERIALS 29 A. Description 30 1. Steel Casing Pipe shall be in accordance with Section 33 05 22, 31 2. Tunnel Liner Plate is not permitted for use with Auger Boring, 32 B. Design Criteria 33 1. Design excavation methods and spoil conveyance system for the full range of 34 ground conditions described in the Geotechnical Reports anticipated 35 2, Tolerance 36 a. Pressurized Carrier pipe CITY OF FORT WORTII Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FaprojeclsWl 81040-0 Mpe"Tin.M.al Part 2A Specificalions\Dmsion 33\33 05 20_Anger So-g, doc 330520-3 AUGER BORING Page 3 of 7 1 1) Lateral or vertical variation in the final position of the pipe casing from the 2 line and grade established by the Drawings shall be permitted only to the 3 extent of Iinch in 10 feet provided that such variation shall be regular and 4 only in the direction that will not detrimentally affect the function of the 5 carrier pipe and clearances from other underground utilities or structures. 6 b. Gravity Carrier Pipe 7 1) Lateral variation in the final position of the pipe casing from the line and 8 grade established by the Drawings shall be permitted only to the extent of 9 Iinch in 10 feet provided that such variation shall be regular and only in the 10 direction that will not detrimentally affect the function of the carrier pipe I and clearances from other underground utilities or structures. 12 2) Grades shown on Drawings must be maintained vertically. 13 3. Use methods and equipment that control surface settlement and heave above the 14 pipeline to prevent damage to existing utilities, facilities and improvements. 15 a. Limit any ground movements (settlement/heave) to values that shall not cause 16 damage to adjacent utilities or surface features (i.e. pavement, structures, 17 railroad tracks, etc.) 18 b. Repair any damage caused by ground movements at no cost to the City. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Boring shall not begin until the following have been completed: 26 1. Review of available utility drawings and location of conduits and underground 27 utilities in all areas where excavation is to be performed. 28 a. Notify the applicable one -call system prior to any excavation to avoid 29 interference with the existing conduits and utilities in accordance with Division 30 1. 31 1) Repair damage to existing utilities resulting from excavation at no 32 additional cost to the City. 33 b. Follow notification requirements of permit provider where applicable. 34 2. Complete pit excavations and support systems for each drive in accordance with the 35 requirements of the Specifications. 36 3.4 INSTALLATION 37 A. General 38 1. Immediately notify the City if any problems are encountered with equipment or 39 materials or if the Contractor believes the conditions encountered are materially and 40 significantly different than those represented within the Contract Documents. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:4pmjects50316kU40-011Spe Tinal%final Part 2A SpecificalianslDivision 3A33 05 20_Auger Baring.doc 330520-4 AUGER BORING Page 4 of 7 1 2. Where pipe is required to be installed under railroad embankments or under 2 highways, streets or other facilities, construction shall be performed in such a 3 manner so as to not interfere with the operation of the railroad, street, highway or 4 other facility, and so as not to weaken or damage any embankment or structure. 5 3. During construction operations, furnish and maintain barricades and lights to 6 safeguard traffic and pedestrians until such time as the backfill has been completed 7 and then remove from the site. 8 4. Properly manage and dispose of groundwater inflows to the shafts in accordance 9 with requirements of specifications and all permit conditions. 10 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 11 proper approval and permits. 12 5. Furnish all necessary equipment, power, water and utilities for tunneling, spoil 13 removal and disposal, grouting and other associated work required for the methods 14 of construction. 15 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 16 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped 17 areas or existing utilities. 18 a. Any damage shall be immediately repaired to original or better condition and to 19 the satisfaction of the Engineer or permit grantor at no additional cost to the 20 City. 21 8. Whenever there is a condition that is likely to endanger the stability of the 22 excavation or adjacent structures, operate with a full crew 24 hours a day, including 23 weekends and holidays, without interruption, until those conditions no longer 24 jeopardize the stability of the Work. 25 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by 26 utility owners / operators that subscribe to One Call, and shall individually notify 27 all other known or suspected utilities to request :marking of these utilities. 28 a. Confirm that all requested locates are made prior to commencing boring 29 operations. 30 b. Visually confirm and stake necessary existing lines, cables, or other 31 underground facilities including exposing necessary crossing utilities and 32 utilities within 10 feet laterally of the designed tunnel. 33 c. Control drilling and grouting practices to prevent damage to existing utilities. 34 B. Boring Methods 35 1. Tunnel liner plate shall not be used for auger boring. 36 2. The Contractor shall be fully responsible for insuring the methods used are 37 adequate for the protection of workers, pipe, property and the public and to provide 38 a finished product as required. 39 3. Blasting is not allowed. 40 C. Pits and Trenches 41 1. If the grade of the pipe at the end is below the ground surface, suitable pits or 42 trenches shall be excavated for the purpose of conducting the jacking operations 43 and for placing end joints of the pipe. 44 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such 45 work shall be sheeted securely and braced in a manner to prevent earth from caving 46 in. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F-lprojects103 IW40-OVSpec Wioallfinal Part 2A Specifications\Division 33W 05 20_Auge Baring_doc 330520-5 AUGER BORING Page 5 of 7 1 3. The location of the pit shall meet the approval of the City. 2 4. The pits of trenches excavated to facilitate these operations shall be backfilled in 3 accordance with Section 33 05 10 immediately after the casing and carrier pipe 4 installation has been completed. 5 D. Boring 6 1. Install steel casing pipe by boring hole with the earth auger and simultaneously 7 jacking pipe into place. 8 2. The boring shall proceed from a pit provided for the boring equipment and 9 workmen. 10 3. Pilot Hole, required for 24-inch and larger casings 11 a. By this method an approximate 2-inch hole shall be bored the entire length of 12 the crossing and shall be checked for line and grade on the opposite end of the 13 bore from the work pit. 14 b. This pilot hole shall serve as the centerline of the larger diameter hole to be 15 bored. 16 c. Other methods of maintaining line and grade on the casing may be approved if 17 acceptable to the Engineer. 18 d. PIaced excavated material near the top of the working pit and disposed of as 19 required. 20 1) If no room is available, immediate haul off is required. 21 4. The use of water or other fluids in connection with the boring operation will be 22 permitted only to the extent required to lubricate cuttings. 23 a. Jetting or sluicing will not be permitted.. 24 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting 25 of at least 10 percent of high grade carefully processed bentonite may be used to: 26 a. Consolidate cuttings of the bit 27 b. Seal the walls of the hole 28 c. Furnish lubrication for subsequent removal of cuttings and installation of the 29 pipe immediately thereafter 30 6. Allowable variation from the line and grade shall be as specified in this 31 Specification. 32 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure 33 grouted. 34 E. Contact Grouting 35 1. Contact grout any voids caused by or encountered during the boring. 36 a. Modify equipment and procedures as required to avoid recurrence of excessive 37 settlements or damage. 38 F. Control of Line and Grade 39 1. Monitor Iine and grade continuously during boring operations. 40 a. Record deviation with respect to design line and grade once at each casing 41 joint. 42 2. If the pipe installation does not meet the specified tolerances, correct the 43 installation, including any necessary redesign of the pipeline or structures and 44 acquisition of necessary easements. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:*rojects503181040-0]1SpecsTina6Final Part 2A Spe ffieationsWivision 33\33 05 20 Auger Doring.doc 330520-6 AUGER BORING Page 6 of 7 1 3.5 CLEANUP AND RESTORATION 2 A. After completion of the boring, all construction debris, spoils, oil, grease and other 3 materials shall be removed from the pipe, pits and all work areas. 4 B. Restorationn shall follow construction as the Work progresses and shall be completed as 5 soon as reasonably possible. 6 1. Restore and repair any damage resulting from surface settlement caused by shaft 7 excavation or boring. 8 2. Any property damaged or destroyed shall be restored to a condition equal to or 9 better than existing prior to construction. 10 3. Restoration shall be completed no later than 30 days after boring is complete, or 11 earlier if required as part of a permit or easement agreement. 12 4. This provision for restoration shall include all property affected by the construction 13 operations. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 SITE QUALITY CONTROL 16 A. Field Tests and Inspectionss 17 1. AIlow access to the City and furnish necessary assistance and cooperation to aid in 18 the observations, measurements, data and sample collection, including, but not 19 limited to the following: 20 a. The City shall have access to the boring system prior to, during and following 21 all boring operations. 22 b. The City shall have access to the tunneling shafts prior to, during and following 23 all boring operations. 24 1) This shall include, but not be limited to, visual inspection of installed pipe 25 and verification of line and grade. 26 2) The Contractor shall provide safe access in accordance with all safety 27 regulations. 28 c. The City shall have access to spoils removed from the boring excavation prior 29 to, during and following all boring operations. 30 1) The City shall be allowed to collect soil samples from the muck buckets or 31 spoil piles a minimum of once every 10 feet and at any time when changes 32 in soil conditions or obstructions are apparent or suspected. 33 B. Safety 34 1. The Contractor is responsible for safety on the jab site. 35 a. Perform all Work in accordance with the current applicable regulations of the 36 Federal, State and local agencies. 37 b. In the event of conflict, comply with the more restrictive applicable 38 requirement. 39 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. 40 a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject 41 to applicable local, State and Federal regulations. 42 3. Furnish and operate a temporary ventilation system in accordance with applicable 43 safety requirements when personnel are underground. 44 a. Perform all required air and gas monitoring. CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01227 Revised December 20, 2012 F:lpmjects103 18504U-0i55Pe Tina[Tinal Part 2A SpeciScatinns\Division 33\33 05 20 Augar Boriag.doc 0 330520-7 AUGER BORING Page 7 of 7 I b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 2 atmosphere free of toxic or flammable gasses in all underground work areas. 3 4. Perfornn all work in accordance with all current applicable regulations and safety 4 requirements of the Federal, State and Local agencies. 5 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 6 Underground Construction and Subpart P, Excavations. 7 a. In the event of conflict, comply with the more stringent requirements. 8 6. If personnel will enter the pipe during construction, the Contractor shall develop an 9 emergency response plan for rescuing personnel trapped underground in a shaft 10 excavation or pipe. I a. Keep on -site all equipment required for emergency response in accordance with 12 the agency having jurisdiction. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD.} CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F--*rojecis503181040-01YspeesWinaMina3 Part 2A SpecificarioasVDivision 33133 05 20_Auger Buring.doc 2 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 330521-1 TUNNEL LINER PLATE Page I of 5 SECTION 33 05 21 TUNNEL LINER PLATE 1. Minimum requirements for manufacturing, finmishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification .r.. yr- t• — 'r 3 if-pel-pi: 1-Kjo �11-11 1i iFi Fri} ,c'4 ��--� y7 Jo- • 41 u � • ,- �~'''s•SGil3io-r41 i•{Y.('S+W: — _ —k.+l: 5'- l: �[.a'•I 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 --- General Requirements 19 3. Section 33 05 23 — Hand Tunneling 20 4. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 a. Measurement 24 1) Measured horizontally along the surface for the length of Tunnel Liner 25 Plate installed 26 b. Payment 27 1) The work performed and materials furnished in accordance with this 28 Item and measured as provided under "Measurement" will be paid for at the 29 unit price bid per Iinear foot of "Casing/Tunnel Liner Plate, By Other than 30 Open Cut" installed for: 31 a) Various Sizes 32 2) The work performed and materials furnished in accordance with this 33 Item and measured as provided under "Measurement" will be paid for at the 34 unit price bid per linear foot of "Tunnel Liner Plate, By Other than Open Cut" 35 installed for: 36 a) Various Sizes 37 c. The price bid shall include: 38 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 39 2) Mobilization 40 3) Launching shaft 41 4) Receiving shaft CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.$w.apalsha \projects50318%040-015SpeesTina]1Finat Part 2A Specifrca1ions\Conformedl33 05 21_Tnoael Liner Plaie.doc 330521 -2 TUNNEL LINER PLATE Page 2 of 5 1 5) Pavement removal 2 6) Excavation 3 7) Hauling 4 8) Disposal of excess material 5 9) Furnishing, placement, and compaction of backfill 6 10) Clean-up 71.3 REFERENCES 8 A. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. American Association of State Highway and Transportation Officials (AASHTO) 13 a. LRFD, Bridge'Design Manual, Section 12.13 14 b. M190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 15 3. American Society of Testing and Materials (ASTM): 16 a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron 17 and Steel Products. 18 b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel 19 Hardware. 20 c. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, 21 Structural, High -Strength Low -Alloy and High -Strength Los -Alloy with 22 Improved Formability, and Ultra -High Strength, 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00, 26 B. All submittals shall be approved by the City prior to delivery. 27 1.6 ACTION STJI31!'JfIITALS/INFORMATIONAL SL.TMITTr41 S 28 A. Product Data 29 1. Tunnel Liner Plate and fasteners 30 a, Material data 31 2. Exterior Coating 32 a. Material data 33 b. Field touch-up procedures 34 3. Grout Mix 35 a. Material data 36 B, Shop Drawings 37 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed 38 Engineer in the State of Texas. 39 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 40 3. Grout coupling location and spacing CITY OF FORT WORTH Sauitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Utw-fs.Rw,apail hma projectffl3181040-011Specs5F1na11Fina1 Pert 2A SpecificationsTonforme&33 05 21 Tunnel Liner Piate.doc 330521 -3 TUNNEL LINER PLATE Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's 6 recommendations to protect coating systems. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Manufacturers 13 1. Only the manufacturers as listed on the City's Standard Products List will be 14 considered as shown in Section 0160 00, and/or as specified herein. 15 a. The manufacturer must comply with this Specification and related Sections. 16 b. Manufactured by Contech Construction Products, Inc., American Commercial 17 Inc., or approved equal. 18 2. Any product that is not listed on the Standard Products List is considered a 19 substitution and shall be submitted in accordance with Section 0125 00. 20 B. Design Criteria 21 a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and 22 criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. 23 b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. 24 c. Allow a maximum deflection of 3 percent. 25 d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable 26 and shall be increased as necessary to obtain adequate joint strength, stiffness, 27 buckling strength and resistance to deflection. 28 C. Materials 29 1. Tunnel Liner Plate 30 a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets 31 conforming to the requirements of ASTM A1011. 32 1) Potable and Reclaimed Water carrier pipe 33 a) Galvanized 34 (1) Plate to be galvanized with zinc coating in accordance with 35 ASTM A123 with the following exception: 36 (a) Zinc shall be applied at a rate of 2-0 ounces per square foot on 37 each side. 38 b) Coated CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharc5prajecls103181040-011Sp=\Final4Fina1 Part 2A SpedricatiomkConformed133 05 21_Tmmcl Liner Plale.doc 330521 -4 TUNNEL LINER PLATE Page 4 of 5 1 (1) Plate to be coated with a bituminous coating meeting the 2 performance requirements of AASHTO M190 3 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 4 inches, measured on crests of corrugations. 5 2) Sanitary Sewer carrier pipe 6 a) Galvanized 7 (1) Plate to be galvanized with zinc coating in accordance with ASTM 8 A123 with the following exception: 9 (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on 10 each side. 11 b. Tunnel Liner Plates and fasteners shall comply with the requirements of 12 AASHTO LRFD, Bridge Design Manual, Section 12.13. 13 1) Liner plates shall be punched for bolting on both longitudinal and 14 circumferential seams and fabricated to permit complete erection from the 15 inside of the tunnel. 16 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 17 3) Where groundwater is encountered gasketed liner plates shall be used. 18 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel 19 shall be interchangeable. 20 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be 21 alIowed, 22 6) The material used for the construction of these plates shall be new, unused 23 and suitable for the purpose intended. 24 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: 25 26 Tunnel Diameter inches 2-Flanged Liner Plate Thickness (gauge) 4-Flanged Liner Plate Thickness (gauge) Bury Depth. 8 feet —16 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 12 8 84 27 *The information in the above table is based on the following assumptions: 28 AASHTO Section 16: "Steel Tunnel Liner Plates", H2O loading angle of 0 and 29 bury depth of 8 feet to 16 feet. For projects not meeting these assumptions, a 30 specific design should be performed to determine the appropriate thickness for 31 the liner plate. 32 2. Casing Insulators 33 a. Casing insulators shall be used for this project in accordance with 34 Section 33 05 24. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11F1w-fa.ftw.apailsha \MjcctM3181040-011Spe \Final�Final Part 2A SpmificationslConformed\A3 05 21 Tunnel Liner Plate.doc 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 r 26 330521-5 TUNNEL LINER PLATE Page 5 of 5 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 33 05 23. B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in accordance with Section 33 05 23. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.3.A.3 — AASHTO reference updated to current publication CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 k%Rw-fs.ftw.apa'SshmVyojects103181040-011Sp=\Final\Fina! Part 2A SpetificadomkConfonned433 05 21 Tunnel Liner Plale.doc I 1 2 3 PARTt- GENERAL 4 1.1 SUMN ARY SECTION 33 05 22 STEEL CASING PIPE 330522-1 STEEL CASING PIPE Page 1 of 6 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. done. $=rscli-in12 :diruatlis�l:.11,'Y5i.tsii'.') ry'�: ���;ti'✓ ,`�". a :.r�t' ,rr,;w.tp!'Iv�''. ��'� ertgV:,r.1.;'.._ 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1— General Requirements 17 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 18 4. Section 33 05 20 — Auger Boring 19 5. Section 33 05 23 — Hand Tunneling 20' 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Open Cut 24 a. Measurement 25 1) Measured horizontally along the surface for length of Steel Casing Pipe 26 installed 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under "Measurement" will be paid for at the unit 30 price bid per linear foot of "Casing, By Open Cut" installed for: 31 a) Various Sizes 32 c. The price bid shall include: 33 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 34 2) Mobilization 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess material 39 7) Furnishing, placement, and compaction of embedment 40 8) Furnishing, placement, and compaction of backfill ❑A CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 ❑Rw-fs-ftw.apailsbarelprojects103181040-OI1Sp=c Final\Fioal Pan 2A Spe fflcatinns\Conformed"3 05 22_Steel Casing Pipe.doc 33 05 22 - 2 STEEL CASING PIPE Page 2 of 6 1 9) Clean-up 2 2. By Other than Open Cut 3 a. Measurement 4 1) Measured horizontally along the surface for length of Steel Casing Pipe 5 installed 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under "Measurement" will be paid for at the unit 9 price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open 10 Cut" installed for: 11 a) Various Sizes 12 2) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price bid per Iinear foot of "Casing, By Other than Open Cut" installed for: 15 a) Various Sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 18 2) Mobilization 19 3) Launching shaft 20 4) Receiving shaft 21 5) Pavement removal 22 6) Excavation 23 7) Hauling 24 8) Disposal of excess material 25 9) Furnishing, placement, and compaction of backfill 26 10) Clean-up 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard pnbliched at the time of the latest revision data logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. ASTM International (ASTM): 33 a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe 34 (NPS Sizes 4 and Over). 35 3. American Water Works Association (AWWA): 36 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 37 Enamel and Tape - Hot Applied. 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 0133 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 43 A. Product Data CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.flw.apai\sharelprojects103181040-011Sp=TinallFinal Part 2A SpecificationaWonformcn3 05 22_Stmi Casing Pipe.doc 330522-3 STEEL CASING PIPE Page 3 of 6 1 1. Exterior Coating 2 a. Material data 3 b. Field touch-up procedures 4 2. Interior Coating 5 a. Material data 6 b. Field touch-up procedures 7 B. Shop Drawings 8 1. No shop drawings required for Auger Boring 9 2. For Tunneling, provide the following: 10 a. Furnish details;for Steel Casing Pipe outlining the following: 11 1) Grout/lubrication ports 12 2) Joint details 13 3) Other miscellaneous items for furnishing and fabricating pipe 14 b. Submit calculations in a neat, legible format that is sealed by a Licensed 15 Professional Engineer in Texas, consistent with the information provided in the 16 geotechnical report, and includes: 17 1) Calculations confirming that pipe jacking capacity is adequate to resist the 18 anticipated jacking loads for each crossing with a minimum factor of safety of 19 2 20 2) Calculations confrming that pipe capacity is adequate to safely support all 21 other anticipated loads, including earth and groundwater pressures, surcharge 22 loads, and handling loads 23 3) Calculations confirming that jointing method will support all loading 24 conditions 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING 29 A. Delivery, Handling, and Storage 30 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 3.1 as recommended by the manufacturer, for protection during shipping and storage. 32 2. Deliver, handle and store pipe in accordance with the Manufacturer's 33 recommendations to protect coating systems. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS 37 2.1 OWNER -FURNISHED [opt] OWNER SUPPLIEDPRODUCTS [NOT USED] 38 2.2 MATERIALS 39 A. Design Criteria CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Wlw-fa.Hw.apai\sbwe*mje Is103IS1040-011Sp=\FinalSFina1 Pare 2A Specifications%GDnformc&33 05 22_Ste t Casing Pipe.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 33 05 22 - 4 STEEL CASING PIPE Page 4 of 6 1. The Contractor is fully responsible for the design. of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter (inches) Minimum Wall Thickness inches 14 —18 .3125 5/16 20 — 24 .375 3/8 26 — 32 .5 1/2 34 — 42 .625 5/8 44 — 48 .6875 11/16 Greater than 48 Project specific desi 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the reauired carrier pipe with casing spacers asrequired in Section 33 05 24= a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances CITY OF FORT WORTH Sanitary sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\F'tiv-fs.ftw.apaflsharelproject5103181040-011SpecslFinalll final Part 2A Sp=ifications\ConformeJM 05 22_Stee! Casing Pipe.doe 330522-5 STEEL CASING PIPE Page 5 of 6 1 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 2 compatible with performance requirements and proposed installation methods 3 that meet or exceed the specific requirements below: 4 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 5 nominal wall thickness. 6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 7 circumference, whichever is less. 8 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 9 diameter. 10 4) Roundness such that the difference between the major and minor outside 1 i diameters shall not exceed 0.5 percent of the specified nominal outside 12 diameter or 1/4 inch, whichever is less. 13 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot 14 length. 15 3. All steel pipe shall have square ends. 16 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 17 a true plane perpendicular to the axis of the pipe and passing through the center 18 of the pipe at the end. 19 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 20 the outside to an angle of 35 degrees with a tolerance of f 2%2 degrees and with a 21 width of root face l/16 inch ± 1/32 inch. 22 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. 23 a. All girth weld seams shall be ground flush. 24 C. Finishes 25 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in 26 accordance with the requirements ofAWWA C203. 27 a. Touch up after field welds shall provide coating equal to those specified above. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 35 36 37 38 39 40 41 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10, 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 N%n%v-fs.ftw.apmS shm6projmtsN03181040-011Spe \Final\Fina] Par12A Sperifirations\Conforme&33 05 22_Sieel Casing PipeAvc 330522-6 STEEL CASING PIPE Page 6 of 6 1 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 2 steel pipe is acceptable. 3 4. Integral machined press -fit connections shall be installed in accordance with the 4 manufacturer's installation procedures and recommendations. 5 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 6 Section 33 05 24. 7 C. Contact grouting of the annulus outside the casing pipe shall be performed in 8 accordance with Section 33 05 23 or Section 33 05 20, 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 20 21 END OF SECTION Revision Fog DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0I227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharelprojects103lS\C40-014Spea%TinallFinal Pact 2A Specifications\ConformeclM 05 22_Steel Casiug Pipe.doc 0 330523-1 HAND'TUNNELING Page 1 of 11 1 SECTION 33 05 23 2 HAND TUNNELING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe 7 at the locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1 None.Jg� } �S 10 f4]SL"��ll�Ci�'dtL 12 r'h2. i'}llllix.. 4i 13 t' 3_ L_L'"" Sii �s i;i�7111!� E'�'.lii6' I!ki�lil:' _ !L'_Ll1,1i 1'rI,-.. 14 _ "//T.-';;;, 1 Ii Jh'A'J'] .C{I'i}"_'.:�.i5}11.7i f~:I__1171` �I' Iill li!C .'i.i'�'L�:Sn,i.j4':ti35L:i,• .- 15 11;4 4 M1{"sl i%I-1'_"t{�J ill;lk' 11"'� ft ! llill I}4 f;i114'=kkt: i :4•ii+' i} f"1 I I:lf_ L 4 'I. J ll i""t'k: i'15 r. .Li ti!�: .4. ." i .1 _. L'i.il'U I _"4'�I1='1�i1 I'�ik .1G":. .":l .!kLL 111'J �.f 'i11 17 Tt t.:.:, xr11! Inc 1-Wi% 'rL_'.L' ti .l ,°IIIUIIll -L;{1 {->i' 11jC-T'i`'r'Iz 18 G" '[k�31i1!C s{ [l rl'l '44'ipr74i I1;S17--i++r r`:-.-'.1;,F bcn,IIi1 i:ri+i ! L:�.?`I •1[%!ItL11',Fi;i�i filet' 19 ;t'L'.,1'.III t.°1 .ry }'C:j I I.:S4 i�'. .z�74'.ISL0I1Y._L,Id `:!?LI tll':II 1!=x'i=iij!,' 'I?111 11CFT 1 1 !iiC14-1 1lii 20 21 22 ��. �,!ir, ka'il �7'I, {5L :.I F': L'J 114'L"'l I!t 'I,'!' :I 23 C lli]i''.,Oil :II,I 24 1' y. {. �}'1111"d ;;'1 1{} r'M!11.1:3111 i::'lll:' i•T11.t a:1.713t. 25 t.irnXkf±f .E`�;f13 26 1 LLMIC-lll11_ ` ,:LL;L3 III 27 } 1:!II`J['a' r':�I',IJL'I''ii'i_ lllwi! ii',4:1liSlx - 28 C. Related Specification Sections include, but are not necessarily limited to: 29 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 30 Contract 31 2. Division 1 -- General Requirements 32 3. Section 33 05 21-- Tunnel Liner Plate 33 4. Section 33 05 22 — Steel Casing Pipe 34 1.2 PRICE AND PAYMENT PROCEDURES 35 A. Measurement and Payment 36 1. Measurement 37 a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe 38 installation. 39 2. Payment CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01227 Revised December 20, 2012 15Ftw fa.ftw.apalsbuc4projecls10318*40-011SrmTinahFim1 Part 2A SpeciScatiom\Conrormed133 05 23-Hand Tnnncling.doc 0 0 33 05 23 - 2 HAND TUNNELING Page 2 of 1 I 1 a. The work performed and materials furnished in accordance with this Item are 2 considered subsidiary the unit price bid per linear foot of By Other than Open 3 Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, 4 and no other compensation will be allowed. 5 1.3 REFERENCES 6 A. 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 Association of State Highway and Transportation Officials (AASHTO): 11 a. HB-17, Standard Specifications for Highway Bridges. 12 3. Occupational Safety and Health Administration (OSHA) 13 a. OSHA Regulations and Standards for Underground -Construction, 29 CFR Part 14 1926, SubpartS, Underground Construction and Subpart P, Excavation. 15 1.4 ADMINISTRATIVE REQUIREMENTS 16 A. Pre -installation 17 1. The Contractor shall provide written notice to the City at least 72 hours in advance 18 of the planned launch of tunneling operations. 19 1.5 SUBMITTALS 20 A. Submittals shall be in accordance with Section 0133 00. 21 B. All submittals shall be approved by the City prior to delivery. 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 23 A. Shop Drawings 24 1. Submit the following, when required by the Contract Documents: 25 a. Detailed description of the methods and equipment to be used in completing 26 each reach of tunnel 27 b. Description of the survey methods that will be used to ensure that the tunnel is 28 advanced as shown on the Drawings and within the line and grade tolerances 29 specified 30 c. Shaft layout drawings 31 1) Detailing dimensions and locations of all equipment, including overall 32 work area boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil 33 hauling equipment, pumps, generator, pipe storage area, tool trailer or 34 containers, fences, and staging area 35 2) Shaft layout drawings will be required for all shaft locations and shall be to 36 scale, or show correct dimensions. 37 3) Layout such that all equipment and operations shall be completely 38 contained within the allowable construction areas shown on the Drawings 39 d. Schedule in accordance with Division 1 to include the following activities as 40 independent items: 41 1) Mobilization 42 2) Shaft excavation and support 43 3) Water control at shafts CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-fs.ftw.apailsharelprojects103l8104MI\Spm\Final\Final Part 2A Specificatioms Conformed133 05 23_Hand Twmeling.doc 330523-3 HAND TUNNELING Page 3 of I I J 1 4) Working slab construction 2 5) Thrust wall construction 3 6) Tunneling 4 7) Shaft backfill 5 8) Site restoration 6 9) Cleanup 7 10) Demobilization 8 2. For all projects, provide the following for Contact Grouting: 9 a. Contact Grouting (outside of casing) Work Plan and Methods including: 10 1) Grouting methods 11 2) Details of equipment 12 3) Grouting procedures and sequences including: 13 a) Injection methods 14 b) Injection pressures 15 c) Monitoring and recording equipment 16 d) Pressure gauge calibration data 17 e) Materials 18 4) Grout mix details including: 19 a) Proportions 20 b) Admixtures including: 21 (1) Manufacturer's literature 22 (2) Laboratory test data verifying the strength of the proposed grout 23 mix 24 (3) Proposed grout densities 25 (4) Viscosity 26 (5) Initial set time of grout 27 (a) Data for these requirements shall be derived from trial batches 28 from an approved testing laboratory. 29 5) Submit a minimum of 3 other similar projects where the proposed grout 30 mix design was used. 31 6) Submit anticipated volumes of grout to be pumped for each application and 32 reach grouted. 33 B. Daily Records 34 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to 35 beginning Hand Tunneling. 36 2- Submit daily records to the City's Inspector by noon on the day following the shift 37 for which the data or records were taken. 38 3. Daily records shall include: 39 a. Date 40 b. Time 41 c. Name of operator 42 d. Tunnel drive identification 43 e. Installed liner ring and corresponding tunnel length 44 f. Time required to tunnel each ring 45 g. Time required to set subsequent ring 46 h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each 47 muck cart) 48 i. Grout volumes and pressures CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 20I2 51Fiw-fs.Rw.apalsbaze5projecls103181040-011Sp=\FinalTPinal Part 2A Spe fflcatiow\Conformed133 05 23_Hmd T=eling.doc 330523-4 HAND TUNNELING Page 4 of 11 1 j. Soil conditions, including occurrences of unstable soils and estimated 2 groundwater inflow rates, if any 3 k. Line and grade offsets 4 1. Any movement of the guidance system 5 in. Problems encountered during tunneling 6 n. Durations and reasons for delays 7 o. Manually recorded observations made: 8 1) At intervals of not less than 2 every 5 feet 9 2) As conditions change 10 3) As directed by the City and/or Engineer 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Qualifications 1. Failure to meet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. 2. Contractor a. All tunneling work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 projects of similar diameter in similar ground conditions. 3. All Work by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City's absence. 4. The Contractor shall allow access to the City and/or Engineer and shall furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection including, but not limited to, the following: a. The City and/or Engineer shall have access to the tunneling system prior to, during and following all tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and following all tunneling operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to, during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Fiw-Ls.ftw.apalsharelprojects10318\W-011SP=\Fi¢a111dua1 Part 2A SpccificationslConformed133 05 23 Hs d Twmeling.doc 0 33 05 23 - 5 HAND TUNNELING Page 5 of 11 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 5 2.1 OWNER -FURNISHED Iou] OWNER SUPPLIEDPRODUCTS [NOT USED] 6 2.2 MATERIALS 7 A. Description 8 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21, 9 2, Casing Pipe shall be in accordance with Section 33 05 22. 10 B. Design Criteria 11 1. Design excavation methods and spoil conveyance system for the full range of 12 ground conditions described in the Geotechnical Reports 13 2. Tolerance 14 a. Accurately maintain the face of the excavation inside the tunnel so as to allow 15 the absolute minimum of void space outside the casing/liner plate. 16 b. Maintain a maximum of %2 inch tolerance between the outside of the 17 casing/liner plate and the excavation wherever possible. 18 c. The tunnel diameter shall not be greater than 2 inches larger than the 19 casing/liner outer diameter (O.D.). 20 3. Use methods and equipment that control surface settlement and heave above the 21 pipeline to prevent damage to existing utilities, facilities and improvements. 22 a. Limit any ground movements (settlement/heave) to values that shall not cause 23 damage to adjacent utilities and facilities. 24 b. Repair any damage caused by ground movements at no cost to the City. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 A. Tunneling shall not begin until the following have been completed: 32 1. All required submittals have been made and the City and/or Engineer has reviewed 33 and accepted all submittals. 34 2. Review of available utility drawings and location of conduits and underground 35 utilities in all areas where excavation is to be performed. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 %Wtw-fs.ftw.apailsbare4projects103181040-011Spe WinallFinal Pact 2A SpecificationsSConfb med133 05 23_Hwd Tuu¢eling.dac 330523-6 HAND TUNNELING Page 6 of 11 1 a. Notify the applicable one -call system prior to any excavation to avoid 2 interference with the existing conduits and utilities. 3 1) Repair damage to existing utilities resulting from excavation at no 4 additional cost to the City. 5 3. Shaft excavations and support systems for each drive completed in accordance with 6 the requirements of the Specifications. 7 4. Site safety representative has prepared a code of safe practices in accordance with 8 OSHA requirements. 9 a. Provide the Engineer and Owner with a copy of each prior to starting shaft 10 construction or tunneling. 11 b. Hold safety meetings and provide safety instruction for new employees as 12 required by OSHA. 13 5. All specified settlement monitoring points have been installed, approved and 14 baselined in accordance with the Contract Documents. 15 B. Verification of Stability 16 1. Confirm that the ground will remain stable without movement of sail or water while 17 the entry/exit location shoring is removed and while the tunnel is launched or 18 received into a shaft. 19 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: 20 a. Prevent the inflow of weak, running or flowing soils. 21 b. Prevent the inflow of loose rock. 22 c. Prevent and control groundwater inflows. 23 3.4 INSTALLATION 24 A. Tunnel Methods 25 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where 26 not allowed on the Drawings or permits. 27 2. The Contractor shall be fully responsible to: 28 a. Ensure the methods used are adequate for the protection of workers, pipe, 29 property and the public 30 b. Provide a finished product as required. 31 B. General 32 1. The Contractor shall immediately notify the City, in writing, if and when any 33 problems are encountered with equipment or materials, or if the Contractor believes 34 the conditions encountered are materially and significantly different than those 35 represented within the Contract Documents. 36 2. Properly manage and dispose of groundwater inflows to the shafts in accordance 37 with requirements of Specifications and all permit conditions. 38 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 39 proper approval and permits. 40 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil 41 removal and disposal, grouting and other associated work required for the methods 42 of construction. 43 4. Promptly clean. up. Remove and dispose of any spoil or slurry spillage. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.Aw.apailsbarelprojecisl03181040-014Spe T-inallPinal Part 2A SpeciCcatioaslConformed533 05 23_Hmd Tu cliug.doc 33 05 23 - 7 HAND TUNNELING Page 7 of 11 1 5. Whenever there is a condition that is likely to endanger the stability of the 2 excavation or adjacent structures, operate with a full crew 24 hours a day, including 3 weekends and holidays, without interruption, until those conditions no longer 4 jeopardize the stability of the Work. 5 C. Installation with Steel Casing Pipe 6 1. Jack the pipe from the low or downstream end, unless specified otherwise. 7 a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 8 1) When operating jacks, apply pressure evenly. 9 b. Provide a suitable jacking head and bracing between jacks so that pressure will 10 be applied to the pipe uniformly around the ring of the pipe. 11 c. Provide a suitable jacking frame or back stop. 12 d. Set the pipe to be jacked on guides, properly braced together, to support the 13 section of the pipe and to direct it in the proper line and grade. 14 e. Place the whole jacking assembly so as to lineup with the direction and grade 15 of the pipe. 16 f. In general, excavate embankment material just ahead of the pipe and remove 17 material through the pipe. 18 g. Force the pipe through the embankment with jacks into the space excavated. 19 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of 20 the pipe, shall conform to the contour and grade of the pipe. 21 a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 22 1) This clearance shall be tapered off to 0 at the point where the excavation 23 conforms to the contour of the pipe. 24 b. Extend the distance of the excavation beyond the end of the pipe depending on 25 the character of the material, but do not exceed 2 feet in any case. 26 1) Decrease the distance if the character of the material being excavated 27 makes it desirable to keep the advance excavation closer to the end of the 28 pipe. 29 3. If desired, use a cutting edge of steel plate around the head end of the pipe 30 extending a short distance beyond the end of the pipe with inside angles or lugs to 31 keep the cutting edge from slipping back onto pipe. 32 4. When jacking of pipe has begun, carry on the operation without interruption to 33 prevent the pipe from becoming firmly set in the embankment. 34 a. Remove and replace any pipe damaged in the jacking operations. 35 b. The Contractor shall absorb the entire expense. 36 D. Installation with Tunnel Liner Plate 37 1. Install the tunnel liner plates to the limits indicated on the Drawings and as 38 specified in AASHTO HB-17, Section II-26, Construction of Tunnels Using Steel 39 Tunnel Liner Plates. 40 a. Assemble liner plates into circumferential rings. 41 b. Liner plates shall be of the type to permit segments to be installed completely 42 from inside the tunnel. 43 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the 44 absolute minimum of void space outside the casing/lincr plate. 45 a. Maintain a maximum of %2 inch tolerance between the outside of the 46 casing/liner plate and the excavation wherever possible. 47 b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 l'Stw-fs.ftw.apai5share5projects103181040-0]LSpm\FinallFioal Part 2A Spe fficatiow\Conformed133 05 23_Umd T=c1ing.dw 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 330523-8 HAND TUNNELING Page 8 of 11 3. Liner plate installation shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during installation. 4. Tunneling operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. In no case shall ground movements cause damage to adjacent structures, roadways, or utilities. b. The Contractor shall repair any damage resulting from construction activities, at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting 1- Pressure grout any voids caused by or encountered during the tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space between the outside of the casing/tunnel liner and the excavation.. a. For tunnel liner plate, install pressure grout mix at the end of each work day or more often, as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48- inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. 4. Install pressure grout from the low end for all crossings where grout fittings are not used. a. Seal the low end and pressure grout until grout is extruded from the opposite end. F. Control of Line and Grade Confirm that all established benchmarks and control points provided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a laser or theodolite guidance system. c. Submit to the City copies of field notes used to establish all lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 lTtw-fs.flw.apm\sbwelprojo,0103181040-01VSpe \FinallFinal Part 2A Spe ificationslConfonnedL33 05 23_Hand Tunneling.doc 330523-9 HAND TUNNELING Page 9 of I I 1 2. The casing/tunnel liner shall be installed in accordance with the following 2 tolerances: 3 a. Variations from design line or grade: ± 2 inches maximum 4 1) If the installation is off line or grade, make the necessary corrections and 5 return to the design alignment and grade at a rate of not more than 1 inch per 6 25 feet. 7 3. Monitor line and grade continuously during tunneling operations. 8 a. Record deviation with respect to design line and grade once at each pipe joint 9 and submit records to Engineer daily. 10 4. If the pipe installation does not meet the specified tolerances, correct the 11 installation., including any necessary redesign of the pipeline or structures and 12 acquisition of necessary easements. 13 G. Obstructions 14 1. If the tunneling operations should encounter an object or condition that impedes the 15 forward progress of the shield, notify the City immediately. 16 2. Correct the condition and remove, clear or otherwise make it possible for the shield 17 to advance past any objects or obstructions that impede forward progress. 18 3. Proceed with removal of the object or obstruction by methods submitted by the 19 Contractor and accepted by the City and/or Engineer. 20 4. Compensation 21 a. The Contractor will receive compensation by change order for removal of 22 obstructions, as defined as metallic debris, reinforced concrete, rocks, whole 23 trees and other hard objects with a maximum dimension larger than 50 percent 24 of the outer diameter of the shield which: 25 1) Cannot be broken up by the cutting tools with diligent effort, and 26 2) Are located partially or wholly within the cross -sectional area of the bore 27 3) Contain utilities or ditch Iines located longitudinally within the tunnel 28 horizon 29 b. Payment will be negotiated with the Contractor on a case -by -case basis. 30 c. The City and/or Engineer shall be provided an opportunity to view obstruction 31 prior to removal. 32 1) Any removal process that does not allow direct inspection of the nature 33 and position of the obstruction will not be considered for payment. 34 d. No additional compensation will be allowed for removing, clearing or 35 otherwise making it possible for the shield to advance past objects consisting of 36 cobbles, boulders, wood, reinforced concrete, and other objects or debris with 37 maximum lateral dimensions less than 50 percent of the outer diameter of the 38 shield. 39 3.5 CLEANUP AND RESTORATION 40 A. After completion of the tunneling, all construction debris, spoils, oil, grease and other 41 materials shall be removed from the tunneling pipe, shafts and all work areas. 42 1. Cleaning shall be incidental to the construction. 43 B. Restoration shall follow construction as the Work progresses and shall be completed as 44 soon as reasonably possible. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 Mw-fs.flw.apailshm6projecis103185040-01LSpecs\Finat\Final Part 2A SpeeificationslCmfbrmed133 05 23_Haod T=e1iag.doc 330523-10 HAND TUNNELING Page 10 of 11 1 L Restore and repair any damage resulting from surface settlement caused by shaft 2 excavation or tunneling. 3 2. Any property damaged or destroyed, shall be restored to a condition equal to or . 4 better than that to which it existed prior to construction. 5 3. Restoration shall be completed no later than 30 days after tunneling is complete, or 6 earlier if required as part of a permit or easement agreement. 7 4. This provision for restoration shall include all property affected by the construction 8 operations. 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 SITE QUALITY CONTROL 11 A. Safety 12 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. 13 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject 14 to applicable local, State, and Federal regulations. 15 2. Furnish and operate a temporary ventilation system in accordance with applicable 16 safety requirements when personnel are underground. 17 a. Perform all required air and gas monitoring. is b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 19 atmosphere free of toxic or flammable gasses in all underground work areas. 20 3. Perform all Work in accordance with all current applicable regulations and safety 21 requirements of the Federal, State, and Local agencies. Comply with all applicable 22 provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and 23 Subpart P, Excavations. 24 a. In the event of conflict, comply with the more stringent requirements. 25 4. If personnel will enter the pipe during construction, the Contractor shall develop an 26 emergency response plan for rescuing personnel trapped underground in a shaft 27 excavation or pipe. 28 a. Keep on -site all equipment required for emergency response in accordance with 29 the agency having jurisdiction. 30 3.8 SYSTEM STARTUP tNOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 END OF SECTION 38 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 k\Ftw-fs.ftw.apai\shmr proiccts103 ]8\040-03LSp=\Final\Final Pert 2A Specificatiows Conformed\33 05 23_Ilmd Tu d3ng.doc 33 05 23 - 11 HAND TUNNELING Page 11 of I I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-fs.ilw.apaazlshm\projects103 18h04"ILSpe \Final\Final Pail 2A SpMMcations\Conformedl33 05 23_Hand Tunneling.doc I 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page I of 11 1 SECTION 33 OS 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 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 Fortes, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3, Section 33 0130 — Sewer and Manhole Testing 15 4. Section 33 11 13 - Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 16 1.2 PRICE AND PAYMENT PROCEDURES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner Payment CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F:lpmjeces103185040-01%pecsTiaa6Final Pan 2A Specificalions'Division 33533 05 24 Installation of Carrier Pipe in Casing orTwnel LinerPlale.doc 330524-2 INSTALLATION OF CARRIER PIPIT. IN CASING OR TUNNEL LINER PLATE Page 2 of l I 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" shall be paid for at the 4 unit price bid per linear foot for "Water Carrier Pipe" complete in place for: 5 a) Various Sizes 6 c. The price bid shall include: 7 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 8 as specified by the Drawings 9 2) Mobilization 10 3) Grout 11 4) Joint restraint 12 5) Casing Spacers 13 6) End seals 14 7) Excavation 15 8) Hauling 16 9) Disposal of excess material 17 10) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 21 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 22 ground and provides a stable underground excavation for installation of the carrier 23 pipe 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date lagged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Society of Testing and Materials (ASTM) 29 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 32 Mortars (Using 2-in or [50 mm] Cube Specimens). 33 c. D638, Standard Test Method for Tensile Properties of Plastics. 34 3. International Organization for Standardization (ISO): 35 a. 9001, Quality Management Systems -Requirements. 36 4. Occupational Safety and Health Administration (OSHA) 37 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 38 1926, Subpart S, Underground Construction and Subpart P, Excavation. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 0133 00. 42 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F:lprojccts5031a1040-01LSpe TinaITinal Part 2A SpecificationskDwision 3M33 05 24_Instal lation of Carrier Pipe in Casing or Tunnel Liner Plate.doc f 4 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of I 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A- Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by -case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 c) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f. Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F:Spmjects%03181040-011Spe \Finaffinal Pars 2A 5pecifieationsWMSion 33Ci3 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate.doc 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of I 1 1 g. For pipe installations greater than 36-inches, without hold down jacks or a 2 restrained spacer, provide buoyant force calculations during grouting and 3 measures to prevent flotation. 4 1) Calculations sealed by a licensed Engineer in the State of Texas. 5 h. Description of methods and devices to prevent buckling of carrier pipe during 6 grouting of annular space, if required 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Certifications 11 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 12 ISO9001:2000. 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 17 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 18 19 20 21 22 23 24 25 26 27 28 29 30 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that I not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. B. Design Criteria and Materials 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimension, rernlired. Diameter Specification inches Material Reference Water Line 6-12 DIP Restrained 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 Restrained 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and greater AWWA C301 Restrained 33 1115 Sanitary 8-16 DIP (with Ceramic Epoxy) 33 11 10 CITY OF FORT WORTI I Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F:Xprojec,tsk0318%O40-olNSpecslFinaiTinaI Pan 2A SpecificationslDiv mn 33\33 05 24_Iastallation of Carrier Pipe in Casing or Tunnel Liner Plate doe 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of I I Sewer Line PVC C900 DR14 33 31 20 18 and greater DIP (with Ceramic Epoxy) Fiberglass 33 1110 33 31 13 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 1) Fill all voids between the carrier pipe and the casing or liner with grout. 4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 5 shall be in contact with the grout. 6 b. For water Iine installation: 7 1) No annular space fill will be used. 8 3, Grout Mixes 9 a. Low Density Cellular Grout (LDCC) 10 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 11 LDCC. 12 2) The LDCC shall be portland cement based grout mix with the addition of a 13 foaming agent designed for this application. 14 3) Develop 1 or more grout mixes designed to completely fill the annular 15 space based on the following requirements: 16 a) Provide adequate retardation to completely fill the annular space in 1 17 monolithic pour. 18 b) Provide less than 1 percent shrinkage by volume. 19 c) Compressive Strength 20 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 21 d) Design grout mix with the proper density and use proper methods to 22 prevent floating of the carrier pipe. 23 e) Proportion grout to flow and to completely fill all voids between the 24 carrier pipe and the casing or liner. 25 4. End Seals 26 a. Provide end seals at each end of the casing or liner to contain the grout backfill 27 or to close the casing/liner ends to prevent the inflow of water or soil. 28 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 29 PL Link Seal as manufactured by the Thunderline Corporation or approved 30 equal. 31 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, 32 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 33 InsuIator, Inc. or approved equal. 34 3) For sewer piping, no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. 36 b. Design end seals to withstand the anticipated soil or grouting pressure and be 37 watertight to prevent groundwater from entering the casing. 38 5. Casing Spacers/Insulators 39 a. Provide casing spacers/insulators to support the carrier pipe during installation 40 and grouting (where grout is used). 41 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 42 spacers/isolators. 43 2) Mortar bands shall be in accordance with Section 33 11 13. 44 b. Casing Spacers/isolators material and properties: 45 1) Shall be minimum 14 gage CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 Mprojects%03 lft40.011SpecsWinaPXinal Pad 2A SpecificalionsUAvision 33U3 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plale_doc 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 11 1 2) For water pipe, utilize Stainless Steel. 2 3) For sewer pipe, utilize Coated Steel. 3 4) Suitable for supporting weight of carrier pipe without deformation or 4 collapse during installation 5 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 6 operations and prevent floating or movement. 7 d. Provide dielectric strength sufficient to electrically isolate each component 8 from one another and from the casing. 9 e. Design risers for appropriate loads, and, as a minimum: 10 1) Provide 10 gage steel risers 11 a) Provide stainless steel bands and risers for water installations. 12 f. Band material and criteria 13 1) Provide polyvinyl chloride inner liner with: 14 a) Minimum thickness of 0.09 inches 15 b) Durometer "A" of 85-90 hardness 16 c) Minimum dielectric ,strength of 58,000 volts 17 g. Runner material and criteria 18 1) Provide pressure -molded glass reinforced polymer or UHMW with: 19 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 20 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 21 steel studs. 22 3) Runner studs and nuts shall be recessed well below the wearing surface of 23 the runner 24 a) Fill recess with a corrosion inhibiting filler. 25 h. Riser height 26 1) Provide sufficient height with attached runner allow a minimum clearance 27 of 2 inches between the outside of carrier pipe bells or couplings and the 28 inside of the casing liner surface. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. General 37 1. Carrier pipe installation shall not begin until the following tasks have been 38 completed: 39 a. All required submittals have been provided, reviewed and accepted. 40 b. All casing/liner joints are watertight and no water is entering casing or liner 4I from any sources. 42 c. All contact grouting is complete. CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F:lpmjects103181040-0I1Spe \FinaKFinai Pan 2A SpecificationsWivision 33133 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Platc.doc 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 11 1 d. Casing/liner alignment record drawings have been submitted and accepted by 2 City to document deviations due to casing/liner installation. 3 e. Site safety representative has prepared a code of safe practices and an 4 emergency plan in accordance with applicable requirements. 5 2. The carrier pipe shall be installed within the casings or liners between the limits 6 indicated on the Drawings, to the specified lines and grades and utilizing methods 7 which include due regard for safety of workers, adjacent structures and 8 improvements, utilities and the public. 9 B. Control of Line and Grade 10 1. Install Carrier pipe inside the steel casing within the following tolerances: 11 a. Horizontal 12 1) t 2 inches from design line 13 b. Vertical 14 1) tl inch from design grade 15 2. Check line and grade set up prior to beginning carrier pipe installation. 16 3. Perform survey checks of line -and -grade of carrier pipe during installation 17 operations. 18 4. The Contractor is fully responsible for the accuracy of the installation and the 19 correction of it, as required. 20 ' a. Where the carrier pipe installation does not satisfy the specified tolerances, 21 correct the installation, including if necessary, redesign of the pipe or structures 22 at no additional cost to City. 23 C. Installation of Carrier Pipe 24 1. Pipe Installation 25 a. Remove all loose soil from casing or liner. 26 b. Grind smooth all rough welds at casing joints. 27 2. Installation of Casing Spacers 28 a. Provide casing spacers, insulators or other approved devices to prevent 29 flotation, movement or damage to the pipe during installation and grout backfill 30 placement. 31 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 32 casings or tunnels. 33 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 34 insulators and pipe insertion. 35 d. Install spacers in accordance with manufacturer's recommendations. 36 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 37 and the casing. 38 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 39 the casing/liner in a manner that could damage the pipe or coatings. 40 1) If guide rails are allowed, place cement mortar on both sides of the rails. 41 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 42 lubricant to minimize friction when installing the carrier pipe. 43 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 44 casing. CITY OF FORT WORTH Sanitary Sewer Main 257 — Par[ 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F.Ipmjects503181040-01%pecsU`ma]%Final Part 2A SpeciricationsWivision 33U3 05 24_Installaiian of Carrier Pipe in Casing orTunnel Liner Plate.&c 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of I 1 I i. Grade the bottom of the trench adjacent to each end of the casing to provide a 2 firm, uniform and continuous support for the pipe. If the trench requires some 3 backfill to establish the final trench bottom grade, place the backfill material in 4 6-inch lifts and compact each layer. 5 j. After the casing or tunnel liner has been placed, pump dry and maintain dry 6 until the casing spacers and end seals are installed. 7 3. Insulator Spacing 8 a. Maximum distance between spacers is to be 6 feet. 9 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 10 1) Install 2 spacers within 1 foot on each side of the bell or flange. 11 2) Remaining 2 spacers shall be spaced equally. 12 c. If the casing or pipe is angled or bent, reduce the spacing. 13 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 14 of size of casing and pipe or type of spacer used. 15 c. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 16 spigot into the bell. 17 4. After installation of the carrier pipe: 18 a. Mortar inside and outside of the joints, as applicable 19 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 20 1) If continuity exists, remedy the short, by all means necessary including 21 removing and reinstalling the.carrier pipe, prior to applying cellular grout. 22 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 23 casing. 24 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 25 of pipe will only be allowed after grouting of annular space is complete. 26 D. Installation of End Seals 27 1. For Water Pipes 28 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 29 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 30 casing. Securely fasten with stainless steel bands. 31 2. For Sewer Pipes 32 a. Grout annular space between carrier pipe and casing as indicated in this 33 Specification. 34 E. Annular Space Grouting (For Sewer Only) 35 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 36 operation as necessary. 37 2. Mixing of Grout 38 a. Mix material in equipment of sufficient size to provide the desired amount of 39 grout material for each stage in a single operation. 40 1) The equipment shall be capable of mixing the grout at the required densities 41 for the approved procedure and shall be capable of changing the densities 42 as required by field conditions. 43 3. Backfill Annular Space with Grout 44 a. Prior to filling of the annular space, test the carrier pipe in accordance with 45 Section 33 0130. 46 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 47 do not exceed this pressure. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F:kpmjectsk03181040-OINSpecs\FinalTina[ Part 2A SpecificationsMivision 33133 05 24_Lutallation of Carrier Pipe in Casing or Tannei Liaer Plate.duc 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of I I 1 c. After the installation of the carrier pipe, the remaining space (all voids) between 2 the casing/liner and the carrier shall be filled with LDCC grout. 3 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 4 be in contact with the grout. 5 2) Grout shall be pumped through a pipe or hose. 6 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 7 pipe during grouting. 8 4. hnjection of LDCC Grout 9 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 10 approved recommendations or 5 psi (whichever is lower). I I b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 12 velocity and pressure compatible with the size/volume of the annular space. 13 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 14 grouting procedures require multiple stages. 15 d. Grout placements shall not be terminated until the estimated annular volume of 16 grout has been injected. 17 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 18 6. Protect and preserve the interior surfaces of the casing from damage. 19 3.5 REPAIR / RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD [oR] SITE QUALITY CONTROL 22 A. Reports and Records required for pipe installations greater than 484nches and longer 23 than 350 feet 24 1. Maintain and submit daily logs of grouting operations. 25 a. Include: 26 1) Grouting locations 27 2) Pressures 28 3) Volumes 29 4) Grout mix pumped 30 5) Time of pumping 31 2. Note any problems or unusual observations on logs. 32 B. Grout Strength Tests 33 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 34 cylinder molds or grout cubes obtained during grouting operations. 35 2. City will perform field sampling during annular space grouting. 36 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 37 cubic yards of grout injected but not less than 1 set for each grouting shift. 38 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 39 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 40 c. Remaining samples shall be tested as directed by City. 41 C. Safety 42 1. The Contractor is responsible for safety on the job site. 43 a. Perform all Work in accordance with the current applicable regulations of the 44 Federal, State and local agencies. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F�projeets5037 SA040-01\SpeesTmalMnal Part 2A Speeificohons\Division 3A33 05 24Installation o€Carver Pipe in Casing or Tunnel Liner Plate.doc 33 05 24 - 10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 1 I 1 b. In the event of conflict, comply with the more restrictive applicable 2 requirement. 3 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 4 shafts/pits. 5 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 6 applicable local, State and Federal regulations. 7 3. Methods of construction shall be such as to ensure the safety of the Work, 8 Contractor's and other employees on site and the public. 9 4. Furnish and operate a temporary ventilation system in accordance with applicable 10 safety requirements when personnel are underground. I 1 a. Perform all required air and gas monitoring. 12 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 13 atmosphere free of toxic or flammable gasses in all underground work areas. 14 5. Perform all Work in accordance with all current applicable regulations and safety 15 requirements of the federal, state and local agencies. 16 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 17 Underground Construction and Subpart P, Excavations. 18 b. In the event of conflict, comply with the more stringent requirements. 19 6. If personnel will enter the pipe during construction, the Contractor shall develop an 20 emergency response plan for rescuing personnel trapped underground in a shaft 21 excavation or pipe. 22 a. Keep on -site all equipment required for emergency response in accordance with 23 the agency having jurisdiction 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 R: proiectsW3I W40-011Spe Tinaftrinai Part 2A Specificaiions\Division 33133 05 24_Installation of Carrier Pipe in Casing or Tunnel Lincr Plate.doc 330524-11 INSTALLATION OF CARRIER PIPE IN CASINO OR TUNNEL LINER PLATE Page 11 of 11 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1— Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification L1.0 — Added Concrete Pressure Pipe Specification reference. 6/19/2013 D. Johnson 2.2.B.5 — Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 F,Spro1ec1s103 i81040-0155pecslFinallFina[ Pars 2A SpccificalionADivision 33U3 05 24_Installation of Carrier Pipe in Casing or Tunnel Liner Plate.doc I 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 26 UTILITY MARKERS/LOCATORS 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 5 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Delete Paragraph L2 A. La. in its entirety and replace with "Measurement for this 9 Item will be per Each." 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by each. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item will 20 be paid for at the each price bid for "Utility Markers". 21 3. The price bid shall include: 22 a. Furnishing and installing Utility Markers as specified by the Drawings 23 b. Mobilization 24 c. Pavement removal 25 d. Excavation 26 e. Hauling 27 f_ Disposal of excess material 28 g. Furnishing, placement and compaction of backfiII 29 h. Clean-up 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date Iogged at the end of this 34 Specification, unless a date is specifically cited. 35 2. American Public Works Association (AWPA): 36 a. Uniform Color Code. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects403161040-016SpecsNrinal4Finai Pan 2A 5pecifiicalionsSDivisiaa 33433 05 26_Utility Markms-Locatomdoc 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00, 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Buried Marker 8 2. Surface Marker 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 111 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 17 2.2 MATERIALS 18 A. Manufacturers 19 1. Only the manufacturers as listed on the City's Standard Products List will be 20 considered as shown in Section 01 60 00. 21 a. The manufacturer must comply with this Specification and related Sections. 22 2. Any product that is not listed on the Standard Products List is considered a 23 substitution and shall be submitted in accordance with Section 0125 00. 24 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 25 manufacturing of Utility Markers/Locators. 26 B. Materials 27 1. Buried Markers (Detectable Warning Tape) 28 a. Provide detectable warning tape as follows: 29 1) 5.0 mil overall thickness 30 2) Width — 3 inch minimum 31 3) Weight — 27.5 pounds per inch per 1,000 square feet 32 4) Triple Layer with: 33 a) Minimum thickness 0.35 mils solid aluminum foil encased in a 34 protective inert plastic jacket 35 (1) 100 percent virgin low density polyethylene CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.; 01227 Revised December 20, 2012 FaprojectAG3181040-0iLSpecs\FinaAFinal Part 2A SpeciGcationsWfvision 33133 05 26_Utility Markers-Locaton.dac 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 5 1 (2) Impervious to all known alkalis, acids, chemical reagents and 2 solvents within soil 3 (3) Aluminum foil visible to both sides 4 5) Locatable by conductive and inductive methods 5 6) Printing encased to avoid ink rub -off 6 7) Color and Legends 7 a) Potable water lines 8 (1) Color —Blue (in accordance with APWA Uniform Color Code) 9 (2) Legend — Caution Potable Water Line Below (repeated every 24 10 inches) 11 b) Reclaimed water lines 12 (1) Color —Purple (in accordance with APWA Uniform Color Code) 13 (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 14 inches) 15 c) Sewer Line 16 (1) Color — Green (in accordance with APWA Uniform Color Code) 17 (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 18 2. Surface Markers 19 a. Provide as follows: 20 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 21 2) White posts with colored, ultraviolet resistant domes as follows: 22 a) Water Lines 23 (1) Color — Blue (in accordance with APWA Uniform Color Code) 24 (2) Legend -- Caution Potable Water Line Below 25 b) Reclaimed water lines 26 (1) Color — Purple (in accordance with APWA Uniform Color Code) 27 (2) Legend — Caution Reclaimed Water Line Below 28 c) Sewer lines 29 (1) Color— Green (in accordance with APWA Uniform Color Code) 30 (2) Legend — Caution Sewer Line Below 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. Buried Markers (Detectable Warning Tape) 39 1. Install in accordance with manufacturer's recommendations below natural ground 40 surface and directly above the utility for which it is marking. 41 a. Allow 18 inches minimum between utility and marker. CITY OF FORT WORTH Sanitary Sewer Main 257 — Pan 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,lpmjects10318L040-OI45pemVina]Winal Pan 2A 5pecificationsWivision 3A33 05 26_Utiliry Markers-Loca an 4oc 330526-4 UTILITY MARKERS&OCATORS Page 4 of 5 1 b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 2 protection and detestability. 3 B. Surface Markers 4 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 5 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 6 3. Where possible, place surface markers near fixed objects. 7 4. Place Surface Markers at the following locations: 8 a. Buried Features 9 1) Place directly above a buried feature. 10 b. Above -Ground Features 11 1) Place a maximum of 2 feet away from an above -ground feature. 12 c. Water lines 16-inches and larger 13 1) Each right-of-way line (or end of casing pipe) for: 14 a) Highway crossings 15 b) Railroad crossings 16 2) Utility crossings such as: 17 a) High pressure or large diameter gas lines 18 b) Fiber optic Iines 19 c) Underground electric transmission lines 20 d) Or other locations shown on the Drawings, or directed by the City 21 d. Surface markers not required for 12-inch and smaller water lines 22 e. For sanitary sewer lines: 23 1) In undeveloped areas, place marker maximum of 2 feet away from an 24 above -ground feature such as a manhole or combination air valve vault. 25 2) Place at 500-foot intervals along the pipeline. 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION fNOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 END OF SECTION 38 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.! 01227 Revised December 20, 2012 F:4projects103185040-01\Spoc Winal\Final Part 2A Specifications\Divisbn 33133 05 26 Utility Markers -Locators doc 33052b-5 UTILITY MARKERS/LOCATORS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects103l81040-Ol\SpecslFinalTinaf Part 2A Spe fflcafionsSDivision 33%33 05 26_II1ility Markers-Lacatorsdoc 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of 5 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 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. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. The Iocated utilities shall include the tie-in locations at the point of the Project 12 beginning, the tie-in location at the Project end, locations of existing sewer lines 13 that will connect to the new sewer pipeline or new manholes. 14 2. Two D-hales shall be performed at each utility at a max distance of 15 feet along 15 the utility, so the information can be used by the Contractor, Owner, and Engineer 16 to determine the slope of the existing utility. 17 3. Contractor shall submit vertical elevation of each top of pipe at each D-hole and the 18 horizontal location and submit this information to Engineer and Owner to determine 19 if a discrepancy is found between the utility location vs. the Plans. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 — General Requirements 24 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Exploratory Excavation of Existing Utilities 28 a. Measurement 29 1) Measurement for this Item shall be per each excavation performed as 30 identified in the Drawings, or as directed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per each "Exploratory Excavation for Existing Utilities" specified. 35 c. The price bid shall include: 36 1) Grade survey 37 2) Pavement removal 38 3) Excavation 39 4) Utility Location 40 5) Hauling 41 6) Disposal of excess material 42 7) Furnishing, placing and compaction of embedment CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Pprojects50318104D-(?ASpecsTinaRFina1 Part 2A SpecificationADMsion 33433 05 30_Locaiion of Existing Utilities.doc 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 5 1 8) Furnishing, placing and compaction of backfill 2 9) Clean-up 3 10) Surface restoration 4 2. Vacuum Excavation of Existing Utilities 5 a. Measurement 6 1) Measurement for this Item shall be per each single excavation performed as 7 identified in the Drawings, or as directed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under "Measurement" will be paid for at the unit 11 price bid per each "Vacuum Excavation" specified. 12 c. The price bid shall include: 13 1) Grade survey 14 2) Pavement removal 15 3) Vacuum Excavation 16 4) Utility Location 17 5) Hauling 18 6) Disposal of excess material 19 7) Furnishing, placing and compaction of embedment 20 8) Furnishing, placing and compaction of backfill 21 9) Clean-up 22 10) Surface restoration 23 1.3 REFERENCES 24 A. Definitions 25 L Exploratory Excavation: Previously called "D-Hole" within the City, a method 26 used to locate existing underground utility as shown on the plans through the use of 27 standard excavation equipment. 28 2. Vacuum Excavation: Method used to locate existing underground utility as shown 29 on the plans through the use of geophysical prospecting equipment such as vacuum 30 excavation. 31 B. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. American Society of Civil Engineers (ASCE) 36 a. ASCE Publication CVASCE 38 (Standard Guideline for the Collection and 37 Depiction of Existing Subsurface Utility Data) 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A. Coordination 40 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 41 Exploratory Excavation of Existing Utilities. 42 2. Coordinate location of all other existing utilities within vicinity of excavation prior 43 to commencing Exploratory Excavation. 44 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 45 commencement. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FApmjecls103I M40-01 %SpecsWinalTinal Part 2A SpecificationsMivision 33133 05 30_1aoalion of Tixisling Utili[ies.doc 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 5 1 B. Sequencing 2 1. Exploratory Excavations shall be conducted prior to the construction of the entire 3 project. 4 C. Scheduling 5 1. For critical utility locations, the City may choose to be present during excavation. 6 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 7 City personnel. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS I 1 A. Report of Utility Location 12 1. Horizontal location of utility as surveyed 13 2. Vertical elevation of utility as surveyed 14 a. Top of utility 15 b. Spring line of utility 16 c. Existing ground 17 3. Material type, diameter and description of the condition of existing utility 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION 27 A. Verification of Conditions 28 1. Verify location of existing utilities in accordance with the General Requirements, 29 the General Notes and the Drawings. 30 3.3 PREPARATION 31 A. Coordinate with City Survey, if applicable. 32 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojocls103185040.0955pecs5FinallFinal Pan 2A SpecificationslDivision 33U3 05 30_Location of Existing Utilides.doc 330530-4 LOCATION OF EXISTING UTILITIES . Page 4 of 5 1 3.4 INSTALLATION 2 A. Exploratory Excavation 3 1. Verify location of existing utility at location denoted on the Drawings, or as 4 directed by the City. 5 a. Expose utility to spring line, as necessary. 6 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 7 with Section 33 05 10. 8 B. Vacuum Excavation 9 1. Verify location of existing utility at location denoted on the Drawings, or as 10 directed by the City. 11 2. Designate the horizontal position of the existing underground utilities that are to be 12 located using geophysical prospecting equipment. 13 a. Acquire record documentation from and coordinate with utility companies, as 14 necessary to locate utility. 15 3. Perform excavation in general accordance with the recommended practices and 16 procedures described in ASCE Publication C1/ASCE 38. 17 C. Upon completion of the utility locating, submit a report of the findings. 18 D. If location of utility is in conflict with the Drawings, notify the City Project Manager 19 for appropriate design modifications. 20 E. Place embedment and backfill in accordance with Section 33 05 10. 21 F. Once necessary data is obtained, immediately restore surface to existing conditions to: 22 1. Obtain a safe and proper driving surface, if applicable 23 2. Ensure the safety of the general public 24 3. The satisfaction of the City 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE-INSTALLA T ION [NOT USED] 27 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 39 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES tNOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS f NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 P'lprojectA031 M40-0A8pecsTina1Wma1 Part 2A SpecificabonADivision 33N33 05 30_Location of Existing lA flies.doc 330530-5 LOCATION OF EXISTING UTILITIES Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.7ohnson 1.2 — Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:YpwjectskG3I=40-01%SpecsWinalkrinal Part 2A SpeciflcaiionslDivision 33U3 05 30_LocMion ofExisting Utilities.doc 3331 13 - 1 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 1 of 7 1 SECTION 33 3113 2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 3 PART1- GENERAL !iPFMR914110 M "I'd 5 A. Section Includes: 6 1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer 7 applications 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: 1 l 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 0130 — Sewer and Manhole Testing 15 4, Section 33 0131 — Closed Circuit Television (CCTV) Inspection 16 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6, Section 33 05 26 — Utility Markers/Locators 18 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured horizontally along the surface from center line to center line of the 23 manhole, or appurtenance 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under "Measurement' will be paid for at the unit price 27 bid per linear foot for "Fiberglass Sewer Pipe" installed for: 28 1) Various sizes 29 2) Various backfills 30 3. The price bid shall include: 31 a. Furnishing and installing Fiberglass gravity pipe with joints as specified by the 32 Drawings 33 b. Mobilization 34 c. Pavement removal 35 d. Excavation 36 e. Hauling 37 f. Disposal of excess material 38 g. Gaskets 39 h. Furnishing, placement and compaction of embedment 40 i. Furnishing, placement and compaction of backfill CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,4pmiects403]81040-011.Specs\Fina]YFina! Part 2A SpecificationsSDivision 331333 3113 FibeWass Reinforced Pipe for Gravity SanitarySew .doc 333113-2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page.2 of 7 1 j. Trench water stops 2 k. Clean-up 3 1. Cleaning 4 in. Testing 5 1.3 REFERENCES 6 A. 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. ASTM International (ASTM): 11 a. D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives 12 and Coating Materials. 13 b. D3262, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced 14 Thermosetting -Resin) Sewer Pipe. 15 c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass- 16 Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected Condition. 17 d. D416t, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced 18 Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. 19 e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic 20 Pipe. 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1, Manufacturer 28 2. Manufacturer Number (identifies factory, location, and date manufactured.) 29 3. Nominal Diameter 30 4. Beam load 31 5. Laying lengths 32 6. ASTM designation 33 B. Shop Drawings 34 1. Pipe details 35 2. Joint details 36 3. Miscellaneous items to be furnished and fabricated for the pipe 37 4. Dimensions 38 5. Tolerances 39 6. Wall thickness 40 7. Properties and strengths CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Flprojects103I K040-011Spe TinaUinal Part 2A SpecificationA ivision 33133 31 13_Fiberglass Reinforced Pipe for amty Sanitary Sewers.doc 3331 13 - 3 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 3 of 7 1 1 8. Pipe calculations. 2 a. Calculations confirming the pipe will handle anticipated loading signed and 3 sealed by a Licensed Professional Engineer in Texas 4 C. Certificates 5 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the 6 provisions of this Section and has been tested and meets the requirements of ASTM 7 D3262. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Manufacturers 13 a. Finished pipe shall be the product of 1 manufacturer for each size per project. 14 b. Pipe manufacturing operations shall be performed under the control of the 15 manufacturer. 16 c. All pipe furnished shall be in conformance with this specification and ASTM 17 D3262. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Delivery r 20 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings 21 and appurtenances. 22 B. Storage and Handling Requirements 23 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 24 guidelines. 25 2. Secure and maintain a location to store the material in accordance with 26 Section 01 66 00. 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [oRl OWNER-SUPPLIEDPRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed in the City's Standard Products List will be 34 considered as shown in Section 0160 00. 35 a. The manufacturer must comply with this Specification and related Sections. 36 2. Any product that is not listed on the Standard Products List is considered a 37 substitution and shall be submitted in accordance with Section 01 25 00. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Nprojectsk03l8\040-01%Spem%FinalTina1 Part 2A SpeeifiCatiantADiviston 3393 31 13—FibNrglass Reinforced Pipe fpr Cavity Sanitary&wers.doc 3331 13 - 4 FIBERGLASS REINFORCED PIPE FOR GRAVnY SANITARY SEWERS Page 4 of 7 1 B. Performance / Design Criteria 2 1. Pipe 3 a. Design in accordance with ASTM D3262 4 b. Design pipe for service loads that include: 5 1) External groundwater and earth loads 6 2) Jacking/pushing loads 7 a) The allowable jacking/pushing capacity shall not exceed 40 percent of 8 the ultimate compressive strength or the maximum allowable 9 compressive strength recommended by the manufacturer, whichever is 10 less. 11 3) Traffic loads 12 4) Practical considerations for handling, shipping and other construction 13 operations 14 c. Design is to be conducted under the supervision of a Professional Engineer 15 licensed in the State of Texas, who shall seal and sign the design. 16 d. Standard lay length of 20 feet, except for special fittings or closure pieces 17 necessary to comply with the Drawings. 18 e. Stiffness class that satisfies design requirement on the Drawings, but not less 19 than 46 psi when used in direct bury operations. 20 f. Accommodate vertical alignment changes required because of existing utility or 21 other conflicts by an appropriate change in pipe design depth. 22 g. In no case shall pipe be installed deeper than its design allows. 23 2. Dimensional Tolerances 24 a. Inside diameter 25 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. 26 b. Roundness 27 1) The difference between the major and minor outside diameters shall not 28 exceed 0.1 percent of the nominal outside or'/4 inch, whichever is less. 29 c. Wall thickness 30 1) Provide minimum single point thickness no less than 98 percent of stated 31 design thickness. 32 d. End Squareness 33 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. 34 e. Fittings 35 I) Provide tolerance of angle of elbow and angle between main and leg of wye 36 or tee to 12 degrees. 37 2) Provide tolerance of laying length of fitting to ±2 inches. 38 C. Materials 39 1. Resin Systems 40 a. Only use polyester resin system with proven history of performance in this 41 particular application. 42 2. Glass Reinforcements 43 a. Use reinforcing glass fibers of highest quality commercial grade E-glass 44 filaments with binder and sizing compatible with impregnated resins to 45 manufacture components. 46 3. Fillers 47 a. Silica sand or other suitable materials may be used. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F_lprojee1s%0318104MASpecs\rinalTinal Part 2A SpcwficationslDivision 3303 31 13_Fiborglass Reinforced Pipe for Ceavhy Sanitary Sewers.doc 33 31 13 - 5 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 5 of 7 1 b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 2 4. Additives 3 a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic 4 agents, etc., when used, shall not detrimentally affect the performance of the 5 product. 6 5. Internal liner resin 7 a. Suitable for service as sewer pipe 8 b. Highly resistant to exposure to sulfuric acid 9 c. Produced by biological activity from hydrogen sulfide gases 10 d. Meet or exceed requirements of ASTM D3681 11 6. Gaskets 12 a. Supply from approved gasket manufacturer in accordance with ASTM F477 13 and suitable for service intended. 14 b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as 15 to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. 16 c. Provide the following gaskets in potentially contaminated areas. 17 1) Petroleum. (diesel, gasoline) — Viton 18 2) Other contaminants — Manufacturer recommendation 19 7. Couplings 20 a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric 21 sealing gaskets as sole means to maintain joint water tightness. 22 8. Joints 23 a. Joints must meet requirements of ASTM D4161. 24 9. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum 25 pipe markings shall be as follows: 26 a. Manufacturer 27 b. Manufacturer Number (identifies factory, location, date manufactured, shift 28 and sequence) 29 c. Nominal diameter 30 d. Beam load 31 e. Laying length 32 f. ASTM designation 33 10. Connections 34 a. Use only manufactured fittings. 35 b. See Section 33 3150. 36 11. Detectable Metallic Tape 37 a. See Section 33 05 26. 38 2.3 ACCESSORIES [NOT USED) 39 2.4 SOURCE QUALITY CONTROL [NOT USED] 40 PART 3 - EXECUTION 41 3.1 INSTALLERS [NOT USED] 42 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F_Vpmjecls503181040-OASpe \FinaRFinal Par[ 2A SpeeificMian5lDivision 33133 31 13_Fiberglms Reinforced Pipe to, Gravity Sanitary Sew m.doc 3331 13 - 6 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 6 of 7 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 5 Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. 6 2. Lay pipe to the lines and grades as indicated in the Drawings. 7 3. Excavate and backfill trenches in accordance with Section 33 05 10. 8 4. Embed pipe in accordance with Section 33 05 10. 9 5. For installation of carrier pipe within casing, see Section 33 05 24. 10 B. Pipe Handling I 1 1. Haul and distribute pipe and fittings at the project site. 12 2. Handle piping with care to avoid damage. 13 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 14 lowering into the trench. 15 b. Use only nylon ropes, slings or other lifting devices that will not damage the 16 surface of the pipe for handling pipe. 17 3. At the close of each operating day: 18 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 19 the laying operation. 20 b. Effectively seal the open end of the pipe using a gasketed night cap. 21 C. Pipe Joint Installation 22 a. Clean dirt and foreign material from the gasketed socket and the spigot end. 23 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 24 end to the reference mark. 25 c. Install such that identification marling on each joint are oriented upward 26 toward the trench opening. 27 d. When making connection to manhole, use an elastomeric seal or flexible boot 28 to facilitate a seal. 29 D. Connection Installation 30 1. See Section 33 31 50. 31 E. Detectable Metallic Tape Installation 32 1. See Section 33 05 26. 33 3.5 REPAIR / RESTORATION [NOT USED] 34 3.6 RE -INSTALLATION [NOT USED] 35 3.7 FIELD [OR] SITE QUALITY CONTROL 36 A. Field Tests and Inspections 37 1. Closed Circuit Television (CCTV) Inspection 38 a. Provide a CCTV inspection in accordance with Section 33 01 31. 39 2. Air Test and Deflection (Mandrel) Test 40 a. Perform test in accordance with Section 33 0130. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 VApmjects103I W40-01 %pecslFmMinal Part 2A SpecificalionsWivistan 33\33 3113 Fiberglass Reinforced Pipe for Gravity Sanitary Sewe Aou 3331 13 - 7 FIBERGLASS REINFORCED PIPE FOR GRAVTIY SANITARY SEWERS Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 B END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Sprojects10318%040.01LSpec T-ina]Winal Part 2A SpecilicatiamWivision 33133 31 ]3_FCbcrgWs Reinforced Pipe for Gravity Sanitary Sewemdoc I f 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 39 20 PRECAST CONCRETE MANHOLE 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 7 5 A. Section Includes: 6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 7 Concrete Manholes 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: I I I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 03 30 00 — Cast -in -Place Concrete 15 4. Section 03 80 00 — Modifications to Existing Concrete Structures 16 5. Section 33 0130 -- Sewer and Manhole Testing I7 6. Section 33 05 13 — Frame, Cover, and Grade Rings 18 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each concrete manhole installed. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Manhole" installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Reinforcing steel (if required) 34 5) Concrete 35 6) Backfill 36 7) Foundation 37 8) Drop pipe 38 9) Stubs 39 10) Frame 40 11) Cover CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FApmjWs%03181040-0MSpecs4Fina1Tina1 Part 2A SpecifrcalionsSDivision 33W 39 20_Precaa Concrete Manholes.doc 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 7 1 12) Grade rings 2 13) Pipe connections 3 14) Pavement removal 4 15) Hauling 5 16) Disposal of excess material 6 17) Placement and compaction of backfill 7 18) Clean-up 8 2. Extra Depth Manhole 9 a. Measurement 10 1) Measurement for added depth beyond 6 feet will be per vertical foot, 11 measured to the nearest 1110 foot. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under "Measurement" will be paid for at the unit 15 price bid per vertical foot for "Extra Depth Manhole" specified for: 16 a) Various sizes 17 c. The price bid will include: 18 1) Manhole structure complete in place 19 2) Excavation 20 3) Forms 21 4) Reinforcing steel (if required) 22 5) Concrete 23 6) Backfill 24 7) Foundation 25 8) Drop pipe 26 9) Stubs 27 10) Frame 28 11) Cover 29 12) Grade rings 30 13) Pipe connections 31 14) Pavement removal 32 15) Hauling 33 16) Disposal of excess material 34 17) Placement and compaction of backfill 35 18) Clean-up 36 1.3 REFERENCES 37 A. Definitions 38 1. Manhole Type 39 a. Standard Manhole (See City Standard Details) 40 1) Greater than 4 feet deep up to 6 feet deep 41 b. Standard Drop Manhole (See City Standard Details) 42 1) Same as Standard Manhole with external drop connection(s) 43 c. Type "A" Manhole (See City Standard Details) 44 1) Manhole set on a reinforced concrete block placed around 39-inch and 45 larger sewer pipe. 46 d. Shallow Manhole (See City Standard Details) CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lpmjecls103181040-01lSpecsWmaAFinal Pact 2A SpecificationslDivision 33U3 39 20 Precast Concrete Manholes.doc 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 7 1 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 2 than 39-inch 3 2. Manhole Size 4 a. 4 foot diameter 5 1) Used with pipe ranging from 8-inch to 15-inch 6 b. 5 foot diameter 7 1) Used with pipe ranging from 18-inch to 36-inch 8 2) See specific manhole design on Drawings for pipes larger than 36-inch. 9 B. 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. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 15 Rubber Gaskets 16 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 17 Sections. 18 c. C923, Standard Specification for Resilient Connectors Between Reinforced 19 Concrete Manholes Structures, Pipes, and Laterals. 20 d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective 21 Coatings for Metal 22 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 23 Coating for Roofing 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 0133 00. 27 B. All submittals shall be approved by the City prior to delivery. 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29 A. Product Data 30 1. Precast Concrete Manhole 31 2. Drop connection materials 32 3. Pipe connections at manhole walls 33 4. Stubs and stub plugs 34 5. Admixtures 35 6. Concrete Mix Design CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.lprojeclsX03 161040-DILSpeoXVinaRFinaI part 2A SpecificationADmision 33133 39 20 Precast Concrete Manholes.doc 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 7 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY 7 A. Manufacturer Warranty 8 1. Manufacturer's Warranty shall be in accordance with Division 1. 9 PART 2- PRODUCTS 10 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. Precast Reinforced Concrete Sections -- Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover. — Conform to Section 33 05 13. 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot -type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner — Conform to Section 33 39 60. 9. Exterior Coating CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F 1pmjects\0319\040-01 Specs\Pma[Tinal Part 2A SpcciScations\Division m3 33 39 20 Precast Concrete Manholes.doc 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 1 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 2 Type I and ASTM D1227 Type III Class I. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION 8 A. Evaluation and Assessment 9 1. Verify lines and grades are in accordance to the Drawings. 10 3.3 PREPARATION 11 A. Foundation Preparation 12 1. Excavate 8 inches below manhole foundation. 13 2. Replace excavated soil with course aggregate; creating a stable base for manhole 14 construction. 15 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch I6 mud slab may be substituted. 17 3.4 INSTALLATION 18 A. Manhole 19 1. Construct manhole to dimensions shown on Drawings. 20 2. Precast Sections 21 a. Provide bell -and -spigot design incorporating a premolded joint sealing 22 compound for wastewater use. 23 b. Clean bell spigot and gaskets, lubricate and join. 24 c. Minimize number of segments. 25 d. Use long joints used at the bottom and shorter joints toward the top. 26 B. Invert 27 1. Construct invert channels to provide a smooth waterway with no disruption of flow 28 at pipe -manhole connections. 29 2. For direction changes of mains, construct channels tangent to mains with maximum 30 possible radius of curvature. 31 a. Provide curves for side inlets. 32 3. For all standard manholes provide full depth invert. 33 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 34 inches in depth. 35 C. Drop Manhole Connection 36 1. Install drop connection when sewer line enters manhole higher than 24 inches 37 above the invert. 38 D. Final Rim Elevation CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Iprojects103181040-OPSpmNFinat\Final Pari 2A SpeciricationsWivision 3A33 39 20_Pre mt Concrete M n holes_doc 33 39 20 - 6 PRECAST CONCRETE MANHOLE Page 6 of 7 1 1. Install concrete grade rings for height adjustment. 2 a. Construct grade ring on load bearing shoulder of manhole. 3 b. Use sealant between rings as shown on Drawings. 4 2. Set frame on top of manhole or grade rings using continuous water sealant. 5 3. Remove debris, stones and dirt to ensure a watertight seal. 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 7 final surface elevation of the manhole frame. 8 E. Internal coating 9 1. Internal coating application will conform to Section 33 39 60, if required by 10 Drawings, 11 F. External coating 12 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 13 the coating. 14 2. Cure manhole for 3 days before backfilling around the structure. 15 3. Application will follow manufacturer's recommendation. 16 G. Modifications and Pipe Penetrations 17 1. Conform to Section 03 80 00. 18 3.5 REPAIR I RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field Tests and Inspections 22 1. Perform vacuum test in accordance with Section 33 0130. 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] 29 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lp,ojects103181040-011SpeeslF,.adTinal Pan 2A SpecificationslDwision 33V33 39 20 Precast Conurete Manholes.doc 333920-7 PRECAST CONCRETE MANHOLE Page 7 of 7 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.1 — Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.13.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.13.1-3 —Modified in accordance with new ASTM references 2.2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F.ipmjccis1031B1040-011Spe \FinaW..I Pan 2A Specifications\nwrsion 33133 39 20 Precast Concrete Manholes.doc 33 39 60 - 1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 7 1 SECT40N 33 39 tin 3 2 4 ?rSUMMAR 5 A. Seetion luoludes; 6 1. Appheafien of a high build to epoxy eeatiRg system eoner-ete ut4lity straetuTes su 7 theles, lift swfieft wet wells, $ may ee p -eta ie from eofTesiveels 9 10 1. None. 11 . 12 1. Di-Asieit$ Bidding Re GeatmO FeFms, Condkions emen9, and of t 13 cefl4m1 14 2. Pi-N4siea1Geneml Requimnei# 15 3. Seetiee 33 01 30 Sewer -an Manhole Testing 16 1.2 PPAGE AND PAYMENT PROCEDURES 17 A. MeasuremeiA and Payment 18 1. Ma es 19 a. me 20 21 xrcrm�vBEi f the b � + -m�ca the top ft e cap, cv�vr-c�[��ciie�: we� �. 22 bed 23 1) The work peF&Fmed and materials f.f..;s ed its -ass^ e with this 14 � 24 and measlwed-aspFevide 4easur-efnen " ;n be aid for at the , n 25 " 26 e. The p,iee t.;a shall ; t„ao. 27 28 2) lk-ulin 29 3) Disp s i f exeo ateF al 30 43-- Clean -up 31 = ;—CCleaning 32 6)—Testing 33 2. Non Manhole Simet, r-es 34 a. measur-0 35 y) hero SHFOMO + f . thiS r,-e shall be per- s e foot f are., ,,.>1ere the 36 coafing is applied. 37 b. pn 38 39 and measured as pre "Measurement" shall be aid for- at t 40 . 41 e. The price bid shall inelude!. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Wtw-fs-tiw.apai4sharelprojects103181040-011Specs\Finat5Fioa1 Part 2A SpaciBcalions\Coaforme&33 39 60_Epoxy Liners for Sanitary Sewer Stmctnres-doe kx9SsMs+1M EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 7 1 \ 1 ?u„«.i'11`slll:,,.. an Y. ;st.,lling T ; f: _ e;e,] by tb.e Drawings i � 3. Kl 2 2) Kam 3 3) Dispesal of ex6ess material 4 n) r�� Clean W 5 5) Cleaniag 6 6) Test 7 8 A. Referenee Standards 9 10 standffd published at the time -Aft—hee llatest Fevision date logged at the end of this 11 i" . 12 13 a. P543, 14 Reagen4s. 15 b. D638, StandaFd'Test Metbte f - Tensile Rre«e.- ies of Plasties 16 e. D69=5 gt.,ra..,.,a Test Metl.�.,l f Compressive n - ..o..t:en of Rii nlast:e. l.�v i..r, ULµiiµµ441 Test 17 d1_ neon , Standard TentMethods f Flexuml Pf pe+e offZlfeiGF�a a 18 19 e. P4060, 20 the Taber Akaser, 21 f, P4414,--Standard i f M t TW + L';1,�., 'f`l,' lr.,. by AT Noteh it�kee7a�i rrivaocrrcmiirc-ar-rrc .ss-.t�vcczx 22 Gages, 23 54 1, Standud Test Method F , All!FF C'+«engt f Coatings Using DeAable �z� cuocczcrrrvm�acargcrl�r-vvc[ c�gja��am�i-orcut7ia 24 Adhesion Testers. 25 3. EfMrenmemal PreFeation Agen (E". 26 4.. T-lE r„ta... a .,1� R 27 28 6. D:.so,wee!'�.,nse...,atio„ e.�..7 Dee.,. v av WVG VV11UV1 efy A..+ (R-GD A) 1 29 7 The seeiety � vreteet;r-�, AGE T„+o....,,t;,.na n.r A CE✓ - . i11vV VL,' iVi J4 AVLGV ye f ati-.gs (SSP 30 .,.sp 1 3 4 A GE No. ,~ Suf ee n .e.,,,..a fior of Conefete. 31 32 1.5 SUB fT,4J rS 33 A. SubmiRal5 stiµii by in aeoefda ^ee ...;tb, µiiyy YY 1LA1 aee4io.. n1 33 00 VW41V31-VT7TpfT 34 B. All s„b..r.;tt.,l�, shall be approvedb y the VKVS111LLµli] City .. t...l l'. 35 36 A. Pr-edttet=Data 37 38 39 3. Cepies CFi :aeAeUKG.t testing ea the .ti indicating the e4 an pr-edue4 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 11Ftw-fs.itw.apailsharelprojecis103161040-011.SpecslFinal\Final Part 2A SpecifcationslConfor ed133 39 60_Epoxy L nm for Sanitary Sewer Stmctores.doc 33 39 60 - 3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 7 1 4. Toohnieal data sheet and pr-qjed speeifie data for- repair- materials to be topeeatedd 2 with the coating prodee4 ineluding applieation, 3 vr-eeedufes ■ 5 ' 6 7 herein 9 10 11 12 13 1.9 QUALITY i ITV ASSURANCE I4 A. Qu l;f;,..,+ions 15 GefltfE1er 16 Be 4ained b5 haw training o..r;fioa 1,.. the , .,ting ,. ,,,sue a.-- -or- appfoved.,n4 17 manufaokifff foF the handling, miming, 18 ,.,1uut(r.) to > �sed as JteV111Vd ilGveiunA 19 b. Initiate f ity ., <„aums , isteR4 ,.e tifig and e fee fei p withthe 20 21 stand. -rds . «of feneea hw-e;,, 22 1.10 DELAWMYL, STORAGE, AND HANDLING 23 from , pfeteeted weathff and stofed undef eover. 24 ire .,,..,+;.....,...,+o,.:.,1., between cn degrees F and nn degfeo F 25 Q DE) not store near Fla 0 heat of stfons oxidants-. 26 . 27 !A! FIELD [SITE! CONDITIONS 29 peffom the speeified work. 30 32 . a .1. ■ n . � . � • I. ■ Ir r _ � r r • l � • � • �Irl� s r r• � r ■ CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.a&a sharelproiects103181040-011SpmWinalTioa1 Part 2A SpecificationslConformed133 39 60_Epoxy Liners for Sanitary Sewer Strucnwmdoc 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 7 Compatible the lrll uN 2 3 ' 4 5 , 6 yt:.u. 4 v.^. betoweled or- pneumatieallyapplied -mid 9 10 pfed„ 11 B. Ceztt� Pfe«C4 12 13 effVjr-0ftffie�t 14 15 .anitul•se.e u�^+yIU, and, sable of adheFing to V l manhole stpaetu 17 3. The 100 solids, 4@euWa high build AW! pereoiA solvent epoxy sy-stem exhibk the 19 a. Atpplisa> ion Teff�pefatuIe 50 degrees F, miBimum 1+ 6�'Ta.;e 20 a �CI3�SS—�--miBinpdm 125 mils 21 e.—Esler- VAm4e Light-Blue,Beige 22 d. GompmssWe Stfe ASTM D695) 8,80i .gth(,er- a a 23 , 24 f l4ar4ness,Shere P (pef ASTM 3454 25 26 27 fit:-- F4e*ffal Me6aWs ASTM P °) ftw 28 i, >alexu l C+ r (per- n S4gW n nm 1 n,flnrl engtt, 29 j. Adhesion lien te-CeoeFe e, ID4341 i. c, mode of:' e(eeii£reLe) 30 �e 31 1. G e ie l D..sista„ (ASTM TA�f nCA3/! 20) 4.,. ee F 1� vu lYl A\y Ul a all es of..ei=- n • 32 1) >+ tmie;pal s ,,;+^.....ewer enviro�+ 33 , 34 3) Sodiumt,,.,l,.,,xide 5 p _ 35 36 37 , 38 teals. 39 2.3 40 2.4 SOURCE QUALITY GONTnnr 41 1. 'Fester � 42 43 el 2� eod equally a 1 4 along wall ^ 11 .,,a 1 ., the be 1. .....i^i v, lr ��u yv�u 11�' � 411V 44 1) Doet nefft aid a4elrtzmeasu=eme csand ppr"c` v4de tom he Gi�y CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2A City Project No.: 01227 111�tw-fs.ilw.apailsharelpmjects103181040-011Spees\FivaKrinak Part 2A SpecificatiouslConfortned133 39 60_Epoxy Liners for Sanitary Sewer Structures.doc 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 7 6 PART 3 EXECUTION . 9 10 3.3 PREPARATION 11 A. Manhole Pr-epamfi 12 4. Stop 0ews,6a, damming, ;_, � o eat 11 ae4ve plugging-o eAi as eftsufe 13 1;.,uids aFe 44ai e,t below a away fi., ,,, the . ,rf es to be ,,e t d. 14 AW4414—t—ain1 I to be between 40 120 degrees F. ofthe &uFfaee ..,u1ea and 15 16 sec-e 17 a. Mwe marying tempeFatums do installafien be suFfiwe emis4, eoating should 18 seho"ed when the tempen#we is Ming versus 19 20 l Remove „.,till° a ;stifig ,.o ti*g form ,..4,.ase oye oils, grease, 21 eompetmds, efflare Gen e, sealers, 22 p@Ffennmee and adhesion of tho oeafing to the substmte. 23 , eheniieal attack or- otheF 24 . 25 3. Sur-faeepfepafa4ien inatien that ii+eWd� me"d, sr- Eem of ethods, e used 26 , 27 , 28 Bt—heP,-; -As-dia-sefibed in SSPG SP 1394AC-BNo. 6. 29 , rif 30 l;..e ,rF . „table for the n .l ting r.r,,, elea f eu4 f eoifleee uet 31 3.4 INSTALLATION 32 A. 33 , 34 „t• afe eomplete, 35 36 fflixing an , , 37 applie4ien. 38 B. Tempefa4ur-e 39 1. 04ypew . , 1;,,.,t;,.,, ;fs f temper,.t„r ;n between nn 120 d F vuir �V1 ia�i 111 u��iia.uuvu ll e a;VV �V t.IVA (4�U1V AJ V and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 - Part 2A City Project No.: 01227 \1Ftw-fs.ftw.apai\share\projects10318W4"]1Spem\Final\Fina] Part 2A SpecificatiomWonfoimed133 39 60_r-poxy Liners for Sanitary Sewer Stmctures.doc 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 7 i 2 . 3 0. Ge� 4 1. Spr-ay apply per- nimufaeturw'S FeeemmefmWion at a minimum film thiekness o 5 12ems 6 2. Applyc0a4ingfi�om bottom of manhole f.^,,..0 t., the bensh4ough, ineluding the 7 8 , 9 same thiekness as the walls. 10 4. Apply may tepeoat of additional Goats withift the pr-odueWs reeeat window. 11 a. Additional suffaee pfepariation is required if die Feeeat window is e*eeeded. 12 .,. Allow a f.........um of 3 ........ o. , u.o t..-.-.ac or be uv�t ^ra tt,. ebefore t t zti,xto 13 14 3.5 15 16 17B JORI SITE QUALITY CONT-Ro 17 A. iuesstract uia will be 13tm4l. inspeeted by to City the same day F ii. g ti 18 application, 19 R. The inspeeter will e-he--a df o e -.,>,.,1,.- ra thin spot-,. 20 , 21 22 1. Make repair- 24 hotws after leak detec4ion. 23 24 3.9 ADJUSTING [NOT USEDI 25 3.10 GLEANING [NOT USEDI 26 27 A U n � ::i vNv v.,� letion f ti.e .......lr tl. ,F ^t.,.. will tte ,,.-s'f:,.ati ++Y "'on zide wiv rr vaati, raav r p 28 of propef application to the City. 29 32 33 3.14 ATTA TS [NO! rrSED I 34 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1IFtw-fs.i w.apaiVshareNpmjects103I9\040-011Spm\Fival\Final Part 2A SpeciFicatioms Conforme&33 39 60_Epoxy Liam for Sanitary Sewer Stmctures.doc CITY OF FORT WORTH 333960-7 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 7 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.@w.apailsharelprojects103151040A15Spe TivaiNFina] Part 2A Speciftcaliom\Confarme&33 39 60 Epoxy Liners for Sanitary Sewer Stmcturmdoc 33nGU-I LINL• lt5 Mt. SANI'rARY SEW.ER-S7'RTJCTCIRER FREE Iof10 SECTION 33 39 60 � a L1WRS FOR SAN]TARY SEWER STRUCTURE' 3 PART ] - GENERAL 4 1.1 SUMMARY 5 A. Seedinn lncluden: 6 I. Application of a high -build epoxy coating system (or mDdiPod polymer liner 7 system, Lt:, pei*aShie1d) to concrete ndIity structures a� manholes, lift 8 station wet wells, junction boxes or outer concrete facilitiin th;ER may need 9 prritection from corrosive ntaterials. Tlus coven rehabilitation of existing sanitary to sewer structures and newly installed sanitary sewer structures, 11 2. For sanitary sewer mains 8-inch d iameter nrrd larger, use of a structural liner 12 system, Warren Environmenial System 301, !tile' SIHB by A.W, Cheverton 13 Company, is acceptable. 14 3. For sanitary sewer mains 8-inch diameter tind smaller, and Icss than 6-feet in depth, 15 use of'a liner system, SpectraShield, is acceptable. 16 B. Deviatians from Ibis City of Fort Worth St.%idard apmification 17 1. None. I8 C. Related pecif gation Soctiom include but are not ncccs"prily limited to: 19 I. Division 0—Biddirng Ratluiremants; Contract Foos, and Conditions of the 20 Contract 21 2. Division 1 — General requirements 22 3, Section 33 01 30 Sewer and l+.+laMole Testing 23 1.2 PRICE AND PAYNIM 'F PROCEDURES 24 A. Measurennenf and Payment 25 I. Manholes 26 a. I i+f uremernt 27 i) a rsum-mimt for this Item shall be per vertical foot of coating as Measured 28 from I lie bottorn of the frarnte to the fop of the bench. 29 b, payment 34 1) The work performed, and materials furnished in accordance with this item 31 and measured as provided under "Measurement" will be paid for al the unit 32 price bid per vertical foot of-°`Marlliole Liner" applied. 33 c- The price bid shalI include. 34 1) Removal of roots 35 2) Remuval u1'existingcoatinp 36 3) Eliminating any leaks 37 4) Rom ova I of"mps 38 5) RepairJ�;eal connection of the existing frarile to chimney Ory OF1;ORTWORTH SANI A6><Y SEWE31_MJ ILN 257 PART ZA STANDARD MN'TMV1-111?N Z;PR 1F1CA33ON DOCUM NT5 CITY TrROJEC'T NO [11227 AD13FKDUM NO. 3 Revised Fcbruoty 14.200 A77ACHMEINT AD3-4 _1yr»jo�r�W3r85pi0-011.SpacM1 KFitW-P.07A39x?p—un..crwto SprlWyPmrSdr twh pRsvlW- 13-19.dw 3134fii0-2. LDiERS FOR SAMTAkY SEWPAsilRUCTLfU5 Fade 2 of 10 t 6) Repairs of any cracks in the exialing structure chimney, corbel (coin), wall, 2 bench, including any mplacernew of damaged r6ar, pipe 3 7) Surface cleaning 4 8) Furnishing and instafing Liner as specified by the Drawings 5 9) Hauling 6 10) Dispwl of excess material 7 11) Clean -tip 8 12) Cleaning 9 13) 'Testing 10 14) ]fie -Testing 11 2. Non-Manhole;Stnxtures 12 a. Mip— aurement 13 1) Measurement for this Item shall be per square Foot of area where the 14 coating b applied. 15 b. Payment 16 l) 'The work performed, and materials furnished in accordance with this Item 17 and.. measured as provided tinder" Measurement" shall be paid for At -the urnl[ is price bid per square foot of "Structure Liner" nppli ed. 19 -c. The price bid shall include, 20 I) Removal ofroots 21 2) Removal of existing coatings 22 3) Eliminating -any leaks 23 4) Removal of steps 24 5) Repairf�eal comecdort of the twisting frame to chimney 25 6) Repairs of any cracks in the existing slructurc, c hinui ey, corbe I. (cone), wall, 26 bench, including any replacement of dram aged mbar, pipe 27 7) Surface cleaning 28 8) Furnishing and installing Liuras spe6fie4 by tht Dmwings 29 9) Hauling 30 10) Disposal of excess material 31 11 Clean-up 32 12) Cleaning 33 13) Testing 34 14) Re-'I'asling 35 1.3 REFERENCES 35 A. Reference Standards 37 .1. Reftrence standards cited in this Sp rirwation refer to the current reference 38 standard published at the time of tht Latest revision date lagged at the end of this 39 Specification, unless a date is specifically cited. 40 2. ABTA lniern# -tonal {ASTM): 41 a. D543. Standard Practices for Evalu$ting tho Resistance of Plastics to Chemical 42 Reagents. 43 b. D638. Standard Test Method for Tensile Properties of Plastics. 44 c. D695, S#an&rd Test Method fbr Compressive Properties of Rigid Plastics, C T Y OF F{7RT WORTH SANrrAAY 9Sww MAW 157 FART IA STANDARD CONST1tL"ON SIVCTMATON DOCVME KIF S CITY PROIELI`NOOM7 AD1]�NWH NO. I Pevi nd Ppbr=714,210I9' . ATTACHI4IEN'T AD3-4 P'kpm.ledsW3Pjd2A9peofimLb=1 W4mde3hddewham3lkD-14#3x39WLiourfueSeud"Sr Ef.StWLhUU6trr102- b-14 doe ' 3] 39 60-3 LFNEKS FOR SANITARY SEWER S11LU 1i1M Foge J of Ity l d_ D790, Standard Test Methods for FlexuraI Propwirs of Unreinforced and 2 R.einrarcad Plastics and EIntrical iri,,wWing materials. 3 e. D4060. Standard Test Method for Abrasion Rcsistance nfOrganic Coatings by d the Taber Abr r. 5 f. D4414, Standard P clice frrr Mmurement of Wet Film Thickness by Notch 6 Gages. 7 g. 1 4541. Standard 'rest Melhqd for Pull -off Strength of Coatings Using Portable 8 Adhesion Testers. 9 h_ D7234. Stead Teat Method for Pull -Off Adhesion strength of Coatings on 10 Concrete Using Portable Pull -Off Adhesicn Testers, 11 3. Enviroamental protection Agency (EPA). 12 4. NACE bt#ernatiGnal ( 1ACE). 13 5. OccupaticnFA Safety and Health AdrriHMretion (OSHA). 14 4.5, Rmsource ConservatiGn and Recovery Ace, (RCRA). 15 7. The Society for Pmtective Coatinp[NACE Internaitmal (SPCINACEY: 16 a. SP 13/ ACE No. 6, ftrface Pre ralion of Concrcw. 17 b. SP0188, Discontinuity (Holiday) Testing of New Prot"Ave Castings on. 18 Conductive Subsiratu 19 1.4 ADMIMSTRATINE REQUIREMENTS SNOT USED] 20 1.5 SUIiMi'I"I'ALS 21 A. Submit] aIs shall be in accordance with Section 01 33 00. 22 B. All subiWnals shall he approved by the City prior to delivery. 23 1.6 ACTION lei[JB I"1"i`ALSfDVFORM LTIONAL SUSNII'I ALS 24 A. Noduct. Data 25 1. Technical data sheet on ouch product used 26 2. Material Safety Bata Sheet (MMS) for each product used 27 3. Copies of independent testing performed on die coaling producI Indicating the 28 prod.uct meet.5 the mquirements as -specified herein 29 4, Technicnt data Am and project specific.data for repair materials to be tepcoa#ed R with the coating product including application, cure time and surface preparaLibn 31 procedures 32 5. Material and method for repair of leaks or cracks in the structure 33 B. Contractor late 34 1. Current documentation from coating product martkifacturer certifying Contractor's 35 training (andlor licensed) as an approved instailer and equipment complies with the 34 Quality Assurance reciuiFements qpe6ftod herein CTTYCIFVOR'TWORTH ShNITAR YS&WERMALN757 FART ZA S " 1'ANDARD C(]KIMUCTEON MCIFICA` ION LMCUMENIS Cary FtiOTP.CTNO N 7 ADDENDUM NO, 3 1krvimed Februmry 14, 2019, ATTACHNf NT AD34 f' °c1 .1S'�j0.QL unU'LulS}nril Phrt2A SpWfiaainRPRAMn Nd F amirm}iAzi"}}}4tc.U.mrFfMNwlwy'%Nmr8&mchaoPNOVID,.- 3339(oU-4 LINERS FOR SANPTARY S�►WE�R Si VCTURF3 Pmgn 4 of 10 1 2. 5 recent references of Can tractor indicating mccessful application of coating 2 product(s) of the same material type as specified krein, applied by spray 3 spplicatinn within thtie municipal wastewater eaviroment. References shall include 4 at least the following; owner name, City inspector name and phone number, project 5 rtameJnurnber, size and linear footage of sanitary sewer main, manhole diELmeter+ 6 structure dirnensiorrs and number of each, square feet {or vorticltl feet} of product 7 inst led, contract cost, and c ontmo duration. C6ntractor Lnust dt=u 7.'4tM(e a 8 successful hti9tory of insialling the product in'stmclures crf similar size and scope. 9 1.7 CLOSEOUT SUBMITTALS 10 A. Testing Documentation I t I . Provide tea resuhts aquired in Section 2A wW SeeWn 3.7 to City. t2 a. Include the following manhole or strwure location information; 13 lj sanitary sewer maisvhaLaral number. 14 -2) Station member i 15 3) OIS ID number 16 b. inspection report of each manitohalstnwAure tested 17 1.8 11+lADMKNANCE MATERIAL SUBMITTALS [NOT US"] 18 1.9 QUALITYASSURANCE 19 A. Qualffications 20 1. Contractor 21 a. Be tmi.ned by, or have training approved and certified by, the coating product 22 manufacturer for the handling, mixing, application and inspection of the coating 23 product(s) to be Used as specified herein 24 b, hnitiahe and enforce quality contral procedures consistent with the coating 25 product(s) manufacturer recommendadom and appikkle NA E or SSPC 26 stafrdar U as re#'erznc: d herein 27 1.10 DELIVERY, STORAGE, AND EANDLING 28 A. Keep -rtater-mis dry, pretftlMftem weather and -9torad.ander'cover, 29 H. Store coating materials Isetweerl 50 degrees F and 90 degrees F. 3a C. Do not stom near flame, ileac or strong oxidants. 31 D. Dandle coating materials according to their material safety data -sheets. 32 1.11 FIELD [SITE] CONDITIONS 33 A. Provide canfrned space entry, flow diversion andlor bypags plans as necessary to 34 perform the specified work. Active flaws shall be diverted with flow tb rough plugs as 35 required to ensure that flow is maintained off the, surfaces to be lined. 36 1.12 WARRANTY 17 A. Contractor Warmaly 39 1, Contractot's Warmnty shall be in accordance with Division 0. CrrY C1F FOWr WORTH s Ti'ARY SBVWEK MAIN 257 PALwr 2A STANDARD CONSTRUCTION SPECIRCATiON DOCUMEN-IS C,rIY PRO ECr NC G1227 A13DEMI IM NO- 3 rind February 14.24t9 ATTACHMENT T AD3-4 R rp�exl� 9131Y'lai"Iupeu1rinai wl Frul 3ASp LMNrJ0fflVRdd0aL6M&6!n4= YuU:L l 53 3-s 60 E3xn fw 9tnituy 2kwurSturturn Rrvt D2- 1a^L9.d�c 33 �9 bQ- S LTNEI q FOR SANITARY'FEWER STNTIC7t1R. g NP50r10 I PART 2 - PRODUCTS 2 2,1 OWNF-R-FIFRMSHED lfml OWNER -SUPPLIED PRODUCTS SNOT t) ED) 3 21 EQUIPMENT. PRODUCT TYPES, d4IA'TElrMLS 4 A. Repair and Resurfacing; Products 5 1. Compitible with the specified coating product(s) in order to bond et%etively, thus 4 forming a composite system 7 2. Used and applied in accordance with the mHnufactLirer's recommendations s 3. The repotir and re'purfaeing products must meet the FolIowing 9 a.. 100 percent solids, solvent -free epoxy gmutspeCifically f6rmulaWd for tpoxy TO topcoating compatibility 11 b, Factory blended, rapid sett, higli early strength, fiber reinforced, non -shrink 12. repair mortar that can be toweled or pneumaticaJly spray+ appiied and 13 specifically formulated to be suitabie for topcoaiing with the specified coating 14 product used is B. Cuating Product 16 i_ Capable of being installed and curing properly within a manhole or concrete utility 17 envi ro=rmt LS 2. ResisTant to all forms of chemical or bacteriological Wtnrlk found in municipal 19 sanitary sewer systeins; and, capable of adhering to typical manhole, structure 20 substrates 21 3. The 100 percent solids, sulve11t-free ultra high-bui Id epoxy sy4thra 9W1 axhibit the 22- following charauvristics: 23 a. Application Temporawra -- 50 degrees f , m inimuni 24 b. Thickness - 125 mils minimum for newly installed structures; 250 mils. 25 minimum For rehabilitation of exist rig strictures (Warren Enviironmetttat 26 System 301, AFDC 8 1HB by A,W- Chesterton Company) 27 a Color - White, Light Slue, or Beige 28 d Compressive Strength (per ASTM D695)-8,800 psi rninimuni 29 e. Tensile Strength (per ASTM D638)-7,500 psi minimum 30 f, Hardness, Shore D (per AST M D4540- 70 m iniraum 31 Abrasian !resistance (per ASTM D4660 CS 17F Wheel) -80 mg toss 32 rnaxiinem 33 h. Flexural Modulus (per ASTM D790) -400,000 psi minimum 34 i. Flexural Strength (Wj STM I)790)-12,000 psi miniinum 35 Adhesion to Concrete, mode of failure i<ASTM D4541): Substrate (eoncrrne) 36 failure 37 It, Chemical Resistance ( per AST10 D5431 20) all typas of service for: 38 1) Municipal sanitary sewer onvi run ment 39 2) Sulfuric acid, 70 percent 40 3) Sodium hydroxide, 20 perr:ent 41 4. Or, 'The multi -layer modified pulyurea and polyurethane shad! exhibit the following 42 characteristics: 43 a, Application Temperature - 50 degrees F, tuitiimum € I Y OF FORT WORTH SANITARY SFWR MAIN 257 PART 2A STANDARD CUNSTRUCTION SPECIFICATION DDCUh9k +1T: CITY PROJECT NQ Q1227 ADIDENDUM Na 3 Rcvkcci Fehruddy 14, N 19 .'g 17Af HNM T A E13-4 }-*,dea,).03I91b "1;Sj=oTk4TWcMr Pw 1A 3 ATY34 33 3960-1A en rgrSul buy SawaSuw ftffa Peri 94- 13-19.ilde . 33 34 64 - 6 I DJMS FOR SANITARY SEWERSVtWWRB3 p11gc.8 of I Q I b. Thickness— 500 nills minimurn (S} ctraShield) 2 c. Moisture Barrier and Final; Corrosion 8arrior 3 l) Color— Pink .4 2) Tcnsile Strongth (firer ASTMD412)-255Q Ni minimum 5 3) Hardness, Shore D (per ASTM 132240)— 56 minimum 6 4) Abrasion Resistance per ASTM D4U60) 20 mg toss maximum 7 5) Percent Elongation (per ASTM D412) — 269 S d. Surfacer 9 1) Compressive Strength (per ASTM D ] 621 j — 100 psi minimum 14 2) Density (per ASTM D l 62-2) — 5 1bslcu ft mi.airnuni 11 3) Shear Strength (por AST14 C273) — 230 psi minimum 12 4) .Closed Cell Content (per ASTM D1940)— >95° 13 C. Coating Application Eginpment R 14 1. Manufacturer approved heated plural component spmy- equipment 15 2, Hard to reach areas, primer application and touch-up rflay he perfannrW using hand 16 tools, 17 3. Applicatar shall tine approved specialty equipment that is adequsite in size, capacity, 18 and number sufTtcioni to accomplish the work in a timely mamci , 19 2.3 ACCCS OREES [N T'USED] zo 2.4 SOURCE - UA Y CONTROL 21 A. CoatirlgThicknessTesting 22 L . Fi1 m. TW ckness Testing for epoxy sy item 23 a. Tape wet film thickness gauge raeasurernents per ASTM D4414 —Standard 24 Practice for Measurement afWet Film Thickness by Notch Gages at 3 locations 25 within the manhole, 2 spaced agUidly apart along the wall and l on the lienuh. 26 1) D current and attest measurements and provide, to the City.. 27 2. 'Thickness Testing for modifiod polymer liner system 28 a. Upon installation of the Final Corrosion Barrier insert probe into substrate for 29 depth oftystem messurarwnl-at 3 looatiom.-within-the -manhoie, 2 spaced 10 cgLW]y apart along the wall and 1 on the berlcb. 3 i 3. Doc unitwall testing results and proviso to the City. 32 B_ Nori-Cunfonning Work 33 1. City reserves the right to require additional tenting depending on the rate o!'t'ailure. 34 2. City will select testing locations. 35 C. Testing Frequency 36 1. Projects with 10 or less msnholcs mxllor structures test all. 37 2. Pro jeots with greater than 10 m4Wioles arkVcr structures, test et least 10 artd lost 25 39 percent of manholes anc:Vor structures after the frrA 10. 39 3. City will salect the manholes and/or structures to be tested. CrrY OF FORT WOFOR &UC TA1R.Y SEWIRE MAIN 257 PART 2A S.TANDA.RD CONS R4rCT ON 9pEC1F1L'jVyX]N tK)cTj fFNTS CITY Z)ROJECT ND w 27 ADDENDUM NO. 3 R;a mdFahufary14,2019 ATTACI #TAD34 1F*Q*i1%033 PW3ASpEra76CetianYVAddu.dWlAddevCum 34h 3yt 53 �§40 .im- rw swiwy sewe swwi.. Revs 07, 13-I9Ldue 33 39 60-- 7 LTNER.S FOR SANrrARY &EWER STRUCTURES ileac 7 of 10 PART 3 - EXECUTION 2 3.1 INSTALLERS 3 A. All installers shall be cerlified applicators approved by the manufacturers. Applicator 4 shaII use adequate number of skilled workmen that have been trained and experienced for 5 the approved product. 6 7 31 EXAiwRNATION INOT USED] 8 33 PREPARATION 9 A. Manhole Preparation ]a I. Stop wtive: flews via damming, plugging or diverting as rouired to pure all ! l liquids are m tj i niained'below or i way kern the :;urfhces to be coated. 12 2. Maintain tc rmperatnrc of the surface to be coated betkveea 44 and 120 dcsrees F. 13 3, Shield Npecified surfaces to avoid exposure of direct sunlight or other intense heal 14 source. 15 a. Where varying surface temperatures do exist, coating installation should be 16 scheduled when the temperature is falling versus rising. 17 B. Surface Preparation 18 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, 0 curing tompoun&, eftlorescerlce, scalers, salts or other coniarninariis which may 20 affect the performance and adltusion of the coating tathe substrate. Remove any 21 steps €ound -in the struot m. 22 2, Remove concrete andlor mortar damaged by i torraaion, chemical attack or other 23 nita s of dogl'adation so that only sound subArate-rerraira_ 34 3, Surfacc preparation method, or combination of method, that may be used include 25 high pressure water cleaning, high pressure water jeffing, abrasive bla-Sting, 26 shotlblasting, grinding, scarifying, detergent water cleaning, hot water busting and 27 others as described in SSPC SP 131 ACE No. 6. 22 4. All methods used shall he perforated in a manner thnI provides a uniform, sourid, 2.9 clean, neuirali7ed, 5vrface suitable for the sp"ified coal Ing Product. 30 S, Lifter completion of gurf= pmparation, inspect for leaks, ,wracks, boles, expn8ed 31 Jrebar, ring and cover condition, invert candition, and trilcUealet pipe condition, 32 6. After defimcs in the structure have been identified, seal cracks, repair expmed nbar 33 with new mbar to match exisfg, repair leaks, and cracks with gmut or other 34 methods approved by the Manufacturer. All new rebar shatfl be. embedded in 1 35 inch epoxy mastic. R,eplaaeJseM connection between existing fume and chimney if 36 it is fowid loose or not attached. MY OF FORT WORTH SANITARY SEWER UA2N 357 PART FA STANDARD CC�N "fiiU 7lOia 4PSCITiCr1T!{}N D[1ClJhi N CS CTTY PROJECT NO 01727 ADDS JIW NO- 3 Rcvisad rcbnwry 14, F919 A-ITACHM NT AD34 K_ vageEmT3IMM04IQ%,dGrSlvwRFim1Pmt3A5pdfiealinmAAddnnda%Af&1cWurn71An3.4�31964_Lin491FnFBUIirorySmmShLkLu .RurdM. 11 tlt.&C ]339rt-9 LINERS 1'OH SANfTARY SEWER 97R � Par 9of10 1 7. The repair mortar and epoxy topcoat mast share the same cpoxy mouix to ensure a 2 bonded weld. No cemeniitious repair material, quick setting high-stren& concrete 3 with latex or curin& agent additives, or quick set mortars will be allowed. -Proper 4 surface preparation procedures mtGst be followed to ensure adequare bond strength 5 to any surface to be coated, flaw cement cure time is at Icaa 34 days prior to 6 coating, 7 3.4 INSTALLATION 9 A. Qeneral 9 I, perform cuAng after the sewer line repNcemeutlrepairs, grade adjustments and to grouting are complete. 11 2, l?crt`orm application procedures per tecornmendatiom of the coating product 12 manufac-turer, ifth>ding environmental ContrvIs, product handling, mixing and 13 appllcation. 14 B. Temperature 15 1. Only perform application if surface ternperatom is between 40 and I20 degtees fi, 16 2. hake no appiii taflon if freuing is ekpmted to occur inside tire- manhole within 24 17 hmirs after application, 18 C. Coating 19 1. Spray apply per manufturer's recoLntnendation at amiuimum flint thickness as 20 noted in Sec don 12.B, 21 2. Apply coafmg from bo torn ofmanholu frarne to thtF bench/trnugiI4 including the 22 benchf trough. 23 3. After walls are coated, remove lm ich cavars and spray. benchftro4i to at least the 24 sam thickness as the walls. 25 4. Apply any toproatt-or additional coats witiun the product's recast window. 26 a, Additional surface preparation is required if the recast window is exceeded. 27 5. Allow a afinimurn of 3 hours of cure time or be set hard to touch before reactivating 2$ flow. 29 3.5 REPAM ! RMTORATION [NOT [,USED) 30 3.6 RE-rVSTALLATION [NOT USMI 11 3.7 MIM QUALITY CONTROL 32 A. Earth 9tructuro will he Visually Inspected by the City ffir. same day following the 13 appli"tlon. 34 B. Qroundwaterinfillmlionofthe systemshall be zero. 35 C. All pipe cormecfions shall be open and altar. 36 D. The inspector will check for dcfsciorrcies. Vinholes, voids, crai*s, uncured spots, 37 delarnination, and thin spots, Arty defiricncsos in the Eider stall be marked and repaired 38 according to the procedures outlined by the Manuf"turer- CFTY CF Fr1RT WORTrI SANMARY S1s-WaR MAIN 257 PART 2h n'ANDARD CUMSTAUCIIG i SPEMFICKMW DOCi MIMS CrN PR03ECL NO U 1227 AMItNOt,TMq NO. 3 Raviad Fchnwiy 14, 2019 ATTACHmEN'r AD34 1£-AprgjecaR0.3I9104MLLSptcAFmt&1grmW 1l m]A�.ti 34 M 2450�Linm 6w SwwKy kwcrftmw p Rev 9i- 13-1y hoc 333960-9 t.tNM S FOR SADMARY SE WPk sr11•UC' UU_Fi Pago 9 of M 1 E. if leans are detected they ++ill be chipped back, plugged and coated immediately with 2 proteelive epoxy re*in c-nating, 3 1. .Make repair 24 haters after leak detection. d F. Post lnstailation Coating Tests: All structures shaII be tested. 5 1, Holiday Detection Temin& 6 a. Holiday Detection test the liner per NACE SP0188 — Discuntinuity (Holiday) 7 Testing of New Proteetive Coatings on Con6ve Substrates. Mark all 9 detected holidays, Repair all holidays in accordance to coating manufacturer's 9 recommendations. 10 1) Uocnrr mt and attest all test results repairs made and provide to the City. .11 2. Adhegioa Vesting 12 a. Adhesion taV the finer at a minimum of three locations (cone area, mid -section, B and bottorn of the structure), For structures exrreding 6-feet add one additionalI 1.4 teagt for every additional 6-feet. Fot• example: b-tool manhole — 3 tests, 64et, I - 1s inch manhole thni I 1-feet, 1 I -inch manhule'-4 tests. 12rfdot matnhole— S te0a. 16 Etc... Vats performed per A STM D7234— Standard Test Method For Pull -Off 17 Adhesion Strength of Coatings on 03norete Using Portable Pull -Off Adhesion ] 8 Testers, 19 1) The adhesive used to s At h the dollieq shall have a tansile strength gmater 20 that the liner. 21 ) Failure of the dolly adh=eve is deeined a non -test and requires retesting. 22 3) 26rds of the palls shall exceed 300 psi or concrew failure with more than 23 50% of the suliaurface adhered to the coating. if over 1/30 fail, additional tests 24 miry be required by the City. Ifaddifibnal testa fail the City may requlra 25 removal and replacement of the Iinc!r at the coritractor`s oxpease. 26 3. A bonded third -party testing company shall perform the testing. 27 4. Or Contractor may perform tests sFwitnessod by representative of the coating 29 manufacturer. Coating manufacturer representative to provide cerfificetion that 29 Contractor pi�rfartrtad tests in accordance with noted standards. 30 G. Non-ConformisT Work 31 1. City trews the right to require atdditionel testingdepanding on the rate-offail'ure. 32 2, City wfll select testing locutions. 33 3. Repair all defects according to the munu4Kture. is Mcommendations. 34 H. Testing Frequency 35 1. Projects with J U or less marlholes and/or structures test all. 36 2, Projects with greater than IO manholes ancYar structures, test at le t 10 and test 25 37 percent of manholes atn(Vor structures after the first 10. 38 3. City will select the manholes and/or structures to be tested. 39 1. Test manhole for final acceplaace accordingto Section 33 0 t 30, ClIY OF FORT WORTS I sA'NITARY SEWPA MAIN 237 PART 2A STANDARD CONMIX"Ti N SPCCIR(( AIION WCUMENTS ("TTY PROGECT NO OIT27 ADDFMAIM NG{ 3 uffyised Fabnwy 14; 2019 ATi'ACHWWr AD3-4 p:tipped.+p3MUM 1%SpzaAFi.dhFinr]rutZA3Pori(uoioribhAddrndRWdrnium3k,WM3337LO_Limupfor hpmt.ry8cvwsmwweeRlM- �3-14.a[oc . 533960-t0 TNERS.P4R SANUARY SEWER STRUCTURES Pogo 10 of Lo 1 3.8 SYSTEK STARTUP [NOT USED] .2 3.9 ADJUSTING [NOT USED] 3 3.101 CLEANING [NOT USED] -4 3.11 CLOSEOUTACTWITIES 5 A. Provide all test results from thing per Section 2.4 and a&Hcaitor certifzcakiors per .6 Section 3.1. and in accordance: witl'i Section 1.7. 7 B. Upon final oorrtpletion of the work. the manufacturer will provide a written certification 8 of proper application to the City. 9 C. The eerfiftcWion will confirm dmT the deficient areas wem repaired in accordance with Q the procedure set forth in this Specification. The final reppChyi}l detail the location of the 11 ra"irs in the structure and descriptiort oftlie repairs. 12 3.12 PROTECTION [NOT USEDN 13 3.13 i4lMNTENANCE'[NOT USED] 14 3.14 ATTACHl4'JLENTS [NOT USED] 1s 16 EWD OF SE '1;' ON Revision Lag DxrE -VAllrE SUNPAARYOF CHAME 42-12-2019 J. KasavJ6 tcmoval of Rawn L.j�in0 4ysI7 and in.W1USWti of Spwtra h it 14 Find Warren av"' mmmAI Systian 301. nud ARC 51HB by kW, �`l��Lerrun i'nmpany. ddit6a d aaurru quality contmi and FmTd• quality aontrod test mquircinettly_ C enPY OF FORT WORT14 SANUARY t EWER MAIN ZS7 PARTZA STANDARD CONITRl1C IONSI+ECIFIiA-1 NMCUMEN-, CITY FROM -CT NOb1M ADDENDUM NO. � Revised Fobruory 14; ZDf4 ATTA MEW AD3-4 - F;1q�eopaLa4aFSlLCW#SF fi4rer.i�eu3tiFtw�i Pm 3A SpaaiffiawiDnMddimWA EAa L 3LA3-4 33 39 dD_Linery for SaniYry Ssxsr.Vmchun kovl'QZ� I�L9.ilns ' 33 49 10 - I CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 1 SECTION 33 4910 2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 A. Section Includes: 1. Storm drain cast -in -place concrete manholes and junction boxes B. Deviations from this City of Fort Worth Standard Specification 1. None. C_ Related Specification Sections include, but are not necessarily limited to: I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Division 3 — Concrete 4. Section 03 30 00 — Cast -In -Place Concrete 5. Section 31 23 16 —Unclassified Excavation 6. Section 31 50 00 — Excavation Support and Protection 7. Section 33 05 10 —Utility Trench Excavation, Embedment and BackfilI 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 I A. Measurement and Payment 1. Storm Drain Manhole Risers a. Measurement 1) Measurement for this Item shall be per each Manhole Riser complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and will be paid for at the unit price bid per each "Manhole Riser" installed for: a) Various Sizes c. The price bid shall include: I ) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Manhole construction 8) Manhole frames 9) Steps 10) Ring and Cover CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Ypmjec[s503161040-0115pecslFinallFinat Pail 2A Specificatians\Division 33533 49 10_Cast-in-place Storm➢rain Manholes and ]unction Boxes.doc 334910-2 CAST -IN -PLACE STORM DRAIN MANHOLES AND ]UNCTION BOXES Page 2 of 6 1 11) Clean-up 2 2. Storm Junction Boxes 3 a. Measurement 4 1) Measurement for this Item shall be per each Junction Box complete, or 5 completed to the stage of construction required by Drawings. 6 b. Payment 7 1) The work performed and materials famished in accordance with this Item 8 will be paid for at the unit price bid per each "Storm Junction Box" 9 installed for: 10 a) Various sizes 11 c. The price bid shall include: 12 1) Mobilization 13 2) Excavation 14 3) Hauling 15 4) Disposal of excess materials 16 5) Furnishing, placement and compaction of embedment 17 6) Furnishing, placement and compaction of backfill 18 7) Junction Box construction 19 8) Junction Box frames 20 9) Steps 21 10) Ring and Cover 22 11) Clean-up 23 3. Storm Junction Structure 24 a. Measurement 25 1) Measurement for this Item shall be per each Junction Structure complete, or 26 completed to the stage of construction required by Drawings. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 will be paid for at the lump sum price bid per each "Storm Junction 30 Structure" location. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Excavation 34 3) Hauling 35 4) Disposal of excess materials 36 5) Furnishing, placement and compaction of embedment 37 6) Furnishing, placement and compaction of backfill 38 7) Junction Box construction 39 8) Junction Box frames 40 9) Steps 41 10) Ring and Cover 42 11) Clean-up 43 1.3 REFERENCES 44 A. Reference Standards 45 1. Reference standards cited in this Specification refer to the current reference 46 standard published at the time of the latest revision date logged at the end of this 47 Specification, unless a date is specifically cited. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Fapmiccts103185040-011Spa Wina[Tmal Part 2A Speeifications\Division 33133 49 10 Cast -in -place Storm Drain Manholes and ]unction Boxes.doc 0 334910-3 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 1 2. ASTM International (ASTM): 2 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 3 Sections. 4 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 5 Materials. 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 0133 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALSANFORMATION SUBMITTALS 11 A. Certificates 12 1. Furnish manufacturer's certificate of compliance that their product meets the 13 physical testing requirements of this Specification for the materials referenced. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 112 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Concrete 1. Furnish concrete that conforms to the provisions of Section 03 30 00. B. Reinforcing Steel 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00, C. Frames, Grates, Rings, and Covers 1. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 05 13. 2. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. D. Steps 1. Provide polypropylene supports and steps to the shape and dimensions shown on Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Faprojects103181040-011.Sper 4bal%rinal Part 2A SpeciScalionsMivision 33W 49 10 Cast -in -place Slonn Frain Manholes and Junction Bo"s.doc 334910-4 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Perform all concrete work in accordance with Division 3. 10 2. Use of forms is required for all concrete walls, except where the nature of the 11 surrounding material is such that it can be trimmed to a smooth vertical face 12 a. Outside form for concrete bases supporting brick walls may be omitted with 13 approval from the Engineer. 14 3. Cast polypropylene supports and steps into concrete walls when concrete is placed 15 or drill and grout steps in }dace after concrete placement. 16 B. Excavation and Embedment 17 1. Conform to the requirements of Section 3123 16, Section 3150 00 and Section 33 18 05 10, where applicable. 19 C. Manholes for Precast Concrete Drain Pipes 20 1. Construct manholes for precast concrete pipe drains as soon as is practicable after 21 drain lines into or through the manhole Iocations are completed. 22 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up 23 with mortar. 24 D. Manholes for Monolithic Drain Pipes 25 1. Construct bases for manholes on monolithic drain pipes either monolithically with 26 the drain pipe or after the pipe is constructed. 27 E. Manholes for Box Drains 28 1. Cast bases for manholes for box drains as an integral part of the drainage system. 29 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, 30 manhole opening may be temporarily covered with timber to facilitate compaction 31 of backfill for the pipe system as a whole with tractor equipment. 32 a. Perform required excavation for manhole, construct manhole and backfill in 33 accordance with Drawings. 34 3. For manholes that are over 5-feet deep, include all manhole steps required in the 35 wall of the box drain. 36 F. .function Structures 37 1. All structures shall be installed as specified in Drawings. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FApmiects103I N40 011SpecsTirralTinal Part 2A SpeciFicationsWivision 33133 49 10 Cast -in -place Storm Drain ivlarrlrales and lunclion Bux .doc 0 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 1 G. Inverts 2 1. Shape and route floor inverts passing out or through the manhole as shown on the 3 Drawings. 4 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 5 the required additional material with the base. 6 H. Curing 7 1. Cure all exposed concrete as required in Division 3. 8 I. Finishing 9 1. Finish all concrete as required in Division 3. 10 J. Form Removal 11 1. Remove concrete form as required in Division 3. 12 K. Placement and Treatment of Castings, Frames, and Fittings 13 1. Place castings, frames and fittings in positions indicated on Drawings or as directed 14 by Engineer, true to line and correct elevation. 15 2. Frames or fittings set in new concrete or mortar 16 a. Place and position anchors or bolts before concrete mortar is placed. 17 b. Do not disturb unit until mortar or concrete has set. 18 3. Frames or fittings placed upon previously constructed masonry 19 a. Bring bearing surface or masonry true to line and grade, and present an even 20 bearing surface, so that entire face or back of unit will come in contact with 21 masonry. 22 b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as 23 directed and approved by the Engineer. 24 4. Ensure that units are set firm and secure. 25 5. Allow concrete or mortar to harden for a minimum 7 days. 26 6. Replace and fasten down grates or covers. 27 3.5 REPAIR / RESTORATION [NOT USED] 28 3.6 RE -INSTALLATION [NOT USED] 29 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 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 Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F,Spmjects103181040-01LSpmsTinaAFinal Part 2A SpecificationADivision 33"3 49 10 Cast -in -place Storm Drain Manholes and Jonclion Bous.doc 334910-6 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 R\projects103181040-01LSpecslFinalTinal Part 2A SpeciScationslDivision 33533 49 10_Caa-implace Storm Drain Manholes and Jmcrion Eoxes.eoc 347113-1 TRAFFIC CONTROL Page I of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control PIans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Delete Paragraph 1.2 A.I.a.l. in its entirety and replace with "Measurement for 9 Traffic Control Devices shall be per lump sum." 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 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices. shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: I) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 7) Police assistance during peak hours 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per week for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 22, 2013 F,Lpmj"is\03181040-011SpnsWinalTinal Part 2A SpnificationsMivision 34"4 71 13_Trefl!e Control.doc 347113-2 TRAFFIC CONTROL Page 2 of 5 1 3) Sign movement throughout construction 2 4) Return of the Portable Message Sign post -construction 3 3. Preparation of Traffic Control Plan Details 4 a. Measurement 5 1) Measurement for this Item be per each Traffic Control Detail prepared. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 shall be paid for at the unit price bid per each "Traffic Control Detail" 9 prepared. 10 c. The price bid shall include: 11 1) Preparing the Traffic Control PIan Details for closures of 24 hours or 12 longer 13 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 14 (TMUTCD) 15 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 16 4) Incorporation of City comments 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 23 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 24 Transportation, Standard Specifications for Construction and Maintenance of 25 Highways, Streets, and Bridges. 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Coordination 28 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. 30 B. Sequencing 31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBMITTALS 34 A. Provide the City with a current list of qualified Baggers before beginning flagging 35 activities. Use only flaggers on the qualified list. 36 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 37 Engineering Division, 311 W. 106' Street. The Traffic Control Plan (TCP) for the 38 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 39 A copy of this Traffic Control Plan shalI be submitted with the Street Use Permit. 40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 41 Engineer. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 22, 2013 F-Aprojws\031610k0-01%pec Tmal%inal Pan 2A SpccificationADivision 34134 71 13_Treffic Conlrokfoc ll 347113-3 TRAFFIC CONTROL Page 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a Iicensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets. 4 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 6 changes to the Traffic Control Plan(s) developed by the Design Engineer. 7 G. Design Engineer will furnish standard details for Traffic Control. 8 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 17 2.2 ASSEMBLIES AND MATERIALS 18 A. Description 19 1. Regulatory Requirements 20 a. Provide Traffic Control Devices that conform to details shown on the 21 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 22 Device List (CWZTCDL). 23 2. Materials 24 a. Traffic Control Devices must meet all reflectivity requirements included in the 25 TMUTCD and TxDOT Specifications — Item 502 at all times during 26 construction. 27 b. Electronic message boards shall be provided in accordance with the TMUTCD. 28 2.3 ACCESSORIES [NOT USrD] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Protection of In -Place Conditions CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 22, 2013 F.lprojects%03185040-011Spm\FinaMinal Par[ 2A Specifications\Division 34U4 71 13_Traf%c Conirol.doc 347113-4 TRAFFIC CONTROL Page 4 of 5 1 1. Protect existing traffic signal equipment. 2 3.3 INSTALLATION 3 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 4 the Drawings and as directed. 5 B. Install Traffic Control Devices straight and plumb. 6 C. Do not make changes to the location of any device or implement any other changes to 7 the Traffic Control Plan without the approval of the Engineer. 8 1. Minor adjustments to meet field constructability and visibility are allowed. 9 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 10 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 1 I covering, or removing Devices. 12 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 13 and that retroreflective characteristics meet requirements during darkness and rain. 14 E. if the Inspector discovers that the Contractor has failed to comply with applicable federal 15 and state laws (by failing to furnish the necessary flagmen, warming devices, barricades, 16 lights, signs, or other precautionary measures for the protection of persons or property), the 17 Inspector may order such additional precautionary measures be taken to protect persons 18 and property. 19 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 20 or in conflict with the proposed method of handling traffic or utility adjustments, can be 21 constructed during any phase. 22 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 23 distance of drivers entering the highway from driveways or side streets. 24 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 25 be erected and mounted on portable supports. 26 1. The support design is subject to the approval of the Engineer. 27 I. Lane closures shall be in accordance with the approved Traffic Control Plans 28 J. If at any time the existing traffic signals become inoperable as a result of construction 29 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 30 approved by the Engineer, to be used for Traffic Control, 31 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 32 turn-ons, street light pole installation, or other construction will be done during peak traffic 33 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 34 L. Flaggers 35 1. Provide a Contractor representative who has been certified as a flagging instructor 36 through courses offered by the Texas Engineering Extension Service, the American 37 Traffic Safety Services Association, the National Safety Council, or other approved 38 organizations. 39 a. Provide the certificate indicating course completion when requested. 40 b. This representative is responsible for training and assuring that all flaggers are 41 qualified to perform flagging duties. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 22, 2013 Fapmjects\03181040-01%SpccsVinaRFina1 Part 2A SpmificatiowkDMSion 3434 71 13_Trnfiic CantroLdac 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 347113-5 TRAFFIC CONTROL Page 5 of 5 2. A qualified flagger must be independently certified by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. M. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work -zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE -INSTALLATION [NOT USED] 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING [NOT USED] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH Sanitary Sewer Main 257 --- Part 2A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised. November 22, 2013 F:lprojecls103181040-OMpec NFina[%Final Part 2A SpeciScationsWivision MM 71 13_Treffic Controldoc 99 S9 OD-1 SPECIAL MEASUREMENT ANO PAYMENT SPECIFICATIONS PAGE 1 OF 4 SECTION 99 99 00 SPECIAL MEASUREMENT AND PAYMENT SPECIFICATIONS 3 4 5 1) ITEM 9999.001 W FIBERGLASS SEWER PIPE BY OTHER THAN OPEN CUT 6 7 This bid item is for 60-inch Fiberglass Pipe in accordance with Section 33 31 13 S Fiberglass Reinforced Pipe for Gravity Sanitary Sewers inside casinghunnO or wood 9 box. 10 II This per linear foot bid ROM for the sanitary sewer gravity pipelines., at ail depths and at 12 the various sizes and various stiffness classes shown in the Proposal and Inctuded in the 13 Contract shall be full compensation (unless a separate pay Item is provided In the 14 Proposal) for; site clearing, top soil stripping, stock piling and re -spreading; saw cutting 15 and pavement removal, removing or supporting all existing utYlties, ground water contrat 16 planning and dewatering acdvittes, trenching, cutting and plugging existing lines, 17 furnishing and installing pipe and pipe installed in casing, tunnel liner plate or Woad Box 18 pipe detection tape, transition pieces, stub out pipes, closure pieces, adapters, geotextiie 19 fabric, camel pipe within encasement pipe Including spacers, rails, grout, and end seals, 20 conducting hydrostatic testing, and for clean-up. disposal and other work necessary for 21 acceptable Installation complete in Mace. 22 23 Measurement for the pipe at the various sizes small be the actual horizon#aI length along 24 the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, 25 with no deduction Ire length made for manholes and adapters, No separate measurernent 26 will be made for payment (unless a separate pay item is provided in the Proposal) for 27 trenching, depth of installatfon, hydrostatic testing, transition pieces, insulating gaskets, 28 concrete cradles, fittings. valves, joint restraints, nerd quBIlty testing, but will be considered 29 subsidiary to installing the pipe, 30 31 32 ) ITEM 9999.002 CONNECT TO EXISTING PIPELINE 33 34 This bld Item is for the connection to existing 60-inch Flberglass Reinforced Pfpe (FRP) 35 at the upstream end of Upper and Middle Village Creek Main- a7 Part 1. 36 37 This per each bid item is for material, labor and equipment for the connection at the 38 existing main- 57 Part 1, existing 64-inch Fiberglass pipe. 39 The bid shall be Bill compensation for the connection as shown on the Plans and shalJ 40 include all necessary excavation and backfillIng, and providing and installing pipe, fittings, 41 insulating gasket, couplings. unions, and any other appurtenances required to provide a 42 complete installation, 43 Measurement shall be per each connection to existing pipe. +44 CITY OF FORT WORTH SANITARY SEWER IfAAIN-257 PART 2A STANDARD CONSTRUCTION! 5 PE Q I F1 CAT) QN1 € 0CUMENT6 GfTY PROJECT NO.01227 ADDENDUM NO- 3 ATrADWEl rADJAA r-AproiwAM1OW40•olt5'pncxtiFinW1%FSnal Pn+1 2A Spadr4mLoria44deendxlA,daendum W&ECTION DirsR W,d4ox 99 91j 00-1 5PECKL ME;ASURi~MENTAND PAYMENT SPECIFICATIONS PAGE 2 OF 4 t 3) ITEM 9999,003 00014 CONTROL UNIT 2 3 This item is for Odor Gantrcl units to be installed at manholes as Shown in the plap} or 4 directed by owner. s 5 This per each bid Item shalt be Ball compensation for the odor control units, in accordance 7 with Wager 1850 Odor C4ntT0l Sewer Valve (Product requirements), as shown in the 8 Plans and shall includo all necessary excavation and backfilling, and providing the odor 9 control kinit, and install! ng pipe, fittings, insulating gasket, Couplings, uitiior s, and any other 10 appurtenances required to provide a complete installation.. 11 12 Payment shall be for full compensation per each Wager 1650 Knit including, labor, 13 material and equipment, riser pipe, connections, couplings, adapters, reinforced 14 concrete slab, coating, lining a and any other appurtenances required to provide a 15 complete installation, 16 17 Measurement far this item shall be per each odor unit, 18 19 2D 4) ITEM 9999.004 PLUG FOR FUTURE CONNECTION (STATION 155+20) 21 This hid Item is for the temporary plug at station 155+20 27 23 This per each bld item shall be full compensation for the plugging if the pipeline to prepare 24 for the future connection to the future Malin-257 Part 2S, as shown on the plans and shall 25 include all necessary excavation and backfilling, and providing and installing pipe, fittings, 26 insulating gasket, couplings, unions, temporary fiberglass plugs and any other 77 appurtenances required to provide a complete inMallativn. 28 Moasurement for this item shall be per each plug- 29 3n 31 5) ITEM 9999.005 SEWER TIE-IN RECONNECTIONS 32 (B", STA 85+11. 9, 12", STA 116+59.27: 18" STA 133*96. 6} 33 34 This bid item is for connection between existing sewer collection lines, sewer servico 35 Ilnes and the new pipeline. 36 ThEs per each bld item shall be full cornpenaation far bypass plplrlg or pumping for sewer 37 collection IInes that currently flow to the existing main- 257 and wilI have to connect to the 38 new main-257. This bid item includes all necessary excavation and backfilling. bypass 39 piping or puMpi"g, material, equipment, and providing and installing pipe. fittings, 40 insulating gasket, COUPIings, unions, and any other appurtenances required to provide a 41 complete installation and flow diversion from existing main-257 to proposed main-57 after Q the new main has been tested and approved to receive flows by the City, The existing 43 pipes are located at Station 85-1,11,29, 116+9 and 133+96, CITY OF FORT VVORTJ1 SANITARY SEI+VER MAIN-257 DART 2A STANDARE) CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO- 01227 ADDENDUM NO. 3 ATTAi HMENT AJ1 34A P ewilwi1 HWH0-0nspchca ismKRna1 Paa :A Spe6heedonok.5dderidjm.pdenAurn 3►: EG71O1 �Ag 99 00.dacx B9 9B 00-1 SPECIAL MEAkSLMEMENTANID PAYMENT SPEC INCATION$ PAGE 3 OF 4 2 Measurement for this bid Rem shall be per each. 3 4 5 6) ITEM 9999.006 JUN CTI0IN BOX AND SIPI-ION BOX LEAK TESTIN 7 This pef each bid Item is for material, labor and equipment for the testing of the s Concrete, cast in place junction and siphon boxes for leaks. The per each, price bid shall 9 be full compensation for the testing of each siphon and junction box and shall include all 10 necessary pipe, fittings. insulating gasket, couplings, unions, and any other 11 appurtenances required to perform the tesfing. This Bid item Includes all necessary 12 plugs of connections, water for hydrostatic testing, bypass pumping if necessary, repairs 13 of leaking junction and/or siphon box, retesting the structure. 14 15 Measurement of this per each bid item will be in direct r0ationship to the percent Vf the 16 project work that has been completed, 17 18 19 7) ITEM 9999.007 GRAVEL ROAD REPAIR 26 21 This per square yards bid Item Is for the reconstructio.n of new gravel access roads, as 22 shown on the plans and specfficatiOns and/or to replace existing gravel roads damaged 23 during construction in the same location as shown on the Plans_ The roads shall be 24 constructed per the standsrd details Including $0 preparatlon, orushed stone, crowning 25 of the road to provide drainage, removal of organics, and all incidentals_ 26 27 Measurement and Payment for the gravel roads shall be per square yards. 28 29 3U 8) ITEMS 99 99.0 08 & 9999,0010. 999 9. 0011 TO 9 999.0 020 SITE RE TORATI0N 31 32 These lump sum bid items shall be full compensation for corrlpWing any site or special 33 conditions outllmd and described in the Plarrs and Sper.1fications, Easements, and 34 Property OwnerAgreements included in the Contract Documents, complete In dace_ 35 36 Measurement and payment for this item shall be per lurnp sum. 37 38 39 9) ITEM 9999.025 CONSTRUCTION ALLOWANCE 40 41 This lump seam amount of $200.000 shall be used for extra work not included In the plans 42 or speciflcatinns as directed by the CITY for legitimate unanticipated project related CMY OF FORT WORTH SANrTARY SEWER MAID!-257 PART 2A 8TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. a1227 ADDIENDUM NO. J ATTACHLOENTADMA F.*ojeaWP311AQ4"1fpect F1r►dT1rL l PAO 2Jti xealff alfansWudden4a4;ddendwm S1SEnON 99 130 P4.dacx 99 99 00-1 SPECIAL MEASUREMENTAN0 PAYMENT SPECIF1GATION PAGE 4 OP 4 conflicts, issues, or required additions resulting from unforeseen obstacles. Scope of work and specific covets shaII be estab11shed by the 19SUance of a proposed coiAract modification by the EN INFER to the C ONTRA CTOR. i1pon acceptance by the CITY of the proposers ccintract rn adifioation, a field order will be issued allowinfj the work to proceed and payment to be requested by the CONTRACTOR under this bid horn. o payment will be made under this bid item without prior written agreement by the CITY and C0NTRA TOR as to the scope and cost of additional work. Any expenditure under this allovtiwence will be directly related to the purpose of this ptoject, END OF SECTION CITY OF FORT UVORrH SANITARY sEWE R MAIN-257 PART zA STANDARD CONSTRUC71ON SPECIFICATION DOCUMENTS CITY PROJeCT NO- 01227 ADDENDUM NC, 3 ATTACIWVV 4 r AD3AA f- nclsM1E'M4LQ118persRnWlF"F$mrl?A$pe!e0gilrnnrVuldgnJMAddendumMECTrON1i9HW.docK Appendix GC 0 4.0 1 Availability ®f Lands Electronically Recorded i'icial PublFr, Records troI�Lth L4f+e. Mary Louise Garda Tarrant County Texas 4/ 1412911 10:27 AM PGS 6 $36.00 ubmillar A S D211087935 SANITARY SCR MAIN 257 UPPF-Ft AND MIDDLE VILLAGE CREEK PARjkLLEL RELIEF MAIN, PART 2 CITY PROJECT No. 01227 PARCIEL No, 0 RENDON ROAD A # LL � SHELBY COUNTY SCHOOL LAND SURVEY. ABSTRACT No. 1375 STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS C UN' r OF TARRANT ALAMO TITLE COMPANY GF ^o 'eo� la OF FDC�T W�D&T � .� PER ENT FEWER FACILITY EA[SEII NT AND TIii1P0 'Y CONIMUC71ON EASEMENT DATE: JANUARY 5, 2011 RANTOI:t GARFI'EL.D T. SIEBENHAUSEN AND BETTY JEAN SIESENHAUSEN, A TRUSrEEE OF THE GARFIELD T, SIESENHAUSI*N AND BETTY JEAN SIEBENHAUSEN REVOCABLE LIVING TRUST GRANTOR'S MAILING ADDRESS (Inaluding County): 404;S RENDON ROAD FORT WORTH, TARPMT COUNTY, TX 78140-970T GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS {inr,Iuding County} 1000 TIHRUCKNORTON ST. FORT WORTH. TARRA,NT COUNTS', TX 76't4.2 CONSIDERATION, Ten Dollars ($10.00) and otter good and valuable considerakn, the receipt and suffictencY of which la hereby acknowleclgad. PROPERTY, Being 40 foot permanent sews" facility easement and a 25 foot temporary construckn easemerA aluated In the Shelby County School Land Survey, Abs;treot No. 1375, Tarrant County, Taus, arfd being a poMon out of a tract of land deeded to Garfield T. Siabenhausen artd Betty ,team iebenhsusen-Trustees of the Garfield T. Slebenhauueri & Betty .lean Sledenhsusen Ravooabie Living TrusL an recanted In County Clerks Irlstfurnent Number D197201113, Deed Records of Tarrant County, Texas, and being more particulady described In Permanent Serer Facillty Easement and Temporary onslrucfion Easement In Exhii y r re "8", ! ADS-6 OF 181 SANITARY SERVER MAIN 257 UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN. PART 2 CITY PROJECT No. 01227 PARCEL No. 02 DOE # 6216 4045 IRENDON ROAD SHELBY COUNTY SCHOOL LAND SURVEY, ABSTRACT No. 1375 AEA # STATE OF TEXAS + KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT ALAMO TITLE COMPANY C;TY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT SAND TEMPORARY CONSTRUCTION EASEMENT DATE: JANUARY 5, 2011 GRANTOR: GARFIELD T. SIESENHALJSEN AND BETTY JEAN SIEBENHAUSEN, AS TRUSTEES OF THE GARFIELD T. SIEBENHAUSEN AND BETTY JEAN SIEBENHAUSEN REVOCABLE LIVING TRUST GRANTOR'S BAILING ADDRESS (including County): 4045 RENDON ROAD} FORT WORTH, TARRANT C0UNT , TX 7e140-ID787 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAJLING ADDRESS (including County); 10015 THROCKMORTON sr. FORT WORTH, TARRANT COUNTY, Tic 76102 CONSIDERATIOR. Ten Dollars ( 10,00) and abler good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged - PROPERTY: Being 40 foot pefrnanerit Sewer facility easement and a 25 foot temporary construction easement situated In the Shelby County School Land Survey, Abstract No. 1375, Tarrant County, Texas, and being a portion out of a tract of lend deeded to Garfield T. Sfebenhausen and Batter Jean iebenhausen-Trustees of the Garfield T. Silebenhausen & Se#ky Mean Siebanhausen Ravooable LMng Trust, as recorded In County Clerks Instrument Number D197201113, Goad Records of Tarrant County. Texas, and being more particularly described In Permanent Sower Facility Easemenl and TGImporary Construction Usemont in Exhibits 'A" and q B.' PERMANENT SEWER F RACU Y EASEMENT AND TEMPORARY CONSTfRUU.10N EASEMENT Rho. 0-5120A ATTACHMENT AD3-5 2 OF 1131 Grantor, for the consideration paid to Grantor and other goad and valuable consideration, hereby grants, elks, and conveys to rfantee, its successors and assigns, two exclusive, perpetual eaasernenis For the cclnstructfon, operation, maintenance, replacement, upgrade. anti repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes a R incidental i+ndergmund and aboveground attachments, equipment and appurtenances, inclUding, brat not. limited to manholes. manhole vents, lateral line connections, pipelines, junctlon boxes In, upon, under and across a portion of the property and more fully described In Exhibfts NX & "S" attached hereto and incorporated herein for ali pertinent purposes, together wlth the rlght arrd privilege at any and aft times to enter property, or arty part (hereof, for the purpose of constructing, operating, maintaining, replacing, upgradIng, and repairing said Facility; and a bempofary consIT-Uction easement, as described in Exhibits "A" and "'B", attachf d 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 constructlon and acceptanoe by Grantee of said Facility. In no event shall Grantor (I) use the Property in any manner which interferes In any materiel way or is fnconsistent with the fights granted hereunder, or (hl) erect or permit to be erected within the easement property a permanent structure or bullding, including. but not limited to. monument sign, Pole sign, billboard. brick or masonry fences or walls or other structures that raquire a building permit. However, Grantor shall be permitted to maintain any a lstirq concrete driveway or road on the Pf-operty. Grantee shell be obligated to restore the surface of the property at Oranlee's sate cast and expense, including the restoration of any sidewalks. driveways, or sfmilar surface improvements located upon or adjacent to the EasLftmeent which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use t?f the easement granted he{eunder_ Provided, however, That Granlee shall not be oblJgated to restore or replace irrlgaticn Systems or other improvements Installed In violation of the provisions and intended use of this Easement. TO HAVE AND TQ HOLD the above -described permanent easement, together with uall and singular the rights and appurtenances theretc in anyway beJongfng unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind Itself a nO its successor and assigns to wda`rant and forever defend ail and singular the easement unto Grantee, Its successor and assigns, aga ins( every person whomsoever lawfully da3iming or 10 claim the same, or any part thereof, TO HAVE AND TO HOLD the above described temporary construction easement, together wlth, all and singular, the rights and appurtenances Mereto in anyway beiongJng unto Graniae, and Ora ntee's successors and assigns t.untiJ the completion of ccnslru04i fn and acceptance by Grantee_ Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, ali and SOE? laar, said easement unto Grantee, ils successors and assigns, agalnst every person whemseever lawfully daWng or In claim tine same, or aaiy part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE) PERMANENT SEAR F'ACUTY L-ASEMENT AND TEMPORARY CONSTRUC I IQM EASEMOSM R6V.0612009 ATTACHMENT ADs-b Or 181 GRANTOR Garfield T. Siebenhausen and Betty Joan Siebenhausen,nsTrume the Garfield T, S m ben ha u se n an Bed J ea n Sieb erl ha u sen RevocameL.Mng tru st . � Ga@ dT Sfahonhaue% B the Garfield T. Slabanhausen and Betty Jean Siebenhausen Revocable Living Trust z Betty Jean 1e§enh amp d T.Sebe h� a er d Bed J n gem n u n Revocable Living Trust GRANTEE: C1 I of Fort Worth Fernando Cosh Assistant City Manager APPROVED AS TOFO U ANDLEGA�7Y �. . Assistant Cif tome , FPERMANENTsEVJT=RFACILITY EASEMENT AKa -rEUPOm CONSTRUCTION EASL mT Ry. WNW ABACI-WNT AM- OF 13] ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the und=inticd authority, a Notary Public in. and for the Sliate of Texas, on this day personally aprvap d Garfield T. Sicbuzhausen, m Trustees of the Garfield T_ Siebenhaiisen and Betty J a Sii�beuhausen Revocable Living Test, known to me m be the same person whose name is subsciibrA to the fbrgping insuument, and acJmowledgcd to mt that the same was the act of CarFtcid T. Sicbenhsmvtn. as Trwtees of the Garfield T. Sicbenhausen and Rttfty Jean Sitbmlhatlsen Revocablc Living Trust and th4t heshe executed the same ns the act of paid Garfield T. 'Sicbenhausen, as Ttxm( es of the Garfield T, Siebtnhausen and Betty htan Siebeahau= Revocable Living Trust for the pu tts . and consideration themin expressed and in the Capacity therein stated. IVEN UNDER PAY HANG AND SEAL OF OFFIOE this day of -�r I ICU .A 20 { r'�gosA L1411Yi L M11 r ry Pul}IiC. Stain of 7ex6s *,�, MY Cumm+saion Exts 'f i�+V OcIaber 23. 2014 N STATE OF TEXAS COUNTY OF TARRA T Nufalry Public lit end for the State of Texas Aid EDE,i 1 BEFORE ME, the undersigned authority, a Notary Public its and Per the Sin le of Texas, on Ihis day personally appe=d Betty Jean SiebenbauisM as Trustee of the Garfield T, Siebt~nhatu on and Belly .lean iebenhausen Revo"ble Living Trust, knowtr io me to be the saint person whose nam is subscribed to the fora ing insnvmeut, and mcknuwledged to roe that the sarue was the act of Garfield T. Siebtn hausen, as: Trustees of the Crat'field T. Sicbeahamsen and Doty Jean Siebenhaysm Revocable hiving Ttust and that lie/ihe cxecuted the same as the aft of said Q"cld T. SiEbeahausen. as Trust= of the Garfield T. Siebmhousen and Betty Jtan Sicbcakausmi revocable Living Trust for the purposes and nsideratiotl therein expressed and in the capacity therein staled, GIVEN UNDER MY HAND AND SEAT_ OF OFFICE this day of , 20 QOSA ESOIAVEI Nottry f [ihlEC, Skate at Tamar C crots@r 23, 20 a a ramWary Publta In and �r the State of Texas !— — ' I— PF RMANEWr SEWER RAoa.rrY EASEMENT AND TEMPORARY CONSTRUCTiow ErM EMENT Raw. aooa ATTACHMENT AWZ 5 OF 181 ACKNOWLEDGEMENT EMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary PublIc in and for the date of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Wor! , known to me to by the same persona whose name is subscribed to the foregoing instrument, nod acknowledged to me that the same was the act of the City of Fort Worth and that he/sbe executed the same as the act of the City of Fort Worth for the purposes and consideration thereon expressed and in the capacity therein stated. VL I (_i OER COY HA 1) ANE) SEAL OF OFFICE this �� dayy of 1 4 #ary Pubilc in and Per the State of Texas t' ''� il4CL3puNIJE+iP�}I�3 PERMANENT SEWER FACILITY EASEMENT AND TEMPEft;AY CONSPRUCTl4N £ASEmOy'r Nov. 0002009 ATTACMMFNT AR3-5 OF 181 Being a 40 feet w1de permanent sanitary sewer easerent situated in the Shelby Courity School Land Survey, Abstract No. 1375, Tarrant County. Texas, and being a portion of [hat certain 43.635 acre tract of land conveyed to GARFIELD T. SIEBENHAUSEN AND BETTY JEAN SIEBENHAUSEN-TRUSTEES OF THE OARPMLD T. SIEBENHAUSEN AND BETTY JEAN SIEDIE NHAU EN REVOCABLE LIVING TRUST by warranty deed as recorded in Tarrant CountyClerk's Instrument !Number (T, , .I.INo.) D197201113, Deed Records of Tarrant County, Texas (D.R.T. C.T.), said permanent sanitary sewer easement being hereln more part{culMy described by metes and bounds as follows: 13EGINNiNG at a point on the north property line of the said 43.635 acre tract, same being the south property line of a 36.748 acre tract of land conveyed to Southland Contracting, Inc. by warranty deed as recorded in T.C, C -1. No. D 09133791, D.R.T- .T-, said beginning point being Iocated South 89a48'08" West 849,So feet from an aIurrrinum T.E. S.GO. dish in cortcrete found at the northeast property corner of the said 43.635 acre tact, said beginning point aIso being on the west ache of an existing 20 feet wide Permanent Sanitary Sewer Easement dedicated to the City of Fart Worth by deed as recorded In Volume 5250, Page 534, D.R.T. C.T.; THENCE South 2 °3558" West. along the said west edge of the existing easeniant, a distanm of 916.53 feet to a paint; THENCE Soulh 22 4 '3 " West, continuing afong the said easement edge, a distance of 4_37 feet to a polrrt on the south property line of the said 43.635 tract. same being the north property line of a 61.5 6 acre tract of land owned by Cynthia A. St. Louis, said tract being described In dead as recorded in T.C.G.1. a. D206133412, D-R.Tz.T., THENCE South 8 "00 5" blest, ai4rrg the sald property fines, a distance of 43.67 feet to a point, said point being located North 89'06'55° East a distance of 12 53'. 12 feet from a 1/ " iron rod found at the southwest property corner of the said 43.635 acre tract; THENCE North 22'46'33" East a distance of 21.8 3 feet to a point; THEN E (North 22°35'58" East a distance of 8 99,6 5 feet to a point on the said north property lane of the 43.635 acre tract, same being the said south property line of the 36.748 acre tract; THENCE North 89° 8'08" East, along the said property lines, a distance of 43-39 feet to the Point of Ba inn1ng containing 0.846 acres (36,848 Sq. Ft.) of lard more or lass, PERMANEWWATER IFA MLFMEA5EMENTANDTrMP}ORARYC sTRLecTIONEASEVC-INT 021g1V241i) PARCEL 2 ; Pg. 5 of 7 ATTAC FMMENT AM-5 7 OF 181 EXHIBIT "B" Being a 25 feet wide temporary constructi'on easement situated in the Shelby County School Land Survey, Abstract No. 1375, on County, Texas, and being a portion of that certain 43.635 acre tract of land conveyed to GARFIELD T. StEBENHAUSEN AND. BETTY JEAN SIL13ENHAUSEN-TRUSTEES OF THE GARFIELD T. SIEBENHAUSEN AND BETTY JEAN SIEBENHAUSEN REVOCABLE LIVING TRUST by warranty deed as recorders in Tarrant County Clerk's instrument Number " . ,1.No.) D1A7 01113, Deed Records of Tarrant County, Texas (D"R.T" .T,), said tern porafy construction easement being herein more particularly described by metes and bounds as follows; BEGINNING at a point an the north property Tina of the said 43.635 acre track; sane being the south property line of a 36.748 acre tract of land Conveyed. to Soutbtnnd Contracting, Inc. by warranty deed a s recorded in T. G.C.1.No. D209133791, D.R,T. .T., said beginning point being located South 89�48'08" West 893,19 feet frorn an aluminum T. E. S .CO . disk in concrete found at ttie northeast properly corner of the said 4 3.6 3 acre tact; TH EN C E South 2 2 a35'5a* West a distance of 8 99,6 5 feet to a paint, THENCE South 2°46 33" West a distance of 1 "83 feet to a point on the south property lire of the said 43.635 trait, same} being the north property fine of a 61.526 acre.t{act of land owned by Cynthia A. St, Louis, said tract being described in dead as recorded in T. " "I.Nc. D206133412, D.R.T"C.T THENCE South 89°06'66" West, along the said property lines, a distance of 27',29 feet to a p6iAt, said point being located North 89c06'55" East a distance of 1225"83 feet from a 112" im n rail found at the southwest property corner of the said 43. 35 acre tract; THENCE North 22�46' 3" East a distance of 3 .75 feet ta. a point; THEN C E North 2 2'35'58" East a distance'of 889,11 feet to a point on the said north property lute of the 43.635 acre tract, same being the said south property line of the 36"748 acre tract; THENCE North 89°48T98" East, along the said property lines, a distance of 27.12 feet to the Point of Beginning containEng 8.529 acres (23,042 Sq. Ft.) of land more or less" PERMANENT WATER FArU7V EASEMENT AND TMMKALHY a STRUCTiCw r-A5FkfiCNT. -41 L1 I. } 4 11At'IN C. 4l'{)uro'l� ;4. } L �a PARCEL 2 - Pg, 6 of 7 ATTACHMENT AI W 4T 161 FLAT OF EXHIBITs "'All .& ,xBr, SEA' .4,7ACHO LEC0 DESVNPPCw Cw PAVEs .5-6 OF fXiv.Mrs '�4 " & JSr 749 ACR4-4T SCUFT7'LANP N RACF#W, .fNG'. T 0, 0. f. No- 0209 f.3J-7,91 P�i'OPET't7y" t lNF ' T- ---T- _ -- 4 �I 43. 63.E A CI?F. S (DEED) GARRELD T. SIESENHUSEN r SEM JEAN SIESENHAUSEN i MUSMES OF ME GARRELD T.` .SIEVENHAUS' N & BETTY JEAN 5"ENH USEN + i ► EVOCABLE L1V G TRUST rC ,I, o. D197201113 II DR Tc.T {I 1 EX, 20' MPEME RIGHT OE WAY ,M0 &A+SEUSW I KC C. r Na, 0266289482 ,JrDFy� �0,��r {J,{�F vl VNITARr SEHER EAS L r 0846 ACRES (36,848 Sa Fr) 'CN,SMICTION iASENEIVT 0529 ACRES (3, 04, O, FT 0 140' 280' GRAPHIC SCALE IN FEET I" a 141Y I rx ; ' EAs f w & AWT-or-#AY vo.L. 9 l'1G 478 a o R. T. r, 189 Q6''S5 `E NF 1225.83' P. 0 8. % EJI'Nf9IT A � f � � �. . Df5x AV C . It A Nx yii-$Q+ ib '58�48 IONC'OR l sr R,D,W aAE.oF C'LFL`7RlG E4i Y f co, ac (Tr-sco Ralf) i 39 51. F 5'. 376 D-R- TC T. ! EX Fo' PORW+NENT SV"#TARY Sir L-A$00.Wt s.aa. pa, s.34 C. /f f 1 Afo- 1l%iTE'07 t-+f 7 s IST L i S2.2'46'JJ V 4 3' U 56 '06'55 V 4 67' L3 TV2246'7J"�- 2l. L4 1V9.9-48'08"E 43..W L -c- 9 9 PO 6'-r,,5 V I 2729 Ls 1 N 2'46,TJY ,Y F5' LT J T 9'46*08'E 127 12' r / LAND SUROE i Ll LZ DFM 61.526 A CRF, S I CMrM A. sF LOBS T c- cf No, !3,?0 113'4 l2 04 T.CT NO-TE' THE BASIS OF KARINOS FOR THIS SURVFY rS �4An83 NCR-M ryas CENTRAL ZCNE. ALL o+STANCES 5HGWN ARE SURFACE. AN ITA RV SEWER PA RAL.L.EL RRLIEF MArN-257 PARCC+, Na 7 SJJRW1° SHaEff' C F{TY $G`HVX LAND St1J VFY. ADSTPACr Nq, 1375 L(tA FM 'COPY OF FORT WORN, PARRANT EOUN rY, 7EKA5 VHLXE PROPERTY ACREAGE- 43.6.35 ACRES PER DEED ExFfOITa 'A'& 18 PAGE 7 OF 7 gA ,OS rva_ 08� 070 136A WN 8?" J.W.C. DAIF.' 2-08-tO CHEOc€O 9r.- S,C,S- MCAA F;.E-: [1�-020-M257-WLLA r CRFE-k SPOGNfR dig ASSOC„ WC- J09 ayERS STpErr, surTE fOl0, Ea)1,FSS rx 76G3#, PH er7-28Y-735,5 FAx SHALM G. 0�`TER ATTA HMENT AD3-5 a OF 181 a-xPhange. Authcri=d Users Only Page I of Document Receipt Information Reftrencie Number, ALUALIS-AT0000026180 - r=45cment iaatru„ ent Numtwjr: 0211087935 No of Pages- 6 Reta;•ded tkatw 14/2011 10,27.00 AM Cou n rr3n# Va�ume; Page: Fording Fee- $36.UG ATTACHMENT AD3-5 bttp-llwww.etxchange_comlll11 iewR,ecei t.aspx7Dacumentld— 677 14 4�14fdOI IOF 181 +. Page 1 of 6 V218155T86 711612OU ku PM PUS 6 Fee: $36,00 Submii{ata 8%, cKEcoRDING SOLUTIONS FledronicE111Y Recorded by Tarrant Gourily aeFk MOW1i6ai P0110 Rerords Mary C.nrrise Glarcis PN -12 27 fAAIN-267, PART 2 - UPPER AND MID 0L1= VILLAGE CREEK SANITARY SEWER Marcel # 6 +4369 Rendan Road M. Hant Survey, Abstvact No. 7432 & H. Utile Burvey, Akr$tract No. 930 Ta nrent Corny, Taus STATE OF TEXAS § KNOW ALL MEN BY THl~ SE PRESENTS OUNT Y' OF WARRANT § PERMANENT SEWER FACILITY EASEMENT — — DATE: may 15, 701 a GRANTOR, Marguerite Made Kiluck GRANTOR'S MAll,INO ADDRESS (inoludingCounty); 3-417 Holly Band Dr., Unit 291 Fort Wo"1-4 TX 76116 RANTEE. CITY OF FORT WORTH 200 TEXAS STRE fi' FORTWORTH, TAR RANT COUNTY, TX 70102 CONSIDERATION, Ten Coliprs (:P10.UO) and other 9o0d and valuable ,OW0deraflon, the remlipt and suffrclancy of which la hereby acknowuiadgad_ PROPERTY; Beim more partFc-'uhirly described In thv attaclwd Exhibit- "A,, rarrtor, for the consIderatlon paid to 0 raptor and other good and valvable con slderatlon, hereby grants. cells, and conveyo to Grantee, Its succeaso;s and aas[Drrs, an axdwsl +e, perpetual ca$arn "k #or the Qvr1811rUCtl0n, operatlon,, rnsIntenance, rarlacement, upgrada, and repair of a Pannoz)0rit Sewer Line FOoility, he:' ftar refcrrod to w "FsOlity'. The Facility lrwitidwi ill Incidn4ital underground and sbovagrour7d at] achmanta, equip merit and appurterFances, Includtn,), but riot IimRed to manhoios, MArill Ole vef Its, lateral JIno connoodoRs, pip Wines, junction br xe,; in, x1pon, under �ind across# a portion of they Property and more fully described in ExfiIbit "A" atWi%ed hereto and Incorpvra#vd hcweln fur all portiriont purposos, together with Ifte rlgw ana priwi lega a t any and I II times to enter Property, or any part thereof, for they purpos a of con FAt ructing, operating. malntaining, repl8ning, Upgrading, and repairing Meld Pacllity. PER RANIENT 4D E"MA FMOWY MEWNT RBY. WVA7 Nola ATTACH AD3-5 11 OF 181 CPN -1227 MAIM-257, PART 2 - UPPER AND IVIDDLE VILLAGE CREEK SANITARY SEWER Parcel # 6 4369 Rendon Road M. Hunt Survey, Abstract No. 762 & H.1Liftie Survey, Abstract No. 930 Tarram t County, Texas STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT ALAMO Tf TLE CO PANY CITY OF FORT WORTH G F _6,20� PERMANENT SEWER FAOILIYY EASEMENT DATE; May 15, 2018 GRANTOR: Marguerlte Marie #cluck GRANTOR'S MACS NG ADDRESS (fnctudIng County); 3417 dolly Bend Dr., Unit 2912 Fort Worth, TX 76116 GRANITE E: CITY OF FORT WORTH 200 TEXAS STRI=ET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATI N: Ten Dollars ($10.00) and other goad and valuable consideratlon, the receipt and sulf-cciency of which is hereby acknowledged. PROPERTY: Being more parEfcelarly descrlbed In the attached ExhIblt- "A4" OrantDr, for the considerstlon pals to Grantor and other good and valuable conalderatlon. hereby grants, sells, and conveys to Grantee. Its successors and assigns, an excluslve, perpetual easement for the construction, operation, mslntenance, replacement, upgrade, and fepalr of a Permanent Sewer Une Faeffity, hereefter referred to as "Faclllty-, The Fadilty Includes all Inddental underground and aboveground ai#achments, equipment and appurtenances, InclVding, but not ilmited to manholes, manhole vents, lateral line connections, pipellnes, JunoVon boxes In, upon, under and across a por#1on of the Property and more fully descrl bed in Exhibit "A" attached herato and Incorporated herein for all pertinent purposes, together with the rfgnt arid privilege at any and all times to enter Prop", or any pa Ft thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility, PERMANENT SEWER FAC0.3TY EA E MEhq Rev. 10177J17 TFACHMENT A03-5 12 of 18i In no went shall 0rantor (1) use the Property in any rnanner which lnterferes in ally mAte riai way or is in corrsiMent with the rights granted hereunder, or (11) ere et or permit to be erected within the easamont property a permanent skructure or bu€lding, including, blot not Iirrrited to, monurneat sign, pole sign, billboard, brick or masonry fences or walls or other structures that requlre a bu€tding Permit. However, Grantof shell be pefrnitted to Install and maintain a concrete. asphalt or grav8l driveway, read or parking Cot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expanse. Including the restoration of any sidewalks, driveways, or similar surface Irrmprover-nents located upon or adjacent to the Easernent Traot which may hero been removed, relocated, altered, dernaged. or destroyed as a result of the Grantee's use of the easenient granted hereunder. Prravided, however, that Grantee shad not be obiigailed to restore or replace irrfgatlon systerr3s or other irnprovemerrts installed In vlalatlon ofthe provisions and Intended use ofthIs Easement_ TO HAVE A ND To HOLD the above -described eQsiBment, together with all and singularr the rights and appurtenannes thereto in anyway beftnging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself end Its successor and nsslgns to warrant and forever defend all and singular the easerrrent unto Grantee, its successor and assigns, against every person whomsoever lawfully cialming or to claim the samis, or any part thereof. When the context regUires. singular nouns and pronouns include the plural. (S fGNATU RES APPEAR ON THE FOLLOV ING PAGQ GRANTOR: Margueflte Mada duck PERMMENT SAVER FAC tlTY EASE MCIT-r Him laft?117 &oar oKr . !lT'rACHMEN7 AD3-5 jr� OF 181 THE STATE OFTEXAS COUNTY OF TARR.ANT GRANTEE; C Its,+ of Fort Worth Bjj ("as�nattu�e): Tit ie APPROVED) AS T AND LEGALITY Jt a angsv I nt C bby k#omey {Print Narn e} �T l�f+�� ACKNOWLIKDGMEENT BEFORE NM, the undersigned auilsoriL=ow13 ry Public in snit for the State of Texas, on Ns day personal ly appears r to me to be the same person whine nam is sub�caribed to the foregatr� instrument, and acknowledged to me that a sarrle was the act Lof d.that hd.sbe execated the me as the act of 2iaid }_ dL, pu uses and cansid rIWDn thmia expre d and in the capacity them in arvEN u DPI, my uAND AND SEAL OF OFFICE tbis _ / 4 � day of 0 F,,qy Y'��ldphNtST d�,LL;..,.� ' ��sta is at TIDKM � . ublic in and far thr. t�atc of Ttxas E Comm. E?0(65 10.13-3071 ACKNOWLEDGEMENT PEryiW,NMTSEWER FA IIMY EASEMENT Rsu IWI NI �O�TTACHMENT ADM 14 Or 181 STATE OF TEXAS OUNV OF TARRANT § BEFORE ME, the underalgr}ed authodty, a qotary Pu lfc in and for the State of Texas, are tP `rs day personally a0pearsd i of the City of For: 1+ r h, known to A to be the same person 'Whose nsme (o the Foregoing lristrurnent, and acknowledged to me that the sartie was tiro act of the City of Fort Worth and that hefshe executed the same as the act of the City of Fart Worlh for the purposes and considoratlon lhereln expressed and In the capacity therOn stated, IVEN UNDIyR M Y HAND ANia SEAL OF OFFICE this day of N #any Public In and fr�r tf3e 'tate f Toxas { MARIA S. SAMIE-Z AWit, !AyWary«iMSM90 (A" k' EXPL-ee Detombo 19.21021 DPN -1227 MAIN-267, PART 2 - ltPPER AND MIDDLE VILLAGE C REF-K SANITARY SEWER PERMANENT &EWER FAMUYMEMENT Rev. 1i+STFi 7 7 WAFF'FACKMENT A03w 15 OF 181 EXHIBIT "A" Being a 40 feet wide permanent sanitary sewer easement situated fn the M. Hunt 'Survey, Abstract No, 762 and the I• -I. Little Survey, Abstract No. 930, Tarrant County, Texas, and being a portion of that certain tract of land conveyed to MARCaUERITE MANIE MUCK ley Inslrum'ant as recor d in Volume 44, Page iOl , Probate'Records, Tarrant C.aunty, Texas (Probate R.T.C.T.). said pammrient sartftary sewer aasernent being herein more pa rtrcularly &woribed by envies and bounds as follows: BEGIN NIN at a point o� the north pteperty fine of the said Kluck trade; same being (he south property limo of a tract of I'and Idondfied as'Tract Orre", conveyed to Santa Homes, LP. by -dead as recorded in Instrurnent D216220138,:Deed Records, Tarrant Col,rrty Texas:-(DRT.C.T.), said beginning pof nt being focatad SaLM 89*2W29° West a distane of 397.74 feet from a 1 f2 Inch iron rod found at the northaast property comer of the said Kuck tract, said begfnning point also being on the west easernent Ifne of an existing 20 feet wide Perrnanei I Sanitary Sewer Easemnt dedles led to the City of Fort Wiorth by deed as recorded to Volume 5264, Pam 552, THENCE South 1505618" West a distance of 0.38 feet; THENCE Sault IF44'53" West, along the said Weatieaaement line, a dlstarrse of 1,450-67 het to a pain on the west property line of a tract of land conveyed to Texas Electft Service Company. (T.�.S.00,) by deed as recorded In Volurne 3544. fags 54, D,R.T.O.T., now owned and aparated by Oncvr Elec t Del [very Dn., LLD,; 1FHE1 CE Sooth 29024'52" Weal, along the said west property dine, a distance of 30813 feet -to the northeast property corner of a tract of Iand awned by Marguerhe Ma rile KIuck according to Probate Cause # 88-373-1, Probate R.T.C.T., said tract baring described In daE d as recorded in Voaume 1338, Rage 522, D.R.T. .T.1 said property corner being the north p{aperty =MeR r of a tract of land conveyed to Texas Electric Service Company (T,E,S,OO.) by deed as recorded fn Volume 3543, Page 599, D.R.T.O.T., now owned and operated by Oncor EIE,Irfc Delivery Oo., LLC; THENCE North 48"07141" West, alwg the south property dine of the said Ktuck Iract, Volume 44. Page 101, Probate R.T,O,T., and along the north property line of the said Klock tract, Pmbaw Cause # M373-•1 Probate R.T.D.T., adda[an ce of 40M Not; THENCE North 2'J"24'52" East a c9,4Mnre of 294.66 feet; THENCE North 15*44,63" East a distance of 1.442,59 feet to the said north property line of the-sald Kluck tract, Volume 44, Page 101, Probate R.T,O.T., same being the said south property line of the Santa Homes treat; THENCE North 89'2929" East, along the said properly lines, a dlsta nce of 41.66 feet to the Point of Beginning contalnlM 1.609 arras (70,392 Sq. Ft) of land more or less. •FRIG 5. SPG .... .' ,.....:.., .522 PERCMMI4.N SEWERFdM dOLaYEASEWNT Raw, W200d ATTACHMENT-AM-5 16 of 11ai PLAT 1& OF EXHOIT "A" -qrF A-M aat �79W c PA or Dwre PICOPR RTY } 1 sum s�Ausa-2% ,r^ t, i -l'o'n-I A D.R. r.T. VA RA RX 0.90J ACRES (39, SO VM 4 , PG. 101 0 '- N1544' ' t o 1, 444 1 E Awr "A " 40' WVE P ddAM SAMITARY SFHER FASEW 1.609 ACRES (70,092 S9 I a MI Soo' GRAPHIC SCALE IN FEES' i" 250' MR9JEWE U40E KUCK A90WE CAUSr f 88-17J A +I X Ara r. KX lam PG RomoN Ra4O" 22777' l 4d� N89*2, /� r d 0 S8, 9 429 2. 9 '4 V JrH F FORT ' 1 L'lIY REF' FORT KVRJ]{ ENT 2w PsA1.iaWr .G•t wARr FT)f SnWR rASL F f KX. sus PG 552 0. TC r ti 2' f � P:P 4lE R r, r- I — 4':S2'r - A ffi7CC SCAR EK 29 466;' AESMACT AkL RW 5 24'52 (r.E-,S.ca R.axr.) l+kk, 354-� PC, jaRTaT. NOTE[ THE 8AM OF El t�GS FOR THIS SURVEY IS NAD83 NORTH 1EXAS CENTRAL UWE. ALL DISTANCES Si OWN E SURFACE. SANITARY SEWER PARALLEL RELIES` MAr - 57 — 51l, %Sr R MW SLMEY. AOMACF Na, 70 Ar 4 41PZE Stf VEY, AgMACF No. OM OCA7�C? I V Y OF FAT WWI%. T.MRp ANT MOM, rERAS - . #HOL€ PROPERTY A'L'K1{M EXHIffT"B" _ seem AU. 00-2' DJ4r4W &Vk 4419.0. OATS 46=2a -fT CNEMV BY.c~ 0. FRf: 47f Ui., i S20aKE9 & ASSM. me, me OYMS STRUT S TEr Ma M� q , OdIC -m m7-$ 94fe ATTACHMENT A03-5 17 OF 181 Page 'I of 8 0218155787 7fM2018+.RF'M PCs � Fee: P6.00 Skibinular. CSC ERE00RDING SOLUTIONS Eledronica I ly Ri�Gorded by Tarra nt County Cierk I n C f6dat Public Record s -�x.+, r, hoary Louise Garcia CFN -12 27 MAJN- 67, PART 2 - UPPER ANO MJ DLE VIILLAQE CREEK SANITARY SEWER Parcel -TOi- 4 60 Rendon Road M. Hunt Survoy, Aibvtrio ct No. 76 & H. l Italia Survey, Abstract No. 930 Tarrant County, Texas CITY CE_F_QFrr.YYQRTFi TEMPORARY CONSTRUC7I0N EASEMENT DATE: May 15, 2018 0RANTOR- Marguerite Marie KIUck GRANTOR'S MAIL IING A.00RE.98 (Inr udlno Qoufity): 3417 Holly head Dr,, Unit 2912 Fort Worth, TX 76114 GRANTEE. CITY 0r- FORT WORTH Gf A NT EPS MN LING ADDRF.S6 {inr:JUdIng County}-. 200 TEXAS T. FORT WORTH, TARRANT COUNTY, TX T6102 A LAM 0 TITLE GOM PA NY GF CoN 1I kKNI'lON: Ten Dollars ( 10.00) and othar good and v2:,Ljable con3ictoruc osi. Me receipl and sufficlency of whicli is hereby ec:�nowledged. PROPERTY: Going more parEiaularly described to aitoched Exhibib "A;' ren1or, V ttre cons?duration paid to Gmnlor, hereby grant, bargain and convey unto Grantee, its air e894 and aa5lorns, the usa and passage In, over, and across, below and along thu Easernarrt Pro rty situated In Tarrant County, Texas, In eczurdanca w1th the legal den criptlan hereto stte,r:ttecl a5 Exhiblt "A', and ingrpas and ogmss over mrdor's proparty to thu easeraerit as -shown on ExhFbIl V. it IS fUrtfier agreed afld und8rStCDd that C3rsrMee uvlll ha permitted the u" of Id Eawmerrt property for the purpose of eansfritetiug a ptrzinoont sever line. Upon i�omplevorl of Impro►raments and ik� iaweptjanoD by C3rantse, all rights granted w1thin thib desorlbed Temporary Coostructlorr Easement shall cease, 1WI7A7 M41-111. ATTACHMENT AD3-b. 18 OF 181 CPN -1227 MAIN-257, PART 2 - UPPER AND MIDDLE; VILLAGE CREEK SANITARY SEWER Parcel #6-TCE 4369 Readon Rond M. Hunt Survey, Abs tract No. 762 & H. Little Survey, Alastract No. 930 Tarrant County, Texas CI Y OF FORT WORTH TEMPORARY CON TRUG71!ON EASEMENT ALAW TITLE COMPANY CRATE- may 15, 201 a GF 0 W P 4- GRANTOR,, Marguerite Marle E luck GRA 1TORr MAILING ADDRESS (includtng County): 3417 Holly Bend Dr., Unit 2912 Fort Worth, TX 7 116 GRANTEE: Gill OF FORT WORTH GRANTEE'S MAILING ADDRESS {fncludlrfg County}: 200 TEXAS ST. FOR-1- WORTH, TARRANT COUNTY, TX 76102 oN 1DE RATION: Ten D4fEars ($10.00) anti ether goad and valuable consideraiiton, the receipt anii sufficiency of which is heret�y acknowledged. PROPERTY: Being more Particularly described In attached Exhiblt- "A' Grantor, for the consideration psId to Grantor, hereby grant, bargain and convoy.unta Grantee, AS s4Iecess0r5 EMd assfgnsr the use and passage In, over, and across, below and along " Easement Property sitDated in Tarrant County, Texas, In arcordahce with the legal descriplien hefeto attached as Exhibit "A", and ingress and egress over Grantor's properly to the easemani as shaven on Exhibit "A' - It Is further agreed and understood that Grantee will be pE�rrnitted the use of said Easement Pj,operty for the purpose of COILS truiaing a permanent sewer time. Upon compl!6011 of improvements and Its acceptance by Grantee, all rfghls granted within Me described Temporary Construction Easerrrpnt shall cease, 'rumpapup Cuon uw lien EFoumnnr IWI71l7 FORT O . �TAr,HMENT AE)3-5 19 OF 181 TO HAVE AND TO HOLD the above described EasQment Property, together with. ail and singular, the rights and appvrtenanioi;s thereto in anyway belonging unto Grantee, and Grantee's sricce5Foam and assigns unfal the completion of can8tfuctlon and acceptar�ae by Grantee. car (or hereby pind themselves, their heirs, succanors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, Its successors and assigns. agalnst every person whomsoevefi lawfully clairnIng or to olalrrk the same, or any paft thereof. [SIGNATURE, -S AIPPEAR ON THE FOLLO iNG.SAGE] TemparnuC=hk uahEammut RAW � { ACHWh,IT AD3 2.0 OF 181 GRANTOR: Marperlte Marla Kluck GRANTEE: City of Port Worth By {Signature}:_ APPROVED AS O DR AND LEGAL I-1'Y {Signature) (Frith Name)jml snaayAQ, "Jpnt City Attorney ACKNOWLDCyEMElf 1` STATE OF TEXAS COUNTY OEM TARR ANT BEFORE ME, the and lgrie author a hlMary PubE€o Fn and for the State of Texas, on this day personally appearadi rr � , known to me to bo the same parson whose name l ubscfi e o the fora oirtg instrument, and ecknc ledped to me thaE the same was the act of and that hehshe exerrtted the �amo as the art of said �arR,r { _ _ for the purposes and consideralbn therein 6x5Fidsed and In the capacity therein stated, GIVE! UNDER MY HAND AND SEAL OF OFFICE this � � day of JANET SALE �} t =daw ter FUNIOr Slate of Tokas r = ,4}+ C4F11rT1.ExjiGr4G1D•13-V2{k r or r Notary JD 42076t 7awpamy'2oi k RircfgrL Emmz no W17017 rj&n4 " Nufary Mvbflc in and for the 3iate of Texas o T Wo>tr . F7ACh1MENT AD-1.5 21 OF Ial ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME. the undersigned authority, a Notafy f ublic i� d f% trie State nt Te ss. on A&iS.t dsy , persanall appeared -�5 �� , AID �af the City of Foil VVMh, known to me to be q he some person wihose nanna is sudscribiqdlio in4e foregoing fnslrument, and anknowledged to me that the same was the act of ilia City of Fort Worth and that h818 e- exewied the ssrfine as the act of the City of Fort Worth for the purposes and consideratlon thereln expressed and in the capacity therein stated_ GIVEN UNDER MY HAND AND SEAL OF OWGE this 4-L- day of 14, catary ub is in and for the State c{ gas MARIA G. SANCHEZ Taa PDr y C'ahabuc&m 10k of tlUrUM aA'rb 2� OF 181 EXHIBIT"A" Being a varlable WWth tempofary construction easement sEtualed in the M. Hunt ;purvey, Abstract No, 782 and the H. Litile Survey. Abstract No. 830, Tari-ant t,ounly, Texas, and belng a portion of that certain tract of land conveyied to MARGUERITE MARIE KLUCK, by Iristrument as re=ded In Volume 44, Page 101, Probate Records, Tarrant County, Texas (Probate R.T.C. T). said temporary construction easement being hertHn more partictAlarly desorlbod by motes and bounds as follows, BEGINNING at a pcdnt on the north properly line of lire said Muck tract, same being the anulh property line of a ifeel of land idenlffred as 'Tract One", cor yed to Santo Homes, LP, by deed as recorded In Instrument 02162201:18. Did Rer-ctds, Tarrant Counly Texas (D,R.T.C.T.), said beginning point being located South 89°29'29" West a distance of 439.40 feet frorn a 112 Inch iron rod found at the n ortheast property corner of the sald Polack I ract', THENCE South W44"53" West a distance of 1,442.59 feet to o point; THENCE Slit 2W24'52° West a distance of 294.66 feel to a point on the south property lima of lhs said Kluok Iraat, Volume 44, Page 101,'Probate R.T.G.T., same being the north property tine of a Iracl of Wd owned by Marguellte Made Kluck according to Probate Cause A 88-3-73-1, Probate R.T,C.T., said tract being described In teed as recorded In Volume 1339, Page 522, D.R.'r.C.T., THENC North 49"07'40" West, along the said property Ilnes, a distance of 10.24 feet to a point; THENCE North 29" 4' " Cast a distance of227,77 feet to a point; THENCE t aAh 15"4-4'63" East a dilslarwe of.1,496.79 feat to a paint oP the said rigrth properly line of the said Muck tract, Volume 44, Page 1411 Prcbste R.T, ,T,. same being the said south properly Itne of the Saffia Homes tract; TilENCE Norih 89"29'29" East. along the said property 11Nes. a distend of 26,D4 feet to the Point of Begin ning con tamGrig 0.903 acres (39,342 Sq. Ft,) of land more or less. TE Mr3OWY CONSTRUCTWN EASEMENT Rey. vW2W1 OF -vi 07 EFOO S.S_ POONER IF RL- ATTACHMENT A03-6 23 Or 181 PLAN" OF EHIBaT "t' p4a 37EE' 4 fit aEE Prfav ON #14cwa a-4 f I'{llBlF '� [�',V ��' r�• yf �•�iery�r }yr :lhFrR4LU[ �r it J�iJmw}'; r� 1iL 1.olunmor No. lei. m"aw W &ff f ti (JR, J42 SO Fr) �v 44AE79' VOL 44, PG YGI nr�,�•�4r�� 40* ME PERhdAWNT.9ANITARY I:6o9 ACRES (0.09 Sa F r) 500, AIr hkbS+T Ste?; MFWCT GRAPHiC SCALE IN FEET 1" 50' WRIt Al "w VOL r r. PG 522 D.R. tr,r AW N40'4Q,, w ,. }(48-V7 9 A 4 .7 .3,4 arr w AMT lvaaRM ---�2oo FEE s+ NT spbrr r SEME-►�. asF. +r AR.rat ew VOL. 44, ECG 101 PROM M, R. r r. 5 JY"Tl��/G .3WSYC# Lf4C —AW�/T45RIF��}- — gim•4K {F'}��i}l rpF■A/rsr ,gym y jr0a, � IOh" E1Ai:TM flf71Ii74Y =, LLG' Cat R.[7,�E! Jx A2 a AR.T., r, NOTE, a3-If OASES CW INGS FOR THIS SURVEY IS NAP0 3 NORTH TEXAS CENTRAL ZONE. ALL MT-ANCES S�iO' �E SURFACE. SANITARY SEWER PARALLEL REUEF A �257 1101ME ARM Ag e 9 HUNT SEMEYASSWAC'T Ha �62 A:K 4TRZ SURVEY, ASSWCT NaWOCA77M CITY CF' F T W eRf, TAffRANr T� GMWTy, kAS PROPEM ACREAGE 1 rxH-z7e "A" & "a" PAGE 7 OF z ATTACHMENT AD3-51 24 OF 1131 Page Iof6 D21815W93 707(2018 7.0 AM Pas 6 r ee; Sa6. R Submiltac CSC EREDOf#i]1NO SOLUVONS Electrenlcally Recorded by Tarrant Ownty Clerk In011irlal Publlr: Records k ft�`r�s c.r� 1�aryl_aul���arcim PN -12 27 MAIN- 57, PART 2 - UPPER AND MI VILLAGE CREEK SANITARY SEWER Parcel # 9 4301) Ron d0n Road H. Little Siervey, Abstract No. 9 3 a City Of Fort Worth, Tarrant County, Texas STATE OF TUXAS § § KMQW ALL MIEN BY THESE PRESENT COUNTY OF TARRANT § GF !� 'r , PERMANENT SEWER FACILITY r--ASEMEHT DA7E; May 15, 1 B GRANTOR. MarVuorlte Mace kluok GRANTO R'S MA 10 NG ADORE (Im1ticing County); 3.417 Flatly Bend Dr., Unit 2912 Fart Worth, TX 7A116 GRANTEE_ CITY OF Fp1F{'T WORTH 200 TEXAS STRM FORT WORTH, TARRANT COUNT-Y, TX 76102 CA' D ISIDERATION, Ten Dollars ( 10.00) and other good and valvab€.: c unslderatlon, tare rec;ei snd suffaclency of which Is hereby acknowledged. PROPERTY' Being mare particularly described In (hri attached Exhlb1ta "A" and"B". Grantor, for the consideration paid to Grantor arld other good and variable Gonsideratlorr, hereby grants, suJI5, rind conveys to Grantee, its srjrcenors and nsA€gn% an axcluslua, Mpatual emement Wi 1he constmellon, i;)p4fPtion, insIntenanre, rep€or�ernant, upprade, and repair of a Permanent Samr Line Facfllty, hereafter referred to as "Fac[fq. The F[[ity Includes 811 Inc€denial undergroohd and aboveground 401'hment% equiprrrent and +ipportenenc�;e, Including, but not Ilmited to manficl ,s, mantrote veriN, We rol Ilne con nect€ons, Pipelines, Junctlan Wx In, upon, under and across a portion of the Properly and mars fully deacrlbod In Exhibit "A" and 'EV° aftched hereto and inoDrporated heroin for all portlnant purposes, together wNh the light and pr1vlJagE3 at Any ebnd pq times to eater Pmivrty, or any part thereof, for the purpose of constructing, oporatirip. maintaining, rep€aclrtg, upgradfrrp, and rap;aWng said Faclllty- RSRI,Mr9EW HEWER FACILITY EA8 EVENT Itiu.11W1FT TFVO ATTACHMENT A03-& 25 OF 181 CPN -1227 MAIN-257, PART 2 - UPPER AND MIDDLE VILLAGE C RE K SANITARY SEWER Parcel # 9 4369 Rendon Road H. Little Survey, Abstract No. 930 CIty Of Fort Worth. Tarrant County, Texas STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § ALAMO TITLE COMPANY F 0j a s,( CITY OF FORT WORTH , E'ERVIAf ENE SEWER FACILITY EASEMEN DATE'. May 15, 2018 GRANTOR: Marguerite Marie KJuck GRANTOR'S MAJUNG ADDRESS (Incluning County); 3417 -lolly Bend Cyr,, Unit 2912 Fort Worfll, TX 76116 GRANTEE: CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 O N S I DE,RAT1ONI,: 'fen Collars ($10.00) and other good and wnluable corksldara#inn, the receipt and sufficiency of which is hereby acknuwledged, PROPERTY'. Being more particularly described in the attached Exhibits "A" and r,B13 Grantor, far the consideration paid to Grantor and other good and valuable considefatlon, hereby grants, sett, and convoys to Grantee, its successors and assigns, an exclusive, perpetual easement for the cor4structiun, operation. maintename, replacement, upgrade. and repair of a Perrnarterit Sewer Llne Facillty, hereat#ef referred to as " Facility". The Facility includes all incidental underground and aboveground attachments, eguiprnentand a ppu r-ten a n ces, including, but not IEmited to manholes, manhole vents, lateral line connections, pipallnes, ]unction boxes in, upon, under and across a portion of the Property and more fuI[y dew bad In Exhib1i "A" and " B" attached hereto and incorporated herein for all pertinent purposes, tvgethor with the right and privilege at any and all (hues to eater Property, or any part thereof, for the purpose of oonstructing, operating, maintaining, replacing, upgrading, and repairing cald Facility. FrERMANEW SEVgR FACIUFY EASUWNT Rev. 11YM17 TT11CN14'1EEV T Ap3-5 74 OF 1a'I I no event shall Grantor (1) use the Property In any manrierwnic;h Interferes In any material way or is inconsistent with tha righrts granted hereunder, or (Il) enact or permit to be erected whhJn the easement properly a perman8nt structure or buIIdfng, inotudin g, but noL II'm Ited to, m6nument sign, poke sign. hlllbaard, trick or masonry fences or welts or other s"ctures that require a btjildfng perrnit- However, Grantor shrill be permitted to Install and rnaIntaIn a concrete, asphaIt a gravel driveway, rend or parking lot across the Easement Property. Grantee shall he objlgated to restore the surface of the Property at Grantee's sale cost and expense, Including the restoration of any sfdo walks, drJveaway8. or similar surface Improvements located upon or adjacent to the Easernent Tract which may have been rornoved, relocated, uttered, damaged, or destroyed as a result of the Gran ee's use of the easement granted hereunder. Provided, however, that Grantee shall not . be obligated to restore or replace irrigation systems or other Improvements installed ire vlojeflon of the provisions and hitended use of this Easement. TO HAVr AND TO HOW the above-descrlbed easern snt, together with all and singular the rights and appurtenances thereto in anyway belonging onto Grantee, and Grantee's srlccessors rind assigns forever; and Grantor does hereby bind itself and fts successor and assigns to warrant wd forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever Ja fully claiming yr Eo clalm the sarner or any part thereof. When the context requires, singular nouns and }pronouns fnslude the plural. [SI G NAT URES APPEAR Ohl THr= FOLLOWI NG PAGE) PERMANEW SFmff r•ACiuTYFhbUMFNT Flaw. I GM7117 Two I . 7t4ACHMENT A03-5 27 OF 181 GRANTOR. MarguE dh! Mare duck THE STATE OF TFXAS COUNTY OF TARRAN't GRANTEE. City of Fort Wofth IBy (Signature). {Print 1113me}� APPROVED AS TO MA"LEALITY (Sigrmture) (print ame'�ca v"p, , Mari i Atcome r AOKNOWLEDOA NT BEFORE AM, the �5-rm authority,.a Notary Public in and fur Ore q nfTe�caa, on this day persomffly pmrcd own to me to be the some parson whose is s�xbacrEhed to fhe foYegoimera[, alzd acknowlec3gad to me t�kask a same vv�4s the t of r he/she exccotacf tfro same as the oat of said the p uses and consideration therein expressed acid in the capacity therein stet GIVEN UNDER MY I4AND AND S13AL OF OFFICE this IyA day of pi 0i aw p+„ lANET BALL •• ••rlotEfS+ p�,�lfs, Std19 at Texas '" Cgman,xPka� 10.13-2020 �i$;*a #�4�arMI�42�741 PERMAHIIi 13EVVER FACILfrY EASEMENT Pulxlle In and for the Stale of Texas $l . TTACHMENT ACl -6 213 OF 181 ACKNOWLEDGEN119NT STATE OF TEXAS COUNTY OF TARRANT 8EFORE ME. tha underslgnad authority, a Nqto Pubtic in an or the State of Texes, on pis d erwlnl appeared 0S r� a of the C Ity of Fort Werth, known to met he isle same person whose name is s bscriba to the forergoing In51rument, and acknowledged to me that the same was the act of the fifty of Fart Worth and that he/she executed the same as the act of the City of Fort Worth for Vie purposes and consideration therein expressed and In the capacity therein stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE this 4-: day of {ia� y tart' PUbllc In and for tha data of xss yrigai 1. MAR1AS.SAMCHH fe; My Ncrlery ID # 2 400 } € x ►gas t]erambor % 20 1 Ph ##t ANFP47 SEWER F. l frf FA-14HWNT FWv, jW$7117 C. TTAG}•iM E I%FP- Aa 3-5 2!t OF 181 E1-IIBIT "A" Being a 40 feet wide permanent sanitary sewer easement sttuatad In the H. Little SuFvey, Abstract No..030, Tarrant County, Texas. and being a portian of lhat owrtain #fact of land owned by MARtaUERITE MARIE KLUCK, according to Probate Cauge # 88-3 73-1, Probate Records, Tarrant County, Texas (Probate R.T.C.T.), said tract being described In deed as recorded in Volume 1339, Page 522. deed Rewrds, Tarrant County, Texas P.R.T.C,T.), said permansnt sanitary sewer eaaemeni baing herein more particularly described by metes and bounds as follows: BEGINNING at a paint on the -north properly lim of ltxe said KI UcA tract, same being a south property Tina 6f a tract'of land owned b Margudrlte Terre Kiuck, said tract being di=rlbed In Instrument" recorded In Volurne44, Page 101. Probate R. T. Q T., safd baginnIng point being the west property corm of a trart of land conveyed to Texas E lectrlc-SeNloe Campany (T.E.S.00.) by deed as recofd,gd in Volume 3544, Digs 59, D.R.T.C,T., na w owned and operated by Ducar E=lt-cirle Deilvery Co,, LLC,, same being the north pfoper ycorner of a tract of land ci rinveyed to T.E.S, O. by deed as recorded In Volume 3543, Page 599. D,R.T,C,T,, now owned and operated by Oncor Electric Delivery Co„ LLC.; THENCE South 29°29'W' Wiest, along the wesI property line of the said T.E.S,CO, righlt-ofwsy, Volume 3543, Page 599, D.R,T.O.T., a distance of 240,60 feet to the west property carnw of the said T.E.S. Q. trot, olame-3543, Pale 599, 0,R.T.C.T., said corner being on the northeast OUht- of way I Ina of Rendotr Road (County Road 1015); THENCE Narth 24*W28" WesL along the said northeast tight -of -way line of Rendan Road {Ca urity Road 1015), a distance of 49,17 feet; THENCE NoO 29029'36" East, a dlstarlce of 220.78 feet to the nWh property tine of the said buck tract. Probate Cause # 86-373-1 t Probate R.T.C,T„ sarna b8ing the south property line of the said Kluck tract, Volume 44, Page 101. Probate R.T.C.T.; T14r=NCE South 48007'40" East, along the said property lines, a distance of 40,96 feet to the Point of Beg Inning containing 0.212 acres (8#2.28 Sq, Ft) of land more at less, FER AAME Nr SEWER FACILITY EA9tMOT ' OFY.)PP r is s'.. ir PARCEL 9 -- Pg. 5 of 7 ATTACHMEtTr ADM 30 OF 181 PLAT OF EXHIBIT "B" PA GE 5-6 OF EA-3 M1 Ts µ4 ` & �Rx HEREW MARGUERITE ARIF KWOK PROB1 717 } RT.C,I PC522 t✓.fy� T C T 10' WE TMPORARY 0.0.50 AG'RE5 (, W SO. FT pN. LIVE SLWVrX, A85M4G7- Ado. 9M 73 2 5 ' 6OW 1 r' 0 40P B GRAPHIC SCALE IN FEET 1" a 40' MARGVENtE KlUCK AID"7E I. rc..r. J. EXHIBIT A D..B .%4 \ } r - 5 .1 L i k y 55 "5 •� Fi 1 .{� y 'y # OI1+ IVR aEG'Tw zEUE Y KX, J544, !am59 .5 �t 't 5 V.fr frr 4,52fACRES l4VLfl1 . VU�yf,yLr1ROC rEbER x CO., LLO (r.ESCO. R..W.) vm. .Y64.. PC 599 Ai?. r r. 4 SAMMAR Y SEKER EA F' E7tii7` 0. 1 ACRES (9,ZP9 ,SO, FT) Jo ALLJ1M. rESCO UUN. FN,9. (t.&A AW soUM) s 56;?p't - a ' 1t, W PAYS OF BEAf KCS FOR T�U5 SURVEY is NAQB3 NORTH TEXAS CENTRAL ZONE, .ALL DISTANCES VOWN ARE SURFACE. - ANTTARY SEWER PARALLE1, RELIEF MAIN-257 PARS .19 .SURVEr H UME SURD, IW5rW r Mu f?39 arAym CITY QF FORT WVRnlr TARANT COLWrY, MCAS +, RftOl� PROPERly hC54€A Jff�[8f'r.9 "A' L'Y 'e' PAL_ E 7_ OF J L 0s1bC,. MC, 109 VMS SI Tx 7 1'2�1- �F.�. �r �`ii•, � 6922 ATTACHMENT A03-5 51 DE 181 Page 1 of 0 j 0218/55794 714717018 7:a9 AM Pus 6 Fee: M,00 Suhmittar CSC ERECORC1ING SOLUTIONS Electrorl6cally Rewrded by Tarrant County 0erk In Widal f uNlo Reaarda . dp4"4 A4 "..r. Mary Koalas Garcia CPN -1227 MAIN-267, PART 2 - UPPER AND MIDDLE VSLLAGE C EGK "VITA Y SEWER Par el # Trz 4389 Roniden Road M. Hunt Survey, Aburimct No. 702 & M. Little Survey, Abstract No. 93p Tarrant County, Taxits CITY OFFORT WORTH TEMPORARY CONSTRiJOMN EASEMENT DATE: May 15, 2018 GRANTOR: Marguerite Me rim Kuck GRA.NPOR'S MAILING ADDRESS (Including Caujily): 3417 }Molly Bend [fir., Unit 2912 Fork Worth. TX 76119 GRANTEE: CITY OF FORT WORTH GRANTEE' MAIL€NG ADD RESS �MCltidingCounty): 200 TEXAS ST- FORTWORTH,TARRAN'T 00UNT'Y,YX7610 CONSIDERATIO14- Ton Doll-rs ($10.00) and other good and valtjable cons[deration, the receipt and sufficiency of whicb Fs hereby acknou [RdIged, PROPERTY: Being more psrdltutariy destdbed in attached 9xhiblift A" and "B". Grantor, for the considerate n pale! to Grantw, hereby grant, bargain Od convey unto Grantoo, Its auccai�anru and assigns, the use and passage In, over, and across, below and along the EsBenivnt Proparty sftualed In Tarrant County, Texas, 11 with the legal description 17ereto attachod ss Exhibit "A", and Ingress and sprees over Grantoia lumporty to the essomont as shown on Exhlblk"R". tt Is further agreed and undarstoad that Grantee will be perrnNiad the L1313 of nald Easerneht Proporty for the pufpc*e of constrortiog a per,nauiDut stwtr tfue. Upon cornrkt-nrT ref irnprovQments and its a&-nsptanoe by Grantee, all rights granted wiftn the deecrIbed "Cemporaly Construction ESSOWeTA81Tap C9W8. '17Nr,?0r j C0011IM_%5 SLY42'6= IA1'17n 7 AU',ACHM. ENTADM 37 OF 181 PN -1227 MAIN-267, PART 2 - UPPER AND MIDDLE VILLA43E CREEK SANITARY SEWER Parcel 49-TOE 4369 Rendon Road M. Hint Survey, Abstract No. 762 & H. Kittle Survey, Abstract No. 930 Tarrant County, Texas CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT ALA () 1.1-FLF. OW ANY DATE: May 15, 2GI8 GRANTOR: Margirerite Marie Muck GRANTOR'S MAtLINO ADDRESS (Incloding County), 3417 Holly Bend Dr., Unit 2912 Fort Worth, 7X 76116 GRANT EE' CITY OF FOIST WORTH GRANTEE'S MAILING ADDRESS (Including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Doltsrs ( 10,00) and other goon and valuablo corrsideration, the receipt a rod sLiifideney of whJch is heT-eby acknowledged, PROPERTY: Heing more p$rticularly described in attached Exhibits "A" and "8" Grantor, for the consids�ratian paid to Grantor, hereby grant, bargain and uunvey unto Grantee, Its srsccersars and assigns, tha use and passage in, over, and across, below and along the Easement Property sltuated in Tarrant Cosanty, Texas, In accoFdanc;e with the legal description hereto attached as E hiblt 'A", and ingress and egress over Grantor's property to the eesernant as drown on Exhibit 13" It is further agreed and understood that Grantee will be permifted the use of said Easement Property for the purpose of constructing s permmient sewer line. Upon completion of Improvements and its acceptance by Grantee, all rights granted wilhln the described Temporary Gonstmctlon Easement sha11 cease, -r"&MryCo-nroua[roe&MCIVI M t IMI 174RTH+ AGwIMEiVT AD3-5 311 OF 181 TO HAVE AND TO HOLD the eve described Easement Pioparty, together with, all and singular, the rTghN and appulananoes them In anyway Wonging unto Grantee, and Grantee's sumessors and assigns until the comptadw of construction anal 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 calming or to claim the same, or any part thereof. (SIGNATURES APPEAR ON THE FOLLOWUN ]PAGE, j TemporaryCUYIIuadrn Pmaalem IqY LW17 L1W";TMH Ab3-5 34 Or- 181 GRANTOR: I1 arguerite Marie #cluck GRANTEE. Vity of Fort Worth c By (SiLpswre (Print Name 4�. APPROVED AtOND LEGALITY JeWta6wQang, scant A tomay (Print Name)_ �, Title 6C6NO LEDGEMENF STATE OF TEXAS § COUNTY OF TARRANT § 8EF0RIS ME, the urid r Igned au, honit , otary Pabltr. in and far the state of Texas, an this day personally appeere , known to me to be the same persan whore rtame Is ubscrib+i to the fore oI InStRurrrent, and acknawledged to me that the same wa,3 the ant ot� and that helshe executed the same aS the act of said �ctrlP_ 1c f4r the purposes and consideration therein'e-xpWssed and In tha capaaitj therekn sty eO� GIVEN UNDER MY HAND AND SInAL OF OFFICE this � di y of MAC , 201. JANEZ 811C1. Nninry i}ubllc' Swats of rem as Comm. i;KPlre6 1fs-13-MQ Nolury ID 420761 *rry�gfh[�f nnFlrsi�Liaii F�[crn�u1 �QrI�Ji7 No y bk in end for the State of Tax2is ro FATfCiM EiT Apt-5 3ti OF 161 ACKNOWLEDGEME STATE OF TEXAS § COUNT OFTARRANT $ BEFORE ME. the dgS�gnad authority.n Nptary Public all4 rtheSm Texas, § d y p m alyJ ar . j4 m be CIty m Fort Wolah, kriown to mew The the sameperson' who m-e is ubsc|r db th 9 foreg oing In sirump-nte nd acknowledgedm me that mew me @ mend of ma City of. FGrt Worth and that helshe execubd the same as be actm the c|y� of Fort Wok for the pu moss d Ufa||| therein expressed and In me capacity then% k. GIVEN UNOrR by HANDAND SEAL 0FOFFTCEths e2' V-1okdayof C�&�. 2R. � . a2 RudC4 andfor S|meth s 7 % RAIE SAKCHEZ 14 P!# R]� B7 10;2SNK ElepIr ■ OBca Ibm a ;M �« � '� �EyCMm_ELM U�_. ��eHVITAB $ 2 OF1e EXHIB1T "N' Being �3 10 reel wide lempo+7ary construction easernent situated In the H. L.IMe S urvey. Abstracl No, 930, Tarrant Courity, Texas, and being a par#Ioc� of thElt certafrj tract of lard Owned by MARGUERITE; MARIE KLUC K, according to Probate Cause # 88- 73-1, Probate Records, Tarrant County, Texas {Probate R.T. ,T.), Bald tract being described In Oed as recorded In Volume 1339, Page 52 ,Teed Reoards, Tarrant County, Texas (D R,T. .T.}, RAd tornporary ronstruoiicri eas-ement beirtg herein more parrlc ularly described by moles and bounds as foR ows; 8ECINNING a a point on kho north property Ilne of the said Kiuck tract, same being the south property Ilne of a trarl of land awned by Marguerite Marie KftickL said tract being dendbed fn deed as recorders In Volurne yid, Page 101, Probate R,T.CJ., said beg] nnfng point being located NeFth 48007'40" West a distance of 40,96 from the north properly corner of a tract of land Conveyed to 'r. E. 8,CG, by deed as recorded fn Volufne 3 54 3, Page 599, D.R.T, _T., now owned and operated by Qncor Electric Delivery Co, LLC:; THENCE South 29*29'36" WeV a d'isUinCe of 220,7E feet to the northeast right-of-way line of Randon Road (County Road 1015); THENCE North 24°56'28" West, elnrig the said right-of-way line, a dfstenae of 12, 29 feet; THENCE North 2W29'36" East, a distance of 216.82 feat to the said north property line of the Klock tract, Probate Cause # 88-373-1, Probate R.T. .T., same being the said south property Iine of the Muck tract, Volume 44, Page 101. Probate R.T,C.T.; THENCE South 4840749" East, 21an0 the said property line, a c [Manse of 10_ 4 f8et to the Poini of aegInning conlalning 0,050 acres (2,183 sq. rt.) of lathd more or less. TEMPORARY CCUTMOCYiON eA:5EMENT k4W OW2AOA -4 4D F, €nit S. SPOONER PARCEL 9 - Pg. 5 of 7 ATTAC HM ENT AW-5 37 OF 1131 5 PLAT F E HIBIT tv) Mr A rrAAazv LEGAL oEsc R99P?xw oN PAar 5-6 OF E',Is A * HDMW i MARGUERITE ARIE f LUCK PROSTE CAUSE If W—J73— I D.R. EC. T FXlW&r " /0' WIDE TEMPORARY CONSTRUCTION EASEMENT ' + 14 4ffTI F- !W�EY, ABSM4Cr No. 936P 7 _ 1 n+ 56'28V 0 40 B4• MATE MRAF KID . ioi 'H11 PA" S A • R0..8.. `� '!!T 1 • + *� y 4 t 5 • 1 i {7 . 45•��15 y &X78 ACACS oNwff Eumn Dwmw , I{�LLO (LES Ra. ) IIi. fL 69 aR raT }y��yy�ry�4. 0�.4yGRES ,/�� •RY�+c�f5 a��if+1+ti' ��'IGRY co. LLL* ar.sco. R.LLw' vo-,T544 Pa 599 ' 40' MW PERUA MENFSA AVTAffY sruR E4scmaira212AC (9,228 SO FT) GRAPHIC SCALE NF# FEET 1 A�YlNGG Sc7{lTfl 1" 4p' S45S9r �63r .NOT- THE BASIS AF BEARINGS FOR TEAS SURVEY IS KAD83 NORTH TtMAS CENTRAL ZONE. ALL DISTANCES SHOWN ARE SURFACE. SANITARY SEWER PARALLEL RELIEF MAIN-257 ,5U994�Y` Nf1.TTLE Slf�1�Yr �S]j2ACThln- S;}O 1.0CA foN'CtTYOFFARTWORTA7AWANTCOUNIY.TEXAS . r dry WO NM, 08--M-2 - Dl AWN B4& .AlEN, iALAPFTL F.' R= _9VGW & OMa, iNC, O9 WIMS SMLL`r. SWIT FM F'Ul.Lc58. fX 780 R, PH ATTACHMENT A03-5 `� 38 OF 181 Page I of 6 D21BOTT840 021201B2,03PId PGS 6 Fee: SH-00 Submi ter. XEROX COMMERCIAL SOLUMONS Eleutfod ally Recorded by Tarrant GoorAy ClwkInC idalPublir,Records � Lc�ulseGarcla C:PN -1227 MAIN-27, PART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY SEWER Parcol # 10 2940 McPherson Rd. I-L Liitfe Survey, Abstract No. 930 Ity Of Fart Worth, Tarrant County, Toxaa STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT YMM PERMANENT SEWER FACILITY EASEMENT DATE: 3/2g2018 GRANTOR, .terry F. Sorger and Margaret Aran Berger GRANTOR'S MAILING ADDRESS (IneWng County); 2932 McPherson Rd. Fork Wo rib, TX 761 40.956 GRANTEE; CITY OF FORT WORTH 2€ 0 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Tern Dollars ($10_00) and other good and valuable tonsideratlon, the receipt and sufficiency of which is hereby ackrtu vledged, PROPERTY, Being more parUcuIariy des crlbed In the attached ExhibiI "A", Grantor. for the omsideratfon paid to Grantor and other good and valuable consider0on, hemeby grants, sells, and conveys to grantee, Its aucceesers and assigns, an exclusive, perpetual eiasement for the construt;ifon, operation, maintenanne, repkiioe nelnt, upgrade, and repair of a Permanent Sewer Llne Facfifty, hereafter refermd to as "Fadlity". The Facility Inclu€ss all Incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, rnanhote vents, lateral Ifne connections, pipolInes, Junctfon byes In, 0pon, under and across a pertlon of the Property and more fuller described in Exb1bft'A" attached herst7a and inecrporated harefn for all pertlnent purposes, together whin the right and privilege al any and all times to enter Proporty. or any part thereof, for the purpose of constr►rstirrg, operating, nalntalning, replacing, upgrading, and repairIng said Facility, PERMANENT SEWS t FACILITY EASEMENT RM, TWO1R Me , A'rTACFiMFJ+i7.403-5 39 OF lal Page 2 of 6 I no event shall Grantor (I) use the Property In any manner whlrh Irfterferes irk any material way or Is ancons€stern with the rights granted hereunder, or (l1) arecE or permit to be erected withtn the easement property a perrrtanerit structure or buttding, Including, but not Amlted to, mcriument sign, pole sign, billboard, brlek ar masonry fenm, or walls or other structures that requfre a bullding Permit However, Granter shall be permitted to Install and rnaintain a concrete. asphalt or gr8vel driveway, road or parking lot across the Easement Properly. Grantee shalt be obIIgate-d to restore the suriac.o of the Property at Grantee's sole cyst and expense, Inciuriing the rastoratlon Gf any sidewalks, driveways, or sirnIlar surface Improvements located upon or adjacent to the Easement Tract which may have been rarroved, relocates#, altered, damaged, or destroyed as a result of the Gmritee's use of the easement granted heretrrrcfer. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systams or other lmprovemonts tnstalted lrr violation of the provision$ and inter ed use of this Easement. TO HAVE AN TO HOLD the above-descrlbad easement, together with all and singular the rights and appurtenances thereto In anyway belonging urito Grantee, and Grantee's successors and assigns forever; acid Grantor does hereby bind Itself and Its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its nr d assigns, against every person whomsoever lawfully claianing or to Oalrn the same, or any part thereof. When the context ragukes, sirrg;.Flar nouns andpronavns includo the plural, PIGNATURCS APPEAR ON THE FOLLOWING PAGE] PERMANENT $VVrA FACILFFY EAREMENT Rov. IW17P7 FoT + ATTAR I•IM E NT AD3-5 4f) OF 181 Page 3 of 6 GRANTOR. Jerry F. Derger and Margaret Ann Berger THE STATE OF TEXAS COUNTY OR TARRANT GRANTEE. Ciky of Fart Worth By (Signature)- (PHPil iditin e) � � f4IL-7 APPROVED A TO 0RM AND Lr--GALITY �Siga7�t�rc� — - JassRca 84130 PVa� ,Assist nrt iiy 44torr� y (Print N mt;AI AC`K10 LKDGMNT BEFORE ME. the u.ndmigwd authority, a Notary Pubiii.� In and fbr die State of Texas, on this day peFsanaliy appeared je fij0 , known t0 me to be Me immb person whose mme is ubscrl to the foregoing hismime�ti, and - auknawiedged to me omi tha smna was (he aot of and that he/sbd executed the wine es the apt of &Od j0lgbCJ4AA—UWpurpmes and consldertitiari therein expressed and iii the capacity thucin stated. C:rVEN LMFR COY HAND AND SEAL OF OFFICE W5 �: day of PERMANENT SEWER FACUrYEPSEMEHT Rev. 113 MIJ lol,L v Pubiic iri and for the State nf'[as xrW r . XUACHME T AD3-5 41 OF 191 Page 4 of 6 THE STATE OF TEXAS COUKrV OF TARRAN f' � ACXKOWLEDGMENT BEFOU ME, the uiiderslgned authority, a NoUry Publlc in end €or the State of Texas, an this day pets n liy appaarod 1.- . IF, . known to me to be the same person whew numa is subsarlhed [a the foregoing tnstrumunt, wW acknowledged to me that the 9mne was the act of +r and that holshe execotut the some as the aot of Bald # tha purposes snd corsiderataan themin expressed and In the tepaoity therein smW- U IV EN UMER MY I IAND AND SEAL: OF OFFIC6 this day of r,l�I�fy Pu�I�o-tafa flt Texsc # Notary I l} 128i 95792 NotaaVPublio in and for #lie Stnty of •Vexes Comrris<bn ram, FHB, 15, �0 AOKNOWLE1305MENT STATE OF TEXAS § COUNTY OF TARRANT BEFORE ME, the uriders€greed au#hority, a Mob" Pi�1c, in and for The Slate of Texas. on this day personally appeared + e 1l1'&-g, t -- .•., known to me -to be the same -person whose name is subsorfbed to the foragofng Instrument, and acknowledged to !ne 1hat the same was pie ace of the ie and that holshiB executed the same as the act of the'��� for the �purpckseswd consideration therein expressed and In the cap clty 6406 stated. filVFN IJrgnER MY HAND AND SEAL CP OFFICrn this � day of 1111�v- Nota;y'Publla In and for the Wte of Texas- i,�Y RIC�4RD0 3ALA �►R ll # NoleryrPgbll W ulTw" �� ftotery I D tt 7 2 155792 ti * air Won Eq. i=F.!}. 2S, 0 2 MPMANENT 82AER FACUTY EMEMEN7 Rw. IWII 1 r 11OR7 WoKYile. TTTTACK M1ENT A03-5 42 OF 181 Page 5 of 5 ANANOIL-A&M Being a 30 feet voids permanent sanitary sewer aasernertit situaled In the H. Littfe Survey, Absiract No. 230, Tarrant County. Texas, and being a porlilofi of tli4lt ciortain 8.623 acre tract of land conveyed to ,1ERRY F. BERGER and MAR GARET ANN BERGER, as "Tract ". by warranly deed recorded in Tarrant Ceunty Ierk's Instrument plumber D204005404, Deed Records. Tarrani COLIntyjexrxs. (D_R,T, .T,), said permanent sanitary sewer easement being h$reln more partfrularty descr#bed by metes and bounds as follows: 8 EG IN N I NG at the most easterly southeast property comer of the said 6.623 acre tract, said point being a the Interseol Ion of the northwest property corner of 0 tract of la rid conveyed tc Texa5 Elactrlc Service Cornpany (T.E.S,M) by deed as recorded In Vol urrre 3543, Page 599, D.R.T. .T,, now owfred and operaled by Oncor Electric Ce[Ivery Co., LLB:,, and the sou thweM right-of-way lime of Rendun Road (ourity road 1015)1 THENCE South 2 0'4956' West. along the southeast property 11ne of the said 6.6 23 acre tract and .9long the norithv at property time of the said T.LS.CQ. dght-of-way, a disle nce of 16 1. 24 feet to a 5f9 (rich Iran rod found at a southeast property corner of said E.623 acre tract; THENCE Smth 575643" West, conlinuirg along the said aoLFtheast pmperty IIne ancf along the said northwest T.F-S.0 _ property line, a dlstancx� of 370.25 feet to the mort southerly soul#least property corner of The sa[d 6.623 ogre tract, same being the southeast properly corner of a 1.500 acre lraot of [and convoyed to Jerry F. Berger and Margaret Arlin Berger by warra rrly deed as recorded In Volume 4157 Page 535, D.R.T.G.T.; THENCE North 00"44'14" West, along the west property line of Jha Bald 6.e23 acre IFa01 and along the east properly Ilrie of 1ha Said 1.600 acra tract, a disl€rnoe of 36,12 feet; 7HENCE Nnrth 57'55"43" East a d[stance of 344A7 feet; THENCE Norlhr 29°49'56'East a distance of 174.78 feel to a point un the nor[heasi property acne of the said 6,623 acre tract, s;@[d paint being on the said soothwaSt right -of -Way lire of R6r;dvn R00d (County Road 1015); THENCE Boat# 25'06`55" East, a[nn0 the sold nndheasl property IIne. and along the Bald southwcf't right-of-way tine, a dig lance of 3Cr_55 feel to The PolnI of BaglnnIng containing 4,362 acres (16,761 Sq. Pt.) of [and more or less. MM4NFINT SEWER FACHATY EAiFMENT IY201Q w ENC 5. SPO0KER ;�* 22 !• 4 PARCFL 11) - Pg. 5 of 6 ATTACHMENT A03-5 43 OF 181 Page 6 of 6 AT I AC H M E NT A03-5 44 OF 181 Page 1 of 8 R 0218070022 411 018 3:11 PM P S a Fee $44.00 Subnittar: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant Cmnty Clerk In OklaI Pub4c; Records { ,xe Mary Loui&a Garcia CPN -1227 MAIN.267, PART 2 - UPPER ANQ MlDOLE VILLAGE CREEK SANITARY SEWER Marcel # 13 2932 McPherson Rd H- Little Survey, Abstraact No. 930 Tarp ant County, 'Texas STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARR ANT § CITY OR FORT WORTH PERMAN1=3+T SEWER FACILITY EASEMENT DATE: 3129/2018 RANTOR: Jerry F. Bagger and McWrat Ann Berger GRANTOR'S MAILING ADDRESS (Including County); 2932 McPherson Rd, Fart Worth. TX 76140-9562 GRANTEE: ClTY OF FORT WORTH 2Q0 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 7616 COWS IDERATJON, Ton Dollars ($10,06) and othal- good and valuable consideration, the receipt and sufficiency of which is hereby ackDowIedged. PROPERTY- Being mare paarticularly described In the attathed Exhibit "A" 1� x Grantor, for the conslderatlan paid to Grantor and.olher good and valuable consideration, hereby grants, sells, and conveys to Grantee, Its successors and assigns, an L-xaluslve, perpetual easarrmerlt for the consiruction, operation, maintenance, replacement, upgrade-, and repair of a Permanent Sewer Line Faci3it . hereafter referred to as "FaacItit ". The Eaniilty Includes aif IncEdeataal underground and aabovaground attachments, equipment anti appurtenances. irtaiuding, but nDt Ilmited to manholes, manhole vents, lateral IIna connectlons, pipeilnes, junction boxes in, upon, under arld across a portion of the Property and more fully descrlbed in ExhIMt "A" ahoched hereto and it orporoled here! In for ail pertinent purposes, together with the right and privilege at any and all times to enter Properly, or any pert thereof, for.the purpose of constructfng, apLereting, maintaining, repfadng, Upgrading, and repairing safd Facility. In no event sha11 Grantor (1) use the Property In any manner which Interferes in any materl"I way or Is InconsIstent with tyre rights gra led 4ereunder, or (II) ere[.t or permft to be erected wrtt)In the K RKMENT 19EWIER FA010TY wviiwr FMV,1WT7h7 1�k AWTT . AtYACHIMEh!'F AC]3-5 45 OF 161 Page 2 of 8 easement propedy a permanent structure or buildl rig, IncludIn 9. bqt not limited to, monuments Ign, pale s[gn, billboard, brick or masonry fends or walls or other structures that require a kit Iding permit. However, Grantor shall by parmItted to install and maintain a concrete, asphalt or gravel driveway. road or parking lot across the Easement property. Grantee iihali,be obligated to restore the surface of the Property at GranteOs sole cost and expense, Including the restoration of any s[dewalks, dr[vaways, or similar surfaob Improvernents lnceted upon or adjacent to the Easement Tract which may have been removed, relocated, altered, dwriaged, of destroyed as a result of 'the Grantee's use of the easement granted hereunder. -Provided, however. that G rarrtee-sha[I not be odilgated to restore or replace IrrJgatlon syeterns or other Irnprovarnents installed In violation of the provisions and Intended use of this Easement. TO HAVr AND TO HOLD the above-dewdbed easement, bDg ether vAlh all and Dingul'ar the rights and appurtenances thereto In anyway belonging unto Orontes, and Grantee's successors and assJgna forever; and Grantor does hereby Wad itaeli and its successor and assigns to warrant and forever defend all and slrxgular the easerrrefitt Unto Grantee, lie successor and assigns, agalnat every parson whomsoever lawfully claiming or to dkalm the same, tir any pail thereof. When the context requireB, singular nouns and pronouns Include the plural. ISIGNATURE+S APPEAR ON THE FOLLOWING FAGS] PER MANE MT WVYER FAOLffY EMEW MT 'TATTA HMENT AD3-6 46 OF 101 Page 3 of 8 PANTOR- .ferry F. Berger any# Margaret Ann Berger THE STATE OF TEXAS COUN C}N'iARRAi T GRANTEE. City oFFort Wofth Icy (Signature: {Print IN am,cv— -i'iil_v APPROVEDAS TOF RMAND LE A ITI' (�igrxat�re� (Print NR=)A!9C—Q Sl-6—vmn9,AWftt CRYAgmay ACKNO > EDGMEE T sEr. oR1F, i4 E. thl undu erajgmpd auti=]V, a NoLmy Public in and for the Suite of Texas, on thb day pemnally appeared known tb ine to be the same perm whose name ig t�bacri o the foregoing instrument, and aeinowledg d to ma hac the sar was the set of and that helsM executed the ssmia as the not of said t [hc purpasas ark cnnsideraiia #lxexein expmssed and in [Fte capacity thcLrin stated, GIVEN UNDER MY HAND.AND SEAL OF OFFICE #iris � day of cs �: MARIA,6. SAWNEZ *` 1rx lrea 1 e emba� 96, 2021 PERmANFN'r SEWERMCKTV EABEMENr ftgY. 10l7 Xll? r 4!9 - Z" - Notl Pu blic in and fbr the. Slide xas WAT ;HMENT AW-5 Y17 OF i91 Page 4 of It THE STATE OF TEXAS � COUNTY OF TARRA.NT ACKNOWLEDGM Nl' B IB ORK NIE, the widor5agzuad aulbori[y, a Notary T'ub.tic in and for the 5#aze of T"", on this day persanally appeared vF R _, known to mu to be the �amu person whose name is subBeribed to the foregoing liwtsu� metand acirnowlcdged to me that the s:spnc was l[Hn nuj of e e and ftt WAie cxmo I cd the sanic as thin act of raid _ _ the purquS05 and consideradun therofn uxpr d and in Lht: eELpucIly therein stated, 431 F N UIxlDtiR MY Rk D AND SEAL. OF oFrr H 16 � day of L/&L- 2- RI AR00 $ALAZAR 11 [' GW-- NGIM ry Fula-titets otToxe FutD#Z8 f f579,2 Ccmmaya - FEB. 26, 70Z2 STATE OF TEXAS COUNTY OF TARRANT Notax Full lc In andTar ttta State of Texas ACKNOWLEDGEMENT BEFORE ME, the undersignadd authorily, a Notary PubiIr. In and for the State of Texas, on this day personally appearedAtOWTAs f 11, 6 e' ,�. ' i, known to nee to big tihe f>Fime pi -%on whose name is subscobed to the foregoing Instrumertt, and acknowledged to me that the sane was the apt of the N and that hefst7e executed the same as the ant of the I�for the purposes acid cansideTation 11herein expressed and I€t tho capacity therein stated - GIVEN UNDLR Nil* HAND AND SEAL OF OFrrGF- this AA` day of MWJ&_. 20& 2 LA �� J7 Nat,�ty Public In and for the Slate of Texas =RICARDO II of Tnxe�85792. 25, 2au PERMANENT SEW[--.R FAi PaRV EASErAENT Fie•d. JrWolr T P, C H f 0 E N T AD3-6 48 or 181 Page 5 of 8 EXHIBIT "A" feed, a 30 feet wide permanent sanIlary sewer easement Mlualed In the H 1.ittfe Survey, Abslracl No. 930, TarrznI CoUnly, Texas, and being a portion of that cedain Iract oaf IEMd cvr veyed to JOR RY F. FjER G ER and MARGARET A N N 9ERG ER as 9FirsI iraact" by deed r, �r)rded in Volume .4167, page 335 of the Deed Records, Tarrant County, Texas (13,R.T.C_T_), said parmaalent sanitary sewer easement being horeln mom particularly described by moles and bounds as follows: BEGINNING at tha was property I I n a of tlxe q-0Id Berger tract, sa€d point being the east property Jine of a trar:t of land conveyvd to Lewis E. Poore and Florance I[. Poore as "Tract One" by deed recorded In Volume 5210, Page 209 of (lie D.R.T.C.T., scald polnt being South 00'61,3 " East, 146.57 feet from a 1/2 Inch Iron rod found ist the rnorlheasl properly coaxer of said Poore tract; THENCE North 57"65'43" East a dis[=tnce of 371.38 feet to a paint on the east properly line of the said Barger Iract (Valme 4157, Page 636) and on the west property Ilne of a tract of land conveyed to .terry F. Berger ant! Mnrgarel Ann Berger as "Tract " by deed recorded In instrument No. D204035484 of the D.R.T.C.T. I THENCE South 00044`14" Easi, along the said property IInes, a distance of 35.12 feet to tha soLOeast properly corder of the said Berger tract (Volume 4157, Page 636), said pclnf bcafng on the northwest property One of a tract of land conveyed to Texas ElectrJc Serwlce Ccrnpany (T.E_B=) by dead as recorded In Volume 3543, Papa 599. D.R.T. .T., now coned and operated by Onaor Electric Dealy ry Co., LLC.; THEN is South 57055'43" West, along the southeast properly lira of lire said Berger tract (Volume 4157, Page 535) and along the salt) T_t<..S.Co. praparly Hne, a disla ace of 371,2 ferst to the southwest properly corner of said Berger tract (Volurne d157, Page 535), sarrne heing the southea ist property ci rimar of said Moore Lact; THENCE North 00"51 '32" West, along the weal property iIne of the said Berger tract (Volume 4167, Gage 335) and along the oast property line of the said Moore lfacl, a distance of 36.08 feel la the palm of E3eglnnIN oDrMlning 0.266 acres (111.140.square feel) of land. PERMANENT SEWER FACIL TV EA$eMt:?fl RlIv. tIM24" PARCEL 13 - Fig. 5 of 6 ATTACHMENT ADO-6 49 OF 101 Page B of 8 ATTACHMENT AM-5 0 OF IB1 Page 7 of 8 ��rar.� r►cxcn�ot.a�or ��xrr�T+po[M1kr � � SiR, wie JlLienf�nN , rP-0r h a11_fp „� ff"w7'�! Rlar, yy U/, II Rohe;t !l. � �n�*r Yi.cY PYge�9�ht at #la6�oaLr' k tt��$ �w+�wi ir�Ik�*Ik F� +�wnq�kaci mr fir iqr rY �ivaL�NLIa Ilrmw M IN brrpdni I+IlrrrraS ad Lc"holm tl u, Ed 1� to FMRF L k Inc e.pq'h4 1ln 1 .10 i.A x LLr ill +rl dw if hltl JIe/ Lk ha+°rx t;47hR ill' HT1m SFge dlla�,rM'oRLOeaytl�r x3Y� Ihra iMLtQffd3Vr � fk� w4--w+W,4T4 ug0 Iwrwl yrwh� Sr. Rp Uslug of TAIMIC WFMM Ail Jinn fiU ifff)Pilr fr9,PenlR: Tlur He, Art2wio xr, 1Gintj.W Snd ySYe, h]orRuvrlte HafltloY a[ air {:ouw of TtLr A ht &Edo a Te?MA far d nd LA 9onliddlrrklG■ AND LKVJX f} - - _ _ . _ . _ _ . 11hd 4Shcai' xcaa�arld Valuek]a acnAide4'84ioha~ $NOLLAR3 to Ls fw . ire LSo-urrS rrk be pole, kq jbrl'Y gL 138RD" RrLa Mifa, M93PgpCat A.Irfi $tlrKor Cobh in hand ;a14 the reaf4k of, KKLOL 3e i7ereb aaloeOltiad dme rwa tha f(WhI r oonn3 ernGiaat o bht •raautiorl and 4olivyt'y hSr thEr0(l dtbaCesa }}erein Or t nir Ong a5reutX rote aC 9Yen dote hurawsm, Sty the pk'inoi.pn7 mm or $ 195.�5, poXable 40 WD oretr or Altlwr L, Ruptiny due tjlttvmw� Pima thhsraelh�bPrOVIdodi a14 in nid rtOtesme ith b aaeSW&L a�dbby bholit kvrtndvr'6 �tvn ht"ih "'Mined alld 1104- pngj4 Oaa W Leed O' jIruDtr o(, UvAn dot b6 FMWdia R ' ItP, ruNear heievlbh I _ / IL Ti^�, I ;Fi �i���i'v's4� jl�'I.Q�Yi� if•7 I �+{�'� �'�� hior GANO . Uri rrul C*111ejd, Lnq ply Ikoe prmt+Ia, to Gram 5ffj aI4'Cwnfay, vlllo Ibe odd Jerry P. E.ert,ar lute xlrb, Mnrgoret..Am Somr nt the Couq y nl Tal'rt74t 5k of cd T#ld *11 ImI ottlilr ioxj L:aC1: or perael bf land, d6eovik a h4s r4kiaN*3 T,13 treptn of lbue ovo nr Cha IiSNR.0 rrrrLX lW"t Tla Tarrane foun ,+l', Text}, deaariber� by makes ■ad bHjrjda as �o 7arrsl (MeRMgy DKSCRkFTIrb 07 p ATnV=MT Z)jA g) N 7 AD3-5 OF 181 Page 8 of 8 REIS FWAl. ESTATE IN 11(NA'InON SERVIMS 9675 Camp Bowl West Blvd, Fort W*rth, TX 76116 P: il17-335-5062 F: 817A34A6 a7 vu;.vw.RoisResearch. corn REIS File P#o, 201770OBS3 Septembe. 26, 2017 Client File No. 293.E McPherson Rd. ASST ACTOR'S INFORM Ak"> ION LETTER TITLE SEARCH Rkcky Salazar ity of Fort VVorth -- Property Management Department 900 Monroe 5t., Suite 404 Fort Worth, Texas 7610 In compliance with your request for information with reference to the following described property, our search from December 27. -1965 (cornmencement date) to September 17. 2017 (cer5fication date) reflects: LEGAL Dr;DRIPTION', A 1.60 acre tract of land, more or leas, out of the I- IRAM LITTLE SURVEY, in Tarrant County, Texas, being more Particularlyr described i)y metes and bounds as Tract 1 In Warranty D d recorded in Volume 4157, Page 335, dead fecords of Tarrant Dount.yr, Texas. NAME(S)SEARCHED FOR INVOLUNTARY LIENS. Jerry F_ Berger and Margaret Ann Berger LIST !DEED IN CHAIN OF TITLE; (G rantor/G rantee shi own as Indexed and may be abbreviated. Please refer to decurnent for fjII name) WARKANTY DEED WITH VEHOOR'S LIEN Grantor: AR'rrIuR L SE r'LEY; MARGUEFUTE BENTLEY Grantee: ]ERRY F DERGC-R; MAPWAREET AN 5ERG ER Filed: 12f27f1!�65 Recorde0 In, Volume: 4157 Page, 335 Instrumeiik Nkimber; ,I b129 7 Noht s: Multiple tracts Including a 1.50 acre tact In tie III ram t_lttle Survey, LIEN OR WHICH WE FIND NO RE L EAS E.Q. R ATTEMPTE0 RFLE A E OF RECORD' E FIND NONE, ATTACHMENT A03-5 52 OF 181 Elecfronicafiy recorded Tarrant County Texas °iival Pubkc Records B 011 1-09 PM D211 DO576 SANITARY"#"SY UPPER AND MID INUMMU GE CREEK PARALLEL RWEF MAIN, PAR II ga4 C40 CITY FROJECT "9921e �rQia ubmitfp.r- AC PARCEL No. 14 DOE 0 6216 2912 MCPHERSON RD HIRIAM LITTLE SURVEY, ABSTRACT NO 930 AMA — - � •� STATE OF TEXAS § KNOW ALL MEM BY THESE PRESENTS COUNTY OF TARUNT I - XLAM0 'iF LE 0 OM PA NY QTY OF MST MR gft8 FAcluTr EASEMENT " 4 e- / F DATE: JANl ARY 5, 20111 GRANTOR: LEWIS E. POORE GRANTOR'S MAILING ADDRESS (including County): 2912 NICIPHERSON ROAD FORT WORTH., TARRANT COUNTY, TIC 76140 GRANTEE. CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS tincluding County); 1ON T'HROC}CMORTOH ST. FORT WORTH, TARRA14T COUNTY, TX 76102 CONSIDERATION: Ton Dollars (10.00) 'and other good and valuable conslderatlon, llle reoelpt and aufficlency of which Is hereby aduxwledged- PROPERTY. Being 30 fbot permanent eervaer facitrty aaaement, situated in the Hiram Littfe Survey. Abst ct No. 930. Tarrant County, Texas, and being a portion out of a tract of land conveyed to Lewis E. Poore and Florence K. Poore as Tract one, by deed recorded In Volume 210, Page 289 of the Deed Records, Ta n# GOLInty, Texas, and being more particulaq €IescObed in Permanent Sewor Facillly Easement In Exhibit "A', Grantor, for the consideration paid to Grantor and olhsr good and valuable C*nsideratron, hereby grants, sails, and conveys to Grantse. Its sucoessors and a"igrz, an exduslue, perpetuar earament for the xnstruclion, operaWn. Mefrlfeflancer reptacemeM, upgrade, and repair of a permanent Viewer Line Fadlo, hereaflor refft-md to as 'FaOW. The Facifty A —0FJiC'HMENT AM-5 53 O�: 181 SANITARY SEWER MAIN 257 UPPER AND 1M IUDLE VILLAGE CREEK PARALLEL RELIEF MAID, PART II CITY PROJECT No. 01227 PARCEL No. 14 DOE # 616 2912 MCPHERSON RD H1RIAM LITTLE SURVEY, ABSTRACT NO 930 AEA STATE OF TEXAS 5 KNOW ALL MIEN BY THESE PRESENTS COUNTY OF TARRANT � ��� yl �i�a.r � � i 4� �=5 ���f�•yJ4-�L� CITY OF. FORT WORTH PERMANENT S9,VV R 1=ACILITY EASE141 DATE: JANUARY SF 2011 GRANTOR: LEMS E. POOME= GRANTOR'S NAILING ADDRE (including Cow ity)_ 2912 MCPHER ON ROAD FORT WORTH, TARRANT COUNTY, TX 76140 GRANTEE: CITY OF FORT WORTH GRANTEErS MAILING ADDRESS {including County). 1000 THROCt{MORTON ST. FORT WORTH, TARRANT COUNTY, TX 70112 CONSIDERATION- Ter? t]nllars (10,00) and other good and valuable consideration, the rewipt and suffictency of which Js hereby acknowledged. PROPERTY: Being 30 foot pefmanent sewer facility easement, situated in the Hiram Uwe SUrvey, Abstract No. 930, Tarrant CQUntyr Texas, and being a podon out of a tract Of land conveyed to t_ewas E. Poore and Florence K. Poore as Tract One, by deed recorded in Volume 5210, Page 289 of the Dead Records, Tarrant Goorrty, Texas, and being more padicuiarly described In Permanent Sower Facility Easome nt in ExhibiI "A", Grantor, for the consideration paid to Grantor and other gQod and valuable consideration, heraby grants, sells, and convoys to Grantee, its successors and assigns, an exclusive, perpetual easement for the carWfuction, operation, rnaintenance, replaoernent, upgrade, and repair of a Permanent Sewer Line Facillty, liereafter referred to as "Facility", The Facility PER)AAMENt StWt-fi F*CILrrY EASEMENT Rey. 1351Y7)3Q10 ATTA I•IMENTA03-5 54 or 181 Includes all incidental underground and aboveground attachments, egOprnent and appurtenances, Including, but not limited to manholes, manhole vents, lateral liege connections, pipeline$, ]unction boxes in, upon, under ar4 across a potion of 1he Property and more fully described In Exhibit "A" attached hereto and Incorporated herein for all perifnertk purposes, Toga#her with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining. replacing. upgrading. and repairing said Facility - In no event shalt Grantor (1) use the Property in any manner Which interferes in any maledal way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erecled withlrr the easement property a permanent structure or building, including, but not limlled to, monument sign. pale sign, billboard, brIck or masonry fences or waifs or other structures that require a building permit, However, Grantor shall be perrrtllfed to install and maintain a concrete. asphatt or gravel driveway. road or parking lot across the Easement Prop" - Grantee shell be obligated to restore the surface of the Property at Grantee's sole coat and expense, Including the restoration of any sidewalks, driveways, or Mm€lar surface Improvements located upart or adjacent 10 the Easerneni Traci which may have been removed. relocated, altengd, damaged, or destroyed as s result of ilhe Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall o}ot be obligated to restore or replace irrigation systems or other improvements installed In violation of the provisions and Intended arse of This Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rlghis and appurtenances thereto in anyway befanging 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 easemert unto Grantee. Its successor and assigns, against every person whomsoever lawfully claiming or to claim the sarre, or any part thereof. When the Context requires. sirtguter nouns and pronouns iricltrde the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE) PERMANENT SC'NERFMy 1LJrYEA5E NT Fiats. M12J21110 ATTACHMENT AM-5 55 OF 181 GRANTOR: Lewis E. Poore & Florence K. Poore Lewis E. Poore--- GRANTFE- City of Fort Worih l{ l orna6do Cosa Assistant Cily Manager APPROVED AS TO FORM AWLEGALITY Assistant 4CUityttorn ACKNOWLEDGEMENT fATE OF TF A COUNTY OF TARRANT & BEFORE ME, the undersigned authority, a Notary P011c in and for Ilse State of Texas, on this daY personally appeared Lewis E. Poore, known to me io be the same person whose name is subscribed Io the [orego€ng Jristrument, and acknowledged to rite that the same was the act of Lewis E. Poore, and that hWshe executed the same as the act of said Lewis E- Poore for ft purpos ar}d cansideraUon therein expressed and in the capacity Iherain stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ' " day of SHEEIAY Wm7r 4VILJ.1MS { i i NOTARY F�{1BUC STATE OF TEXAS ota+ y P lie in a rid for the to of Texas MY OOMM. EXP. 03-1$201 i ERWANENT SEWER Rer., M1Wj';W11Q ATTACHMENT A03-6 56 OF 181 ACKNOWLEDGEMENT COUNTY OF TARRANT 'FORE ME, (lie undemigned authority, a Notary Public to and for the State of Texas, on day persorWly appeared Floferice K. Poore, known to me to be the same person whose narn subscribed to the fcragaFng Instrument, and acknowledged to me that (lie same was the acl of-Fbwrxe K. Poore, and that helshe executed the some as the act of Bald Florence K. Poore for the vrposes and consideration therein expressed and in the capacltyf therein stated. GIVEN UNDt*R MY HAND AND SEAL OF bFIFICE this 2 STATE OF TEXAS§ ACKNOWLEDGEMENT day of COUNTY OF TARRAN § BEFORE ME, Me undersi ned uthortty, a Notary Public in and for the State of Texas. on this day personally appeared ernal�do Costs. Assistant City Manager of the City of Fort Worth, knOWn to Me Jo be the same person whose name is subscribed to the foregoing Instrument, and acknowledged to me lhat the same was the ac( of the City of Fort Worth and that helshe executed th;� snrne as the act of the City of fort Worth for tha purposes and consideration therein expressed and in the capacity therein stated. GIVE! UNDER MY HAND Ai l) SEAL OF OFFfGE this .. 1-7 *4""- � day of �1 € myCOMMIS Son F= plrlr£ .hJl� 10,1013 PERMANE; T SEWER r:AC1L I Tle EASEMENT R4!rv. usr12Jt0113 glary Public in and Af0t the State of Texas A•rl'ACHIVIENT A03-5 57 of jai Being a 3D feet wide permanent sanitary sewer easement situated in the H. little Survey, Abstract No. No, Tarrant Gounly. Texas, and being a portion of that certain tract of land conveyed to LEWIS E. POORE and FLORENCE K. POORE as'Tracl One" by dead recorded in Vdurne 5210, Page 289 of the Deed Fleow s. Tarrant County, Texas (D.f3.T.C,T,), said permanent sanitary sewar easworrl being herein more particularly described by metes and bounds as follows: BEGINNING at tha sauinwast property corner of the said Padre tract, said pcknt being the southeast properly verner of a itact of land conveyed to Michael J- Sartosh and Jarma Uartosh as 7racl 1" by .deed recorded In Volume 13503. Page 64 of the D-R.T.G,T-,,said paint also bung on the northwest rkght•ot-way line of an electric right -al -way strip owned by 0 cur Electric Delimy Ca, LL ., same being canveyad io T.E.8- o, by deed recorded In Volume 3554, Page 352 of the D.R.T. ,T.; THENCE North 0011070511 West, along the west property line of the said Poore tract and along the ease propany IIne of the said Sartosh lrac3, a distance of 35.36 Feet to a point; THENCE Forth 5r5GGW East a distance of 361.88 feet to a point can the east properly line of the said Poore trace and an the west property Ilne of a tract of land conveyed to Jerry F. Barger and Margarel Ann 13eMer as "First Tract by deed recorded in Volume 4157, Page 535 of the D.A.T.C.T.; THENCE South OW49'55" East, along the said property Unas, a distance of 35.M feet to the soulheist property comer of the said Poore tact, said point being on the northeast Qarper of the Bald T,E.S,Oo. right -al -way strip; THENCE South 5r56'45" West, along the southeasl property line of the said Pure tract and along tha northeasl right-of-way line of the Bald T.F, S.0o. right-of-way strip, a distance of 392-40 tetit to the Paint of Beginning contalning 0.263 acres (11,464 square feet) of iand. PERMANENT S5W EF fAC.IL JTY EASEME10 Am 06UU06 PARCEL 14 - Pg. 5 of to ATTACHMENT A03-5 58 OF tBI PLAT OF EXHIBIT "A" =A 7TACHEV LECAL DF5CfflPrPtW.CW PA (X 5 0- EJ(Neff 'A # HEREW MRAM UME SURVEY jAOSWACT No, 930 t 2,117 ACRES i—ONZO? Etwrmc DaJVFRY Co., ue LEWS El P"E & 55'DISMisunny fZORD-Cf- K. POORE a"T & R. 0. W. 7RA07-01VE" IN ILL 44S9, r-V. 859 D.R.'rc.r VOL. 52-101 PG. 289 AV707105 J5. J6' D.R. 7--c.-r Exyl, Y/ r aA -v' wo, r PE wmm r -qAN1f4A'r-.lWNER FASEMPIT 0-263 ACRES (11.484 SO, FT) 4.259 ArMES avawaranvc 0171v&y Co., LLC 7,600 ACRES I -TRRY r firRolw �k r AWG4V7 Ar%W &DWER �MSr MAW W WL. 4157 PG 535 m. 0.9, 520 ACRES Mcm Fulonw Y mf L DEMENY CO., LLC lw 5 .. Pa. -04j, po 5.9.9 0,R.rC,r. R.O.W Smffp) RO.B. VO4, 3554, PC J5? EXH& T � 4 1.6-74 AORES: m1cma i MR70s" JrAF20 AC= ct 44AWA'ANATO-TR LEW-sl ir- PooAr "nutr i R'w nORENCt K POCWE WL IJ&U, M. 64 VM. 5210, PG, ?*9 akTr-7. V./?rcr 0 60, 12.0' GRAPHIC SCALE IN FEET I' = 60, ND-W,l tHE BASIS OF BEARrNUS FOR THI'S SURVEY IS NA083 WORTH TEXAS CENTRAL ZdNE ALL 11111STANCES !iAOWN ARE SeRrACE- OF S AN TA RY S FV F IZ PA RALLEL R F LJEF MAI N-25 7 SHAiJN 0 SPOONER PARCEL Na F4 I ......... I ... SLIRV ' EK' HUME SLIRWY AUSMACT No. 930 183 WCA TKW� 2RI12 McPHEF45M Po, rap.7 *MPH, TEXAS WXE PRWE-R rY A0RFAt5,.r-- I I t7 ACRES PER OEM EXH01F 'A' PAW 6 OF 5 S&A " Af4: 00-020 MA" BY. &A -a AA M 2-09-10 1 QfVW0 Or SCS _LAqAp FfLF- G8-0ZD-M2U51-W-LAGF Q'qMk M 3W BYERS 3Va7,'SW)r r Va. a TX 76639, PH 817-gal-2M5 FAX 7alT-'ir&l,-95aa ATTACHMENT A03Z 59 OF lal Consent of Lie_ Bolster Sectecare of Housing aud Urban Deere a ens Lienholder hereby car ertta to the grant of the foregoing ftmm cat Sew acil i tv Emernmar by Lcwis E. Poore m the C Ry of Fort Worth, and consents xo the -execution hereof soMy as. Lien Holder and hereby does agree that in the event of the fore, lImre of said Dead of Tnist, or other sale of said property descrzbed ire said Deed of Trust under judidal or nor judicial pmceedings, the same shall be sold sub*t to said Ear ens, executed. by Levis E._Poore, dated January 5: 201.1, and recorded in the office ofTa=t Coj!M Clerk, under dl rk's file no. D 1030 784- Lien fielder hereby acknowledging that its interest was derived through Deed of Trugt from Lewis E. Poore in favor of Secretary of flousiyZ and Urban Dmve}opmen� Robert K., Fowler, Trustee, whose address is 451 SeueRth Street, S.W., Washington, DC20410. A note to the amount of$26� 500.Q }, dated Dec=ber 6, 20�C�. recorded W 103C 784, Deed Records, Tarrant County, Texas, — DIED AND EXECUTED this clay Of . 20I 1 ATTACHMENT A03-5 9E] 05 191 Page I of 1 In Witness WheTeof, rile undersigned, Carlos Torras, AWstant Secretary of C&L Service Corpo tiara, Worney.--gin-fact for the Secretary of HousIng and Urban Dievelo p men t, has hereunto 5-i2t his hared for and behalf i�;f said Secretary. Shaun Donavan, Secretary Department of Mousing and Urban Development By: Carlos Turres-&sistarf 5ecre ary OF C&L Service Corps ttorne%y-in-fact for the Secretary of Hou5.fng and Urban Developmerit STATE OF OKLAHOMA Date; U , — 4� ss. On this /—? day of 2011, before mi�, the undersigned Notary Public I and for TuJsa Caunty, Oklahoma, perWnaIty a lqeafed Carlos :Torres, personally known to me to be AssJstant Secretary of C&L Service Corgoration, alto? ney-1n-fart for IN! Secretary of HousIng and Urban Development, and acknowledge to me that he exeeuted the same In h1s; autharhmd capacity and that by his signature on the instrument the person or the entity upon behak# of which the person acted, executes€ instrument. Witness my hand and official seal. 0 -oz. -F y commiisfon Expires y Public SIgnatu re �6� ATTA HMENTAD3-5 Fs or 181 CONSENT OF LIEN HOLDCA Wells Faso Bank, NA ("Lien Molder% N the Current holder of a Mortgage Deed of Trust dated miser h. 2010 , executed by LOWN, E. Foore to Robert K. FQWI r T U ee as recorded In Instrument No, DZIQ,3_06783 In the Deed Recrrrds, of Tarrant County Texas, hereby jonsents to the grant of the foregoing Rerniinenr Sinwee Facilll Ea a ent by Lewls Ei- Pgore^ to City _qL Fort Wh and consents In the axer-ukion hereof solely as Lien Holder grid hereby does agree that In the event of the foreclosure of said Deed of Trust, of other saie of said property described In said peed of Trust under judicial or nor-Ndiclai proceedings, the same shall be said subject to said Easement; SIGNED ANO EXECUTED TkI5 T5th DAY OF August, 20i1. WELLS FARGO BANK, N.A- By: Ay��� Lorna L. Slaughter, Vice Pt i dent STATE OF Maryland) CCUN-TY0F fred erickj BEFORE ME, the undersigned authority, on this day personally appeared Lorna L- Slaughter, IIIce President of Wails Fargo Bank, N-A- known to me to be the person and Officer whose name Is subscribed to the -foregoing 1145trdment aild who acknowledged to nip that she executed the same for the purposes and consideration therein expressed, in the capacity therell, stated. as the act and deed of said BaTik. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS t 5`" day of AUgust, 2011, F !Votary Public, State of m+ ryiand %K ` y commission expires: May 15, 2013 gyro—f7ga rva�rx ATTA WENT ADM 152 OF 181 3rxChanga; Authoiized Ustrs Only Page l of 1 Document Receipt rnformation Refarenee Number: ALGALX8-A'FUD4QID26193 - Va-maient ATTACHi.M ENT A03-b 11t ps,Ilwww.mehatige,comtUYVjewReceipt,aspic?Doaumentfdf 5106647 8/3002011 of 181 y FORTWORTH April 19, 2018 SAND DEJA ERI+D Michael 1. Bartosh and Janria € artosh 2906 Mcpheiaon Rd. Fort Worth, 'I:X 76140-9552 Ike: City Projkt 01227, Upper aad Nl1dd1e'Vlllggt Creek Sealtory Sewer, NLain 257, Pzar ,2 PARCE'Lh 15 `. 5 2906 McPhevson lid. El.1Wittle Survey, Absinset No. 930 Tarmat County, "emit Doar Michael J. Bartmh and Anna Bartegh, 'rho City agrees M pay you $8,000,00 for a Permanent Sewer Facility Easement of 6,202 squai'e feet. which is designetcd as Pared 15. and is spetitically dmerihed in the rmo osed aasemont documenC. This offer reprasonts tW; tOW amount of cnntperysation for the property, less the vairic of any oil, gas cad stilpliux, but ivM no s>lrri'`ace right$ retained by yore for prupaws of exploring, developing, mining, ol- driIIitrg for them on the pro*ty to be acquiradr In additir}n to compe*saUa, tlio City sgnue to provide chain Gnic fence to protect huneg during constniction, Please be advised rhal unde*S,0chapter E of the Texas Property Code, ras amended, she Owner or the onuzer's heirs, su�r=essors, or rusigns i'rruy be onfilled before the 10 ffnnlverserry of the dale of this acgrris#ian to repurehaw or regaesl cwreaby 1nformatron about the rrse and nosy aclual prmgrm made foulard the use for which the property arcs acquired through eruineW domahs, and Ilse repurchaseprke will be IlsePTICe the Cily pa�xiyou & tWs acquisitivIr. 1n addition to the purchase pricy, the., City will pay for the elming oasts incunrd in tmuiferAng title to the pmparty for we by the. City. 1f you to agree to She offer bs.ing presented, please sign below indicating yow, aoc eptorrce and return it oopy to me at your earliest -convenience. Once 1 raccivea the Oxecuted fader and easements docurntmts. I will coordinate an in-house closing to edmplete the C1ty's purchase of'the easenient intcrest. If you ate not willing to accapt this offer, you may submit a countmo$'er amount and the basis l'or such amount. You have the right to &cuss with ethers ariy offer or agreement regarding the City's acr)tsisitian ofthe subleW property, at you may (but, are not required to) keep the offer or agreoment corifidi-niial from r's, othesubject to the pro�o visions of Chapter 552 f'the Texas Government Coda (tire Pablic itecords Aet) as it may apply to the City. If you have any questions regarding thin, offtx, plca&c contact me at 817-3 516 . pgQpF: ATV M"AGEMKNT pEPAgndEM - JU&j,r MIX llrvisi4)ry ArT ACHMENT A€}3-5 7RE Crrr E3Y t ain iY4Ri'H 4 wo moNHog sra fr. c. Stave 404 ` FoRT 1YoFLTH. TE-XA5 76102 64 OF 181 5incnrcly, CITY OF FORT WORTH J�icky Salazar Laud Agent Snclo.slires: Easoment Ncuments W-9 PERTY fdANAGEMNI DIr, NT -REAL PROPERTY DivYsIoN - ATTAC HM ENT A03-5 TIMCMOFRPHTl OWM'"Oi4fcr1WOESrRKVr,"1404"Fon7'WoRnH TnAS7b102 e5 OF 181 Electronically Recorded Tarrant County Texas halal Public Record6 3P14CO12 11'36 AM D21206 219 SAMI:TARY S �G R AND MIDd*'VI AGEy � PARALLEL RELIEF MAIN, PART 11 Mar� Lo,�iBe �ar��a Sub+ndfor.. ACC CRY PROJECT He. 01227 PARCEL No. 17 DOE # 6216 MAP HIRIAM LITTLE SURVEY. A13STRACT NO 930 J" STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARR4ANT § ODLU f OAT WORTH PEIRIMIANENT SEVVER FACILITYCASElI�I*NT [SATE. JANUARY 6, 2011 GRANTOR- FRANCISCO VARGAS AND WIFE, MARIA INEZ VARGAS GRANTOR'S WARLiNG ADORESS {including Couhtyj' 5565 WHISPERING OAKS LANE FORT WORTH TARRANT COUNTY TX 76140 GRANTEE- CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County)- 1000 THROCKMORTON—ST, FORT WORTH, TARRANT COUNTY. TX 70t0 CONSIDERATION. Tara Dollars (510.00) and other good and valuable consWeration, the receipt -and suificiomy of which is hereby acknowEadged- F ROPERTY: Being 30 fora permanent sawar facility easement, 91tuated In the Hiram Little Surrey, AbMract No. aO, Tarrant County, Texas, and baing a portlon oul of a tract of land canyeyed to Francigoo Vargas and Mods Inez Vargas, by daed recorded In Enstrumant No D209151619 of the Deed Records, Tarrant County. Texas, and belrig more parbcWarly described In Permanent Sew ur Fa0IIIty Eawmard in Exhrbit 'A'. ranlcr, for the aar*AOM iorr paid to Grantor and other good and valuable o lder-a#ion, hereby grants, Sells, and r;onveys to Crantes. Its su sssom and assigns, an exclusive, perpeluat easement for the owistruction. operatiofi, mamremoca, teplacament. upgrade, and repair of a Permanent Saver Lire Facility, hereafter referred to 8s 'Facilny"- The FacAly PF.R7pIhNENT SEWER FACILITY �-'A$g iEw Iry aLVkVj 1* AT rAICHMENT A03-5 03 OF 181 SANITARY r=WrzR MAIN 257 LIMPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN, PART tl CITY PROJECT No. 01227 PARCEL No. 17 DOE # 6216 2800 MCPHERSON RD HIR)AM LITTLE SURVEY, ABSTRACT NO 930 AEA 4 STATE OF TEXAS § § KNOW ALL MIEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF*_FORT WORTH PERMANENT SEWED F=A ILITY EASEMENT DATE. ,JANUARY 5, 2011 RANTCR� FRANC€SCO VAROAS ANO WIFE, MARIA INEZ VARGAS GRANTOR'S MAILING ADDRESS (including County), 5555 WHISPERING OAKS LAME PORT WORTH TARRANT COUNTY TX 76140 GRANTEE. CITY OF FORT WORTH GRANTS M MAILING ADDRESS (including County): 1000 THROCKMORTON Sfi. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION. Tern Dollars ($10,00) and other good and valuable constderallon, the receipt and sufficiency of which is hereby acknowledged. PROPERTY, Being 30 foot permanertt sower facilily easement, situated In the Hiram Little Survey, Abstract No. 930, Tarrant Courity, Texas, and being a portion oul of a tract of land conveyed to Francisco Vargas and Maria Inez Vargas, by deed recorded in Instrument No D20,3151519 of the Deed Reoords, Tarrant County, Texas, and being more particularly described In Permanent Sewer Facility Easement in Exhibit "A". Grantor, for the cansideralion watt to Grantor and uther goad and valuable consideration, hereby grants. sells, arrd conveys to Grantee, its successors and assigns, art exclusive, perpetual easement for [he mnstruct[on, operation, rnaiNenance, raplacerxmenl, upgrade. and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility'. The Facillty PE jRVAN�NT S€W5R FAUUTY EASEMEN' Rev,OVIV7010 ATTACHMENT AQ3-5 67, OF 151 Includes all incidental underground and aboveground allachments, equipment and appurienances, Including. but not 11mited to manholes, manhole vents, lateral line connections, p1pellnes, junction boxes in, upork. Binder and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorpofated herein for all pertinent purposes, together with the right and privilege at any and all flutes to anter Roperty, or any part thereat, for khe purpose of constructing, opereting, maintaining, replacing. upgrading, and repairing said Facility, Ire no evem shall Grantor (1) use the Properly I any manner which intsrferas in any+ rrkaterlal way or Is fnconsisteni wJth the rights granted hereunder, or (1#) erect or permJt to be ereoted within the easement property a permanent structure or building, including, but not limlted to, rnonument sign, pone sign, billboard, brick or masonry fences or walls or other structures that require a building pormit_ However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway. road or parking lot across the Easement Property. Grantee shall be obligated to restaFe the surface of the Property atGrantee's sale oosl and expense, including the restoration of arty sidewalks, driveways, or similar surface Improvements located upon or adjacent to the Easeriient Tract which may have been removed, relocate, altered, damaged. or destroyed as a result of theGrantee's use of the easement granter hereunder. Provided, however,' that Grantee shall not be ohligataii to restore or repface irrigation systems or other Improvements installed In violation of the provlsic ns and irk#ended use of this Eas rnLt-n L TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and apptAftenances thereto in anyway belonging unto Granbs, and Grantee's successors and assigns forever; and SF3ntor doe~ hereby bind ilsolf and its successor anti assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every parson whomsoever JawrulJy clalrrkitlg or to claim this same. or any part thereof. When the context requires, singular nouns and pronouns Include the plural. [SIGNATURES AJF P5AR ON THE FOLLOWING PAGET FIERMANENT SEWERi:ACItir'r1ASEMENr Rov orielzm10 ATFACHM ENT AM-5 Mt OF TO GRANT R; Frandsco }largas and Maria Inez Vargas rancIsoo Varga lularia lnaa� Vargas 4J GRANTEE: City of Fort Worth Fernando Costa A;3slstanf City Managef APPROVED AS TO FORM AND LE ALJT�e 9� 0 — - YZA Assistant City Attorney — ACKNOWLED EMEND STATE OF TEXAS COUNTY OF TARRANT BEFORE ME. the undersigned authority. a Notary Public In brad for the State of Texas, on this day pefsonaIlly appeared Francisco Vargas known to me fa be the Same person whose name is subscfjbed to the foregoing Jnstra. ment, and acknowledged to me lhat the same wa; the act of Frartdsco Vargas, and lhal helshe eKsculed the same as the act of said Francisco Vargas for the purposes and cons Aaration therein expressed and in the capacity ttaorain sleeted, TVEN UNDER MY HAND AND SEAL OF OFFICE this--,,� � � _ day of M c� e� 20 11 NOTAMY PUSUC ' STATE OF TEXAS t ota vhlic in and for a State of M"�OQr�r�, �xR fiaay� PERPAWEHI SINVER FACILrTY EASEMENT ATTACH MEN T AD3-5 69 OF 181 ACKNOWLEDGEMENT STATE -OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned aulhcrityf, a Notary Public in and for the State of Texas, on this day personally appeared Marla Inoi- Vargas known to me to be the same person whose Mama is subscribed to the foregoing ins"rrreril. and acknowledged to me that the saute was the act of Maria Inez Vargas, and thal he/she executed the same as the art -of said Marla Inez Vargas far the pvposes and consideration !herein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL. OF OFFICE this LL.day of (�V�xo_h, 20 H °F :S14ERFUE SOUTHARD NOTARY RUPUC VATS OF tEXAS MY CQMAi. x 1 $1$ STATE OF TEXAS § COUNTY or TARt ANT Notary Public io and for the State of Texas ACKNOWLEDGEMENT i nod authority, a !Votary Public in and for the State of Texas, on lhhs day personally appears Fernando Costa, Aasistent City Manager of the City of Fort Worth, known to me to be the saute person whose name is subscribed to the foregoing Instrument, and acknowledged to me that the same was the act of the Oty of Fart Worth and that helshe 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 HANO AND SEAL OF OFFICE this, day of t .� o[ary Public in and for the State of Texas M1'Oolflh�ii9+",IL,;yPlyE3 kP�fl�9 PERMANENT SEWER FACrUrY EASE MENT Amv 05117J2010 ATTACHMENT AD3-5 70 OF 181 EXHIBIT ► A" Being a 30 feet wide permanent sanitary sewer easement Muatad in the H. Little Survey, Abstract No. 93p, Tarrant County, Texas, and being a portion of that certain tract of land conveyed to FRANCI8CO VARGAS and MARIA INEZ VARGAS by deed recorded to Instrument No, D2W151519 of I h a Deed Records, Tarrant County, Texas (13-A,T, ,T-), safd psrmanent sarrilary sewee easement being herein mare particularly dascrlbed by metas and bounds as follows. BEGINNIN G at an aluminum T.E.B.Cc. disk lound at the southeast property comer of the said Vargas Irect. sad pclnt being the southwest praPerty corner of a tract of land coriveyed to Ruben 0. Guzman and Raquel C. 0uzman 7s "Tract One" by dined recorded In Inslrument No. D 03291570 of the 0,R.T- .T-, Bald point also being on the northwest right-of-way line of an electric right-of-way strlp owned by Oncor Efectric Dellvery Co., LLC., same being oonvepd to T.E, .Ca, by deed recorded in Volume 3554, Page 352 of the b.R.T-C-T,; THENCE South 57456'05' West, along the southeast property line of the said Vargas tract and along the said northwest rt hl-of-way Iine. a dlstance of 141,43 feet to an aluminurrr T,E,S.co . disk found al the northeast property corner of'a Iract of land conveyed to .carry F. Berger by deed recorded in Volurne 13014. Raga 253 of the D.R-T. _T THENCE South 89"4635' West, along the south property line 6f the said Vargas tract and along the north property line of the said Berger tract, a distance of 56"93 feat to a point; THENCE Norlh 57�58'33" East a distance of 48,37 Beal to a point; THENCE North 57'WD5- East a distance of 160.09 feel Ia a point on -the mast property line of The said Vargas tract and on Itie west property line of the said Guzman Iract; THENCE South OWIY33" East,,Dlong the said property lines, a dIsl8nce of 35.33 feet to the point of Beginning uontainIng 0.1 0 acres (5,248 'square feet) of land. PE Adb MENT SEWS R NAr q IT Y EASEMEN T flm (W200d PARCEL 17 - Pg. 5 of 6 ATTACHMENT AE)3-5 71 of 181 r- kn ui ' f z 3 lrF; ATTACHMENT A03-5 72 OF 181 Erxchange, Authorized Usem Only Page I of Document Receipt rnfoirmation Refertnce Number: 6216-17 - Elreemant InWU Usnvnt Number: fD232062219 No of ?me*. is Reebrded Dow 3114/2012 11;36:53 AM Coup . Tarrant Ps e: R Jag Fee: IM00 htips:llw w.erxchange.camlUll icwR eipt,aspx?Doctirnenifcl;�-5773993 .03/1412012 A'TTACH MENT AD3-5 7a OF 1811 Page i of 6 0218/13072 SQU201B IOX AM PUS 6 Fee: $36,00 Subr Aw, XEROX COMMER IALSOLUTIONS EectronicarlyRecord edbyTarr-antCourltyCie rkinOfficlaIPublicR cords e.d',r, Mary Louisa Garola PN -'1227 MAI -267, PART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY SEWER Parcel # 15 2906 McPherson R. H. Little Survey. Abstract No. 930 STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY or TARRANT § CITY OF FLIRT WORTH PERIVANENT S E VVER FAC I LITY EASEIVENT DATE: 411912018 0RANTOR: MICHAEL ,.E, BARTOSH AN13 JANNA BARTOS H GRANTO R'S MAIL-INO ADDRESS (inducing County): 2906 MCPHERSON ROAD FORT WORTH, TARRANT COUNT, TX 78140 GRANTEE: CITY OF FORT WORTH 200 TEXAS STREET FORT WORTK TARRANT COUNTY, TX 7610 CONSIDERATION: Ten Dollars, ($10_00) and other good and valuable consideration. the receipt and sufft1ency of whIL;l1 i�; hereby acknowledged. PROPERTY: Being more particularly descirlbod in tho attached Exhlblb� "A" and "B" a.rantor, for the consideration paid to iaranior and other good and vslua111a corisideratlon, hereby gram,, self, and conveys to Grantee. its successors and assigns, an exclusive, perpetual easerrze5t for the wnstruction, operation, maintenance, roplacernq�rlt, upgrade, and mpair a1 a Permanent ewei- line Facility, heroalter referred to as "Facll[w'. The Facility includes all incidental underground and ahove0r0t1r1rti SdWhMenis, eyuiPment and appurtenances, Including, but not Ilmited to manholes. rnanbaio vents, lateral lino corinecUons, pipelines. junction boxes in, upon, under and across a Portlora of the Property and more fully descrIbed in Exhibit ill" a4aehed hereto and incorporated twain for all pertinent purposes, togathGr with the right and priv loge of any and all Limos to eater Propeny, or any part thersaf, for the purpose of construe ng, operating. maintaining, replac;ing, upgrading, and repairing said radi,ty. Raw_ 1411Nix r. AkT'rACHMENT A03-5 74 OF i Bi Page 2of6 In no event shall Grantor (1) uSe the Prope4 In any manner WhJch interferes In any rnatericl way ar is lnconsls*,ent wltn the rights granted hereunder, or (11) erect or parmit to be erected wifhln the easement property a "rrrranent strrrckura or building, Includ.Ing, but not Ilrnited to, monurrlent ti[gn, pale sign, billboard, brick or masonry fianns nr walls or other Structures that require a building parmit, However, Grantor shall be permitted to install arrd mafntain a corwrete, asphalt or gravel driveway, toad or parklrrg Iot across the Easement Property. rantae shall be obtlgated to restore the surface of the Properly at Grantee's sole cost and expense, fndudIng the restoration of any Odswalks, drlveways, car similar surfaoe Improvements Jo ted upon or adjacent to the Easement Tract hleh may have been removed, relocated, altered, damaged. or destroyed as a result of the ranlea's use of the easement granted hereunder. Rr'oWded, howover, That Grantee shalt rot be obllgated to restore or replace Irrigation systems or other Jrriprovements installed to vlclatbr; of the provisions and intended use of this Easemant- TO HAVE AND TO HOLD the above -described easement, Jog&ther with all and singular the r1ghts and appurtenances thereto in anyway belonging unto Grnntae, and Grantee's successors sod asslgnrs forever, and Grantor floes hereby mind itself and fts successor and assigns to arrant and forever defend alJ and singular the easement unto Grantee. fts successor and asslgrrs, against every person whomsoever lawfully claiming or to ctafrn the same, or any part t he reDf, When the context requires, singular noun5 and prcnouns include the plural, LSJGNATURES APPEAR ON THE F0LLOWIN 0 PAG El FERMAMENTSEKERFACI YEAS15MENT Mv, 1MV17 'JfrWRi� . TTA�CHMENT A03-5 75 of ial Page 3 of B C•,RANTOR. M ICHAEL J. BARTOSH AND JANNA SARTOSH THE STATE OF TEXAS OUMTY OF TARRANT NTEE: ity.of Fort Wool? By {ignature}: taVeCoo Property ja6AtCdMmkD r or (Print Name. , Titie APPROVED A FORM AND LE AILIT (Signature) (Print fVarn} Je�slCal $o �.#t I�AElY1!!y ACKNOWLEDGMENT BEFORE ME, the underwggpd authiarity, a Nolary Public, in and for the State of Texas, on this day personally appeafeX-. &&j.h. known to mis to be lt* same person hose name Is subscf Wed to the tregoing Instrument. ar�d acknowledged to me that the same was the act of 61 and that helehe executed the same as the aot of said q the purposes and consido.ralion therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICF- this2 � _ day of r Of, y ORI OAl�DO �AI�4ZP�Fi It#rotary P�G�t�o-S�at� of Taxea EVato �'�ablic inIntl for the State of Texas Notary It] #129 i ��79� am,*,i a Etlp_ pE;WA rNj' 4EWER FAGUrY EASEMEW Ri)v. 10(17117 76 OF 181 Page d of THE STATE OF TEXAS � COUNTY OF TARRANT * i�►LltliJ�.�I�3u�� BEFORE ME, the rlt iinderslg ed autha, a Notery Public fn and for the Mata of Texas, an this May personally appeared _Edy-1 L..., known to me to be the same persona whose manna Is subscribed to the feregoing Irrstrumerrt, and acknowledged to mo that the same was the act of rr and ?hat. holshe execrrtad the same as tho act of sald k the purposes and conslderatlon theraln axpressed and In the capacitor 1heraln stated. IVI=N UNDER MY HAND AND SF -AL OF 0FFI GE this day aP .r'1 , RICAROC) SALA,ZAR 11 ;} Notary PuWIDStala of Texas NotaoPubllc.lnanftrtheStateof Texas NoLqry ID 0126185792 OF Cammf&Ow Exp, FED, 2�. 2022 A4CKNOWLEP E IEPlT STATE OF TEXAS � COUNTY OF T,ARRANT § BEFORE ME, the uncle signed authority, a Notary Pub is In and for the Mate of Texas, a this clay ersonally appeared -�Z cov r o eqA, TA t .� of the lty a Fart +Noah, kr}a n to me to be the same person who5e.na a is subscribed to the faregoIng Jrrstrurment, and acknowledged to me that the same was the art of the City of Fed Warth artd that heishl� tax COUd She saute as ttie act of the City of Fort Worth for the purposes and conslderatlon therein pressed and in the aapaolty therein stated, GIVEN UNDER MY HAND AND SEAL OF OI=FiCE this. clay of 0h1-)tary Notory ubk irr and oritre State of TexaPul)1Notary1D#�iorrrnWkc Erb. Ft B. 2�, 2Q22 PE#MAHE=NT $t='Vi M FACILITY FAWME NT Rev, Willi? ATTACHMENT A03-5 TT OF 101 Page 5 of EXHISIT "A" 8eirig a 30 feet We peirnanont sanitary sever easeMarnt S]Waled fn the H. Little Survey, Abstraol o. 930. Tarrant GaUnty, Texas, and lbeing-p porilan of that partairi tract of 1j3nd Convoyod to MICHAEL J. RARTOSH and JANNA BART08H.als "Tree 1" by dead recorded in Volume 13603, Page 64 of the bead Record, To.rrarrt uutnty, Texas (DAT.C.T), Mild permeneat sanitary sewer ensemnnI being horeln more-particulrMy described by metes and bounds as fellows; BEG INNIN at a 1 Inch Indm pipe found at the sou IWest praporty corner az the said Sartosh lmtt, said paint hying the wuiheaul grope rt comer of a tract of land conveyed to Francisco Vargas and Maria Vargas by deed recorded in InalfUMWit No. 021 3289504 of the D.RX. T., said point aMo being on the northwest property line of a tract of fand.rGnveyed to Te as Etact#lo sofvica Company T..-EZ. o.� by deed as-reocrded in Volume 3654, Bags 3w,. D,R.'r, .T., now awned and operated Dy Oncor Electric Dieilvery+ Co., LL .; THE14CE North 00a' G"00" West, atang the west pfoptrty line of tiia said 8nrtosh tr'aot and along the east property Ifne of the said Vargas tract, a distarra of 35.30 feet; THENCE North 57°6643" East a olstanee of 206.99 feet to a po[nt on tine aast prop" Ifne a` the said Bartosh tedcl and din tba. west property line of treat of lohd convoyed to. L.ewfii E. Pbore end Floreno� K Poore ao *Tract One° by deed recorded In Volume 5210, Page 289 of the D.R.T .T.; THENCE Sou Ri.00°23'32" East, along the said property" Ilr s, a distarice of-3$,26 feat to the outl Beast properly. cornef of the said 15arto5l� voot. satd polnt being an the said ner#hwW properly of the said T_E, -00. treel; T14ENCE South 57°55'4Y West, along the south pfop arty lice of the said Bartosh tract and �Jonfl the said part teat pmporty tine of the T.E.S.Co. tract, a dfs±ance of 200.78-feet to Ma. Point of Beginning containing 0.142 2cres J6,202 squaw feet} of land, ff.p t, REMI t FAU LrrY ensw!:N'r P.W. �erzaa4 ,.ST ERiC IdIIIII e��f& PARCEL 15 — Pg. 5 of'e Al—FACH M ENT A03-5 78 OF 181 Page 6 of 6 G p {fy TT1 E4 y m FA cl cl tea' r- � L ATTACHMENT ADM 74 OF 181 Page 1 of 6 D218078041 4112fH18 3-13 PM PGS 6 Fee; $36_0 Submittee XEROX COMMERCIAL SOLUTIONS Electronlcally Recorded by Tarrant Cuunty Clerk in Official Pubho records , N a6wo1 ` a,+ Garcia CIPN -12 2 7 MAIN-267, PART 2 - UPPED AND MIDDLE VJLt AGE OREEK SANITARY SEWED Parcel * 18 Overview ct., Tarrant County Lot 3E3, Bock 6, Country H I I I s Estates STATE OF TEXAS KNOW ALL- MIEN BY THESE PRESENTS 0 UNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER EA ILITY EASEMENT DATE. V29120 t8 GRANTOR. Jerry F. Berger R AN TOR'S MAILING ADDRESS (Including County); 2932 McPherson Rd. Fort Worth, TX 76140-9 6 RAN TEE' CITY OF FORT WORTH 200 TEXAS STREET FORT WOkTH, TARRANT COUNTY, TX 76102 CONSIDERATION, Teri Dollars ($10_00) and other goad and valuable consideretlnrt,'Ihe rewipt and sufficiency of which is hereby acknawledged_ PROPERTY., Being more particularly desurlbuLl In the attached lwxhiblit "A,'x Grantor, for the consideration paid to Grantor and other goad and valuable wrFsideration, hereby grants, sells. and conveys to Grantee, its successors and assigns, an exClusiveF pe(pe(ual ea mont for the consiruction, operation, maIntenance, replacement, upgrade, and repair of a Permartent Dewar Llhe Facility. hereafkbr referred to as "Fnr li itV'. The Facility Includes all tnuid€ rital unde.rgrodnd afkd above grouA attachments, equipment and appurtenancas, Including. but not limited to rnanholes, manhole vents, lateral lane connections, pipal €rws, junction boxes in, upurt, under and across a poftlon of thf-� Property and more fully described 1n Exhibit °A" and "13" attachad hereto and 1nWFp0ratcd heFoin tof all pvI1nr:rtt purpQ80s, together with [lie right and Pr Mlege Ed erly a5d all times to eater Property, ur any part thereoF. for the purpov�, of constructing, operating, maintaining, repfacIng, upgrading, and repairing Bald Fa4�;il3ty, FERMMENT b Wi R FAClLITV EASEWLYT Row. lgf17117 CYA}RT . Al'TACHMEW 64a3-5 W OF! 181 Page 2 of B In no evert shall Grantor (I) use the Property In any irranner whlnh Interferes In any material way or Is Inconsistent with the rights granted hereunder, or {f 1) erect or permit tb be erected within the ease rFreilt }property a peNrnanCnt s#ruclure tar building, including, but not limbed to, monument sign, pale sign, billboard, brick or masonry fences or walls or other structures that require a builiding permit, However, Grantor she 114a permitted to Install and maintain a concrete, asphoIt cr gravel driveway, road or parking let: across the Easement Property. Grantee shall be obligated to restore the surface uF the Propetty at Grantee's sale cost and expense, including the restoration of arty aldewaIk.5, drlvewayo, or similar surface Imprevernants located upon or adjnuent to the Easement Tract which may have been rernoved, relocated, aftered, dnrnagecl, ar destroyed as a result of the Grantee's use of [he easement granted hereunder. Provided, however, that Grantee shali not b8 obligated to rq�2stnre or replace Irrigation systems or other Irnprovernents installed in vlclation of the provislons and intended use of this EasomanL 7O HAVE AND TO HOLD the above -described easernent, together with all and singular the rights and appurtenances thereto In an}way be longin9 unto Grantee, and 0 rantee's successors and assigns forever; and Grantor does heFeby UFO Itself and its successor and assigm to warrant and forever defend all and singular the easoment unto Grantee, its successor and assigns, agalm3t every person whoniaoever lawfully claiming or to claim the same, or any part thersoL When the context requires, singular roans and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWNG PAGE] P F.fkA4ANENT SE 44ER FACILITY EAGFNIF NT + ATTACHf4fENT AD3-5 Bl OF 181 Page a of B GRANTOR, .harry F. Berger THE STATE OirTMAS § COUMT OR TARRANT § GRA NTEL: CIty of Fort Wort!; By ( igmtura): (Print FJ=P tIe�� _ APPROVED As To ORS AND LEGALITY Asa gr�att�i��� (Ni ntName) �OWC8 [pyang,"to C4A a �y ACKNONVLED GM ENT BF,FO I '14+1R, the aftdefXj.gneA authority, s Notmy Public in and for the State of Texas, an this day personuiIy sppeamd "Y rj;.� . known to Inc to be the same parson Who rmme is subscribed to the foregoing it menl, 4nd acknowledged to me that the same was the act of rtf and that he/she executed thz same as the aft of sari the put -poses and consideration them "prsgsed and in the capacity thmin stated. OVEN HAND AND SEAL OF OFFICE "r, 1 < ' qaLa;Y PubU-SW1 s a! %" # fiIoW ]. q) $128185792 or CanrtSas' Exp, FED. PERVANFENT OF -WEB FAGr( ITY EASEIAQdr IlN, 1wilf17 / f-L- day of NCOcy ublic in and for the ?tatc of Texas � ACHMENT ADM 89 OF: 181 Page 4 of 6 :GKNQWLEDGEMENT STATE OF TEXAS § COUNTY OFTARRANT § BEFORE UE,the undersign aIt 110FRY, a N G[aJ'Y P4bi I r,h Fnd brine StamorTeM% !m aF Pamona]\ peBmdjff-S. ' -e p" @eC|y| of Foit Wart,kro ) tJ File b be bey meperson hoses me is b +eForegoing bed men#all d2ckrioUed ge dW me that WaBnme was me act of meC1yufF dVVWhandmkt a executed f he seinew be act of the City of ft Wo|�h for be purpses and ris w@ml|n therein exmessd dl the ms 0fty theraln stated - GIVEN UNDER MY HAND ANO SEAL OF OFFICE Ws day of RA N oa7 One for beSm of s Vq kpA9D#22m 2m||� m■� ■10 m NRM A�ZmSEVVFR9aITY AFAMEW Rev. Wh m, kf TTAC HMENTAW a 83 or 181 Page 5 of 6 EXHIBIT "A" Haing a 30 feat wide perrnarteni san;tary sower easement situated in the H. Lil#lei survey, Abstract No, 930, Tarrant County, Texas, and being a portli:�n of Ihat certain Tract of land conveyed to J E R R Y F. EER ER by deed fecflrdad in a]ume 13014, Page 253 of the Dead Records, Tarrant County, Texas (D.R.T. .T.), said permanent sanIlary sewer easement being hore In Moro par l ularly desodbad by males and bounds as folloWs: S EG I NN ING at an alumlri m T.EO.Go, disk fond at the northeast property uomer of lire said Bergar tract, said polnl being on tM soulherly property line of a tract of land conveyed to F;ranate Vargas and Marta inz Vargas by dead recorded In Instrument No. D 0916"1519 of the UR.T. .T., said point aiso being the northeast corner of an electric 4 ht-of-why strlp Umed by Oncor ElI}otrI6 Dolivery Co., LLC., name being conveyed to T.E, S.Co_ by deed recorded in VaJume 3543, Page 801 orlite 0.R.T.G.T.; THENCE South 57°5M' Wass, aton g the southeast property IIne of the Bald Berger tract and afang tha northwest rtgilt-of ay line of the Sald T.F.S,Co. righI-of-way strlp, a distanca of 249.50'eel to the southeast gropedy corner cf a remslnIng 0-112 acre porkn of a tract of land conveyed to Equitable Inveslments, Inc as "Tfaut III". by deed recorded In Volmrne 6009, Page 51'0 of the D.R.T.G.T.; THENCE North 000042W Went, along the west property IIne of the saki 13ergartract and 81ang 111a eaal property tlna of the sgld Equliable Invastitrents tract, a distance or 3s.36 fact to a Point; THENCE North 57"59'33" East a distance of 182.40 faat to a point on Me ricuiti property lane of the said Berger tract and on the said Boutin property Iina of the Vargas tract; THENCE Borth 6904&35" East, alofig the sand property lines. a distance of 56.93 lael to the Point of Beginning ccntnining 0.149 acres (�,479 square feet) of land, QERMAN!:" f ISE VER FACILITY FA-59V.SNT Rim 0WZM r i or ERIC S.SFOIDNE�R PARCEL 18 — pg. 6 of 0 ATTrAC:HIMERT AD3$ 94 Of 131 Page 6of6 ATTACHMENT AD9.5 85 or 181 Page 1 of 6 D218078417 41131 108;41AM PGS 6 Fee: $36.00 submwar: XEROX COMI&MICIALSOLUTIONS Eleamni(,a13yRecorded byIarrant County ClerkInOMCialPublic Reoords Ma LioudeeGeroia as ��.e� rY PN -1227 MAIM-267, PART 2 • UPPER AND MI DOLE VILLAGE CREEK SANITARY SEWER Parcel P 19 Overview Court H. Little Survey, Abstract No. S30 Tarrant County, Texas STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF_FORT__W.0L3T#i PERIVIA ENT SEWER FACILITY EASEMENT DAT'P: 3129/2018 GRANTOR: Jerry Burger and Margaret Ann Berger RANTO ' MAILING AQ DRESS (Including County): 2932 McPheman Rd, Fort Worth, TX 76140.956 GRANTEE; CITY OF FORT WORTH 00 TEXAS STREET FORT WORTK TARRANT COUNTY, TX 76102 CON810ERATiON: Ten Dollars (10.00) and other good and uoluable 0ansideratlon* the recelpt and sutffolency Qf vvhlch-4 hereby aoknowladged. r PROPERLY, Bang rgore particularly deaudhad In the attached Exhibit, "A" Grantor, for the consideraton paid to Granlor and other good and valuable corrsideraWn. hereby grants, seals, and conveys to Grantee, its su=essars and assigns, an exclusive, perpetual easement for the constWion, operatli r% maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as °Faoillty". The Facility includes all Incidental underground and aboveground attschments. equipmerd and appurtenances, lnoluding. but not IImiled to manholes, manhole vents, lateral line connections, pipelines, junction boxes In, upon, under and across a portbri of the Property and more fulty described in Exhibit "A" attached hereto and I ncorporatad herein for all pertkient purposes, together with the tight and prN116ge at any and a times to enter Property, or any part thereof, for the purpose of comtucting, operating, mafn€atnIng, replacing. upgrading, and repairing said Facility, In no event shall OraMar (1) use the Property in any manner which Interfares In any material way or is Inconsistent with the dghls granted horeujnder, or (II) erect or permit to be erected wfthln the FURN?dOEW SNER FACUTY EASEMENT Rvv,PUM1117 KrWr� , AT ACHMENT AE3-5 86 OF 181 Page 2 of 6 easemenI property a permanent structure or I�uxldIng, includIng, but net 11mited io, monument sign, pole sign, billboard, brink or rnaaonry fences or walls or other strwotures that reclOre a building permU. However, Grantor skull be permitted to install and rnslntain a concrete, asphalt or [gravel driveway, road or parking lot across the Fasomwit Property. Grantee shall be obligated to Tesiore the surface of the Property at Grantee's sale cost and expense, Including the restoraflon of any sidewalks, driveways, or similar surface Improvements located upon or adjacent to the Easewnt Tract which may have been removed. relocated, aftered, damaged, or declrayed as a result of the Grantee's trse of the easement granted hereunder. Provided, however. that Grantee shall not be obligated to restore or replace irrigation systems or other Improvements installed in violakri of the provlsiorts and Intended ose of thfs Easemenl. TO HAVE AND TO HOLD the a b ove -descrii bed easement, tog ether with all and singular the rights and appurtenances thereto In anyway belongfng unto Grantee, and Grantee's successors and assigns forever; and Grantor dues hereby bfnd itself and its successor and assigns to warrant and forever defend all and -.gjngular the easement unto Grantee, its successor and assigns, against every perion whomsoever lawfulty clalmlrig or to claim the same, or any part thereof, When the context requlres. singular nouns and pronoune inn ude the plural, [SIGNATURE$ APPEAR ON THE FOLLOW NG PA OEl PC- F1MoKENT S�WZq PAGLiTY EALSEAgr;Fir Rov_ 1MM7 th r %b a . ATTACHIMENT AIMS 87 OF 181 Page 3 of 6 0RANTOP, Jerry E. Berger and Margaret Ann Borgor TEM, STATK OF TEXAS § COUNTY OF TA RANT GRANTEE: City of Fort Worth )U"o By 4 {Print ?hem it3e APPROVED AS TO FAM AND 1 ALlTY ACKNOWLEDGMENT BEFORE her, th undcra' d authority, a NaWy Publiii in and for the State of Texes, oix thR� day personally u rg:d ktwwn to ire to be the sama person whose name is ubacri to the foregoing imtmm e�nt, I and acknowledged to 3ne at tho spe way ft act of 'Nclus TJC and that hdshe executed the sama as the aptofsaid the urn es and consikraion themin expivssed and in the capacity therein stated. GIVEN UDDER MY HAND AND SEAL OF OFFICE than clay of *N0(erylD#222R490 trxplres December It, 2V,:l PERMANENT SE44ER PAOUTY C-A SOAF- r aJ16 �'- L- - lf&at!uWjo to zmd fbr-the .%Ate ofTexas nrTAaCHMENT ADa-5 0 OF 'IR1 Page 4 of B THE STATE, OF 'I'E AS COUNTY OF t'ARRANT ACKNOWLEDGMENT 1Bi F[ RE ME, the upoorsigned nuthorify, a` Notary Public in and liar tr1& Stale of Texw, on this day etsur[lly ap ar+d ri f�, known to me to the sainc person whose name 1-9vubnerlbed ip f3ic foregoing Jn5trumcot, and a okr owledged to me tot the same was thu '1tI vF -- _ and that helsha executed the same as the act ofiaid _ f the purposes and consideration therein expressed and in flit u. p pdty thorvin stood. GIVEN UNDER MY PLAND AND EA>J OF OFFICE this day of t�Yt� RIOJAF�DQ �►1!.n�a►I� rr �° � �lulaay PrtLIEc-Sfale at �nxoa �ntnry ID kt� 213t857$2 Corn rnraolfln . FEB. 2�, 2G22 STATE OF TEXAS COUNTY OF TARRANT 17 7,>�i�� j/ Nufary Public in and for the State ofTexns EIEFORE ME, tho tuntlof'sirgried aolharfly, a Notary PLjblic In end for the State of Texts, on this day persorraliy appeared o� 0111r, 9*� k�iovvn to me tea be th , same person moss ,a,p{m Po 6u'bscNbod to me roregoing Instrument, and ockn�awaedged to me that the Sonia was thi3 act of F , and that he_(s;he executed the same as the act of. h . fer thn pufposaa and consideration therein expressed and In the capacity Inerein stated. GIVEN1 UDDER MY HAND AND SEAT_ OF OFFICE this +tom rL day of 20 11 ?�A —.27— xVotafy PUWe, In and for the Slate of Toxat� RIC 1110 Al AZAR Ir � Molnry ��IylEo-�luta of Tvaa�a �lotorylD �2�f�579 � Ca�arr�lssPan �e11�j. FEB. ��. �0'22 PFR#MNEN'r sEWEfi FOCI Wry FA9 EME NT Rov.19f V17 . . . LILRI Wu M. TTACHMEE WF AW-5 51OF 181 Page 5 of 6 EXHIBIT "A" Being a 30 feet wide parmanent sanitary sewer easement situated in Ili H. Liltle Survey. Abstract No. 930, TarmnI Gnu nty, Texas, and being the remainder of a 4.272 acre tract of land conveyed to JERRY BERGER and MAR ARET A NN BERGER by deed recorded In Volume 14076. Page 324 of the Deed Recerds, Tarrant County, Texas (D.R.T.G.T,), said pe rmanent, san ita ry sewer easement being herelrr more pardcularly described by metes and bounds as follows: BE tNN1N 0 at a 518" iron rod with cap stamped "W. Hancock 13 6" found at the sou theast'prbperty corner of a called 4,166 acre tract of land conwyed to Calvin R. Vernon and Gwendolyn J. Vernon by deed recorded 1n Vakume 16604, Page 306 of the D.R.T. .T„ said beginning pains` t eing on the northwest property IIna of a caled 3.2 01 acre tract of land conveyed to Texas Electric Service Gompakny ATE O) by deed recorded in Volurne 3543, Page 601, DRJT C.T., now owned and operated by Oncor Electric Delivery Company, THENCE Borth 00"20'41" Fast, along the west property tine of the said Berger tract, ,game being the east property line of the said Vefnan tract. a distance of 35.52 feet; THENCE North 57p58133" East 34.70 feet to the east property 11ne of the said Berger tract (V,14078. P.3 4), some being the west property -line of a called 0.319 acre tract of land conveyed to Jerry F. Berger by deed recorded in Volume 13014, Page 253 of the D.R.T,.T.; THENCE South OG404'26" East, alariq the said property Ilnes, a distance of 35.36 iiee1.to the southeast property corner of ttte said 13erger tract (V.1407'8. Prg. 324}, $a M a being the southwest property+ corner of the said Berger tract (V.13014, P. 53). saki property corner also being all the said northwest property lure of the said TESCO tract, THENCE South 57058'33" West, along the southeast property line of the said Berger track (V.14078. P.3 4) and along the said northwest property Itne of the T ES D0 tract, a distance of 35.01 feet to the Point of Beginning contalning 0.024 acres (1,046 square feet) of land. ATTACHMENT AD3-5 90 of 181 h Page 6 of 6 r PLAT OF EXHIBIT "A" MT AMACAW PACE 5 OF f~r mA1 IIVaP N . H#Mt LIME SURVEY ASSM-Cr rfo, RJO ror 31 atocK 17 cotwrRy wars Esmus -Y-- C4i% A SLIDE 2449 PRrr, 92am R VERMW GD EIVDaM J WRNOM Nx. 1660 P& 3 m AR.T4ar .`r P. 0. B. EXHOI :4 " 5 8" mr W. MXCOCK 1.T28 N Cri .0my F &qmw � a,R. rr: r. 1 r EXHIBIT �4 " 30' WIDE FERMANENr SAAMARY ,SEWER EAS4MENT 0.024 ACRES (1,046 SQ. F7.) .1201 ACRES 60, LLC (rF5.GCX R.O.W. SMP) Wit. J54J, Pa 601 D. R. T. C.T. 0 20, 40` GIRAMIC SCALE IN FEET 1"-20' NOTE. THE BASIS OF SEARNGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE. ALL DISTANCES SHOWN ARE SURFACE. SANITARY SEWERPARALLEL RE M-A IN-2 5 7 P A%G L NO, 1 Q SURVEr. H. JM-E StMWK A"MACT ift Sao REV! ?VIJ T7 I.C14AMN: OOM 0MVIEW CT, FART WWTM 1EMS WDLE PROPERTY AIYiUM REp ANDER OP 4,272 AG EXHIMT IA' PACC b CF 6 SSA " MO.: M -OW- 2 SRAM ft 44R.M. DAM 00--19-17 1 OM Dr, MSS JACAID Fes; 0tt--0i0-M257 1?tf GE CRM SPOONER # ASSOC4 INN JM JMW STRET, SWE TM akESS, TA' 700A PH 8I7 8W 11'il Gcm AITAcHmENT AD3-5 Bi OF 181 i Rage 1 of 7 D218182719 E3118M193;243M P'GS 7 Fee' 15411.00 Submittigc CSCERECQRDING SOLUTIONS E;ectronically Recorded by TarranI Counter Clerk in OEFioEa1 Pu151Ec Reonrds � Mary I-euE®earcla CPN -1227 MAIN-257, PART 2 - UPPER AND 14'III>. VLE VILLAGI= CR9E ANJTARY 5EWER Parcel # 27 K 1, AIIi Survey, Abstract Ho. 980 219a Oak 0 rove Road El., Tar Fun t County, Irexas STATE OF TEXAS § MEOW AL.IL. Mf---N BY THEME PlE EMENTS COUNTY OP TARRANT CITY OFFORTWORTH rw � � -� PUM1lEV�NT BEVfIER. FA i ,�7 ' A EMENT. GF -�JS ' 13 ,�� I —i� RATS: My 17, 2018 RANTOR. peer Creek Stables, 11-11-0 P,ANTOR'S MAil ING ADDRESS (IndudIng County); 190 Oak Grove Rd E. Surleson,'TX 7602E GRANTEE: CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TARRAi`+iT 00UNTY* TX 7810 CONS N., Ton DoICarti ($10.400) and other good and valuable wnsideration, the rucelpl and s4iMctency of which Is he ruby nckriawledgsd_ PROPERTY'. Being mom per0cularly doscrllwi i the a#t.whed Exhiibit'W'*. rantor, for the oonaideraflon VsI!d to Grantor Emd other good and vabaNconsIderaiton, haroby grants, sells, and nvgs to Grantee, lt> %IJWSsors and tR5819115, an excEUsive, PerpeWal aasernehl: for the col7-�trktCifm OwWon, mulatenanw, reptac want, upgtade, and repair of a Pemianont Sewer Line Facility, hereaftw referred to as "Faolla . The FarAty Includes aH lnsldantal underrgwund and sbvveground atWchmarrts, equipment and appwlenomes. Including, brat not ilmlted tor ma manhole vants, lateral limo canneolfans, plpellnea, Junction troxes in, upon, under and across a porllop of ilia Prvpuriy and mare Fully dfascrlbed In Exhibit 'A' a che# herela and Incorporated horeln for 0 perinent purp2jaes, #vgother with the right and prlvJlaga al any and al Umes to outer Prof sft or any pad thereof, foT the purpoaa of eonst€udIng, opafallog, maEn#aEnIng, replacing, upgratift, and mpai*q said l4acllity, in no went shall Oviantor W use the Propedy in any mannor w}11cli into r ores In any malarial way or is annonsieteni wltb the rights amnled hereunder, of (I I) efecl or pormLt to brp erected wlthIn th13 P!!rt4"Ew %gwait F cIUTY E ZTIL7GNT Ft(N. 7 pig 7/17 ALTFACHMENT A03-5 s2 OF i91 CPN -1227 MAIN-267, PART 2 - UPPER AND MIDDLE VILL Gr= CREEK SANITARY SEWER Parcel 9 27 H. Little Survey, Abstract No. 930 2190 Oak Grove Road E., Tarrant County, Texas STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENT'S COLINTY OF TAR RANT CITY OF FORT WORTH G"F ..—bog_qjpj_40 9$d� SI( PERMANENT SEWER EACIL Y EASEMENT IRATE: May 17, 2018 GRANTOR., Deer Creak Stables, LLD RANTOR'S MAILIN G ADDRESS (Including County); V90 Oak Grove Rd E. Burleson, TX 76028 GRANTEE- CITY OF FORT WORTH 200 TEXAS STREET FORS` WORTH, TARRA NT COUNTY, TX 76102 Co S IDERATION., Ten Dollars (I 10,00) and othar good and valuable carisideralIon, the receipt and suffickency of which is hereby ackrxowledged. PROPERTY: Being rnore particularly described In the attached Exh!bit "A" Granter, fcr the consideration paid to Grantor and other gGod and valuable C;0nsidemt10n, 11ereby giants, sells, and convoys to Grantee, Its successors and assigns, an exclusive. perpetual easement for the rortstructk m, oporation, maintenance, replacarrtent, upgfede, and repair of a Permanent Sewer Line Facility, heraaftor refefred to as "Facility". The Facility includes all incidental underground and aboveground aitarhrr}ents, equlpment and appurtenances. including, but riot 11mited to rnanholes, noanhote gents, lateral IIne connections, pipelines, junction boxes in, upon. upder and across a portlon of the Property and more fully described in Exhibit "A" attached hereto and Incorporated herelri for all perlfnent purposes, together with the right and privlloge at any and all times to enter Property, or any port thereof, for [he parpose of constructing, opera#ing, maintaining, replar[ng, uagrading, and reperdog said Fac[lity- Ire no event shall Grantor (1) use the Property in any rnanrrer which Interferes in airy material fty or is inconsistent with thrr rlghl"Ara nted herrsunder, or (Ii) erect or pefmit to be erecter€ withlrf the ?ERMAN%E W $MVUEN KAmPTY E-ASEhd NT RiNY. 1 WI7117 ORT�i. T rACliMEhiTA!]3-5 9;� OF 181 easement property a permarianIt struolure or bijilding, Including, biA not IIrnited to, monument sign, pale sign, billboard, brliA or Tnason ry feni�ers or walls or other strLICtarea thOt require a build Ing parmlt, However, Grantor shell be parrnitted to Install and maintain a concrete, asphalt or gravel drlweway, road or parking lot across the Easement Property_ Grantee shall be obligated to restore the surrar-e of the Property at Grantee's sole cost and expense, Including the restoration of any sidewalks, driveways, or simiiar surface Improvements IDc.ated upon br adjacent to the Easement Tract which may have been removed, relpcatad, ailsre6, damaged. or destroyed as a result of the Grantee's use of tha easement granted hiereuader. Provided, however, that Grantee shall not be obligated to restore or replace irrlgatlon systems or other improvements installed In v-1018tion of the provisions and Intended use of this Easement. TO HAVE AND TO HOLD the abme-described easement, together with all and singular the r[ghts 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 slriguiar the easement unto Grantee, its successor and assigns, against every person harnsvavar kawfully claiming or to claim the same, or any pert thereof. When the norrteA raquires, singular nouns and pronouns include the plural, [SIGNATURES APPEAR CAN THE FOLL0014G PA EJ pi fA"NEHT 9EWEA FACILITY UASEMEN 1 XrTACHMENT ADD-9 94 Or ia4 GRANTOR: Deer Creek Slables, LLC THE STATE OF TFXA COUNTY OF TARRANT § GRANTEE; City of fort VVQrlh By (Signature): U,HntNanto `I'itia A-5,4K APPROVED AS is R AND LE AU7 (Signature) z] n �� (Print Ame) TWO JeWca Nsvang,Aseldmlt CkAMW ACKNOWLEDGHENT BFXORE ME, the undersigned authority. a Notary Public in and for the State of Texas, on this day.porsonally appeared , knnwn to meto be tbe.same pe;r.,�an whose name is subscribed to the foregoing instr eat, ands iowiedged tome that the same was tiae act Of v end that he/she executed the same ate thy: act of said I e the purposes and eons ration therein expressed and in the capacity therein stated. 01VEN UNDEXMY NAAFI] AND S FA G OF OFFICE this day of 2Q. RI ARDO SALA AR It )CnMMIsslon Nawry Pubno ale of Texas Notaryl0-02B1657$2 Exp. FEB. 26, 2022 PER MA04ENT SfWERF*CKITYFAZIE FIN1 Notary tA lie in ari r the S ate ofTexas r.VG�x� ATTACHMENT A03-5 95 OF 181 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TAR RANT § BEF0RE M E, the underslgned auth<y, n Notary Publi ir, nab far the State of Texas, on this day, ersanaily appeared el of the Oity of Forte knowii to me fo be the same person dose name is ii scribed-t the fipregoing Instrument, and acknovAedged to me that the same was the act of tine CIty of Fart Worth and that helshe executed the iiame as the act of tha Oity of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY NAND AND SEAL OF OFFICE this alai' of 0� f r 1 o ry ubl c fn and far the State of -C xas c ; MAMAS. SANCHEZ My Notary ID 4 22664SD #UMPtHENT SEWER FACILrrY t fO�E pE T Rqw. i 17J1 5 T% k . ATTACHMENT AW8 fib or l 8 i EXHIBIT "A" 1391ng a 30 feet wide perrnanenI sanllary sewer egsemen1 ekluated In the H. Little Survey, Abiarool No. 930. Tarrant County, Texas, and beirng a portion of that certain lraol of land convoyed to DEER CREEK STABLES, L.L.C, as "Tract 2" by deer) recorded fn Jnstrurrtenf No. D209G20156 of the hoed Records, 'Tarrant County, Texas (D.R.T.C.T.). said permanSht senflary sewer easarner it being herein -more parflcularly deserlbed by mates and hounds as falio+ws' BEGINNING at an alurnlnurn T.E. .Co. d1sk found at Ina southwest property corner of Iha safd Deer Greek Stables tracl, sald point allo being tha southeast property corner of a tract of land conveyed to Beat Greek Stables, 1.-I*. . as "Tract 1" by deed recorded ter Inslrumerrt No, D2D9020156 of the 11R.T..T., safd point also being the ijerthwast corner of Ein eiectrla rig hf-of way strip cwriad by Oncor Electric Deilvary Co,, LL , soma being corwnynd to T.E3, Co. by deed recorded I Volume 3558. Hoge 107 of the D.R.T. .T,; THENCE Norlh 00"1949" West, along the common One between the said two Deer Crank Stables tracts,.a distance of 36.70 feat to a pulni; THENCE North 5463Q" #2" East a distance of W6.84 feet to a polW. on the east pTOperly 11ne of the safd Deer Creek 9lab] es (Tract 2) and an the west property line of an elecifCc right -of- ay parcel own ad by Oncor EIsclflo Delivery Co.. LLC, same being conveyed to T.E. .Co, by dead recordQd in alurne 3551. Page 379 of the D.R.T.C,T„ THENCE S Quth 00°14'37" Past, along the Bald property Ifr�es, a distafloe of 39.74 feet 101he southeast properly corner of tha said Derr Creek Slable5 (Tract 2), said point also being the norfhaast corner of the sold T,E.S.bo. rIghl•-of-way sirlp (Valuma 3658, Rage 107); THENCE S ouIh 54"3012" West, alon5 the. southeast property IIne of the safd Deer Creek rtablas (Tact 2) and alo rig the norlhweat right-of-way line of the T,E.S,Co. right-of-way 11ne (1lalurna a658. Page 107), a dNlance of 665.27 feet to the Pofnl of Deglnning cantalP09 0.389.acres (161969 square feet) of land. FEWMENTSEVWr�R i�Acitiry LABEM£Hr F,av, 6V2aas 0 F R k .... .. S GOT.... PARCEL 27 - Pg. 6 of 5 ,ATTACHMENT AW-5 - 481 r ATTACHMENT AD3-5 1�8 OF 181 CONSENT OF LIEN HOLDER Bert?oft8rmaOev LLC ("Lien Holder), Is the current holder of a Mortgage Deed of Trust dated January 15, 7009 executed by Deer Creek SfaESkas,I..L.C. to KathrVn D. .11 I nchi _Trustee as recorded---lanuartr_26, 2009 in Clerk's fine numher_D20902015-7 . In the Real Property Records, of Tarrant County Texas, hereby consents to the grant of the foregoing Easement by Deer Creek Stables, LI.0 to, City of Fort Worth and Joins In the execution Fereofi solely as Uen Holder and hereby does agfee that In the event of the farerIciurt, of Bald mortgage, or other sale of said property described In said mortgage under Judicial or non-judlcfaI proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS� STATE OF J COUNTY - J DAY OF ` 2018. aerpolPharmaDev, LLC, a Texas 11mited Ilabillty company Michael V. W. BE! rgarnW, &4naglng Member By?H[I .DoWnger, Ph.D., Member BEFORE ME, the undersigned authority, on this day personally appeared Michael V.W. Bergaminl Iw+MarkaRlrw Member and hfaril dui. Do111nizer. Ph.D.. McMher of RerpoIPharmaDev. LLC known to me to be the persons and Officers whose name are subscribed to the foregoing Instrument and who acknowtedged to rn2 than they executed the same far the purposes and consideration there fn expressed, In the capacity therein Stated, as the as and deed of said Lienholder, GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS Permanent Sewer Facility Easement - Parce1 27 Perrnanerrt Sewer Faclllty Easement— Parcel 32 Public Access Easement — Parcel 32IA Temporary Construction Easement- Parcel 31TCE Temporary Construction Fasement - Parcel 32TCE -k Z ATTAGi- M ENT A0.5 99 OF 1BI Page 1 of T 0218182720 ai"F2016 3:24 PM PQS I Fee: 1400 Sr bmilMr. CSC EREGORMNI SOLUTION$ Elea orrloal ly f ecnrdeo by 1'arrarrt Courity Clerk In Official Public Recordss ati " [.J1ao Mary LnuMee Garcia CPN -1227 MAII+# 2417, PART 2 - UPPER AN MIDID LE VII-LA E CREEK SANITARY 8EWER Powell 431ATOEPYGE H. Llttla Survey, AhaUact No. 930 2190 Ouk Grove RoAd ff. CITY OF FORT WORTH DATA: may 170 2010 GRANTOR,. hear Creak"bles, LLO 0RANTOFV,9 MAILI No ADDRESS (InrlLrding County): 2190 oak Grove fed E. Burlmoo, TX 7002.8 GRANTEE, CITY OP FO r WORTH 0RAN TEE' MAiLINO ADDRESS (ImIl +ding ourrty): 200 TEXAS ST. rORT WO RTH,TARRAJMJ CCUNTY,TX76402 AL WO TIT U.' COMPANY COK9 I DERATIO N: T8n I) R (S 10,00) and other paod a;rd vV#uaVe oonaldeMUan,11he receipt and auilivienoy of which Is hereby ecknowledged- PROPERTY, Melng mora particularly dascriberf In aEta chud Exhibit "A". Grantor, for the nomeldaraNan peid to Grantor, hereby gma bamaln aridl'wrlvey unto Gt''pi1i�, Rn suc scars and asalgna. Die use and paaesge In, aver', and glvrtss, bell6w and along the 1`asar>ar�t Propefly sikuated in Tarmnt CaDunty, Texas. Ln accur'donoe wlfh the Icigall descrfoon h*retln allmehad as EA10 "A", and Ingress and egress over Gran[oelu property to the oasernent aG sh*von aft E dilUt 'A"_ It Is krther wead and undiamtood that Qrentoa wJtl be perm tbd the use of saki Rnernerii Property }or the purpose of eoustractiag a parrnauettt~ sewer Line. Uran oarnpJetlon of krrpr menb�r and its acoo pts3rnc,�, by Grarfte, all rights granted within the aescdbed'remprkmry C:cjiistruction Easw"ntshall cea". Y"TnfyCwnm *oatt4wc jan7n7 Tao of 101 CPN -1227 MAIN-267, PART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY 8MER parcel #31-TCF-TCr- H. Little Su voy, Abstract No. 930 2190 Oak Grove Road E. CITY OF FORTWORTH TEMPORARY CON STRUCT10N EASEMENT DATE: icy 17, 2018 GRANTOR: Doer Creek Stables, LLC GRANTOR'S MA I LI NG A00RES S (Including County); 2190 Oak Grove fed E. Burleson, TX 76020 C}RANTEE. CITY OF FORT WORTH GRANTEE'S MAI LJ NG ADDRESS (Including Chunty): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 GON IDERA'1"I N, Ten dollars ($10.00) and other good and valuable censideratian, the recent and suflic:lency of which Is hereby acknowledged. PROP E RTY- DoIng m ore particutarly crescrib ed In a"aahed Exhibft "A". Grantor, for 1he rsonsidera#ion poll to Granter. hereby grant, bargain and ConVay Unto 0rantes, Its successors and nssbns, the use and passage In, over, and across, below end along the Easement Property situated In Tarrant C:cunty, Texas, In accordance wilth tho legal descrlptlon hereto attached as Exhlbit "A", and Ingress and egrass over Grs1tor's prroperty to the *asoment as shown on Exhlbft'Wr. Jt is further agreed and understood that Grantee will be permitted the Llse of said Easement property for the purpose of cunstruefing a permaixeat sewer line. Upon cornpletlon of improvementq and its acceptance by Grarntee, all fightsgrantedwithin the descrlhed Temporary ConMructlon Easement small cease. TomPruY f nmh4wo4 Pun ment UY171G7 ATTACHMENT Jr)1 OF 181 TO HAVF- AND TO HOLD the above desrribad Easement Property, together with, all and singular, the rlgMs Bnd apourtenancess thereto in anyway bariangIng unto G raWee, and G rarrtee's successors and assigns until the completion of conetruoIlon arsd acceptiance by Grantee. GrRntOr hereby b1nd tharnselves. their hags, successors, and asslgrrs, to warrant and defend, all and singular. sald easement unto Grantee, Its successors arjd assigns, agiaJnst every person wharnsoav8r• lawfully clalming or to cairn the- same, or any part thereof - [SIC NAT URE S APPEAR ON THE VOLLOWIN PAGE] iecipuiBrlf�Ohlm�r.�lnr f�.■epi■Or 1W17117 ACHMENT A03-5 102 OF 101 GRANTOR: beet Creek Stables. LLC TItle: ►t { GRANTEE. City of Fort Worth --3--� ]By (Sipaoor* Prti tl e)� � TRIc APPROVED AS `" PORM AND LEGAUTY lin {igQeture) ., _ (Print Name)! , e T4"awo 03mvmuiIDrL Esicum11 Loll m7 1. T Wi} Tl WfACHMENTAM-5 IM OF 181 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undefsl ned a4iOritFI�0t f'�lbhc in and fcT the State of Texas, on this day pemmially appeared �,. -v . J, ,*- known to me to be the same person whose name is subsswlbed to the foregoing Instrument, and acknowledged to me that the same was the act ef, — _ A/ acid that he?she executed the same as the act of said 11 for the purposes and considarat] on therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �W clay of 2C. JORCDo S NryPubil AAsoNtary ID 01 CoimiegW�L!e1A8o75tA�Ts�Rse�Ist CV. FEB, 26, 02Z STATE OF TEXAS § COUNTY OF-TARRANT § Dietary UbIln in and for IIIe State pf Texas ACKNOWLEDGEMENT BEFGRE ME, the undersigned 8utho4ty, a Notafy Public in .ar #or the State of Tuxas, on hGs y personalfy appoared of the City of Fort Woi� k Known to me to a the same pel'son whose Warne toOsLubs-ckUrZ6�fiLlo the foregoing instrument, and ar knowledged to me that the same was the acl of the City of Fart Worth and that heMhe executed the same as the act of tine City of Fart Worth for the purpose$ and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � ���.� day of 201 f 1,11 ,5ry:�22664H 7 R• f MARLA S�EZ ctsry Publlc err and far the eta#e a exss . �# ` � k� My Vuiary �EKpfre& aet% 2021 tC-Mpji 4'7 1:pmUw1znn Eu*fALmd1 IWO) l'! 34'cr ri . MOHMENT A133-5 104 OF 181 WMAIlII&FIV Being p variable width tarriporery can slru0ian easeME30t situated in the-H. 1-111le ;purvey, Abstract No, 930, Tarrant Coirrtty, Texas, and be1nd a portion of a iracl of Ian conveyed to DEER SLEEK STABLES, L„L.,C. as 'Tract 3" by daad recorded in Instrurnan( No. DM0201 Go of the Deed Records, Tarrant County, Texas (D.R.T- .T.), Bald temporary construction easement being herein more particularly descrlbLad by me#es and houn*; an follows: BEGINNING al a 318" iron rod found at the nodhrwest proporiy corner the said Dear CFeek Stables Irant, said pair4t also being the most woo lerly corner of are electric rJgbt-o[-way parcel owned by onnar [IoctrJc:Delivery Co., LLC., aame being ccrriveyed to TaE,.5. Co. by deed recorded In Voluinra 5725, Page 326 of the D,R.T.C.T„ said pbinI also being the norlheasl ccrirer of an electr[o rJqh Pat - way parcel 6wrted try 0btor Electric 0Ovia yCo., LLC., same beino convdyecl 16 T,E,S'.00, by dedd e rcorded in Vd(Sma 5745, Page 320 of the i7.M.C.T.; THENCE North B9°36'?4" East, along the north property line of the said Bear raak �1abJes tract and along th' t south property line o[ the salO T.J*. S.Co. rlbht-of way parcel (Valurrre 5725, Pale 326), a distance of 15.00 feet to a paint; Tl` IEN0E South 00°1 'l9" Fast a distance of 50,62 feet to a polo#; THENCE South 54"30'22" Wend a distance of 18.72, ieut Io a point on the was[ properly line of the salty Deer Creak Stables Iract and on the east praparty On or the said T.E.S. e. ►ght-of-way partial (Volurne 5746. Page .3 0); THENCE Forth 0T0217" Went. along the said property Jines, a distance of a1.38 feet to tl1e PoinI of Baginning contalnirig 0.019 acres (848 square feet) of land. Tomparary onslructlon Easement 'I1qWO07 ��i s f [duo'• � � ff lSS i+ �1 i7 �yIV��,y PARCEL 31 — Pg. 6 of 6 A7TACHMENT A03-5 105 OF 181 u FLAT OF EXHIBIT "Alt S= A TrACHEP LML 0ESGWff0W M 1.940 ACRES (VO) � PAdE 5 OF EVOT -A " A5E W N C QJ4 fy e-vilac fJEL' Co" "'c (r1 S. ca Raw 571'p VOL. 5,165, ra 97,� a�" ayLUR EfE�'TfW M LLO ( 04. A 0. W, #rod 7 9,31 1,710 A W�3� � ICY CD, gA�GR FLECT�PAC 'LLC Pg. el ^�5Y24 Ewer No A09/y`3/76'IJ4-dr } 3 FRF r 1 + VARI " T1707 TEUPWARY CO STR410176VV ESMT. Q CJ 19 f.1CRE5 04FT) { x DEER ma s , L.L.C. } T.T+.0.I.Nyp�,Cpp0yy2-/0�062 156 }�+ lJ. Ii. J.ft. T• R 55 JO' 1F 18. 72' m+10lMaw1 qgm gaw. 5746, Pa RR. Mr i� GV' ' GRAPHIC SCALE IN FEET 7" — 0' NOM. 'nHE BASIS OF 6EARMS FOR ViS 51JRVEY IS 14AR83 MOM TE AS CENTRAL ZONE, ALL a1STANCES SHMN AID£ SOME. SANITARY EWER jpARALLEL ,IEF MAIN-257 ,....,..,.,:.,, L�F2EC S; $pOh:ER suR", OTRF 5 Y# ABSTRACT ft. � BfiXE PROPERTY ACRE -AGO ACRM DMEXHIBIT "A. F I�.�G� � OF � S&A JOR fJf1.t OO--M-2 AR 4 8? JBN D�.pA?N/.!��I���pp4R�y�R9�-117r �J�����Ia.. yy5�y ��� 00�{���!.�5■. �y IACAD FTyJ�Z, a8�-/y[!�Q-hfZ57�Wp'��LJkptr�ECR�� aw -qMG .+l.& AMC, WA M9 19VOS / SUM f10W LV L�F ss, ix fa�r�V. SP7- 4••-./T-v tiir!� T1.. W1��i`T� A—iFACHMENTA03-5 10fi or 181 CONSENT OF LIEN HOLDER BerpolPharmapev. LLC ("'Lien Hold8r"), Is the current holder of a Mortgage Daed of Trust dated Janogry_15, 2009 �, executed by Qeer Creek StafaJes,L,LC, to Kathryn D. M W linchgy, Trustee as recorded Janus 262009 in Clerk's file number DZp9020157 , fn the Real Property Records, of Tarrant County Tors, hereby consents to the grant of the foregoing Easement by Deer Creek Stables, LiC to City-P.C. fort Werth and Joints fn the execution hereof solefy i55 f_Ien HoIder and hereby does agree that in they event of the foreclosure of said mortgage, or other safe of said property descr[bed in said mortgage under judlelat or non judlcIal prcOceedings, the same shall be sofd subject to Bald Easement. SIGNFI7 AND EXECUTED 'f ms � � DAY OF *� 2015. Berl)d tarrnaDev, LLC, a Texas limited Iiabflity company BY.' ay: �v . t� G��' Mlchaei V.W. Bergarn�ni, +l na ing AAernber By: H If hA. Dullinger, Ph.O., Member STAVE OF } COUNTY F } 0EFORE ME, the undersigned authority, on this day personaIIy appeared Mi;.hael V.W. Bgrgaminj Managing Member and HarlI M, Do111mr, Ph.D., Member of Bert)ojPharmaDey LLC known to me to be the persons and Officers whose name are subscribed to the foregoing Instrument and who acknowiedZed to me that they executed the same for the purposes and consideration therein expressed, In the capacity therein stated, as the act and deed of said Lit nholdor. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS Perma ne nt Sewer Facility Ease rrment— Parcel 27 PerrnanmitSewer Fad flty Easement —Parcel 32 Public }access Easement —Parcel 32A Temporary Construction Easement —Parcel 3IT E Temporary CnnstFoctaon Easemert— parcel 32TCE 2018- Notary P Libli State of t): My tommissi0 expires- �� � � �rl k%%j10f1ftfj,,0 rMlVo w'rrie(; •;its * o '` `Wj ATTACHME#+Ei' ADD-S 1W OF 161 Page 9 of 7 DZIBI82721 V10010 3:24 PIV Pas 7 Feet $+40.00 SubmIliar: 0SC ERECORDING SOLUTIONS EleclmnicallyRecorded byTafrant, ounlyClerkInOfliolalPuNicReaaarde � [ (?LA, 0.[, Mary [,o4ltSQ GafQ1$ CPJN -1227 MAIN-267, PART 2 - UPPER AND MIDDLE ViL.L.AGE CREEK SA NITARY VEWER Parcel It 32 H, 1- tla Survey. Abstract No. 930 1 $ 0 Oak Grave Road E., I9a jen U, Texas STAT5 OF TEXAS KNOW ALL MEN 13Y THF—aE PRESENTS COUNTY OFTARRANT CITY Or- E QRT 9RTH PERNAMNT SEWrFFZ F CEASEMENT _ i.j-'ktk-W YI J I , lf'OMPAIQ' { , ucO Ll Y$Q0 88— r lC GRANTOR. peer Creak Stablaaw, LL 0 RANTOR'S Ik AIUNO ADORES$ (IncludingCounty); 2190 Oak Drove Rd E. Burleson, TX 76028 GRAN TFF: CITY OF FORT WORTH 200 TS AS STREET FORT WORTH, T,ARR-ANT COUNTY, TX 7610 ONS! bERATiON, Tarr Doilam ( 10,00) and rAhar gne l artd VolUinble Cartsidemlion, tho reuolpl and auffic€enoy of + h1rh [s hereby ackrio edged. PROVERTY; Being Irnore particularly desor] Wd In the atta a 11iDd 9xhIbits ';N' and "'II}op. Grantor. ?or 1ha cc n sidarat Ion paid W c;runtur airld olher glad and valuable oDnaIdOration. he. reby grarrts+ soils, and omvaya to Granies. its suo essars and asslgns, art excltmivu. perpetual easement For the €;onstruriion, aparatlon, malntenanoe, replacerneirl, upgrade, and rupa€r of a Permanent Strwmr Lino FracUity, hereafter referred to as 'Factt[t ', The Fadl[ty inGludaa all hic[dental undergraund and abDvagmund at[adimenle, egWpment and appudenances, Including, but no! Jim Rod t* manhoies, ma$nbrile vents, lateral line connentlons, pipellnes, jUnrr#lon by s IR, upon, under and across a portion Of ;he PropuTty and mare (ally det cndbed in EAibIt "A" 0nd "B" attached hereto and Incorporated hereln for all porllneut purpoaos, together w1fli the right and prhrilepe at rany Arad 9IJ times to enter Properlyr or any pad thereof, fr r the purpose of construrvng, 6perating, rn�dntain(rry, rep[acin , upUmding, and ropsitirtg said Facility. PEgvAN&##rSEWtH FACILITYt'"tg.VV(4T Rw- MIRY '{FILTQ � ATTACHMENT AD3-5 1 � OF 161 CPN -1227 MAIN-2b7, PJART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY SEWER Parcel # 32 H. Lift Survev. Abstract Ng.- 8a0 2199 -Oak-GroveRoad E., Burleson, Texas STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARR ANT T QF F R H P]JR1NENT SEWER FACILITY EASEMr=NT DATE: may 17, 2018 GRANTOR, Doer Creak Stables, LLC GRANTOR'S MAILING ADDRLS (IncludingCounty); 2190 {yak Grove Rd E. Burleson, TX 76028 GRANTEE, CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TARR#ANT COUNTY. TX 76102 ,F , 61)001818OD9 0 LSK R CONSIDERATION. Ten Dollars ($10.00) and other good and valuable consideFaUnn, the receipt and sufficiency of wh)ch is hereby acknowledged. PROPERTY. Being more particularly described In the attached Exhibits "A" and "B". Grantor, for the oonsiderstaon paid to Grantor and other good and uafuabla consideration, hereby grants, sells, and eanveys to Grantee, Its sv=wsars and aasfgns, an exclusive, perpetual easement for the construction. operaflon, maintenance, replacement, upgrade, and repair of a Pan-nanent Sewer Line Faclilty, hei-eafter referred to as "Facf[ft '. The facility includes all incidental underground and aboveground attachments., equlpmetrt and appurtenances, including, but riot ffmlted to manholes, manhole vant!5, lateral Ilne cvnr«ections, pipefires, junction boxes in, upon, tinder and across a portion of the Property and more fully described in Exhibilt „AA and 13 r attached hereta and incorporated herein for a[[ pertinent purp.osss, fogether with the right and pr1Yllege at any and ail times to enter Property, or any part thereof, for the purpesa of constructing, operating, rneIntaining, replacing, upgrading, and repairing a a I d f=acllILy. F$RMAR&4T VEVUER FACiI TY EASENENT RM 10117197 ATTACHMENT AD3-6 109 OF 161 Ira no eve nr shall Grantor (1) use the Properly in any rrtanner which Ir{tefferes In arty rnaterlal way or 1s inconsistent with the rights grouted hereunder, of (11) erect or permit to be afected within the: easement properly a permanentstruature or building, including. but not 11Fnited to, monument sign, polo sign, billboard, brIck or masonry fences or walls or other stnictures that regeire. a bu11ding parm It- Howevor, Grantor shall Ise perrnitted to instal and maintain a concrete, asphalt or gravel driveway, road or parlting Iota cros s the l*asemef A nroperty. Grantee shall be obligated to restore the surfsce of the Property at Grantee's sole cost And expense, including the restoration of any sidewalks, driveways, or similar surfane Improvemants located upon or adiacerit tc the Easoment Tract whI& may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hiarounder. Provided, however, that Grapitee shall not be obllgated to rastwa or replace krlgation systems or other Improvements installed In violation of the provisions and Intended use of this Easement, TO HAVE AND TO HOLD the above -described easement, togetherveith a I I and singular the rights and appur#anances thefeto 1r« anyway Belonging unto Grantee, and Grantee's successors and assigns forever: and Grantor does hereby bind itself and its successor and aaslgns to warrant and forever dWand all and singular file easement unto Grantee, Its successor and assigns, against every person whomsoever Ia {uliy 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 FOLLOW114G PAGE] PI FRMAME T aF;MR FAC11rrY EA: AMEN r J,s71k l�. ATTACHFAEhlF AD3-5 1ltf OF 161 GRANTOR: Deer Creek Stable , LLC op THE STA,'M OF TEXAS § COUNTY OF TARPLAN'T` GRANTEE, lt� of Fort Worth 13y (Signature): rint Na.rnt� , �1Tide_ Gm PPROVED A8 T t EALfT �stgi,atnro� {Print Manse} ,, 'I (Ie ACKNOWLEDGMENT BEFORE ME, the undersigned authorhy, a Notary Public in and for the State ofTaos, on this day personally appeared Known to me to he the some ponon Whose name is suh=ibcd to the foregoing instrument, and acknowledged to me that the same was the act of k and that helshe exoauted the same ns the uet of so i d A f the purposes anJ consideration therein expmssr d and in the capacity they in stated. (31 VEN UNDER MY HAND AND SEAL OF OFFICE this 17 day of 20. (SCRIM 4iD0 S "a;ftb#� tVMID1ALAZf A�eTxtalei 1857 PERIAANENT SEWER PACIOTY EASrzAIENT Kiev, M711* T'i 1--tr Notary ubtio in and fbr the Mate ofTuxas � � ATil1C HM E hl T Aa3-5 11.1 QF 181 ACKNOWLEDIGEIgENT STATE OF TEXAS § COUNTY OFTARRANT § BEFORE ME, the u m&gamdaubsfty.aN|rnyP l ini for the key nn & d P�oaY appeared ' . , of the aity of FDrt Wofth, Rnown to met the sarne person WhoBe name Is rb�e b mebm lri Instrument, deck + dm me that theme me was be act of the Gfty of Foft Wow andthat he a m Wesame as the art of the c[y| of Fon Wow for the purposes and vonsidaraflon bm@n expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE mm clay of ,2D4. MARIA Katz My Nalury c■2mK &## ;�skrm 2J mRMANMTSEVVERF?r�4 m¥E $gym KtrvJall m, aryPbbCdand for the S|teWT ATTACH MENT AQ3 6 112 OF1a1 EXHIBIT "A" Being a variable width permanent sand#ary sewer easement situated In the H. Little Surrey, Abstract No. 930, Tarrant County. Texas, and going a portion of a tract of land conveyed to DEER CREEK STAE3LES, L.L.C. as "Tract 1" by Teed recorded in Instrument No. D2 09 02 015E of the Deed Records of Tartan# G 0unty, Texas (D.R.T,C,T.), said perma11ent sanitary sewer easetrent being herein more particularly described by metes and bounds as follows, 8EG1NN1N G at an aluminum T.E. . o, disk found at the southeast property canter of the said Deer Greek Stables (Tract 1 )r sa Id point being the southwest property corner of a tract of I a n d conveyed to beer 0 reels Stabies, L.L. 0. as "Tract 2" by deed recorded in Instrnment No. D 090 0158 of the D.R.T. .T.. said paint also being the northeast corner of all electric right-of-way strip owned by Oncer Electric Delivery Co., LL ., same being conveyed to T.E. . o, by deed recorded in Volume 3544, Page 57 of the D.R.T.C.T.; THENCE South 54° '0 " West, along the southeast property line of the said Deer Creek Stables (Tract 1) and along the northwest right-of-way line of the sald T.E. . o. right -!of - way strip, a distarico of 30-70 feet to a point; THENCE North 00°1745" +,Nest a distance of 36.69 Feet to a point; TH E NC E North 54'30'1 " East a distance of 3 .66 feet to a point on the east prope rty Iine of the said Deer Creek Stables (Tract 1) and on the west property line of the said Deer Creels Stables (Track ); `HENCE South 00"1949" East, along the said properly Linos, a distance of 3 6 . 70 feet to the Point of Beg innjnq ccntaining 0.025 acres (1,101 square feet) of land. Eric S. Spoente, ILP,L.S. Spooner & Associates., Inc. Texas Registration No. 3922 TI3PLS Firin No. 10054900 PERMANENT SEWER F+rlkRY 9FMFNT ANC TEMPORARY C(3N6T1gL T-1bN EASEMENT Rao. 05112+2o10 1* i15`r'�fi �- rw LA ERIC S. SP664R PAR EL3 --P , 5 OF $ T ACHMENTADO-5 113 OF 131 Rl C'4 4 W 3Sk.l .DOS ,OZ 8f n ■ EL an { 4 F ATTACHMENT AM-5 CONSENT OF UEN HOLDER BerpolPharmaDQv, LLC ("Lien Holder"), is the Current holder of a Mortgage Dreed of Trust dated January 15, 2009 executed by Deer C eek Stghlps, L_L.C.. to Kathryn D McGllnchey,, Trustee as recorded , January_26, 20Q9 In jerk's file number Q20Q D1S7 Err the Real Property Records, of 1AErmt.County Texas, hereby consents to the grant of the foregoing Easement by . Oggr_Creek Stables, L✓ C to .0ty of Fort Worth and Joins In the execution hareuf solely as Lien Holder and hereby does agree that in the event of the foreclosure of said mortgage, or other safe of said property described In sold maagisge under jk,dWaI or nun judiclW proceedings, the sarne shall be sold wbject to said Easement. SIGNED AND EXECUTED THIS DAY OF ` 2019. Berl)olpharmal]ev, I-X, a Texas lfrnked IEahillty company Michael IV- W. I3eber 8y: II M. 00111'nger, MD., Member STATE OF ) COUNTYF J AE1 ORi= ME, the undersigned authority, on this day personally appeired MfgIZapl V.W. Hergarnf nE Managing Member.and Ha.ril M. DoIlinger, Rh.D., Member of HerpolPharrnaDey, LLC known to me to be the persons and Officers whose name are subscribed to the i<oregoing Instrument and who acknowledged to me that they executed the same for the purgoses and con sfderatlon therliAn expressed, in the capac[ty therein stated, a5 the act and deed ofs�Id Uenholder. GIVEN UNDE R MY WAND AND SEAL OF OFFICE TH15 Perrnzinent Sewer Fad9ty L•asement-- Parcel 27 Permarrent$ewer Fac11Ity Easement— Parcel 32 PubiIcAccess Easement— Parcel 32A Ternporary CnnstructIon Easement --Parcel 3ITC E Tornporary Constructlon Easement— Parcel 32TCE 2018. Notary Pubf State of i�4) .: Nlyfs expires: &)6 ATTACI- M EN T AM-5 l i.a OF 181 Page I of 7 0218/82722 811rtrms 3V Pik PGS 7 Fee: $4GM sutrmfftor: CSC ERECORDING SGLCITIC IS Eleotrwtically Recorded by'rarraril County Clet k In OlforaI Public R ,rd�-: orr-�� RuA e.�.e,, Mafy Loulsc OarolS PN -1227 MAIN-267, PART 2 - l PPER AID MIDME VILLAG E OREEK SAMTARY SEWS Marcel *32-TCE K LEttle Survay, Abs Iraot N0� $30 2190 Oak Grove Bead E. go 9F FORT WO TEMPORARY CQ N&JEUO]gh FASEME.N Af_AMO TITLE COMPANY DATE: May 27, 2018 GRANTOR: Doer Creek Stables, LL GPANTOITS MAILING AODRES S (inoltdrig County): 2190 Oak Grove Rd E. DuOescn, TX 76028 RAN TEE' CITY OF FORT WORTH GRANTEE'S IuFAll ING AL)DRE SS ar0uding Gourrty}: 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, , TX 79102 GO RATION., Tarr Daflars ( 10.00) and other good and valuable co Weratlon, the recedpt and 5ufficl a ricy of which le hereby acknowledged, PROPERTY: Being mare particularly described In a£tached ExhIbtts "A" and " B"° Grantor, for the cortsideraWn paid to Gmtor. hereby groat, bargsln 8fid aor}vey unto {3rarrtes. its successors and assiprm, the usa and passage In, over, and acro$ , below orid along OQ Eaaermnt Property situated In Tiarrant County, Texas, In a=on3oince with Ire legOl descrlpt[an hueta a=che<1 as ExhiW "A', and ingreas arid agress over Orantoes proparty to the easement as shown on Fxhibit "13 It N further agreed and ur1di�retood that Grantee will be pern:4ttad the use of said 1=0eement Properiy for the purpcee of evpstruvUrtg a gormanent se�weir Rue. Upor1 oomplotlon of imWaverniiints and ito acoeptanoo by 0-raM190, all r kjh17s gram#ad wMin tho described Tom porary Construction Eaitoment shall cease. Tu"fay 0MM.Rd4G Emmmt M.710 ;MT AD3 1 19 OF 181 CPN -1227 MAIN-257, PART 2 - UPPER AND MIDDLE VILLAGE CREEK SANITARY SEWER Parcel # 2-'SCE H. Little Survey, Abstract No. 930 190 Oak Grove Road E, CITY OF FORT WORTH TEMPORARY CONY TRI?CTI Ohl EASI=_NFPNT ALAMO TITLE {COMPANY DATE May 27, 2018 0RANTOR: Deer Creak Stables, LL GRANTOR'S MAILING ADDRESS (including County): 2190 Oak Grave Rd E. Burleson, TX 76028 GRANTEE: CITY OF FORT WORTH GRAtdTE 'S MAILING ADDRE SS (Including County). 200 TEXAS ST, FORT WORTH, TARRAN7 COUNTY, TX 78102 ONSIDERATION. Ten Dollar's ($10.00) and other good and valt,abie consideration, €ilia receipt and suffleienuy of which Is hereby acknowledged. PROPER7Y. Being more particularly described In attached Exhibits "A" and 'IS". Grantor, for the consideration paid to Grantor, hereby grant, bargain and corwvey unto Grantee. Its successors and assigns, the use and passage in, oVerr and across. below and along the Easement Property situated In Tarrant County, Texas, In accordance with the legal desf:rlpt€on hereto attached as Exhibit W% and Ingress and egress over Grantor's property to the easemr mt as shown on Exhlblt "B". It is further agreed and understood thAt Grantee will be permitted the use of said Essemenl Property for the purpose of constructing a permanent aewer line. Upon completion of Improvements and its socoonce by Grantee, all rights granted within the deserlb-ed Temporary Construction Easement shall cease. Tcmpo-wy Catumudw Emanirmia JIVP7017 4r'TACHMENT + 3,5 117 OF 181 TO HAVE AND TO HOLD the above described J-Asement Property, together with, all and s41guiar, the rights and appurtenances thereto in anyway balangIng urito Grantee, and Grantee's successes and assIgns unlit the rornpleticn of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to afrant and demand, all and shigular, said easemeni unto Grantee, Its successors and assigns, aigaFnst every parson whomsoever lawfully 6Wming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOW LNG PACLJ 9 EWWWY CMaLto vun E W -2xal 14+171L7 ATTACHMENT AD-3-5 119 of 181 RANTOR. Deer Craek Stables, LLC srrl[�' GRANTEE: City of Fort ~North By (Siputuve)' (Print Name)�,�L*.S J , Tine _ACK'% APPROVED ORM AND LEGALITY (Signature) (Print Nme) depics $anp mng, Amhftnt Cfty Abm y' Teegla[my Lb11MMIjUR FIMMOM V1117117 ' 4�o I TACHMENT A03.5 119 OF 181 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, tb� unr�ersi ned uthorit a Notary Pubic In and for the State of Texas, on this day personally appeared , known to me to be the sarne person whsrse name is subscribed to tth egoing Instrument, and acknoWedggd to me that the. safne was the ecl of r l and that he/she executed the Sarno as the aot of said �/ _- tar the purposes and conslderaUan therein expressed grid in the capadty therein stated. GIVEN UNDER SAY HANG AND SEAL OF OFFICE!this � day of ftLz , 2g, (SCRO0YR) S NWPSAW rvA#1 ry1 08EA{oiZ5f AT7eF6 xei� t STATE OF TEXAS § COUNTY OF 1ARRANT § Notary ub11c In aril Yor the Statd of Taxes ACKNOWLEDGEMENT PEFORE ME, the undem[gned 8uthorlty, a Not ry Fub1II,-,fan r the State of Texas. on his v personal appeared _ot the pity of Fnrt INoeth, known to me to a tlx same person whose name is ubsthe foragoing Instrument, and acknawle-dged to me that the same was the act of the City of Fort Worth and that hels1w executed the sarne as the act of the City of Fort "forth for the purposes and cansldafaxlon therein expressed and in the C,apaclty ther•ain stated. GIVEN UNDER MY HA . D AND SEAL OF OFFICE this I � day of r_AIAj i 20 t Lowry Publlo m and far the taco of axes My WillyI4 # 2FSE490 Q;:*'r EkahaaOeGember�@.fiPt Tmopatnq Cumanudul FAucndn! 'AFFTACIDMENT AD3-5 120 OF 181 E HfBIT"A" Being a variable width temporary construction easement sftuated In the H. Little Survey, Abstract No. 030, Tarrant County, Texas, and being a }portion of a tract of land conveyed to 0EER CREEK STABLES, L.L.C. as "Tract 1" by deed recorded In Inatrurrient No. D 090 0156 of the Deed Records of Tarrant County, Texas (D,R.T. .T.), said temporary coristrUctlan easement toeing herein more particularly described by metes and bounds as follows; 9EG1 N NING at a point on the southeast property line of the said Deer 0 reels Stbbtas tr$a#, and on the northwest right-O-way fine of an electric right-of-way strip owned by 011cor Electiic aelivary Go., t_L ., same being conveyed to T,E. S. Cc. by deed recorded in 1lo[um e 3544, Page 57 of the D,R.T. .T., said point being located South 4°3 '0 " West 36.70 from an alurnInurrl T.E.S.Co, disk found at the southeast property corner of the said Deer Creek Stables tract, THEN CE Soutb 5493 '02" West, along the said southeast property line of ft Beer Greek tobles tract end along the so Id northwest dght-of-way Ilne of the T.E.S. Co, right-ot-way strip, a distance of 36.75 feet lc a point; THEN C E North 0G°19'49L West a distance of 36.65 feet to a paint-, THEMCE North 541130'12" East a distance of 36.79 feet to a point; THEN C E South 00°174V East a distance of 36.69 fee# to the PolnI of Beginnif» contalning 0.0 5 acres (1,102 square feet) of land. T£fdMAA{Y C04STPUOTION E—ASEMENT ;lav- onzrzalu 141 OP Eric & Spwiul-r. .P.L. o; ;0� # poorer& A sociateq. Inc. ....., •- Texwr, Regislivion No. 5922 �Ft�C„Sr s��N�R TB PLS Finn No. 10054900 59 � : �# �.;//� PARCEL 3 -TE ATTACHMENT AOM 1?.l or 181 01 51 2 IDL QIW Lj - , 69.9' hH„{L LOON, L" Ltj td j � ��-,21 w LLJ A ATTACHMENT AD3-5 122 OF 181 COAS ENT OF LIED HOLDER SerDplPharmaDev, L€.0 �"Uen Holcler+'}, is the current holder of a Mortgage deed of Trust dated January _15, �009 executed by . Deer _Creek Stablest l,.I z to _J hryn D. McGIfrichty Trustee as recorded 1aLiugry 26, 2009 fn ClerWs file nomoer 02G9020157 , In the Real Property Recnrtds, of . 7arrarttCounty Texas, hereby consents to the grant of the foregoins Easement by Deer _,reek Stables l! LC to C[tv of Fart YVorth and joins In the execution hereof sol0ly as Lien bolder and here by does agreothatin the event of the foreckmUre of Bald mortgage, or other sale of said property described In said mortgage under Judlcfal onion judicial proceedings, the sarne shaII be sold subject to said Easement, SIGNED AND FXFCUTED TI•IIS $ DAY 0 2018, BOW LLC, a Texas IImIted Ilabfl€ty company +1lchae! V. 1fif. Bergamlrkl, Waging Member By: N li M. Doi IInger, Ph.D., Member STATE Of' COIF } BEFORk M E, the undersigned authority, on this day persDnaily appeared IV ki ae? VW, BergamIn€ Managing Member and Karl€ M_ DoIIIn er Rh D Mernber of Be[-L�oj PharMpQgy, 4i_�- known to me to be the persons and OFfdcers whose name are subscribed to the foregoing Instrument and who ackftowledged to ire that thiny execrated the same for the purposes and con Sldr*rat;on therein expressed, Ira tale tapacfty therein stated, as ilre act and deed of said Uenhol der. GIVEN UNDER RAY HAND AND SEAL OF OFFICE; THIS Permanent Sewefi facility Easement-- Parcel 27 Permanent Sewer Facility Fasemeat -- Parted 92 nuf lIc Access Easement— Parcel 32A Temporary Ccr+structfen Easement— Parcel 31TCE Tem12orary Construction Easement — Parced 32TCE 2012, Notary #pub#re State of My omme>cplres. 0%jolIPero" Pi �'' Y�r•r�'. ATTACRMENa ADS -5 123 OF 181 Page 1 of 7 D218'IB 7 3 atia�o'ta3; dp PGS7 Fes: $4D,40 6uhmai1ar CSCr=RECORDINCSOLUTIONS FI�ctronical ly RecoFded by Tarrant County Clef in Mcral Pu btlo Hero rd '�.rs,r Mary Lou use Garcia M 012Z7 M-2137 ilppar sM MIddlo Vffhtge Cr#ak Saultary Sawer Parcal 32A 2190 Owk Grove wars, Tarr"t County STATE OF TEXAS � CP1'Y 01 Fowl. ( PUBLIC: A('['�9S EASEMENT DATE: MaLy 17, 2018 MO GRANTOR- Deer Cretin &# Lbles, LF. LC � _�Oa���Ys�o9�s.,rc GRANTOR'S .�>z.rty'S K G ADDRESS; � � 2190 Oak Grim Rai, )Cast Burimua, TX V)28 GRANTER: MY OF VORT WORTH GRAMME'.'; E'.'; MAIIJNC Al DIMSS: 101) TEXA.S STREET FORT WOO; rl' , TARRANT CO(JN'I-V, TEXAS 7 102 CONSMBR. 'MON: Ten Dollars ($10,00) and oihcs goad Uw valuable coNfideraiion, the =tipt artd auffi oienay of which is hnroby aokxiowlcdge�- 11ROPER1Y; Being more parflouiariy deserl bad in -Exhibits "A." Az "B" arwiw, fos the comideradon paid to Ckantor, hereby pants, hargsins, and conveys W Gmatce, its sue cessars and assigns, an mlwive easement and r: tt-of vvay for vablic access moon, over, aaroba and ftoug t]ie following trash of land g1tuatM in Tarrant County, Toxwq, as descnled In ccordaucowith Exbibit"A",and "B",attRehudhmt€:aadmr,dea prth,=of. Any ancb Wry and use of auoh traet by 'antcc or its agants rwd indapendeM roritxacton r-tali he pnrmissive and stealI not COA 5dtille a;resp s. It is intended by these presctlts l) cmvdy a Public Aw'w Em mfmt to the Grkntee zo mairrialn, cowftuct and rem the 9 udWry sewer improvers nta, with the n�o] rights of irrV'Css and epe.9s in the "cessftr v use of snob Acceo Ease ntat, in aW of ong said ,prernr; e& FVWIOAQC#la "11K WAt Rsy. QA020 ft ATTACWkNT REJ3 5 124 OF 131 CPNDI Z27M257 Upper and Middle Village Cruk gr,ai(ary Sewer Pa real 32A 2.190 Oak Grove Road. !'arrant Con ety STATE OF "TEXAS § COUNTY I T i2RANT § CITY OF FORT WORT11 a: 3 a _I'W i 03 j 1 M►1 DATE. May 17, 2018 GRANTOR: neon Creek Stables, T.LC ALAMO TITLE CoMpAjqy F ,_181sao88-tsx I?ANTOR'S MAILING ADDRESS: 2190 Onk Grave Rd. East Burleson, TX 76b28 RAN`t'1?E. CITY OF FORT WORTH GRANTEE'S E'S 1 XUN ADDRES& 200 TEAS STREET FORT WORTH, TARRANT COUNTY, TKXAS 76102 CONSIDPRATIG : Tea Dollan ($10.00) and other good and valuabblc consideration, the, recWpt and suffieienq of which is hemby acknowlydgicd. PROPERTY : Being more particularly described In Fxhihila "*A" aad "B" {grantor, for the cortsld ltinn paid to Cimtor, hereby grants, bargains, and nonveys to Gfautee, its successors a,ui asnlgns, an exclusive easement aril right-of-way for public aowss upon, over, acro%n and 0wough the following tract of land iffimt irL Twrant County. Tex , as described in accord with B)Nb.h "A", and "B", attached hereto and made a part hereof. Any such eaatry and use of such tract by Grantee, or its agents and independent contractors shall be permissive and sba1I not constitute a ucespass. It in intended by these prwznts to convey a PubUe Access Ewemcot to the Grantee To maintaia, congtnict and repair the sanitary sewer impMve ents, With the use rights of ingress and egress in the necessary usn of such A =e s . aem=t, in said Moog said premises, RuIlloAubooa 1�,Qltenidnl ATTACHMENT AC3-5 125 OF 181 Tt_1 HAVE AND TO HOLD the nve'descrihed pe manW easement, together with WI and singular the rights and apgurtewnees thereto in anyway belonging unto Grantee, aird Grantee's successors and assigns forever; and Ck sator does hereby bind itgel€, its hoixs, successors and asaign. to warrant and defend, all and singrWar, said easement unto Grantee, its successors Ond assigns, against every person wixnmsoever lawfully claimiag or to claim Lhe same or any part thereof. When the context requkes, singular nouns and pronouns include the plural, PubUcAvmav exam tR RMI W2 i2 2 ATTACHMENT AD3-5 12E Or- 181 GRANTOR - Deer Creel€ Stables, L1LC By. � arr�e: C. � �► � % e..,� Title.. � STATE OF TEXAS COUNTY OF i TE1E : CFW OF FOli T WISM APPROVED , TO FORM AND L)G '1!'Y A Jesffiea 84jigAng, Ass' ant CAty A ararey BI TORE ME. the undersigned authority, a Notary public in and for the State of Texas, on this day persanally aprm,od known to me to be the same person whose name ir. subscribed to tie foregoing ffistraruent, and acknowledged to me that the same was the act of f ( and That hulshe executed the same as the art of said Q _for tho purpows and consideration therein expressed and in the capacity therein stated. C3111EN UNDER MY HAM AND SBAL OF OIFTCE this 17 day of 6 20A fl)CommIMW RICARDO SALA AR 11 Nolefy Rubk-Stela of T a NowyID 012a186792 Up. FE L 26, Z022 - r�� zAv Noudy Public in Ad for the State ofTexas Pub4a Amm Mp$PIS wB 3 Rev.DUM12 ATTACHMENT AD3.5 127 OF 481 ACTQNOWLEDG 1!' ENT STATE OF TEXAS COUNTY OF TA Mr BEFORE MF, the undersigned authaft, a Notaty PubUc is ead for the State of 'texas} on this day pa=aMly appeared Ls " -7. C1—� of the City of Fort Worth, known to me to ba thtL same person whose nme is subscribad to the foregoing trument, and acknowledged to mo Utat the same was ehe act of the City of Fort and that ixelshe ermcuted the same} as the act of the City of Fort Worth fay' the gurposns and c=1dcration theres'u expressed and in tho capacity theraih gaftd. GrVEN UNDER ICY HA D AND SEAL OF OFMCE, thia �3 day of 20 Notary ubiic in and for the State of Texans WPRICARDC) R lixa■92ZM PtMlla A=eea Faaernent glaV. 03;2612 4 ATTACHMENT AD34 128 OF 181 I EXHIBIT "A" PEMM ANENT ACCESS LASEi1+fIl;Fw T PARCEL 32 $ FG a 4.1267 acre Tract of land locatod In tire-HImin Little S41vey, AWtract No. '930, City of Fort Worth, Tarr4nt CcUnly, Texas, said 0.1267 =e m!dr of (and heiAg n portiQn of called 14.291 acre tact of lend r~onvoyed to TWER CREEK STABLES, L,L.C., identified as 'Tract I", by deed as recorded in Instrument Number D209020156, Of vial fubl.pe kecords, Tarrant Cwnty,. Texas, (O,P.R.T.C.T.)', said 0.1267 ucfc tract of lamland being a peransent Agcess Enmant and being more particularly described by rnetas.and bounds as Fellows: MGMPU iG at a poli�t on the east dcod Jilie ofgaid Trart 1, also being the west deed ling of called 2.490 Acre tract of land canveyed to Deer Crook tnblu,- L,L.C., described as "Tt-fiet 2". by said dt as recorded In Instrument -Number D20902015.6, OT.R.T.C.T., said p*f be4ig on Hie arndtT easamot I im of a proposed City of Fort Wurtb Permanent San11my 1isemeol identlfed ns Parcel 32 and being oonveyed by-sappratz inmramen4 from said beginnibg point nn alorninum Texas Elebtric Sorvice Compiny (T.E.8.Q0,) disk In concrete f9und of tho southo�sf &od corner of slid Tract 1, s8i�a Wn� the soutinvest deed corner of mid Tract 2, also Wing the northwest property corner of a tract convoyed to TXISD% by deacl.tls ro ordad to Volume 3558, Pogo 10.7, Dopd Rbodrds, Tarant Couaty, Tee o-s. (€�.�T. .T.), alto being tiro vian uaa property cornea of a tract ovnveyed to Tx..�.Cat.by deed as recorded In Volume 3544, Pago 57, a,R,'I'.O.T., bears Scud! 00*191491 Fast, 36.70 feet: said beginning point also raving a NA 83 grid eoortiina w GM. ;992,138.08 and E 2,343,968.2G; THENCE South 5411 Vi 2° West; departing said deed dries, alnng tip sedd prWosed eamnept line, 18.3 fee% TMNCE North GD' 19491' West, departing said proposed casement line, clang. a line that is 15 feet west of and parallel with said dead hues, 373X (et tv north property tine of said Tract 1, saxnti being the south easement 11nt� ofa 25 feet wide road easement, eatsbiMcd.by deed os yeeoMod in Volume 2175. Nge 42, O.P.R.T.C.T,;. TEMNCE North 95N35115 ° East, atang said propoiV lino, and sank iol eat line, 15.00 feet to. the northeast J 1erty C6ener of aald Tract I , same boi ng thin said wW 4ned I Ina of Tfa t 2; TIMNC. E South 00°1949" Gast, alalag the aid nag deed line oFTract I and along the said west deed line of Tract 2, 362.80 feet to the POINT OF BEGINNING, Thy heivinsbove described tMOt or inn eontitius a I+ mputed area of 4.1267 ati-es (S,521 agWwu Poet) El 19111d more or Ietrs. 17ze basis of binarings ror this survey is N D 83 Texas North Contra! Zone (4202). All di n".shown are nirface. *SURVEYORS CERT FICATF* I du hereby certify that the above legal description was prepnrcd from public records and Boris an actual Ond accurate survey upon [lie grxmd and that san-ic is true €uzd eora' t, Surveyors e: $pdbnee ER St SPO0NE ins S. ft registered ProfesglonaI Lnnd Sure yar, Texas -No. 5922 5922 Spooner Bind Ap.sociatds. ino. y °ass Texas Board uf Peofessioainl UirW Sur+ ying No. 10054900 Si�rveycd on the ground 04-2017 DEAR CREEK, LLC, •- PA kcca. 32A Ii.A. G. -- Sx, "A" -- PAQZ i Ci" 2 9pWw+*+0A6!g0lAS1E%'k4,NO8wkFM11MM,NIMEW.FJ9.Texas7601)-Poi,017.4D64144b- S&4fib6-D2a.0 ATTACHlu ENT AM-5 129 OF 181 Na v2w3M?p. OAK GROVE RD. E Or ROAD E-AG,y r) VOL-2275, P4142, ap.R.T-a7, LZ 1 1 M 0,1267 ACRES (5,521 S.F.) 1 TRACT ? cCALLED Y4291 ACRES ,DEER CREED MRLES, L.L. � I a NO. MVM0156 O.P.R7T ,T. � m1 1 LM USLE LlNEA DRMTKA LENG111 E.1 S5s' '9 W Isaw L2 Nr33IVE 16.OIr 1 1 i PROMSM CRY OF FORT WORTH. . 1 A AMNENT arwrARVSEWEREASEMENT 6Y5EP Ft4TFhVSTRUW- r PARCEZ 32 S Y SEPARATE•MMt WNT PARCEL a2 eT.E9 CO. R0. W.) a.r��e�aa EXHIBIT "B" SCE ATF-ACHED LEGAL I]E$C;RPP'nDN ON T PAGE i OF EMINT W HEMIN OEM L PVF owj'a�4',osiocz, 0 30' 60, TRACT 2 rALLEDZ490AMES CEER CR srARLEs, LL,C - M. Na D20911WI56 GRAPHIC SCALE IN FEET �i w PMPQM °} ClrY OF FvRr wDR7H SYS ARA7EINSTRUW€i1IT PARCEL 27 } PRO'FiERTYLfx E. Z30,90126 M) CRt7R64rJ / 101N r OF s EGINNING \'xpRopck5ia) r 07Y OF FORT WORTH Soo- IS- 4911E Ile llmw. f,QN$TRUrT=EAa'`EMRfflT 3 E YSFPAkATE INSrR�.�WAIT B, 7 PARCEL 24 O,�tCo�rE7i�I�? 16nELIVERYCQ,LLI: f-r,F,aW. Ra j DJS►�h+cave. F t0 Ar- t L , Pam, #I I I FED'ACCESS FASST PEA ciTY OF F�}RT WORTH, TAkRMT M, TEXASj� �. a `¢ r o + THE BAM dF SEARING3 FOR TKIS SURVEY 1$ SOCI ►TO �'' � THE TEXAS 6TATE P ANR r+ 83 NORTH '�'i°'� 1:RfC a. Bpoo_ rapt_ CE�JTFiAL2fOP+1�(+1�Q�}, " .....'..... • I�SO! $YrM STRET, SUITE 100, EUL49S, TEXAS 7W39 Tif.Ar�x{ ''o �1,'•' 4 �aRE+s � 17�4 •eaa�8 'SWy'kGP0d3ME $URVEYURs40M � -k 4FEH_paWACC9S6 50W.003 TBFLs FIRM NO,1054460 I `t ...�:..:.. �a PACE 2 CIF 2 fiA21=! 3A A-C'€'AC:HfiAE#+ T AL?M 130 OF 151 CONSENT OF WEN BOLDER -- _ BerD0IPharTnQ0eV. LLC ("Lien Holder"), Is the cur r�ir]t holder of a Mortgage Deed of Trust dated _ Jan aty 15, 2009 executed by _ Deer Creek Stables,_. I_,L,C, to _ Kathryn D. .Wlinchey, Trustee as recorded January 26, 2009 hi Clerk's file aumbpr 02090Z0.1g7 . In the Real Property Records, of fprq[, tt County Texas, hereby consents to the grant of the foregoing Fasement by _ Deer Creek Stabbl-ems LLC to V#t of Egn Wc;rkli and joins In the exeeutlon hereof solely a5 Lien Holder a.nd hereby cues agree that In the event of the forectoxuro oPsaid mortgage, or other sale of said properly described [P said mortgage under judlclal or non judic[aI pracee€iings, the same shall be sold subject to said Easement. 5fGNED AND EXECUTED THIS K C' DAY OF � 2018, BeFDolPharmaDev, LLC, a Texas Nrnited Ifawlity company �WSe� �lernher MTrhael Vl, n By: H II M. Dollinger, Ph.D., Member STATE o�11 } CCUlV BEFORE NEE, the undersigned arrtli4rlty, on this day personally appeared _ 1,J1 el VSer arnInE! I4 a_ng&A_Member and Harll M. Dallinger.PP,l),,..Memtatr of RerDaftarrrtabev,. LLC known tome to be the persons any! Ofl7cers whose name are subscribed to the foregoing Instrument and who acknowledged to nne that they executed the Same for the purposes and consideration therein expressed, In the capacity therein stated, as the act and deed ofsald ✓.Ienholder. CIVPN LINDE€! MY HAND AND SEAL OF UPF ICE THIS Permanent Sewer Facility Ease rho nt— Parcel 27 Permanent Sewer FacllIty Easement — Pia reel 32 Public Access Easement —Parcel 32A Ternporary Construction Easement — Parcel 31TCE Temporary Construction Easement— Parcel 32TCE 2018. r � Notary ubh hate of hAye;omrnlssi expires; ATTACHMEN7 A03-5 131 or 181 Page I of 8 i}F18494234 E `1$2; U PGS11 Fee- JUN RaboNrij C5CZREC0IW1NGS0LUT40NG bl- CIE+G[rrmlr�IlyRetiordrdtyTarrarlk::aurjyCl�IkinC}tirialP��hcr'ta�pr�{e �� # CPS! 4227 MAIN-267, PART 2 - UPPER AND WOULE VILLA K SANITARY SEWOR Psrcal # 37 3536 FM Rd. 1187 H. Lltlle Survey, Abstract No, 934, Tarrent County, Terxa STATE OF TEXAS KNOW ALL &MB1111111NME PRESENTS COUNTY OF TARRANT CITY O T WORTH PERM NENT SEW DATE` J4p€11 5t 2078 • 0RAH MR. FERMAN 00GUTI act Ammo watmiar-pelladInthaDoe cli orded7� 26-28t7' under clerk'G fill* n 9412, Deed RecordOr Tehran! County Toxns� and EIINiCE E. GUTIERREZ a _ GkAN 14R'S MAIUNC- A091�Sgj nclucing OoimtA; 5�109 Cf]ll COMI RAT1QN., Tart Dolliom (S'iQ.06) and alhar good Wd ValLaah;e consIdfw'allon, the reoelpt and suttlelency ofWhIch In iierouy acknowlodgod. �L�rali�tJ O� COUNTY, Tx�reaa� ftANTEC- CITY ORTf# ��4 TE']fA ET � QR7 T�4RRA!#tr Ot1NTY, T�( 7S'E�� PROPERTY: Saing morn p�IrticuladV daucribad in the oblaahod Exhlbita "A" and yB". GroNw. Ivr tha raansldoratlgn Paid to Oranlo rand ❑Thar g❑oij and vakrable considerotl4n, #refeby grants, sells, and co€ mys to {ran ee, ils surcessm and asolgrrs, an frxduFim perpetual rt emaMt far the =StruCli0r1, nporstion, friainlEnaraGe, repla:ernenl, upgrade, and reprur of s owi Perorrl sewor urre rimmlty, hareafler referred to as 'Facility, The FaaAlly mdudes all Irrcidanlat underground and abuvagrourrd allachments, equomenl and a pporlen9n a", Inelu6ng. but rat Ilmiled to marrhores, marLhoria Ven19, lateral brie cannediov5- plpelir+es, yundion houea in. ecrn;, upon. midor and s a pnr#lUn of the Property arul more fully dwrlbed in Exhlblt'A" and "E" anached harelo and IncorpQmfod harelrr for all per�nenl purpmes. togrlber wKh iha right and privtfo9a al any arid a 11 tl maa to enlar Property- nr any part lhemof, for the purpose of c4nntructi ng, operst1rig, rrralritalnlrlg, replacing, upgrading, and repalrino said 1-aclllty- I•Effl"HENr? MJt rACxm EAS-WI T FAV. 11YO11 F m. {r A7TAI:HMENTA03-5 132 OF 181 PROPERTY: Saing morn p�IrticuladV daucribad in the oblaahod Exhlbita "A" and yB". GroNw. Ivr tha raansldoratlgn Paid to Oranlo rand ❑Thar g❑oij and vakrable considerotl4n, #refeby grants, sells, and co€ mys to {ran ee, ils surcessm and asolgrrs, an frxduFim perpetual rt emaMt far the =StruCli0r1, nporstion, friainlEnaraGe, repla:ernenl, upgrade, and reprur of s owi Perorrl sewor urre rimmlty, hareafler referred to as 'Facility, The FaaAlly mdudes all Irrcidanlat underground and abuvagrourrd allachments, equomenl and a pporlen9n a", Inelu6ng. but rat Ilmiled to marrhores, marLhoria Ven19, lateral brie cannediov5- plpelir+es, yundion houea in. ecrn;, upon. midor and s a pnr#lUn of the Property arul more fully dwrlbed in Exhlblt'A" and "E" anached harelo and IncorpQmfod harelrr for all per�nenl purpmes. togrlber wKh iha right and privtfo9a al any arid a 11 tl maa to enlar Property- nr any part lhemof, for the purpose of c4nntructi ng, operst1rig, rrralritalnlrlg, replacing, upgrading, and repalrino said 1-aclllty- I•Effl"HENr? MJt rACxm EAS-WI T FAV. 11YO11 F m. {r A7TAI:HMENTA03-5 132 OF 181 Page Z of 8 In nOiVUM AM Grarrtof (1) Ue $0 PrVerty In MY mrinnr,F or in tnconslstu nt wl:h Iho rtqh%-q?&n4W hereandor, (r q ar. eelsement proper a permanent MmcWnD or bulldln$, t OL& PD1e orgnr h3Uboard, ftli or maeortry faataes or 1v8Aa or ast p mrt. Ho'+vver.GrontairuhalLvcpmmRted#bineli,aLe d6yewny, mad or PRMIR ia-06F0006o �amprq$itC pmpe Iha ourface of the R�roperty at ararovs Soft' COO eldamike. drtwowaya. or esrNWsurface RMovc Tract which may havip Been removed, celnca edkl, flAW, 1ha Graitiiee�s Lrsa of thv mtl rAmarri o tated he' PM he 009sled to restore or rapfece. frrfpalbe7 ma oom l cr the prcndrlonn mad InItrI ded tme of ft Rqjpwt, Mh;MPQbMam frr any rnararkal way prMnnu,4 he eredtad wYthkn IIt9 m to, monumml eVn, s Met requfrm a huNdiriq norele, septtaR or gfawer anrestoration ot.ohy dfamal to the Eassmerrt 'maped, of dnsfroyed n a rest of ad, fidWeVsr, Ihot (3FSOM ekeall Mt fmpmvernmrs knite3led In vfnlsOon TO HAVE AND TO HOI.Diha abn eerxiq nk IngethiEt *th 10 a misingulitrthoiighls am *pUrSegCar"S Ih2 10 in anyway h-e Or>antm, arFd Grtmlee's suncestorm mmel "pigns foraww , and Gratirtl4F'dt+o-s k;n�rr -sold IRS Siucommor and assigns to warranl and farwaw dWend aR aMli S1flav 1W 111 unto Gt2+ilee, h mjaix mw and $ssk}t a, agetrli "pgrwn w]karrmee�r" to4vf Ila. or to da1m 1ho earner or any part ihcrecr, V"IN the danw mqulAaa, at pramAma kRrri n .ha 01.1r41. ISI. "A R ON TKE FOLLOW MG PAGM �o J 14v. F611SIuu1bIQ 6E5� Fp�NIIV ►%VJajL ' Ibr7if 17 1.13 OF 181 Page a of s Q0NTpR; Fmando and Eun4cs E. Gtflh raa THE STATE OF Q� GRANT Cliff at FaK WuM olp V AB T�ORM AND LECSALITY MMO(OWLEIW2MENT BEFOREMW undaplipmd sukhnriry, a NoCM Publi4 in to d ibr tho Siva cd Taxa4s, on this dey pe[wnnliy 8ppcamd W ro-1, knomm to aw to he the uatoo ppmn whosb n3ma is suburibcd to the f0[tDDrixt8 iastium=, and ntS=owkdz*d to m that the lama was the act of t end ti►tIr haFaha tRocvW the same u ffie lLcr of" 41 the purpose and OWWdemkon lnreitn rxpte.S - i ntkd [o the capoo31y ihats[n staled. GIVEN UNDER MY HAND AND SEAL OF OFFICE No day of � r � � J + F eery P.ippy-9b1■ OITOF'9M Holnrp J�1 iP 1 �'t$(T+�2 ChmmltsFln fip, FfQ ?5, �Q� my- lbj�xmz 7� t4, -4- No"Okiblic. in and for the.S#ata of Tcxos i'�_ " .11. ATTACHMENT AD3Z lu OF 181 Page A of d THE STATE OF TEXAS § COUNTY i r- TARRANT § :Z\ AC:KNOWLED€ M . Q VI*FORE ME. the uaJr;PrWg nd auu-pGri Y, In and for the.6iete oe5 f Tex, on thin clay poraanelly aM# aed � t- own to me 16 he 1ho same pereorr whose nAwie fs subsultmd 14 ttm rorepinI g in nt, grk 9Ckf MtedVd to ML that ME same. was ihn od of �l_ flAd chat h e 16d 1 same as the Yct or sed the purposes and cm5ldara main expMumd ON in Ow capig0y i#xareln 111ated GIVEN UNDER MY� gHAND AND SE FICE th!e day of r�i's 20� �kaldrMf PUhtluEWle ; Noted N011c in and W the Stale of Tax-0 a r:nlar}i0 # 129 t>� :� Cuhnl�alon�+r,F ACKNOWLEDGEMENT STAVE OF TEXAS � COUNTY OF TA § BEFORE MS. the undersigned authority, a I vlary Pu lia In and for the Swe of Texas. urL ifla ay peraan5 y appaare-d_ rr S L' i�r .5 _ s, `' Cf the CRY of Fort Worth, Immm tt� to he the owe person wh4sa Rama of su vWod the forv�EmJng Insknimani. and a�:kow&ledg&d to me thin( the 9mv was the art nC Iho City of Fort Worth a nd brat hevshe exetuled Rhe same as the act of thin CRy of Fort WoO far 1ho purposes and consideratI4P themirr eN�wessed and In the cupacny therein alat91:1- OWEN UNDER MY HAND AND SEAL OF OFFICE lhir �D - -- dey crf ate #ub1i� in and for 1 ha State of xas y;'f.} t+�rsoe�gJaozaas��a by }j�` E1PiY: Qp';.Y�hef fR, 2Cii1 ft M VR#0W9YFAMIA"EAUMW R+w. I rO7J11F 1'�JF ATTACHMENT Ai)3-5 1 ar, OF 181 Page 5 of 8 ENJUBIT"A'r PERMANENT SAIVI ARY SJIV Ut R CA PARCSF, 37 Z\ MIYG a 3.3360 mere tract of brut rwatsd ki the HImm UVilt Survc , W. 930. CJ1y of Farts: Wwdi, Tirra�il C4imty, Tsxu, spit 2,33613 icre uact G-FU 1 b6na a Por#fan' S l i AM tWC 'Of W Conve}+md 10 PMNANDO OPrM W1. AND 1�EJ7�,ICCt 2- GUrl�liU$ de . rdmd In lostrarpenl Mirtnher V217160613, O�FroiWK Aibiie Vward�s. Tnrram Canary, T"—, 4-2.33i�Q acre trace'br Jred ho"o,A o 35 feet Irli1! permae4ttt SMi!lty-AvwarEaseittellr and bei� rrh' 40crlbsd by meees 4nst�4#undp es follotiv4 LIEU KING W a point in E%er Creek ou tlm &Wl+ propeayYII111Wsadd Cervartles u*ci, wane heiug the 517ullr Pfww flue of`■ tact of land tiallveyW W The May Arrwld Trust. by deed as rnwr4ed in-Vaiume 17AM, Pap Sn. O.P R.T.C.T, said point being an the wee fete of in cxi9drr , fact wide pe4imrtaent S }i+A ry E mm"t an"yed w Tho' CiV of Fury WorO. haJrtY41g "far[ 2" b� deed L4 rerotded in Va hang S3S4, Page S6#, hoed Rw tdp, Jdmir 1*aulity, l'4mas; f eginnir+g panne 4 I i")i maul pipe Farnrd,jit ure 0411hwmt properlycorner o iL cal lad 9-53 care tdlt veyed to Bally Cha not Farrmster, hrhir, WontiTrod a& ' Tract 3*, by 4W as ravurdad in lwilrumrit gear 1353Ilk 0.PA.T.C.T., bears Kw di I �'37'S3". i, 1 15.4x RA. said hegftvkN8 point � bo having a i d coordinate orm i gird E; 7-rir43,49J,79i THENCE South 091 N06` Wen. alp 4Ort Ilne, ?",I I real; THENCE Sout�i Q0V#59'45" Weal, g I it said caramcar Bare 2,124,d3.foe1 t4 a south progeny IJrie 0f $0 Cmmi to 1r�t, 5ame boron tq pr fry lien pf a trltet of . 000uayed to Todd L. DuAcorr end t7a�,ase f�dnlrara. by deer! ns hxt,rdrr! i l na kdu>lsberl724657Q, O P.R.T C,T,, fraei1iC11 a I torch rp�l fated at toe taosr sovtlxtiy suaNh t p rly corner of said Ctrrront" I(,tt:t hears Souls 11.45'04" Ems, 1,135�91ka4 THE NCZ South 892:5745" dap r,mid? eay.Tiicrit line $nd e1wg thr: mead property trnev, 3S-41 fast; THENCE Narttt 0015V45 rtfn& said property fines, along a dine brat Es 35 feCC 3wasl d Atd perelJel with 11t-_ sold uvil e u ai tina, _65 ftuc; THENCE Newth 0V 151W , wntkiumg 35 Wivest of and paralleJ kvikh thn said wart amrmcni line, 7834A Fedl 9u 169 mid meth 1m4rarty )-me-or dwCmlinret trrnc6 acme i e4 g Ike said ftmtlt pgoperip line of flit Arnold traptAP{ fsolii�Iltt]KtTCrary; TSPNCS South JIOa{36"1 S" East, along Ow said prapemry Iiiies and WdDotr Crea1<,-3$.07 fiat la tpraJl O T-OF BEGMINGr Th4 huelrFaharc doscriW trACL of Jand cuwai m a cvmprxcd rrr4 or?.3 a acres( 101.754 squmre-feet}, of wtudr 0.0409 acres T2,173 sgtuua fast) li cwudncd aitirin 1'he linaits of rxtydaS 20 Peel SVW I'erneuient Srnirrry Case-rrvertt Gonvtyftd {a Ths City or Fort Worth. "g ldB mtJfisd an IT= T" by deed p4 via wiled lei Yol+mlr 5�04, Pages $64. Deed Rwcw6, Yarrnar Cormty. Taxis, nerd sx:istin0 wprimWa width f crmeuew Smidmy 6irsermni. aaHweytd W The Oily of $104 i1Vor113, Wilk idenliiled ai "CFW 95 6d=325' try deed Pu recorded tit Jo0mrimoi Ncutther 172101 }J 42 , Deed Rewr4s, Taff' l County, Te=, lvxvt ig a net arro a f 2.ZSU mere* (99.S81 squaw feet)4rlaurd, wim orIrm. C LEt V AWTES - rmLwL 37P.ss.i smamma Avo i#r. Pc SPY nwd xidw.a0a.kwq.la-0M4-FA wrMaSWr-MMLPLf/G�MWMII.EW. MA W4-0OD2 ATTACHMENT AW-�i Page 8 of 8 Tlie.baui5 of bugAtigs for 11kis s urvcy iS NAD 93 T3.-7cu Ncu h CeAral ZcgFE (420 All distaq£1; shoivti pro FiI rhwL- *SUf4VEYORS CEt�TiFI�A'ia I de herchy aerl i fy the 1 ho abawe regAT llascripliml wmm praptiK4d frMo AM %rn m xcrunT and eccuraro survey upon the praund $nd Him Famc'iL imit and cDn=. Or Pt Surueyuis N rk S. Spoc [#iC S. svbGwtfr "Inbred Prn(esslaaol Und Sarvayw. Tmm No. 59211 ' SpaOMrAM A1SD4WU. 1110. Tams RrmrdorPfofcssicwai-CAnd lmroW'wg Flo, !UO Surveyed nn the grfiMA *20t7 CF.RVANTES - rnucEi-3Ij%&s.E. Y.r011hm■YL ALwmiu-1'i4,4A461MY tfflr1. did.}, EmAm-f�i rim), FK bv-Nb L1 h/Ok41R] ATTACHMENT AW-5 137 OF 181 Page 7 of 5 9£EATUC1zotG"DL 5Cx-LWTKx( ON lixo 3 1 a Vf Rx1114Rh1'Ak'L1pofNT OF �+ ¢ �.�°' ■ w + °r `}"W�.'J _ . Yam' seo a - PrcEe k d a E VFAL31i-i' iva AXfi FtW &MnV f.4ThMARWkD Y UNI' m d; 0.p' w anJsar�r. #� �wnFFJ PRWMe NlA CAlii�3Si9�5 i 0 107' clp 1Ci 81 RARRYcj,%vrFW . Fo sfEx Ph�xwF�rrrin� �' l; I nv�NgEtdv� GROW!,HIC ISCALE � T r.G # rReiY Y IN 1`FET I 40 SIA A I SAWTAiQ,J�l?4PiI�T• eu City Or # VE & EXCEK 9R Ir+IRY 0.040a SQLLAREFEET) + 3rG F79dPiR r A NET AREA W Upt dA> F e7, 5¢f 1 E$ {99,5a11 ',Ir,} 1r.rcr EXPJ7M MAIN ar sw�row ,�. � arreaFr�arsw�r�o-r [fit r "� I 1 49M1'a4+lAL�'44 mTdra +7 t ` � C rAwwTkci70 Awau wr0r ow Gt+4a4$?TF7f6flaC�Y JG O+WAV 00.ram r I AhID CI YSEBR f A I Tr$AYWROaLP 1 ws wo a� s r 1 I I I kMY ea5 r� 2r TEMPORARY 1 E COWTRtlaCT10N E46UPdtIff f or -e Ib1l5ACFRES(72.81TS.F.) I � s -SAVC- S EXCEPT I I r 0.G35+1A'4 AE3{1,5A4SQUAREFEET]po 1.dAREA Or- M ACRES 71r S.F) �� � sAnel�A�prs�nY�r�Y � I I I hr off. ka MIDI lum tea+ n9i 5AMARY SEVER PAML FLRELLUMAIN 257 lm o� MY OF PDRT WOR1>f,t,TA"ANT CO.,TEXAS r# �Tij..- ttr�F.kA141GOFHA WC.6F-oRlWsslrive3r19 UMS * �* � THEVEL45 STATE PLANE NAM MORT!! - •... CF rRAC-Z NE j+9CW. ., .7.JjPL+Dmm ACATM WV�9F%FFAe�l'AGR ABL-K AU SRt+R.4GR+Y4 1T1Loszw %% y F i00�FAQN 'Y47�►7�AFG� 7k GRI�bu�F�psA�TFW' i��AW4 I�ru pNM NO. YaOdJOtlD FARM 37 ACHMENT AD3-5 im OF 191 pmp9ofB 0041BIT "B" AM � SM ATTAG#o Lear - pCBGRlp-fiM u" PAWS 920FERHjfifr'.S'Afn PA 9A2OFUXHR T-M.'HIF,R61M EA}f F8ff A{ 3fiWnA4AN iVf SANMARY $EMR tA SEAWNT 2.3MO ACR59116117�54 R.F. SAVES fP.0499 ACRES (2,773 SWAP • . j LEAVING A NET- of 2'.2f11}1 ACRES (119,'" Iap'dA'4fi'E o roa ono' HiG SCAL E N FEET CJYl�L S 7" n 2Ub' FPfi �� 0- p- 23' MWPORgARY c rM EMEi AFT 7 ACRES (72.811 &F.) SAVE 8 E-X(;eP7 &-NS (1,54 ¢ SQUARE FEET) LEAVING A MV AgEA05 361 ACRES (71.267 S.F. go VUTA QurAMrXW W+47A MV rn THE COV or FaRr ra A NAME rVja PA F.C. r SANrTAR.Y SEWER PARALLEL R KIMMAIN W OrTY OF FORT WORM TARRANTM,TEXAS THE DA9I8 OF RWipJ#9 FOE11►ifs EIJRVEr is YK tp M RTATT PVC "AMB HURTH CENTRAL 2OVE f42M. 10"IT011 Prr'+" 11 ro+rr 9NJ" 9+AAW M, r27i6tih WInL[ raoreAr+'AC��A+� #S+E xncB 959'.$Vm - 26,0D•--, %BW5945"w `36,0$'- YEIML ! diARrcT I t � CIFl.i�4�?„1Rafl� CaC AM NG LrzrAmjA5 �� i fJ,RR.]CGfi �I f I I 1f� k fjtw 1 F fLiltE F ddA" HffhLNDtAw y A16mgoAws k o«a,rar. 1 I LAW I 1 I ---k I aMr+�rrarerP m AMI I I twtr v0 Esvr I f Ia W. arwo?&K f]AR,F�T • i f ' OvEll2.%Vr TZSlic OFSURVICE 1 y N0, r—EXufrYo&FaRTmqvf �fwEnrr snaNrl�r .� �nsrlr rr�•� vm mm. pa,164 1 trl. 5 a S 4 OF # IH 1911f]�bPiGd1�R ' - =-� SR72 .y� PARCEL 9T ATTACHM ENT A03-5 130 OF 181 Rage I of a 02$B0942-15 '!6m2ot92,36i'Y PG$ S Fea; 144i 1 SwWHer CSCGRIECOADN GSOLUTIONS �ceo:rgir�,1.yixeawdouhy7araanl�=ounlyCs�rkw�ORicialPu�licKcoorUs t ' � �r a+x Mary Lou-6ea.cia CPN 4227 MAIN-257, PART 2-x,JPPIER AND MIDDLE VJLZR KSANITARY SEWER Partial 037-7CE 353� FM Rd. 1197 N. Litho 8 ufvay, Abeiract No. MO, Tarrant Cotmly, T� t IP RARYCONSTMOT93MASEIVIENT, DATE: IpriL i, 2011B- 4 / 40RANTOR; FERNANDO GiJTtUR �&rme was ml"polthe In e Owen ftooMadl I. 26-2017under clerki&0le,tiumber �2 EUNICE E- OUTIERREZ GRAf 70R'S fAAILiN(3 AI)D ng County}: 5909 CONVEYO CLESURNiE, JO VN Y, TX 78Wi GRANTEE: CITY OF FOR OR CRANTEE'S MAI G RE S (lneludlrrg County); 200 TE FO T WOR TARRANT DOLFWrY, TX 76102 CO NS IDERKMN: Ten 00111AFa {310.00) arW other good 00d valuable carreideralJorl, tho ramipt and 9uirKiency of which Is hereby ackfl owledW a PROPERTY- Being maropar0risloirly #CStlilrad in attachRd Cz14bita "A" and "B.t GMntar, rar oho cansideMoian paid to Granlorj"by grant bargain and corsvey upto Q:anlee, Re igucoow;= and assigns, ihc, uKg and ,pmag'e in, ow.. and d[ras5, below and along lha E.aaemenl Pfuperry aituated 'n Tarrant CounW. T2 5, in avuofdaAaa witi, the Ieq@1 descrlptlon hula aloached off ExhIM "A', and irrgmiis and apfeea over Gruntor's propery to Ilse aaserrtpnl a ahawrr urn Exh6R 'a'. It us fu"ar agreed arm. understood #]el G3ranteig will be permitted thn use o! sald Eatiem$r;l PMpeny far the PUrpase Of cvnaoruClloK a permuneRt ;*wer UU*. t,IgDn camplaiion ct IrnprCFvomama artd ife acceplaiwe by Grarilee, all €Jgh!fi g7ripifid mihin the daecribed Temporary Gon6lrUC6on r�a ment sharl co aso, 7rnG,ayR Cmm�ra�a E- rai�ri� ATTACHMENT #03-5 140 OF 181 Page 2 of 8 TO H-WE AND TO HOLD Ilm above dtsonbod Easornarlt P e r wlth. AH and nInplar_ lhn Ifplttc aril appirrlonarrotra thereto In anyway bistion rttes, and ori+ileis% suuxssors and asalgns urAll lhs complLsHap of Cone trajcjli�rr lance by GmAtee. Gfurtkor horahy bind tWrnselvoa. Noll helre, sumns m, ored a tregt and d5fmid, atl end aingular, bold usemont ulhto Gronlee, MQ £UCC9554 , $, ngalnsl A'IBr.v ptnvon WhQi msaaver lawfumv CIPAMMq of to t[alim lho as me creGf, [RGNATil 51►PPEARCN�FO R7NCPACRI lc2v,uy:x.... _l.. .,. IMTAT ATTACHMEN7 A03-5 141 OF 181 Page 3 of 8 CIRANTOR: F&Mmmdo and EuWco E. Gu!IWft rlctu. WEer�ez �i unlae le. c3uuar GRA Fow% Worm • �VF_C1 A8T0 FO F I.EGNLI tPrirn Mare). � Cl{MQ4NL E STATE OF TE COUNTY OF TA � DEt=ORE ME, I110 undo ed 8ukhmi�, Note fr I� buc In arld for the Style al Texas, inn t11isdaVperaan�ltItavpourad,��r= u y;.mowl c*nlameW4eOw11ama pooswr wlrosa Hama Is Subsuibed is thafmagjnMulmaL arldiacwWwfedged to rna that the same was the act vi r+ and jhut heNhe emaulad the Same ae the ad of said r f4r thu FLEPaaaa and oarsldvtiim t*re.roln eVremd and In the Qapadly tlh"pi andud_ G WcEN UN MR MY HMD AND G-R& OF OFFICE thin day of �,aa s,gllsrJ4F# u �" �ryllo-�tddiaw �leryrf I� 8 t p61 B4iSE £.wnarodan � FE�.73, YU� A U_ Notary P M in and fnr tha ';tnt�raujs , l FF=r�wwiww t.Ww.w Li'� Aa IAr-HIi ENT A03-5 142 OF 181 STATE OF T"AS COUNTY Or- TARRJ0 NT GIVEN UNDER My HAND &" L 2 RW,ARI�O � , q+WrrAulAt�;NMdtnl a W. 7 in Curnn,ertiv,t Erp, � STATE OP T COUNTY OF TAR4RANT € paste 4 of B Z?s 611 ODUL.EOG M ©EWRE NE, the ur daralg nad au;hiom , a UNIV in and f0f the SlaTe of Texm s, d?l thle da{ arsnnslly �pet�r ,' s' . „ lkwwn Co me la be the Same yenon whose narna Is u48%IW to the fad tf+j marl, ano 8ckr,a�rlodpd x0 ono th at the ISO Me was tho ad of � - Md Ihel 604"aha extcued 1'le sgMe en the act of and for the purposes i no "NdarA,nn lhevefn expressed artd 41 g tx113140 statad, F OFFICE ilrfs �*� day yr r)7AIil"- t4- Naisfy Ajbv4In and tot1he Slate nlTexae C1 NOVMLIEE GEMENT 13Ef ORE ME, Me undem;gnod uuthwity, a Nulary Public in and for the .�tm of ToKns. an I114 doy+ personalty OPPIA r+au OT lrta Gtty of Fort Warlh, known to me to bo Iho same per9ujt whc%m rld IM 19 subaaiIX4 10 1hQ f9r1DgQfrl0 Inal rumlkl N, and eckniowhadgod to " Thal uie aamc wss the eah p{ the Lily of Fart Worth end t"t theJshe ewacti%d lilt sdrrm as Ill AGt of thit C$y pI (Fart VV4rh few the< purivuris end conslderatlon tht-,wb oxprroye d Fintl In the capAdly [h{erolrr glared. GIVEN UNDER MY 14AND ANBi FPL-A,L OF OFF ICE Ihfs Notary NVIC In and Inr tim �htta of Texas T4rarsC..,wm-i-li�im M?J;l ATTAciiwur A03-5 143 OF 181 Page 5 of 3 EXH] O fl' "A " TFMV0RARV CONSTRUCTION BP-IKG rt J.67115 acrt meet of ia0 1omied in. dw Ffirmm LkW S ay, IrtM No, 430, City of fart Worth, Terrant County, Texas, said 1-67IS we ttloct of lend lLaJ&a d 9�,5lS n rear oFdend conveyed an PE+:RNMDO GMIEREZ Amo tumc i; 2. Gvr .,w a9 rwordW in lnstnrman4 Number D2171 GAG 12 GM621 pawic Ra ued% Tarrmlt CUM%Ta saw t.6715 east tract bf IWad beJr4g it 4S (w vridr Teo4pwmy Cmu4rciion t;.ascrnant and �ieial re olorly dsscribod by metes end baurrdf as follows: 5JE�MNjN.G-Mt It pbTpt GI Ella CfOk CAI IhC rine911 pwwpM I19c of a drrcG pf hind wiveyeil In Tht h7 IWk-Par $R,f).P.EE fZT,, from %vhich s I iritl 9.53 acre [root of tmxi em4vayed 10 Bury CI}y%n fi ) h4s mmenr NurHW 1)?4ITS538G; Q�E.T T.C.TK alati hAVO-9 S NAD I3 grid 11oe4'dkale 0M'-6p%VW 771tJi "ce Cora 001 5,1Mh west, THENCE Scahw 00"5945' Wcst, north #MPEV Pube Of p 0:M OF la I 145auu"141 Nwrrbe,' 02 t*VSA873, ( THENCE-Sou1J.8"745" West THENCE Norrh E3d4S9'4S" said WILIh Poway fin THENCE South 902,06, 13i€C1NNING, ;ne of surd Cervalrtos Ira ale s;amr brltrg the Muth r, Arnold Tnax, by crecri , s mwrded In Volume found et Ibc northwssl gNpci4y cvnW arm rolled iq 1*udlied.as "Trecl 4, by deed ire rwirded jo I''/'S'��0J�11'`&S4 12$.O2 lr 0p AlTid hc?iogi 4g $16WIt 2,3d*,01s14. Ira sarnh grape 1'fe of SAW Ccwol4us reA.V4 sm><e.bNn% 114a Tad4 1- EJruthont and f}zdAx Vreuherrr, by 4oc4 as rcc>srdtd ui proptTty linr:a, 25LOO re64; enid prep mV lines. Z 136-23 feet: 08 feat to die aid nook propwty lint ailheCervanua IrAd,sulmc hein&din Tva¢1 and beiFlgin Den-Creck IJao exld pi -ape" Iincl and MM Deft Crak,-Xsks raw to diePGIT+?Y OF Thm Wolh above altsc&5d tract of It nd imillairrs 4 eopnqulyd a{to b! 6 A7T3 Aer■,5 (7Z,211 311raars rant}, of which O.0-14 ■errs (1,544 Sgoara ran) Is ronwiled M41hi'l 1k Eurlils of rr:iving ?4 Jett wEde PeTwInew snikhmry Eps wml cokswe d to 7ke-C4y 9Forl WorcK b4ig idrtnliflcd in "part I" LT deed as ter L" in VollnnM 7-3A P99e 564, d Rxroi4% Tnrwt Cati44ty. Tet ma . mW eximiatg vatEr4k wrdO Ekamt,Ient SmiuLry EaiUnork conveyed to The City of Tort Worth, baing idlenliiTed ns "Crw SS M-32d" by deed as reap i4W in InsrrumW Nuntlr4r D2 I Q E 18?4s, Umi kcr-wds. Turnht Crovmy, lf(rm. lcuving a net nrsb or 1.636i "res (91,267 :q uAM fen) of huid. mars ar resa - CERV AN7,85 - M1t04. 77 ,r.c-k zne mn.e Auoc mhq .M$1rr'Rs,eeal.+lop-t4um,roc,4 TOM- r',trrA*$MaeSAAOUDAM ATTACKMENT A03-5 144 or- 181 Page 6 of 9 Tha hasis of hnarinp for thilt sI Icvey is NAI]I T44 North Cenilal ZOlro ( I lull"" 5h*wa ale nrfate. &I:%: S. Ida hihmhy-eeltlfj MA the ob-ove iagal drseripifau "s pp auurete !w-vey upon li;e �,zafrsd and that Sarn c Is true mid &Wve�LorxCtiaCIN /IFiic'� 5jlaenior Registerej Profemioaal fao if Surmyu. leas Spooner orid A uoeirklc% hue, TaNas 9aard a f I`rota5Riondl Land Surveyle�k 1+I I Sruv"don the Ungnd I4.2[if7 AP CF,RVAM" -n Cd.�f C�,t and Imm an AClual and M1wa�R, DAWDVp.IELW-,VHFllrueS*Mr,.4ibhPOAe 9P o-s7Ml1-rrn#iA"40-ruaan +*rueve+ne -P{EA♦ d!4P }P _ .. __-. .... . .... ... . . 'AT7A CHMENT AD3-5 145 DE 181 Fags 7 of 8 'hoollor sevwla,E— rarNf OF �EQfhlNfNG EY"ff A #7fFJiMAWK1TMYN164NCLOTftS7 M-I AW.077'OP ap.a.rar, e + AWJrr- Lvd7fN+4;j oo ' V #. r I ru +s' n . a .ar ow MkLLED99. MACT2 \ FERN f:UTAEREZ I � � �iF77aox , 0 9pp 2t> ' hV fd�d�? { � &WRYru$YTLW Lul r�uwpEsrF GRAPHICSCALE a Rf rrwG�� IN PMT iTA EAMiENT • fry 2,9 AC S,4101.764S.F.; • VE 1 Q�P'f Ax crrror WORM �4UARIE FEU) 0ANET AREA CIP RES (99, :81 SR) EMS Wa7m rr� � x�auQF�aooxT�4a�° . s 00 rj f ax4x4t7 CJX1x rrrny auaFrr & EXH SrfePlfEh'5�4 bvx ors � � � � I � bvY hl1 nG4+7 �� f ♦ /� I � ! j �' P. tP�xlwF�arrtiF of RA71'� j� G telT,ar COVS TRV G rM CA SEWAT 9f I + i 1-6?15 ACRES (n,811 S.F.] 1 SAVE $ E]{L'SPF r 0.03S1 ACRES (1,544 SQUARE FEET) / LEAVING A NET AREA 09 .r 1.6361 ACRES (71.267 W.) swr ARYEAMAK rf i +I CfWSS�sS7'J wriWrrmp W +s � 'T ! s.1p. A7l0`r�d� I!v .e� is. MA TCJgLWE SHEET 4 SAMARY SEWER F A% 1 F7 RF.i-],1:'F MATH -257 1 C r - fir CFTC of FORT WORTH, IARkANT CO,TEXAS , ■r W 7EX&S STATE FUNF roOa3 pORSkI : "���,■M�P""'w'"�' "g'pC {ilG.Sncrtt4!rtxtvs6RFWOh'rry.tit+4�Taj.,TCx+.S "P, EMESVI f �- it ACHM ENT AM -5 146 or 181 Page 8 of 8 EXHIBIT "B" MAT HY � FE SHEET 3 ME ATTMS HM LC' L C --0!; nDk GM 1jC i y a IiRy 4: 1 PAOrEs 1 is aP Eibilluir v Hi REN ' mPE14imamr asf fisw=Kto MMARYM R JE`AS�ilf 'N Na Marru 72Q ACRES k SAME a, E 0.84nACRES (Z173SQU! 1 k LeAyiNG A n et c r $ 2.nl&l AtRI<6 9,5 F. 1 I ! 4_!. 1I # Fes+ +r GRAPMJy SCALEC44AJE09 f E ea pq � r ,'S 1 k c�ec r a�,i o.;p r�, 1 I a ndrrr,�ectgroarrr l J r+�skn,ao�aa o.a°o.re- r, 1 � + FXMIUT A r 1 I k t rr ?S 7EAfP0P-4RY I k k I I SAVE AEXCEPT I 1I � I ]CPM1p1°iA�SJq+�V�FUP CflES(i.M4'MARE KEFT) II 1r WAYAWEASVMW LFAVING A NET AREA OF I I I { , W. vbwmffvn 6361 ACRES (71,267 3Y.) N 11 I I A)trr-F. 1 k crrrCe�Fc�r�a4,� 1 ! �J¢FRAfM1EaJF�rta7,cRr 60AV5' 1 l a I I F+J6t?Awr-pm rreN WAA. �4� j � I � y � Aa.t9se seB's9 �'VJ as,p7` ti �� vJyEi avrac�umary _ N I ti � «. 11 AIVAaffMO MOqYW srtJ4cT r ma`a Rrmposdom# I 1 4 AANrrAARY 9U11RRPAP-4�U.LREJT-7hfihlN•t571�& �r.- GF C3'!Y Orl�RI WOFkTH,TA�9RANT CO..l;].CAS N & T++1nASMOFBCMINGSF RTHCSJiLdMjY16 SSOMTM * 'p rrE TEXU STr.TE PLANE NAum NL11plS�Ji CWF41�t.201JE1� b7�, , E�hJCJfv�PRo4dplr LOGi7�gF!'WrVFURr M17H: T4M.TEM2 D$sy 1s5mm.t�o"110,LLLii&TtlfAbiLM kiFSLCflq�;ATrAGRf�44:Q4Ay6AUF IE4TkitS#1M�14J31'4011�lFJJFAfYOR�.CQui 7 isc{O ftdw 7J a4✓-TFI,�JBti# .Dft tir46 Ai�iIIR,y I} P—.'L4 ., rox,r«., : ... PAG,E 4 OF; PARCEL 37 � ATTACHMENT A03-5 147 OF 181 Page i of 0 X19094235 5P7r7918 2:U PM Poo 5 ree: SX01) 8WAmlllar: C5C ERECOR0jSP.*I.VTIOH9 ftbAEte�lrors�alkyRec�r�iatlGyTertantCoualyCla�km�¢Ix��I�uLIsC�g4Grd� *. , CP14 •1227 MAIN-257, PART 2 : UPPER A0l0 MIDIXE VII ;Z\RFSANITARY 5MV R Pamal si37A-TGE 3636fM FId.1107 H. Elate Srjrv#y, A4ri#faw No. 930, TaFUT04 Coarn1w, T aH CITY OF F O TEM PGRAR CON CTIO $EMENT Ti_ • GRANTOR- Fernando anti Eunice E. CAANlTORSMAILINGADM I�Couni , 6909 Cortwioyor Cie hura�, T?C 7 GRANTIM: CITY 'OF M= T G,RANTFE'S MAILPN43 A#IrLrAaddnp Cr3UnW 2130 TEKA FORT H. RANT COl6FiI "i TX 70102 COP-1SI0E N: T(- 01413re ($10,1)0) aid OttAf 90ad anal VDIUW0 cansWPratIan, ttae rcxviVi ana su flal3arx !c hariany m-know"ail PROPFRTY- 9efngrnory pig rtlti3r6rtydaasrib md in �tttettred ExhjWtb "N' a9Vj„ W'. Grantor, farihe convofey lio,G pudd lu Graniai. hereby grant, tMrgai" grid convoy un10 Gaan1w, it% ouCCe9SDi0 8f1� dsslgns, Ilia use an0, psa6age m. olror, oind across, hglm acid along the Easemanl Pmparty 6Itrlata4 Ni Tarranl C%unly, Taxie, in ami=dance wKh " log ai dariOrlpliork I4r#to 81lachad as Exhibit .A". Brij Ingraaa and opr.zs 6w6r Guiotor's Prup-any to the easemeril a nhown on E�xltlbil 13-1 It :s fUft#rgr i1pted and undamicod trr;�t Caearrtee wII bN ;sarrnit#ed Itxe ca oI -SAItI Easxgwl Prf,PPrty fpr ft PwpMe Cr c0a1trLkNing s perm9¢Oat eewor liner tipmi tanip!elion nd irnprovernants and rls aweptanr-- By GMlLMD. Wl rights Rwited wllltitn the dessntped rerrip6rary Consirucdan Eauamant sYatl cease, r 4t ATTACHMENT AD3-5 148 OF 181 Page R ai 6 TO HAVE AND TO MOLD theob ve dgycrlt)i Fasernon! Pro I g rwith, ad and Sir%_qurar, iha rlgiRij arfd appurWnetncas Thereto ai anyway belo nkt a, Am;j Grarftn's Succesismu and assigns unM the cornpN ton of CoriatruCUop plOhCr` by &antoa_ Gh9ritor herlaby blod 1hurtwelweb. Ihotr helr9, sucmmin3rMV(>t0WjKG (rant and derarro. alr Iknd s!ngular, Bald McTA un[o GFiarlte6. its 5%agerr�bl ewEry person whomsoever IawfvRy arniming ar la atarm the sAlWMA [MCNAPFRES APPT-Aft OPAGES T-PrwWC-n wn Bx�v I*I'M r ATTACHMENT A03-5 14H OF 181 Page 3 of 6 GRANI"Olrt Foipimda•and ;uMae I=_ Gtil ulu F Fort Worst; �p {Sir � • U 1Gt0A TO F M ANO LE 9�� J1CKNOWLEDGENIE4T $TATE OF Al COUNTY OF T1 RRANT § BEFORE ME, the undlerrod sulhon�ty, a Nolary Nbilc in am for the Siato of Toxes, on IktEa4ay Gets rulEy apprered rv. �,. xay r�x �.. known to me to be Thesame por#on whmw rummg imi gubearlWd to €he fmago€ng inwhmrmA and s0kn*Wedged to me TIial I116 same w as Ilia eCt 0� f f 8nd tip[ MAIM exaww the sorma AK uye apt OF "Id far tha purpasgs acid consldwstlon therein axpracwd WM In Iha capeaity t4wein .taled, CIVEN UNDER MY HAND ANO $EAL OF OFFI[' E IN& L", day of tifCAf2pp SAL.+4R kl hlaGry PuISf�t■ or To-ra� Notary ID q a 2e 1 .f T C�u�Iuion FaC Fti6, 7S, 2k?� SCwo-or� j.rma. YW�T1I% N ?ublie in and For the State Qf'TWXW ATTACHMi✓NT ADM 1150 QF im Page 4 of 6 STATE OF TEXAS � COVIItY OF TARRANT � BEFORE , Iho underalped with Dr;ty o ublfe Jn and. for Ilse stele of Taxis, on thlnttayryenSorstaftyappeared <. knWn16matotroQToeerna pomon wi+ama name le submdlbetl:lu the fore '51rilm nt, and mckhibmadged to me that Ifie same WAS thrk-aa! of r: 40 thO her$fi1p.emuAMd the same ail tho RIC{ of isak! lur Uiu purposes arw¢ ccinsfdemllon Ihereln e4raaaed Mw I Weroln aleted, GIVEN UNDER UY RW3AfV�F OFFICE Ihfe tray of viI 12, DRICIMOO -H4M1� PUC�b-9�1d Nalery NNIC In end farlh9 $tote or Texea- J40mry na 012 # Up. ACENOYMPOWN STATE OF CO LINTY OF TARRANT BEFORE ME, ME undersigned awgYurily, Y � grld}op Pubila the Slate of Texa8_ on qll dM plorsanally dl pail , a z of 1110 Cfiy of FOd -WCdh, kftWn to me to bb the nnmrr porson whu919 WOO It sit `C bi d N it►e for00131np 1nsh'urrlciM ems'M0MlPWfedpod tO ma 1114� the ssma waa 1110 tact of Dis City of Fon MA and that hafahe wmouW the 82t w" the eel of {i15 City of Fort Worth for dw purpaaam and consk*mW QwMn a mawW and In the copaelty vrorolrr stoted GIVEN UNDER MY :nAND tsar OF OFFIGE tho tray or Noly NblteInand liartheSUteo;T s T� itAR ATTACHMENT Aa3-5 151 OF f$l Fags 5 of 6 EXHIBrr „A" TEWORARY CONSMUC: i101 E;k�% PARCEL 37A B NG a 0.41555 =e friar of tend limm in dre-Rim Lpft,;e $ury I Nq. 9-p0, ',1;y oFForr 91ort'Ir, , Ftirtar�t Ct r,uy, Tcxu, sand 0.RG55 oars vaca pf Nand being ak pnrti .5 15 ecft ima of lead tau pmeyed to- 3'Et*;NANDO GUTIEREZ AND 4mia C. Ciuree:corded. air Iaul;u I'Milt NMWbU 1716E6I2, ClAulrl l'yWk kimd% YJiTanr Coam+tm Ta s p 15a�d 4-4631 arai-ermbt 6f Wid beh% a Temporary Co,m&uetion Eas,:nwi and being-uLoro p"c y d mcbrr Ind be m(Wsp f41 41 DIEGri'9MNG At A polnl 1n Om wsid Cervantea trad.o, rwm a I 11;11 irop rod found on flto=IN line 0tcaid Carvrnras Out same baing IIlr sarubsveit propatiy Cotner o 7.13 Redie urixt arTarid oonvmd tel Sarry Cl"o yone1w, Iscing idarlirml as -Tract, 2",.b�raogrded Ip ]n3irument r)Uwb r D2"j- ac O.P.RT -T, r110 taint, the Fiat1J,+4eso P psrtY cQm lad 3? 31 UPC Iraat of lend iio sVq d 10 Ftc4 ck Off R94 "C,. deed SM. rcenrded ill lnswiiiohl 1101595, O.P.R.T.C.T bews �QU111 R3WI0" Ease, 416.01, said b4naihm poim dsn hs g_ grid eoaadinits ar N: d,$49,0W9 and E. 2,343,519.13: THENCE Saudi B9'S17r01" W-5Ir V-0 651 srsam mL, aomraytd to The Ciry or Fort or Fuge 564 detJ R6,-Pr4. Tirrsnl CmmyWra THENCE North 00°59'45" Esi+ THENCE Norih 06' 1 S'06" Eas[, meat floe of as mispng p foot parmeaa,it stinitary #s "Aart 2 by deed es FWDWfd err Volume 5264. iinrs. 21658 feet; eas imp line, 23.0 fg4r, THENCE Nomh 8V50I" Em. AJ&aAjalid a mmnani firm, RX0 4-a7; TZIEKIrE Soulb 00"W $Q" 2 feer m ibe POINT OF DSGI LHPILNG. The heramabo� d=Abed d aootthn ■ aaxrpaasd rasa oFOA65390MCZ0478 94ulrro (MI) of land ni0ro air lass - The bxs.ii of braings far it NAMITL-m NoWt Cenral $a04(4M), All firaaocr shove arc wrfacd. *SURVEYORS CER71FICA7S' I d o hn,,6y cutIfy liras Ilb above legal deacrlption was prepared From pciblic resordF mild from oar InVA? er<d sc ctirrte survey-opon Lhe gf0ued Ned dart swipe Is true ud correct. • Z-17 Svrvcyon n = Eric S, Spnoscr — Rrgfetetrd ftiasyagal Land Sutvcyar, Texas No-:7q2 Spooner mud k accLnw, i ic, 7csns gourd of r'rufma ioaal Lend 5Wveyirr$ No. 1005490(l Surveyed on the wwarod 2017 CER V Atd'E'E$ _ rApxm. 77A Y-'A + n- °A" - pmno I or ] Wit! s. SPOIDN" `=t 5422 *rt, €pR [+niir sun A, ZSL YF-lOr WM4 QPIM.rIGq 11FA .1CW MOO-*FITANI-SUF- YPl09WLAo-0M§OW-6rJLigroras ATTACHMENT ADM 152 OF 181 P09L E of E I E 1418Ir "a0 SEE ATTA',HM 4F" CIL CnrrFki`J Old I PMEi W E01101T'X'44MlYJN ANVEAsEmsw 3�Fd9EiM�FWQ+frplrpTWr I � ! +�� � I aR.Tc.7 snnlF�II ; ?'' I f alai a11 iA .G nxrr� � � ,yam �'1 i 1 �1 rtLxs'r�NFoler+�srr<x -0N44 +v0- Ord�s8a aRia.rCLr ` �� 1'� E Fps TRAP. ORARY I CONSMUC71om EASEMENT f I i 4,4665 ACRES ex. rm W rcwr PPZNM I i BEM,vPOF i s VitAMMELW*eMgpo"4mPff 1 f s�Ih+pra,ar��sEx�vr � I +�.o noa aus, GRAPNIC SCALE IN F�ZT V-100' I I E i,703,3fd.lF r.Gcrrrosa�tuarar. k. I' �m�anr,anRr+4x� AWNIN DER 4F CALL1 19��h'315 AMES I I FERNANDOGI rER ffia 0217$ &MM1 I I I �FEaL+hE �oFasrra E I �j: xirnu�u4�rtr f I I c�uarR�cr�a�r� PPYAWWWO J�NF I E E FROPOSFU E F I carpFFpprM7LRIN— M#1Gtik[ rATwS E r,vr t i LAME rAmr: LANE b DIREC71ok LFldeypl D 8H,Is4'8114+ VAX L2 NOG'TMV E3.94' 1 Nrec,.a u E I I FX.crrr-OFFQRF1 }rM 2Pf'ERA41i4�fFSApL'rARY°r74rrLAW r r I I f �.+ca a �a rt+4•+or r ,pa s, amr sae, a�:6, Fs s�., n.rx rs r f �cALLEv ar.ftrAG ff.�7r,�rraui>;o as nea r w ratwuVAho+ asa rr I Ewa, ua sr nsriros Ws. arr. atlao ,pus ruGt AX&M A 0. dRr4r T L4F,jET,G F a.pizr..r-r TEWOWY CONSTRUCTION Eh3EMFNT CITY OE FORT WORTH, TARRANI' Ca. TkXAS 1 & � � aF � r w; 44 pf+. T4� 16 ols or 0CJhl 4sr PORTALS S 7R4leY i3 SsomTo Pi: #` #d-•: �, 74e IffKAS STATEPLAIf E PAAC83 PAaRTW ■MfTMnn�YeYw�rwq��PMa - , ` GfiMAL$&K fa `-- -- .. Miplow.[.77v(wFmfW4ATR7PMANTV%TD" wmt5 wET.SumlakiUL86#,7tk1A"wu {' WlWe W6PEnTVACAW "-.*W?.0N0 MV)om"m WW%up@mmWm"mWm C6aua;W,pr AH,�C6Muul�78A_�f71�t0ey "kWVXM;.- tpRLtiFlAlfl0.lidtlfilEO vs ATTACHM E NT A03-5 I OF la1 R,ECEfVED IBC 19 2018 &YwwAfff CITYSECRETARY CONTRA T NO. _ LIE RIELEASE OF ALL CLAIM WHEREAS, Polycarp N. Daethuau, Individually ("DuethuaW), agd as president of the Cori regation of the Mother C*oredemptrix dVa Holy Family Religious and Retreat Coffer, located nl 4057 R.endon Rid. Fort Worth, Texas, 76140 ("ALE" RC"), is legally authorized to represent the HFRRC; and WHEREAS, HFRRC excavated or caused to have excavated a ppvnd on its properly which encroached and cvnUm s-.0 emxoach upon an easemcrt, No. 1)211181654 Filed in Twant County Deed Rerwtds, C"Easg2ment") granted to the C by of Fort North ("CiV'Y and VVHIREAS, as a result of such pond excavaderi, the My's use and ojoyment of the EasemunLwhs compramiscd; and WHEREA , City has affmd to. restore the Easement dwing the ceurse of ccnstructlQu of a slnitary sewer pipeline identified as Maio 257 "Main 25T) in lieu of requiring RFRRC to restore the Easement; and WHEREAS, HFKRC understands that the City's restoration of the H menu necessarily diminishes the #izo of the pond; and SEAS, HF'RRC~ and Duothuan agree to hold the City harmless and absolve City from any and all issues of damages wEeb may he caused by the dirrdrdshed pond capacity including, but nol limited to, flooding, reduced water storage -capacity, damage to surrounding lands or HF C's property, NOW, THEREFORE, KNOW ALL BY TLMSE PRESENT'S: . That Polyearp N. Ducthuan, individually amd as P> r` sideat of the Congeption of the Mother Coredomptrix dAVa Holy Family Religions ami Rtqrcat Center, who is legally OI F10AL RECORD C "Y SECRETARY L 9 OFALL CLAIMS Pope I Fr WOVWX0 T AM-5 ' F 181 auihmized to represent FJFht� fox and in consideration of. (he WoIrk to restore the EWCrnent perfortnW by the City of Fort Worth, Duolhuan and 1-IFRRC,, in their Ln&vidual and representa#ive capacities, do hereby urivonditiunaLlly release, acquit and Forever discharge the City of Fora North, . and its agents, .employm%, workers and representatives, and all *thers cenntctcd wilh or in privity wig the City of Fort WordrF of and from any and MI. claims of every kind, charwtet or r ww-e Meta HFRR , in thorr individual and reXesentative capacities, might assert -by reason of the City's restoration cf its FasemenI vjthin the pcnd a nand any otherkind, character or nature of damage which could or might he the subject of a elairn by thorn edsing fi`om the ity's work hefeinabove dewribcd. . That in consideratiDn of the work dry rihed above, Ducthuan and HFRR , in their iffdividual and representative capacities agree to iudfmt�fy and fomver hold hanmlms "d &fcad then City of 'Fort Worth, and a!l agtmts, employees, workers and representatives of the City of Fort Worth, and vJI others connccied with or in privity wish the said City of Fort Worth, its heirs, representatives, successors and assigns, from any and all claims or causes of action, including any coM or expenses in connection (herewith, which may here ter be brow hl by HFRR , or by anyone on its behalf,' arising onl of the abcivo described work to restore the Easement. 3. That the release of claims contained hrein is givcn with NI knowledge of all parties to the referenced vmrk on the part of Cary to restore its Easement. 4. That this Release of All Claims may bo executed in a number of identical counterparts, each of which skull be deemed an original for all purposes. RELEASE OF ALL CLAIMS. Pate 2 ATTACHMENT AD3-5 155 OF 181 5. That Ducthum and HFRRC represent and acknowledge dW this Release of All Claims has been read in its entirety b0ore gigilirig #nd tlxat it has beta fully explained, iD-detail, to HFRRC by m attamq, KETRRC so chooses, and that it is fully understood. 10. 'I'll by his signature hereto, PolycarpN. Daethuan represents and declares that he is more than eighteen (I it) yews of age and -is fully competent to anter in this R0case of Al1 Claims, that his represenmt ons. dezlaratiom and agreameats herein are accurate, binding, a are corntraetual in nature. and Lbat.no repmacntatioa or agreement not herein expres d has been made tQ him as induceiuert to mler into this Ralcasg Of All 0 aim. 1l_ That, whather specifically stated or sot, any reference lwmin to "Polycsrp N. DwAhum" or "Congregation of the bother Comedemptrix. dIVA Holy Family Religions and treat Center (HPRRCY" refers. to the President and legal gv$ty as established in the Texts Secretary of State Business Fiiing records, F fling No. 802102934 as of No vembeir 17, 2014. This agreement smell be. ef'eeli<ve as. of the date the. Jast prty's sipalwe is affixed. hereta as indicated by the dates Set forth below the respective sipatures. 11-401TV1111 d/Z/1"Id I/ VVI ovit 1 P a ICI. Dmthuan, Presi&nt, Congregation of the Moffier Corodumptrix dlbla Holy .Farnily I Jigiaus and Retreat Center o�: OFFICIAL RECORD CITY SECRETARY 1. WORTH, TX RELEASE OF ALL CLAW Pugs 3 ATTACHMENT A03-5 166 Or- 181 STATE- is OF TEXAS 4 COUNTY' DF TAR -RANT BEF0P,F ME, thu undersigned authority, on this day personally appeared Fol earp N. Ducthuan, krin" to me to he the person whosr. r=e is subscribed to the foregoing instrurnent and atknowleftud to me that he. is the Fresidemt of the CongrogsliQn of thQ Mother aredemptrix d1h/A Holy Family Re]Igious and retreat Center and haexecuted the same as his free act and deed for purposes and consideration thffein expressed, GIVF,N UNDER Y HAND AND SEAL OF OFFICIE this . -�o - day of P tnacr sEsuA Nolary Public in an or the #ate of Texas Ralsty fa PP 1,76923sw V GOMMIsplon fNoun fCj0FI104AL RECORD TY SECRETARY Wi T. WORTH, TX 1 FIXASE0F ALLCLAIMS Page ATTACHMENT A03-5 157 OF 181 CITY OF FORT WORTH APPROVED AS TO FORM: t. Assistant City Attorney ATTEST. Mary J. Kaysd�Xiq S MAO Datc: .��r- o z Contract Compliance Manager: By signing T acknowledgss Lbat l am the person responsible for the monitoring wA adm nisUWion ufthis contract, including cnsuring a] I pc6dr once and mparling requ rcmei ts. Name of Employee `1'st�c OFFICIAL ftEWRF) CITY SEMETARY RELEASE OF Alit, CL&TNI$ Page s FT WORTH TX ---A�FAGMENT AD 3-5 iM OF 181 FoRTWORTH Alt3 ,_jar;, 20 18 EMAIL DTD Santa Horner Co., LLC 4175 Rmidoa Road Fort Worth, TX 76140 ]Re; City Project 01227, Upper And Middle Village Creek Sarnits ry $ewes', 14llrain 257,1111112 PARCEL # 5, 5-TCE 4175 Rendon Road Shelby CaUntySchunlland Swrmy,AbstrRetNo. 137b City Of Fort Worth, Tarrant Cauuty, Tom Dear Mr. Avelar. The City agrees to pay you $14,000.00 for a Permonent Sewer Facility lasemeut of 13,400 square feet and a Tempara;ry Canstruwim Easement of 8,372 square feet, which am dosignaied as Parcel 5 and -T E are specifically described in the enclosed appraisal report, and is specifically desarihed in the enclosed easement document. This offer mpras is the total amount of compensation for the property, less the value of any oil, gas and sulphur, but with an surf'ano rights retained by you for purpose of exploring, developing, Tnining, or drilling for them cQ the pvoNrty to be arcquimd. In addition to compensation, the CiW agrees to provide oonsftuction STatfe fMoiug daring construction. Pfmse be advhv d that aorder Subchapter E of the 7?-Vas Prppeny Code, as amended, Ili aiwrrr or the vwner',x heirs, succavwrar, or axsfgrrx may he enfilled bafat� she 2#4 aornh+arsary of the &dr of this #CqMkM0a 10 repurchase or rrquest certain i brrrwtrou abnaf the use and ony actual progress ++rude taw9ni lire rrse for which the property was rrcgrdred through ensinear domain, rrRd the nVarehaseprfce wNbe the price the Otypays you In this acquisMan. In additim to the purchase price, the City will pay for the closing costs inctmud in transfen-ing title to the propeity fnr use by the City. If you to sgFee to the a# `Mr being presented, Please sign below indicating your acceptance and return a copy to me at your earliest eouveni ea. Onoo I receive the ex utM IvUer sad ensernents documents, I will coordinate an in-house.clwing to complete the City's purchase of tho uasenatnt interest, If you are not willing to accept this offer, you may submit a cvuntuoffer amount and the Dais for shah ainoKrnl. You have the right to discuss with others any affer or agTemwnt regarding they Cky's acquisition of the subject properly, or you nmy (but Fire not required to) #carp the offer or nso went confidential #'corn others, subject to the provisions of Chap#tr 552 of the Texas Govcrnmeu( Coda (the Pubik Records Act) as it may apply to the City. Ifyou have any 4juestions regarding this offu, please omfact me at 817-392-51 6. P=9RTYn+t [u t;rrl a T-I)LTARTME 1', -UAL tLQMjYDjY1SjpN Ar_rAcr M ADS IMOTYcwVorswoRm*9oahrnMauxsntmv.Sum-4944rorrrwomT,Trms76tjD2 1-9a OF181 a Since esly, OTT1' Of FORT WORTH 7,X('41 �-T- nky a ar Iaand Agmt �n�loaure�: Fawmkmt Documents 49 Ai�cr3pttd T3y; a S u PROPERTY.MA1YACAWNJ)"ARZ'11'1.C['lT_-REAL 1'WBj, MU Y1WM A. 'ACH ENT Ara-5 T�JY C15 Y 07 F011T WORTH 9LN P MONBOE£ WF%T, SIlITF4U11 *FORTWORTR, TXXAS 76102 1W OF 181 April 30, 2018 Zl wguedta hbrie Muck 3417 Holly Bond Dr., Unit 2912 Fort Werth, T-X 76116 Re. City Project 01227, Upper -and M]ddle Village Creek Sanitary Sewer, MAin 257,11a6 2 FA11~CEL # 6, 6-T & 9, 9LTCE 4369 Ren4lon hand M. Hunt 5uruoy, Abolrad Na, 762 & IL Little Survey, Abstract No. 930 City Of Fort oath, &rrant County, Texsu Dear Marguerite M. Khick: The City agrees to pay You $45,216.76 for n Pormantint Sower T'aailtly Easemew of 70,092 and 9,228 square reek which ig designated as Puree] b and 9, and it 1033 +arnry Crrnstruction l amment of 39,342 and 2,183 9quute feet which is desil;nitted as Parcel 6,TCI? and �TCE. 'Ills oNr mpresents the total amount of compensation for the property, less the value of any nil, gas and gulphur, but with no surface rights retahied by you for purposes of exploring, devoloping, mining, or drilling for thnin on the property to bo acquired. In addition to Compensation, the City agraos to tho followifrg: Meintain ingress irnd egress across the ea.4=ant during constmction; 5ecute arty open lreitches with 6 foot chaui Iink fence; Provide metal crossing plates oven irenche% Resprig/restore the easement ma with Coastal huyfieW, restore Fencing if damaged during ennAwation; City/workers will secure boundary fences aid gates at WJ tunes during the ix lan of the lane€. Specifically, boundary gates should be closed exceptduring emy and exit and bourOary fences must be stp-.um at all tunes grimardy to pre Cal. cattle from wandering off of the property and; Fay fear the closing cogis incurred in trans&aiag title to the property for lose by tiro City. Pleave, he adivised Thal rattler Subrhapter E of $Ae 71* as Property Code, rrs anrended, the owner or the owner's hers, successors, or rr ions Parry be eadrkd before die lwb anniversary of Me mare of M4' acquisition to repurchase or raequesl certain Inform ation r hnuf the use and any actual progress nsaele saward the use for wkich the properly wa.rrcqutred di r'urrgh eminew df,main, and the reparcAras'r pr ke wdl be Me priee the 07ly pars you In W.W acqu sffr'an. Tf you to agree to the offer being presented, pluwot sign below indicating your acceptance and return s copy to am at your oarliesl conveoiience. Onco i receive the executed letter and "semvnts documents, I will coordinate an in-house closing to complau IIla C ity's purcha,10 {fIhe casement intotcst. Ifyoa are not wiIIing k) aL ufjpt this offer, you tray ;4ubinit a counteroffer amount and the ATTACHMENT AR3 5 16t or 131 basiq for such amourpl. Yw have the right to disouss with o&ers any offer ior agreement regardbig Oic City's ae4iliddon of the subjlact property, of you muy (but are not regUirUd to) keep the offer or agreement confl&ntia3 from othco, subjc*t to tlse provisions of Chapter 552 of i110 Texas Sovorn meat Cade (the Public RL=rds Act) us it May VPIY to the City. ff you have any questions regarding this ofor, please wutxct me at 8 17-392,5166. Sincerely, ccptedBy; CITY OF FORT WORTH 14jl�q H icky Salazar Lan(I Agent EosemeRt Uoemmodts W 4 ATTACHMENT AD3-5 i62 OF 191 FoRTWORTH M arch 12, 20 i � Jerry F. Berger and Margamt. Ann Berger 2()32 McPhemn Rd. Fort Worth, TX 76140-9552 Re: City Praje-& 0 122 7, Upper and Middle Villa geCreek Senitary Sewer, Main 257, Part 2 PARCEL # 10, 13, IS & 19 Overflew CC, Tarrant County H. Little Survey, Abstract No. 930 City Of Tort Worth, Tarrant Coaaty,Texas Lot 3B, Block 6, Country Hills Estates Dear Jerry F. Berger: 'Phis letter wilt confirm our discussions with you cariceming tht norcnity of the City of Port Worth ("City"). acquiring a porlion of your property loested at 2940 McP6rson Rd., 2932 McPhersan Rd. and Qv*Mew fit., T#rmnt Comity in Tarrant County for the Upper and Middle Village Creek Sanitary Sewer, Main 257, Part 2 improvemmts. The City agrees to pay you $20,000.00 for Permanent Sawet Facility Easements tota ing 34,426 square £act, which iL� designated as Pam. els 10,13, 18 and 19 and are spexifrcally described in tho unclosed msemcsrt dmumen�a. This offer rapresmis the total amount of competraation For the Property, linq the value of any oil, gas and sulphur, but with no- surface rights retained by you for purposes of exploring, di~v 1gAng, mining, or drilling for therm on the properly to be acquired.. In addition to compensation, the; City agrees to the following: * Maintain ingress and egress across the easement during construction; * Secure any open trDnvbm with 6 fbot chain link fiance; • Provide motel c imsing plates over trenches; • Restore fencing if damaged during construc:timi; ■ Respriglrestore the easement area * Citylworkers will secure boundary.fenceFt avd gags at All limes during their use of the limed. Specifi=lly, $tn, ndary gates :rhoudd he clwed excopt during entry and exit and boundary fertces aunt ho secuxe at all tirn s, Please he ad sised that under rSubrhapfer• Fs of fhe i every FraTe:rfy Coder, as amended, the owner or the owner-'s ltdm. sreccessors, or eiwigns may fie endifed before the I e anni1p tsar), of dre date of this acquisition to repurchase or request cermin hiformafion about the rise and any arcfrrid progress awarder forvxrd the uses for which die properor was arquired through roldnearf domain. arrd Ilro repurchase price will be the p icer floe Qy pays you in this acquisidan. Im addition to the pumbase price, the City will pay for the closing cost.9 incurred in tramferring title to the property for tree by the City, If you to agree to the offer being presented, plcase siga bAow indicating your acceptunce and return a copy to me at your earliest convenience. Once 1 receive the exaeuted lektor and easements documents, I will coordiiiato an in -mouse closing to complete the City's purdww of [lie easement interest. PROPLEn H a NAqJFMENT D PA vrstoN Tee CT" OFYORT WURTH ■ %W MONROESTlsLI .SuiTS Gild " Fodtir %Vo nTu,TExAs 76101 ��ttufENi 1��3 � 16a OF 181 If you are -not willing to accept thL,; offer, you may snbmi t a counteroffer amount and the basis for ouch amount You have the right tea disr,¢ss with others any offer ar agreement regarding the ity's acquisition of the subject property, or you may (but are not required to) keels the offer or sgmement confidential $om others, subjoa to the provisions of Chapter 352 of the Toxits Goye ttment Cade (the Public Records Act) as it may apply to the City. If you have any questions regarding this offer, please camact me at 8 17-3 92-5 166, sincerft Aeccp tc� Bpi CITY OF FORTWORTH Ricky SRIRMT- L,and Agent Fnclotares: EascnterA Daoumcros W-9 !'ttf? 1 -rY MANA T;M1sNd' llLl'&8'r ENT RE'n1- j} l,it3'Y I1tyt5jUir T#xY- C7ry op FoRi WORrnSRD MO:%,Fcoc SraEaT,SU1i13 404 , YeF r WaaTn, TKXAs76ID2 . HN ENT AD3-5 164 OF 181 Sincczely, crr. Y of FORT WORTH ll;A-4A-&- C.y SEIII Lmud Agent Eftclomres. W.() Accepted By. PR!2PERTY MAlYAGEMENT ,DFPARTME 1 '- RU-ALZ9QM'm S' ) YYAQM AT7ACN{ ENT AD3.5 Tim (A YoiFraRrWfmvi"9WMoNRos,S'rRFF-.r.Sui7sdfld'FORTWORTU,TrXAR7{i102 165 OF181 PROELIR Y MANAGEMENT DEPARTMENT - MAL PROPERTY DIVIS -r;m CPI Y OF F04T WGRTQ * von MomRiDE S'rxxET, Surrfi 404 * FART WowF%4 TUNA9 T6102 P61 IACHMENT AD3-5 1106 OF 181 FORTWORTH April , 2018 CAM DEUVETMD Francisco Vargas PO BOAC 40918 Fart Worth, TX 76140 Re. City Project 01227, Upper and IMddle Vilinge Creek Sanitary Sever, Main 257, Part 2 PARCEL # 14, 16, 16A and 17 2800 McPherson Road H. Little Survey, Abtaira ct No. 930, Tsrra nt County, Texwi Dear l nuwisco Vargas; The City agrees to pay you S32,70.61 for a Pennanent Sewer Facility 1 a emcrtt of 11,464, 20,211 and 5, 248 square tees which is deRignated as Parcel 14, 16 and 17, and a Pmmanextt Access Easement of 9,973 square feet which is designated as Parcel 16A and are specifically described in the enclosed eawmeast docurneniq. This afFer represents -the total amount of coinpensatiean for the properly, less. the vaaltie oP any nil, gas and sulphw, but with no surface rights retained by you for purpaaes of exploring, ducloping, mining, or drilling for them on Oc! property to be scgvired. la addition to compensation, the City agrees to the following, + Maintain ingress and egress acmxss the casement during conAmation; * Secure any open trtmehe°s with 6 foot chain link fence; ■ Provide: metal crossing plates aver trenches; • Resprigjrestore the easement area with Coastal hayfield; Restore fencing if damaged during construction; • itylworkea s will secure boundary fences and gates at all tmxes during their use of the hard. Specifically, boundary gates should be closed except during entry and exit and boundary fences must be swum at all times primarily to prevent cattle Erom wandering off of the property said; + Pay for the closingcnats incumd'in transferring title to truss property for use by the City. The City agrees to construct a 48 Wt drivo ay approach whit cattle guard for the permanew acucss wwmunt to be axed by the City and property owner. Please be advised Mar rrrrder ffirbehapter E of the Texas PropenT Code, as amended, the owner ar the aworer's Mrs. serecessers, or amigos in -ay be eniffleft before flee Re anniversary o,j'the dgre of #his acquisNon fo repurchase or requesr cer lain information abarrf flee use and any acluaf pragres w snade to award Alta ase far jralaich the pravpe*r o, Paeas acqubwd through eminent domain, and Me re'purx hale pl*e uJill he Nte+ priiv the GO prays you in tJri,s aequi.-all n. In addition to the purchase price, the City will pery for the clehing coats iacurred in transferring title to the Property for use by die City. If you to ragmc to the offer being presented, Incase sign below indicating your acoeptance and return a ropy to me at your caarliast c:anvcniance. Dace i receive the executed letter and easements doouments, I wiI I coordipate an in-h mqe elosiatg to complete the C:ity's purchase of (lie easerraertt interest. PBQ PERTY MANAGEMENT DEPAR ENT - R g AL PoqpF RTY Myts Tnn Crrr or FORT WORTH ' 9W Mumor Snum r. N,1= 4414 * Four W0RT1[,'rI1XA,5 71$ a 48 XMCHMENT A03-5 167 or 181 If you are not wiling to accept this offer, you may submit a cuuntemfl`er amount and tho basis for nnuh nmount. You have Ilse right to discuss with others any offer ur agrom t regarding t�e City's Exquisition elf the subjecA property. or you may (but are not required to) keep the offer or agreement con6dentialfimm others, subject to the provisions of Chapter 552 of the Texas Govc=ent Code (the Public R.eeor& Act) .as it may apply to the City. If you have any questions rejordiag this offer. plowm contact mo ad 817-392- 166. Sincady, Accepted By. C= OF FORT WORTH Ricky Salmi Land Aigent Enclomes. Emctmcnt Documents -9 PROPE&U MANAGEMENT DEPARTMENT - RLA-.PROPEirry DIVISIoN THE CITY oR PoFicr Wowm + 9M Mtn -race STgger, SurrR.1U# ' FORT WURTF1,TAVAS'76142 A7TACHMENT AM-5 10 OF 181 .dw Accepted 5 CITY OF FORT WORTH 2kylazar Land Agent Enclosures: E LismimitDaum2% W4 faOURTY MANAgAKEN Aw U 6ITACHv T AB a Tager * op POINT WORT11 0 90MONI(Ou SrREKE, Siam4N•PORT ■ n GN 76 (03 159 OF 181 MANA ' - RPM. P T-mKctr�eoVl rFoxyowni +9U0 MONROILSIlW tSME&M P Fu r Wolo f,TKNM 161R C� EMEhfT AD3 5 1 fo OF 18.1 FORT WORTH .Tune 26, 2018 El �. IL DELIVERED CalvinR. &'0wendoiyn Vernon 5701 Overviow C (- Fort Worth, TX 76140-5903 Re: City Prf jcet 0 12Z7r Upper and Middle Village Creek Sanitary Sewer, Ma 257, Part 2 PARCE1, N 21 5701 Overview CL Lot 3A, Flock G, Country mills Estates Dear Calvin R. & Gwendolyn Vernon: The City agrees to pay you $15.000.00 for a Permanait Sower Facility Basement of 7,393 Huam feet, which i8 deaigmted as Parcel 21, and is slreciriudly described in tho enclosed easement document. Thi�t affer reps is the total amount of mrlperlsalion for the property, leas the value of any oil, gas and sulphur, but with no surface rights retained by ypu for purposes of exploring, developing, mining; or drilling for them tin tliu property to be, acquired. In addilicm to compensation, the City agrees to the following: a Maintain ingress and egress acraw the easement during constmotion; + Secure any open trenches with 6 foot chain link fence; . • Provide metal c:..rossing plates over tretlehes; • Rospriglrestore-the.eamm t area with Coastal hayfield; * Rc�tore fencing if damaged during conskuctir n; ■ City1 workem will secure boundary t`enees and gates at all times during their utlee of the land. Spixificaily, boundary gates should bI± clu�cd except during entry and wit and boundary fences must be secure, at all times primarily to prevent Cattle E m wandering off of the property and; * Pay fas the closing castes incurred in transferring title to the property far use by the City. ■ The City agrees to provide construction grade fencing during c:nnstruatium Pleam be advised rhal raider Subelsaprer• E of the Te ras Properry Code, as amended, the m1wer or the onwer's helm, successors, or assigim may he errs died before the 10 arrrriverwary of the dare of this arquWan fu r eprrr ehirse ur request cerfain in for madva about the use rind any actual pjwgress ,trade rowaM the rise for which the piwperly was acquired through emineipl dorrrrrrrx, -arid the rePrrr rhrv;e price ppill he the price fhe Cffy paysyorr in thht arqu sifi an. In addition to the purchase price, the City will pay for the closing CaMt 'incurred hi transferring Lid a to the property for use by the City. If you to agree to the offer being pr eaicd. please sign below indicating your acceplance and return a copy to me at your mrliesl convenience_ Once I receive the executed Iitter and easeinents dodo anis, f wiII eoordinme an in-house closing to complete the t<:ily's purchase of the easement intemst. If you are not willing to nrcpl this offer, you in ay submit a r-mnteroffer amount and the basis fbr such amount. PROPERTY MANAG9NU 'PAP'rMENT-REAL PROPFG]a DIVISION TtIKCITY OFFOPrrWoirm'900htorar01E.RFRKr,SIJIIIC404"t�ORT1 ORTH.'rAXA!;761f12 tEHl4tENTIAtI�-� 171 OF 181 You have the right to discuss with others -any offer or nreement regarding the ity's acquisition of q1u subject property, or you may (hut arc, not required to) keep the offer or agremwnt confidential from oibcrs, subject to the provisions of Chapter 552 of the Texas Government Cade (the Public Reeordg Act) as it may apply to the City. ffyau hnve any gnrsti_iim regarding tltia offer, please contact me at 8 17-319-S166, Sincerely, Accepted By: CITE' OF FORT WORTH Ricky S-ahzas Land Agent Enclosures: Easwwilf DoaamtMts -9 PROPERTY MAMA jEMEN'F D EA "1 MENT . RE . PayeFm-e ❑1 Y, W'Dri TKXMYOFFoxrWoxra0gai NM0NM0I0J-Wi.gr,SVmEAM4tFaKTWux PJRAAS'IrAIMr CHMENTAD3-5 i 172 or 181 Sincerely, Acccptcd By CITY Or. FORT WO#TI-I � Siila-zar Land wd En&Gtire Emote & Dkuna&!s 9 PROPERTY MAmAGEM§�eARTMENT.R� p- rRPaZ¥tS) qK &U HMS TAM a 'nm Cnya FoFurwk2& 908 MDnq�gRt SUIll mow_ mu&%!!■ 173 OFm1 PROP EP.tRTM T = RE A L JIHMEaXD visror� 'I-Ilit C�'rv(}k FoR7' WORvi • 900 Moo -MUH STREET. StIf r3 404 * TOWI WORTB, ]'IrXAS16IU CHMENT A03-5 7T4 OF1H1 FoRTWORTH Agreement Letter DATE- 71I312018 HAND DELVERED Jo Carole Hamming Forris Attn. Mi6dle R. Stmd 4 ION Coral Cis-. Fart Worth, TX 76126 Re. City Proj"t 01227, Upper and mid die 'Vi1 [age tsretlk Saultary Snmr, MWn 257, Part 2 PARCEL fi 25 2510 McPherson Ltd. S Llttie Survey, Abstract No. 930 Dec! Nfi-s..Streak: The City agrees to pay You $25,27a.26 fbr a Parmaneat Sewer Facility Earsermonts of 45,415 square fee( which is des'Ign sated as P=ei 25. This o6or represents the total amount of compcnsetioa for the propuly, [ass the value of any oil, gas and sulphur, but with no curb" r1gW retained by you for purirases of exploring, developing, raining, or drilling for them on the piuperty to be acquired. In .addition to compensation, the City ag oos to the following. a Maintain ingm�s and ogress acax a the oaso,neut during camtrtl stian; • Scoureany open trendies with 6 foot chain link fence; • Provide metal crossing plawe i Cover bVIO se8; Resprig/mstore the eas=ent aiea; + Restore #`caving if damaged during construction; + City/worker wild sure boundary f=ova and ga s at ail times during their use of the lid. + Fay for the closing costs 1nemTed in tnamfeni-ng title to the prop" for use by the City. Please be m1plNed fkar under Subelsapter E of the Texas Properoy Code, as amended, ilia owner or fhe otjpner'.v heirs, srwcessor+ft or assigns mqp be errtilkd lure the 1 anniversary of the dmee of flits acquisNops to repurdiase or request cerlain Information about Me rise cirri{ ur{p acturrf progress made ronwrd the use for which the praprrty w= acgp1m.d through er# laird donjahr, and the reparchase price whY be theprAce Ike My pays you In this rrequisiolam If you to agree to the uffer being presented, please sign below indicating your acceptance and return a copy to use at your earliest convenience. Onne I motive the e'xacuted letter and omomewsts documents, I will coordfaalp, dosing with Alamo Me to campleu the Civs purchase of the uawmunt lntcreM. If you am slot willing to Fiecept this oMr, ynli may submit v eouritoro#Ierammnt and the, basi3 for such amount_ You have the right to discuss with others any offer or agreemerrt regarding the, City's acquisition of the subjet t property, or you may (trot are not required tn) keep the offer or agro nrsont mnfidentiai from athuM, subject to the pmoisians of Chapter 552 of the T"as Govern mant Curie (the Public Rncardt Act) as it may apply to the City. ialMQURM—HAV s M. ,pAR'1.'Mpsl'1T_- fW LL ERmERTY DIVIsIgs — i ACHMENT AW-5 'M CrrV CW PrOW WORTH' 90 MOKKOZ ST IRET, SMIZ 4N " FORT W091'1i, TW$ Mfi D-Z If }ray have any questions regarding this offer, plom omn#act me at 817-39 5166. Siucmmiy, Accepted By, C.'f' Y OF FC ICI' WORTH 'cky Saiez Laud Agent c€osumgs Euswueat Documulls w-9 r , ACHMENT A4a3-5 Jjw CnV vF FORT WoFtTpI 1 90D ManrnoESl tau',Surrz404 6 FuRTWt%TH.TFXAs76N2 In OF 181 FORTWORTH DATE., V17/2018 Ha,xd Del.iVer-ed Deer Creek Stablas, LLC 2190 Nk Orovc Rd E. Burle n,TX760H too City Project 01227, Upper and Mlddle Winge Creek Sanitsiry Sewer, MaIu 257, Part 2 PAR EL 0 27, 31, 32, 32-TCE & 32A H. Little Survey, Aha#raet No. 930 2190 Oak Grove Road E., Tarrant County, Toni Dear Jetmifer Burk' , no City agr s W pay You $16,500. IV for a Permanent Sewer Facility Easements of 18,060 and 9X8 square feet which is designaled w Parcel 27 and 32, a Temporary Construction Easmunt of 1,950 square feet vK+hich is designated as Parcel 31-TCR and 32-TM and a Perrnanet Mums Basement of5,521 square feet. This offer represents the total amount of wmpansatiou for the property, less the value of any oil, gas and sulphur, but with no surface rights reWned by you for purposes of exploring, developing, minfng, or drilling for them on the prapiwy to be acquired. In addition to compensation, the City agreoa to tho follokwlag: i Maintain ingress srtd egtmcs across the easement during a0fl91rWt10n: Secure any open trenches with 6 foot chain link fcnca, • Provide motel crossing plates aver trenches; • restore fencing If damaged during construction; f City/workers will .secure boundary fences and gates at all Tim" during their use of the land. Specifically, boundary gates should he 1 xWwd esxcrpt during entry and exit and boundary fences must be secure at all time&.. Plenm be ad viler! final under Subehapier L of the Texas Property Code, as amended, the owner or fhb o Pvner's heirs, successors, or assigns may be enfilled before the 10 anniversary of the dale o rhLs acquisIdan to repum arse or fennel/ cerlahl fib rPratiorr oboist the use and any actual pratgress anode go Pmrd Me Ilse for Oich the property iKfAv acgrdred through eininent dory ahr, and the r eparchage price Bill be the price the CUY paps yarn In fins acgrrlaltlorr. Ifyou to agrea to the offer boing presented, ploase sign below indicating your acceptance and return a copy to me at your earl lest convenience. Once 1 receive the executed fetter and easements dar 4ments, I will cuordinate an in-house closing to complete the City's purchase of the easerent interest, If you are not willing to accept #]tin o `ar, you may submit a counteruffer amount axe the basis for such amount. You have the right to discuss wit]i others any offer -or agreerilant regarding the City's acquisition of the-sul j act property. or you may (but are not required to) keep the offer or agmment confidefltW from others, subject to lire provWorrs of Chapter' 552 of the Texas Government Cade (tile Public Records Act) as It may apply to tho City. ATTACHMENT AD3-5 177 OF 181 ffyou havc any questions.r$garding this offer, pieusc wntact me at 817-392-5166. inomry, CITY OF FORT WORTH Aor 4 'aea ezr, Moky Salazar Land ant l:gcicqulvv : Pvopomd owtoment ins mment W-9 j IL cl"A.- F -0-PEl "IAM U-F- SENT DUARTMEE' T - Rl . I... RVPI^,�I VJ�Rp A*TACFf�4 EN r AM-S THK CITY OF $ORTWORTH' 900 MORRUIL SMUT.SUl'Pad Job " FORT WORTH, TEXAS 76 01 178 OF 181 FORT WORTH INITIAL OFFER DATE: 217/2018 CERTIF 1ED NUMBER 9489009000276001669969 The Mary Katherine Arnold 'frost Attu; Betty Kirklnncl 1700 Mali Drive Burleson, TX 76028 Re: City Project 01227, Epper and Middle ViFlage Creek Sanitar�y Sewer, ll Ain 257, Part 2 PARCEL 4 36,36 TCE, 36A 1700 Marti Drive H. TAttle Survey, Abstract No. 930 Warrant County, Texas Dear N&s. Kirtland: This letter will confum our discl"Mons with you concerning the necessity of the -City of Fart Woi#h ("City') acciuHng a portion cif your properly i&ntcd nt 1700 Marti Drive in Taaaa t. County -for the Upper and Middle Village Creek &i Iary Sewer, Main 257, Part 2 imptovemenm. Due to rapid growth in the southeast part of Port Worth and the wholesale: customer Cities of Burleson and Crowley, tiddiEionaI wastewater capacity will required. This project is a parl ref tits Rnrt Worth Wastewater Program to comply with the agretmwl with Texas'Commission on Envirpamenfial Qualily to alleviate and prevent sarlifary sewer overflows and hypaws in t#rc wastewater collection system. Based upon an appraisal made by an independent appraiser, a copy of which is anclosM with this Iertesr, thr, City offers yuu $68,90.00 for a Per=ancrit Sowtr Facility Easement of 45i939 square feat, a Temponry Access Easerent of 55,652 square* fe 0,-and a Permanent Access Easement of 13,881 square feet, which are designated as Parc: 36, 36 T E and 36A are specifically descnbed in the onclosed appraisal report. The City believes that this offer rcpmsenu the total amount ofcompen.5ation for the property as determined in acenrdance with Texas IHw, lows the value of any ail, gas, and sulphtw, but -with no surface rights t'etaimd her you for purposes of exploring, developing, mining, or drilling for than on the part to be acquired. As noted, the exact location and description of the parcel is included in the -appmisal repair, prepared by Goodrich, Schechter & 4"jaws, which is anclosed with this le:ftcr under Texas Property Code Section 21.01 L 1(a). If you pa9sess-any-appraisal report(s) for the parcel or the whoie property of which the ganvel is a portim or boot, wt would appreciate receiving a copy of ttte repa t from you as required by Texas Property Code Section 21.0111(b) within !0 daYs of your receipt of this letter and its enclosures. Please be adviserlMal ander Sabchaptur E of -the Te"wrsPropeily Code, as emended, she owner or dire owiser's heirs, successors, er awrigns may be ei.rfidg(t be~fv re the 106 uAm iversasy of die Aare of this ucgidsifivu to mpurchase or request r;erlabs lrrfot7tration abrrrrl the use and anj? QetrroJpllvgrer€s made torr'ard the usefor PohF:li theproperty tvtrx acquired throtegh eeinhieny dontain, and the reparchaw price wilrt be the puce Ilse City pays you in 114is rrequisr'tivn. ATTACHMENT A03-6 -179 Or 181 AS state above, the Cityhas obtained an independent fee'apprassal. If you wi5ih tow apt the offer Lased upon tiffs appraisal, pleatie comas me as tJoon as possible so the payment prace'dure to obtain your payment may be started. In that conrication. I enclose a c opy of the, eaiscmcnl to convey the property the City needs. if you arc not willing to accept this offer, you may submit a coufntery r amouat and tha basis for such arnournt, pr orWed such smkmc is gue is r�ecei hr ,nailing Wthin 60 valerrdar- days frojn dhe dare of this lefrer, If we do net mt:eivr~ a rcapanse within 60 calendar drgpv f ore (lie elate of tIi 9 letter, the City Will have -no altemativo but ten asstune that you are npl into=md in the offer and will proceed uccardingl}. If-thc cttndiflan-of the property changes for any reason, the City shall have the right to wiilldmw this offer. If the City reaches an agrcommt wh you, i a addition to receiving the agreed upon purchase prie6, the City will pay for the expenses necexsarily incurred in transferring title to Cho Property for use by the City. Please see the -enclosed copy of the Texas Latndowner`s RilI of Rights that describes the coadettnnation proce". Also, you may wiah to visit tht following wcl site to view the recent changes to the Landowner's Bill of WghU and other landowner -rights. htxdal_pevig ernmentlprocesi.�-M.reidUrtdrow..hfil You have the nigh# to discuss with others any offer or ag =tent reg ,ding the Clty's acquisition of the subject property, or You may (but are not required to) keep dw offer or agreem=l mafrdential from uthem, subject to tine, provtsiotrs of Chapter 552 of the Texas Govermne�nt Code, as amended, (the Public Records Art) as it may apply to the, ity. Lastly, we enclose cupics or al appnd&el reports relating to your property being uoquimd thnt were prepared in the 10 years preceding the date of this. offer and produced or acquired by the City, including the appraisal on which this infer is based. If you have any questions regarding this letter, the details about the type, of facility or ittip reveurnents t6 be, built, or oonceming the purr ha.se transaction, please contact me of 517-392-5166. �incrre;ly, CITY OF FORT WCIW rH 1 i1�tfaa " Ricky 5alsatx Land Agent L3aciosures; Appraisal Report Proposed easo rent instrumcrit Texas Lunduwner's Bill of Rights -9 PttUle6 8]-Y M AJN AG F-51ENTDEPAR"I'mEN'r - REAP_ PrxtrPEREYDIViSI fir+ TrSY. CITE` CI irol0.T Wan'rrt + 900 MIONt�116 S'J'uEfT, SULT6 40d i Vane 4? iORTH, TEXAS 761 R2 ATT#OHM ENT A�3-5 l at OF 161 FORT WORTH ATTACHMENT ADM. 131 OF lal a 4a so, GRAPHIC SCALE IN FEET V Qf�F NNAYllff 1.Od.�j,'� MA7V i' �' e�C , ..tiik,v rRAN ISCO JAVER RAJAS AND sF.NNA CHAVEZ INS. W €r214077 ap-R.r. r, RROPER7y UNE PARCEL 16 ACCESS DETAIL -Asphalt Transition MCPHERSON ROAD (C UN TY ROA D NO. 10 Fence ate (Detail 41n �� heet 56) battle guard # E # FP.4NCI 'CO VAR A ALL EO 1.69 ACRES M. MO. D214086906 °° o� r O 0Et0 L ENE -_ J y / I DERMA NFN T ACCESS EA SEMEN T� 0-2290 ACRES (9,g73 S.F.) 1 FRANCISCO VAR AS AND MA R`IA ,INEZ VARGAS CALLED 4.3 ACRES INS, NO. DV3280594 0. P.R. T. C, T. LINE TABLE UNE N 01RECTI N LENM Li $$7"52'61"W 23.W L2 I N1W44'04'E I 2MV PDINrOF 1cPherson Rd BEGINNING r MUND 48 J•t UVE 1 I J I rn MICNA& J SARTOSII ANO Jfklt NA 6ARTOSH "U 'TRACT 1" i v0£- r,35o, pe, 64 P r G P IRON RIFF e1 q%r,, PROPERTY LONE ATTACHMENT A03-1 Appendix GC — 4.02 Subsurface & Physical Conditions (e®technlcal Report, CMJ Engineering) GEOTECHNICAL ENGINEERING STUDY SANITARY SEWER M-257 VILLAGE CREEK PARALLEL RELIEF MAIN PART 2 FORT WORTH, TEXAS Presented To: Alan Plummer Associates, Inc. March 2010 PROJECT NO. 425-09-18 7636 Pebble Drive ENGINEERING, INC. FaKtWurd,67eaas76118 vcmi www.cmjeagr.eam March 3, 2010 Report No. 425-09-18 Alan Plummer Associates, Inc 1320 S University Drive, Suite 300 Fort Worth, Texas 76107-5764 Attn: Mr, Clete R. Martin, R.E. GEOTECHNICAL ENGINEERING STUDY SANITARY SEWER M-257 VILLAGE CREEK PARALLEL RELIEF MAIN PART 2 FORT WORTH, TEXAS Dear Mr. Martin: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 08-2320ENG dated February 15, 2008. The geotechnical services were authorized on June 12, 2009 by Mr. Clete R. Martin, P,E. of Alan Plummer Associates, Inc. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Alan Plummer Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time Respectfully submitted, CMJ ENGINEERING, INC. Tsxn$ FIRM REC,187RATION No. F-9177 U Jame P. Sappington IV, P E Projec Engineer Texas No. 97402 copies submitted: (3) Mr Clete R Martin, P.E ; Alan Plummer Associates, Inc Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS fAge 1.0 INTRODUCTION------ - -------- — --- ------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING--------- -----------2 3.0 SUBSURFACE CONDITIONS— -------------- ---3 4.0 FOUNDATION RECOMMENDATIONS 6 5.0 BELOW GRADE WALL RECOMMENDATIONS-- - -5 6. D TRENCH 1 BORE EXCAVATIONS ------------------------------- —10 7.0 ADDITIONAL DESIGN CONSIDERATIONS----------- -- - --15 8.0 SEISMIC CONSIDERATIONS------- ------------------------- --15 9.0 EARTHWORK — --------- 16 10.0 CONSTRUCTION OBSERVATIONS --18 11.0 REPORT CLOSURE-------------_— M__--_-- __________- _...-.._._ig APPENDIX A Plate Plan of BoringsA.1A, A.1B Unified Soil Classification System ---------- ------ — ------------K2 Key to Classification and Symbols ------ ------------- — A.3 Loge of Borings---_—A.4—A.21 0 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for a proposed 27,000-linear foot M-257 sanitary sewer relief line in Fort Worth, Texas The proposed sewer line typically parallels the existing M-257 line, extending from the M-423 sanitary sewer junction (southeast of Rendon Road at Shelby Road) southward to the Southern Oaks Golf Course The proposed depth of the line typically varies from on the order of 20 to 30 feet or less. The approximate locations of exploration borings are illustrated on Plates A,1A and A.1B, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop comments on general excavation To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations andlor elevations of the structure could change, The recommendations contained in this report are based on data supplied by Alan Plummer Associates, Inc.. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 11, All plates and large tables are contained in Appendix A The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur Report No. 425.49-16 CMJ ENGINEERING, INC. i t Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by eighteen (18) vertical soil borings drilled to depths ranging from 30 to 50 feet. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1A and A.1B. The boring logs are included on Plates AA through A.21 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A..3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection_ The tube is pushed into the soil by the hydraulic pulldown of the drilling rig.. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 025 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4,5{_ Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split -barrel (split -spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split -spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. Report No. 425-09-18 2 CM) ENGINEERING, INC. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches, This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches an the log. In hard materials (rack or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Groundwater observations during and after completion of the borings are shown on the upper right of the boring log, Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping.. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing the No. 200 sieve), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Sol] Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate, Report No.. 425-09-18 CM) ENGINEMNG. ZINC. 0 r Fill materials are noted in Boring B-6 to a depth of 4 feet, consisting of brown and gray sandy clay containing gravel and limestone fragments. Natural overburden soils consist of various brown, light brown, dark brown reddish brown, dark reddish brown, light reddish brown, and gray silty sandy clays, sandy clays, clayey sands, silty clays, and sandy silty clays. These soils often contain gravel. Tan sands and clayey sands are present in reaches within the overburden soils in Borings B-12, and B-15 through B-17 at depths of 2 to 15 feet. These sand strata often contain gravel and range in thickness from 2% to 5 feet and are loose to medium dense, with Standard Penetration (N) values of 6 to 28 blows per foot of penetration.. The soils encountered had tested Liquid Limits (LL) of 19 to 58 with Plasticity Indices (PI) of 8 to 37, and classify as SC, CL and CH according to the USCS. Tested unit weight and unconfined compressive strength values range from 105 to 130 pcf and 970 to 6,220 psf, respectively. Select strength tests reflect more granular materials. Tan limestone is next present in Borings B-1, B-6 through B-13, B-17 and B-18 at depths of 5 to 13 feet. These tan limestones range in thickness from 1 to 6 feet and are generally soft: to hard (rock basis), with Texas Cone Penetrometer (THD) values of 1 to 5 inches per 100 hammer blows. Clay seams are often present within the tan limestone, Gray limestone is next present in all borings at depths of 10 to 18Y2 feet. The gray limestone encountered typically contains shale seams and is soft to very hard (rock basis), with THD test values ranging from % to 6'/ inches per 100 blows. The vast preponderance of the gray limestone is hard to very hard, with average THD values between 1 and 2 inches of penetration. Gray shale is present within the gray limestone in Borings B-6 through B-8 at depths of 21% to 25 feet and below the gray limestone in Boring B-9 at 34 feet. This gray shale is soft (rock basis), with THD values of 5% to 7% inches per 100 blows. 3.2 Ground -water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling.. Ground water seepage was encountered during drilling in Borings B-1, B-4, B-5, B- 8, B-14, B-15, 8-17, and B-18 at depths of 7 to 16 feet, Water levels of 5 to 17 feet were measured at completion in these same borings, except Boring 8-17, which was dry at completion. The remaining borings were dry during drilling and dry at completion of drilling operations. Table 3.2-1 summarizes water level data. Report No.. 425-09-18 CMj ENGINEERING, INC 4 While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground -water conditions will vary with fluctuations in rainfall_ Seepage near the observed levels should be anticipated throughout the year.. Fluctuations of the ground -water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Water may perch atop the limestones, or may be encountered in the more permeable sands or sand seams within the clays, TABLE 3.2.1 Ground -Water Observations Boring No. Seepage During Grilling (ft.) Water at Completion (ft.) B-1 13 11 B-2 Dry Dry B-3 Dry pry B-4 10 9 B-5 8 13 B-6 Dry Dry B-7 Dry Dry B-8 10 17 B-9 Dry Dry B-10 Dry Dry B-1 1 D, y Dry B-12 Dry Dry 13-13 Dry Dry 13 12% 16 13%z E Dry Dry 12 Dry 7 5 Due to the variable subsurface conditions; Iona -term observations would be necessary to more accurately evaluate the ground -water level. Such observations would require installation of piezometer or observation wells which are sealed to prevent the influence of surface water.. Report No. 425-09-18 CMJ ENGINEERING, INC 5 0 4.0 FOUNUATI©N RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structures related to the sewer line Qunction boxes and manholes). First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structures, total and differential vertical movements must be within tolerable limits. 4.2 Mat Foundations 4.2.1 Foundation ©qsi n Criteria A reinforced concrete mattslab foundation may be used to support structural loads for the various sewer line structures Mat foundations may be founded within natural soils or limestone.. Matislab foundations placed at least 8 feet below existing grade may be designed for an allowable bearing capacity of 3 0 ksf with a factory of safety equal to 3. The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water table. For purposes of hydrostatic uplift design we recommend a ground -water level at the surface.. Excavation for the construction of the structures should incorporate a dewatering plan to keep the excavation free of excess water. In addition, the water table should be lowered to a depth of 2 feet below the excavation bottom to prevent sandy soils from becoming a "quick' condition.. Depending on the time of year and the general weather conditions, the excavation and placement of the maVsfab foundation may be in a saturated soil condition if the construction occurs in a wet condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of bearing materials become important Due to the great variability of moisture condition, the presence of excess moisture in soils cannot be predicted.. In addition, the limestone present below 5- to iG-foot depths is predominately hard to very (hard, and will require heavy duty equipment for excavation. Mat foundations proportioned for this value should experience a total settlement of 3/ inch or less, and a differential settlement of Y2 inch or less, after construction. Report No. 425-09-18 CMJ ENGINEERING -INC 6 4.2.2 S readlMat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: a Identification of bearing material U Adequate penetration of the foundation excavation into the bearing layer 0 The base and sides of the excavation are clean of loose cuttings If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material.. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface- If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel - The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. Report No. 42"9-15 CMj ENGINEERING, INC. 7 5.0 BELOW GRADE WALL RECOMMENDATIONS 5.1 Lateral Earth Pressure 5.1_.1_ General The below -grade walls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground -water table.. 5.1.2 Equivalent Fluid Pressures Lateral earth pressures on the below -grade walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall.. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 5.1.2-1 for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. A ground -water level at the finished grade elevation should be used for design of the below grade structures. Pressures are provided for at -rest earth pressure conditions. In order to allow for an active condition the top of the wall(s) must deflect on the order of 0A percent. TABLE 5.1.2-1 Lateral Earth Pressures At -Rest Equivalent Fluid pressure 6acKfill Material (pcf) Drained Undrrained Excavated on -site clay or clay fill 100 110 material Select fill, flowable fill, or on -site soils meeting material 65 90 specifications Free draining granular backfill 50 90 material For the select fill or free draining granular backfill, these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower Report No. 425-09-1 H CMI ENGINEEAINc..INC. 8 backfill widths of granular or select fill soils, the equivalent fluid pressures for the on -site soils should be used.. 5.1.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case -by -ease basis. This is not included in the scope of this study. These services can be provided as additional services upon request. 5.2 Wall Backfill Material Requirements On -Site Clay Backfill: For wall backfill areas with site -excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor density. Select Fill Backfill: All wall select backfill should consist of clayey sand and/or sandy clay material with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor density. Flowable Backfill: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Report No.42"9-1S cMJ ENGINELWNG, INC. 9 I Free Draining Granular Backfill: All free draining granular wall backfill material should be a crushed stone, sandlgravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve.. The minus No.. 40 sieve material should be non -plastic.. Granular wall backfill should not be water jetted during installation. 5.3 Below -Grade Drainage Requirements In order to achieve the 'drained" condition for lateral earth pressure for low -permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocornposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or to the sump/pump system. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines.. Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request_ 5.4 Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system is provided, the below - grade structure should be designed to withstand full hydrostatic pressure below the ground -water table (undrained condition).. We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 PGf- 6.0 TRENCH I BORE EXCAVATIONS 6,9 .Expected Subsurface Conditions The overburden soils encountered in the borings can be excavated using conventional earthwork equipment.. Alluvial overburden soils are present in select borings, typically with zones of ground- water seepage. Section 6.3 addresses excavation dewatering considerations. In Borings B-4 through B-11, the proposed sewer line will be located either partially or fully within natural, intact, and massive tan or gray limestone. These "rock" materials will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Report No. 425-09-18 CMJ HNGiN_FkRING, INC 10 Overexcavation may result from large blocks or chunks breaking along either clay or shale seams beyond the planned excavation,. 6.2 Open Cut The overburden soils present in the excavation may be subject to caving and sloughing and must be sloped or braced in the interest of safety, If sufficient space is available (in relation to any adjacent structures) to provide a stable slope, an open cut can be used. Refer to current OSHA 29 CFR Standards for recommended parameters for use in the design of braced or sloped excavations. If sufficient clearance is not available, then a braced excavation will most likely be required.. The appropriate bracing system or shield should be selected by the contractor, and should be configured to withstand the expected lateral earth pressures, and hydrostatic pressures if ground water is present. Trench shoring should be used for excavation to support open cuts located where existing utilities are within a zone extending from the base of the excavation upward at a 1 H:1V slope. Surcharge loads, such as those resulting from excavation spoils and/or equipment, should be placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations. All vehicle traffic should be prohibited from at least five feet of the crest of the excavation. Excavations should take into account any utilities to avoid undermining these features.. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation.. 2. Heavy material stockpiles should not be placed near the crest of slopes., Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3. The crest of slopes should be continualiy monitored for evidence of movement or potential problems. Freestanding slopes will become less stable than influenced by ground water or saturation by rain.. Report No. 425-09-18 CMJ ENGINEMNG,INC. 11 6.3 Trench I more Pit Dewatedng As discussed in Section 3.2, Ground-waterObservations, groundwater conditions can vary with seasonal fluctuations in rainfall. In the case that ground -water is encountered, controlling the ground -water is essential to construction of the sewer line, Failure to control any encountered ground -water could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement and pipe deflections after backfilling.. Ground -water levels should be maintained at least two feet below the bases of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations,. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled.. It is likely that seepage may be controlled by means of collection ditches, sumps, and pumping, However, in the event that water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility, 6.4 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural clays, but soft conditions may occur where ground -water is present, as should be expected in select locations., Unstable trench bottoms are considered to be unsuitable for support of the pipe. In any areas where unsuitable bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: W Under -cut to a suitable bearing subgrade and replace with a structural compacted fill. The over -excavation should extend laterally a distance of at least I foot beyond the edges of the pipe, and then at least 1 foot laterally for every 15 feet of fill required beneath the pipe. The over -excavation backfill should be completely surrounded with a geotextile consisting of Mirafi 140N, Amoco ProPex 4545, or equivalent.. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer_ The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D 4253 and D 4264. 6.6 Excavation Considerations If open trench cuts are performed within 1..25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this Report No.. 425-09-18 CMJ ENCINEMNG, INC. 12 distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing structures. A pre -construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.6 Trench Baclltfill Pipe embedment should be a coarse -grained cohesionless material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the trench backfill.. Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials.. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum fl- inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. In order to reduce the potential for erosion, cement stabilized sands or flowable concrete can also be considered where the pipe exits slopes associated with drainage swales, and will not require compaction after placement.. Report No. 42"9-18 CMJ ENGINFERING.INC. 13 0 6.7 Trench Back ill Settlannent Settlement of the backfill soils should be anticipated.. It is anticipated that properly compacted on - site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over -built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over -built by one foot and sloped down to match grade at the edge of the excavation_ 6.8 Provisions to reduce Bacirfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement.. All trench back€illing in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer.. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moistureldensity of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction_ Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement, where Class 1 and Class 2 crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material. 6.8 Bore/Tunnel Considerations Ground -water will likely seep into boreltunnel excavations, and should be anticipated.. Joints or sand seams/layers in the clays can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the boreltunnel excavation and result in ground subsidence. Proper de -watering, as discussed above, is imperative for excavation stability. Report No, 425-09-18 CMJ ENGINMUNc, INC 14 7.0 ADDITIONAL DESIGN CONSIDERATIONS The following information has been assimilated after examination of numerous projects constructed in active soils throughout the area. It is presented here for your convenience. If these features are incorporated in the overall design of the project, the performance of the structure should be improved_ It is recommended that any step-down, below grade walls, etc.. be provided with suitable dewatering devices to reduce accumulated water. Special consideration should be given to completion items outside the building area, such as stairs, sidewalks, signs, etc. They should be adequately designed to sustain the potential vertical movements mentioned in the report.. ® Roof drainage should be collected by a system of gutters and downspouts and transmitted away from the structure where the water can drain away without entering the building subgrade, • Sidewalks should not be structurally connected to the building pad. They should be sloped away from the building so that water will drain away from the structure.. • Every attempt should be made to limit the extreme wetting or drying of the subsurface soils since swelling and shrinkage will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from the foundation should be provided to carry off the run-off water both during and after construction. • Backfill for utility lines or along the perimeter beams should consist of on -site material so that they will be stable, If the bacicfiii is too dense or too dry, swelling may foram a mound along the ditch line.. If the backfill is too loose or too wet, settlement may form a sink along the ditch line.. Either case is undesirable since several inches of movement is possible and floor cracks are likely to result. The soils should be processed using the previously discussed compaction criteria. It is recommended that perimeter vegetation be placed 5+ feet away from the building.. Any excavations for vegetation also should have their base sloped down and away from the building.. • Irrigation systems should not be placed adjacent to the building or a perimeter sidewalk.. Main piping should be outside these areas and should spray toward vegetation toward the building. o The floor slab placed at or below existing grades should be provided with a moisture barrier in order to prevent wet spots. 8.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the boring for the above referenced project the IBC-2006 site classification is TYPE C for seismic evaluation. Report No. 425-09-18 15 CMJ ENGINUMNG, INC. I 9.0 EARTHWORK 9.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds, The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of B inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill.. %2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift, Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The on -site soils are suitable for use in general site grading. Excavated limestone and spoils from excavations may be used for site grading and general fill, provided 50 percent of the crushed material passes the No. 4 sieve and no particles are greater than 4 inches in maximum dimension. Imported fill material should be clean soil with a Liquid Limit less than 50 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris.. Soil fill material should be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM rJ 698, Standard Proctor. In conjunction with the compacting operation., the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to -r5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more Report No.. 425-09-13 CMj ENGINEMUNG, INC. 16 narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each IM should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 9.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Height (ft.) Horizontal to Vertical 0-3 1.1 3-6 2:1 6-9 3:1 > 9 d:1 Report No, 425-08-18 17 CMJ ENMNEM"G, INC, The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides.. 9.4 Acceptance of Imported pill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site.. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 9.5 Soil Corrosion potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive.. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 9.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 10.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings, However, quite often during construction anomalies in the subsurface conditions are revealed.. r Therefore, it is recommended that CM.I Engineering, Inc.. be retained to observe earthwork and Report No, 425-09-18 CMJ ENGINEERING, INC.. 18 foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project.. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 11.0 REPORT CLOSURE The borings for this study were selected by Alan Plummer and Associates, Inc. and staked by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination., The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our held representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratu^n on which the full range of laboratory soil classification: tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been Report Na.. 426-09-18 C U ENG1NEFiR Nr_ INc 19 made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits.. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project.. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed.. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse.. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular, project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. Report No. 425-09-IB CMJ ENGINEERING. INC. 20 The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc.. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc.. are responsibilities of the contractor.. This report has been prepared for the exclusive use of Alan Plummer and Associates, Inc.. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the some or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 425-09-18 21 CMJ %NG1NEER[NG, INC. i S 3 v� P OQ LEGEND: Sorinq Location — — " — Sanitary Sewer CoU Hitt o l000 2000 Approximate Scale PLAN OF BORINGS 1YA ENGrfWERi1*IG,1NC, SANITARY SEWER M-257 PLATE VILLAGE CREEK PARALLEL RELIEF MAIN A. 1A FORT WORTH, TEXAS CMJ PROJECT No. 425-0948 J y + 1 B-10\ �B.-�12 B-13 z 8-14 �,�ptig� 4 5 Sao f B-15 B-16 j o B-17 O�R��SQ B-18 r LEGEND. Bar;ng Lacat+on Sanitary Sewer o 1000 2000 Approximate Scale PLAN OF 13ORINGS I�N— GrNEEMNO, TNC SANITARY SEWER M-257 PLATE VILLAGE CREEK PARALLEL RELIEF MAIN A.1B CMJ PROJECT No. 425-09-I8 FORT WORTH, TEXAS Major Divisions Grp Typical Names Laboratory Classification Criterla Well -graded gravels, gravel- D60 tDso>� �, GW sand mixtures, little or no y C„= ----- greater than 4: C� between t and 3 t>6 p fines N D10 Duo x DOD �cco o mEll Poorly graded gravels, gravel ro E N m a) i ] y GP sand mixtures, little or no u) y Not meeting all gradation requirements for GW m N m fines Li '4 CCU � W C7 C`1 Liquid and Plastic limits q Liquid and plastic limits 04 0 Z S N �, 0) o Silty gravels, gravel -sand -slit cn? N o = ,C m GM mixtures �; w ;?� below "A" line or P.I. than 4 plotting in hatched zone Z �, ? greater between 4 and 7 are Liquid and Plastic limits kv _r_ ti `"" o 4 m } 2 Clayey gravels, gravel -sand- C : " borderline cases requiring use of dual o o M 0 a GC clay mixtures m � C above ' A' line with P 1 symbols ¢ greater than 7 c E« =L' w Well -graded sands, gravelly °4 D, E a � SW sands, little or no fines 7 m m C I) greater than 6. C�= ---�-- between 1 and 3 �v D x ,(, DrO U E io (4 ai a- � o 0 0) m Poorly graded sands; in �` ,E U SP gravelly sands, little or no Not meeting all gradation requirements for SW r_ Nd3 fines y m� C E "- ld M [E• O o O W 0 04 u7 — Iv 6 a oe Q Silty sands, sand -silt M c °' Liquid and Plastic limits o ° c o SM mixtures = m -- cv below "A" line or P.I less Liquid and plastic limits = s a_ c o Than 4 plotting between 4 and 7 »r D c a o 42 u-) are borderline cases - - - Liquid and Plastic limits requiring use of dual 2 o n SC Clayey sands, sand -clay , above "A" line with P I symbols 2 CL mixtures U greater than 7 Inorganic silts and very fine sands, rock flour, silty or ML clayey fine sands, or clayey 9) CO silts with slight plasticity 6 Inorganic clays of low to w m medium plasticity, gravelly o CL clays, sandy clays, silty clays, 5 (V = and lean clays o Z � OL Organic silts and organic silty 4 clays of low plasticity X o `m c N Ai — 3 (0 Inorganic silts, micaceous or MH diatomaceous fine sandy or a silty soils, elastic silts LL N L o m CH Inorganic clays of high plasticity, fat clays w E m to 4 0 0 CH 0 + OH al d MH CL MLa (IOL 2 a- OH Organic clays or medium to 0 10 20 30 40 so 60 70 80 90 100 high plasticity, organic silts Liquid Limit 0 ,to Peat and other highly organic Plasticity Chart s o Pt soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 2 a- OH Organic clays or medium to 0 10 20 30 40 so 60 70 80 90 100 high plasticity, organic silts Liquid Limit 0 ,to Peat and other highly organic Plasticity Chart s o Pt soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROOK TYPES ® , GRAVEL LEAN CLAY LIMESTONE SANS] o o SANDY _ SHALE SILT SILTY �. SANDSTONE CLAYEY HIGHLY PLASTIC CLAY CONGLOMERATE Shelby Tube Auger Split Spoon Rock Care Cone Pen No Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained SOIIs (More than 50% Passing No. 200 Sieve) Descriptive item Penetrometer Reading, (tsp soft 0 0 to 1 0 Firm 10 to 1.5 Stiff 1 5 to 3 0 Very Stiff 3 0 to 4 5 Hard 4 5+ Coarse Grained S01IS (Mare than 50% Retained on No 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 1.00se 20 to 40% 10 to 30 Medium {dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF DOCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials and iron oxide are common cementing materials Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No 428-09-18 Burin No Boring B-I Project L.1V1) 1llVlLlYl,11i4flYla LYI . l Sanitary Sewer Ril Z87 Village Creek Parallel Relief Ruin, Part 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Seepage at TY dwing drilling; water at 1V at completion Completion Depth 40.0' 1 Completion Date 1 23-09 ca o E E Surface Elevation Type 13-3 4, tart/ CFA o W o`.5 � � � LL Ci m I.; 0 � n 'yyw [6 IL b �_ L7 E a� + f R E a� >1 t6 p0 a ' CD -a C U DA �Nc � 85 G O 0 :56a Stratum Description 5 1 1 2 2 3 3 SIM SANDY Cl AY. brown very stiff 3.5 3.0 4.0 4.0 4.5+ 4.5+ 2.5 1.75 1� „ 10011" 00/0.26 0010.25' 100/0.5" 19 20 19 SANDY GI AY brown, w/ calcareous nodules, very stiff to hard -light brown below 6' -stiff below 9' -W limestone seams below 13' 40 15 24 17 17 15 119 2770 29 12 17 16 20 LMli Qa tan lIME.ST.O�t4 gray, w! shale seams, hard to very hard LOG OF BORING NO. B-I PLATE A-4 Project No. - I Boring No. 425-09-18 B-2 Project Sanitw y Seaver M-257 k..LVJ) f3NGINBIMING INC. Village Creek Parallel Relief Main Part 2 a Fort Worth, Texas Location See Plate Al Water Observations Cry during drilling; dry at completion Completion Depth 3().W Completion Date ,� � 09 u t o o E m m Surface Elevation Type CME-55, wl CFA W a: C1 g Om� maH o w 1�6m LL[A a'1; M,J fir itJ 0 M5 o 00 nC1 u c,Op =3..A c Ei F c Op DUEl,. Stratum [description 5 1 1 2 2 CLAYEY SAND, brown and reddish brown, wl gravel 3.75 17 3.5 24 10 66NDY,CLAY, reddish brown wl ironstone nodules,stiff -very stiff to hard below r -wl gray 7 to 13' -light brown, wl gravel below 13' 2.5 14 2.5 17 113 1710 2.25 17 4.5+ 48 17 31 19 3.75 18 4.25 18 L�k'�7F_STONE, gray, wl shale seams, moderately hard to hard 1 Q[J12.5" 19U11.5" 10011.5" LOG OF BORING NO. H-2 PLATE A.5 � .�YffENGINHHRING INC Project No Boring No. Project Sanitary Sewer M 25! 42"9-18 B-3 Village Creek Parallel Relief Maim, Part 2 - Fort Worth, Texas Location Water Observations See Plate Al Cry during drilling; dry at completion Completion Completion Depth 5�.0• Date �� Surface Elevation Type CME-v, wl CEA m -0 QD CL 7. p O o lF ❑ CO Stratum Description p >l . o o 3 z 7 o U C� �7 O'" m:t W m NC �pj OL U 7 1]i U N rGo_i- W m Er i-65 JJ W l= aJ W 'G 0 0 C a C Mo D:9 :C O p DU0. CLAM SAND / SANDY CLAY, brown and dark 3.75 20 reddish brown, stiff to very stiff 2.25 15 CLAYEY SANIO, light reddish brown w/ ironstone 1.0 18 nodules 1.0 20 SANDY CLAY light reddish brown and light brown, 3.0 18 5 wl ironstone nodules, very stiff to hard 4.25 17 4.5+ 44 16 28 17 117 5650 1 -wf gravel below 13 5' 4.5+ 13 15- LIMESTONE, gray, w/ shale seams, moderately hard g0/3.75 2 00/2.25 25 10012" a N F P U R m G'J z K O a LOG OF BORING NO. B-3 PLATE A.6 Project No. 42549-18 Boring Na. B-4 t—NIJ srrGna$sRTINc nvC Project Sanitary S@1NeP M-267 Village Creek Parallel Relief Main Part 2 a Port Worth, Texas Location See Plate A..1 Water Observations Seepage at 10' during drilling; water at 7 at completion Completion Depth 40.0' Completion Date 1228_09 r SZ o T M U Surface Elevation Type GME-M, W/ CFA LU a: (3 a m pC nQCo matt 0 0 asn a E Jz �E d� �� a.s as 0 � �� 5� CLL a oo aUa Stratum Description 5 1 1 2 2 3 BANOY CLAY, reddish brown, wl ironstone nodules, stiff 2.0 21 2,0 21 QLAM Nt], light reddish brown, w/ ironstone nodules 3.0 18 109 1640 3.0 46 21 13 8 11 2.26 11 SANDY CLAY, light brown, w/ gravel, stiff to very Stiff 4.25 S 2.5 17 LEMEMNE, gray, w/ shale seams moderately hard to hard 0013.25' 0012.25' MI.75' 100ir 10012" 1 fl013.5" LOG OF BORING NO. B-4 PLATE A. C Project No Boring No. 42M9-18 B-5 �" LNGII�iiRi�TG IN - Project Sanitary Sewer M-257 Milage Creek Parallel Relief Main Part 2 - Fort Worth Texas Location See Plate A.7 Water Observations Seepage at 9' during drilling; water at 13' at completion Completion Depth 40.0' Completion Date 12-28-09 L o E Surface Elevation Type CME-65, wl CFA O.G o 3� rr LL � � c U O M 6 x m0.F- $ N Z ai lL m (L[A a „ 6 RI.a v f4 1= 0-J g LL ; x m C3 GO $ 0 0 C 0.5 M0 � CLL 'a 2 C b tl aU6. Stratum Descriptiono U LLI [K 5 1 1 7 2 2 3 fiNDY CLAY, light reddish brown, wJ ironstone nodules, stiff to very stiff 2.5 2.5 3,0 3.0 3.75 3.0 1.0 10013,25' 10011.5" 100/1.5" 4011.25' 0012.25' 15 49 22 27 25 21 17 14 CLAYEY SANG, light brown, wl gravel 14 117 990 19 10 9 18 LIIWESYONI�, gray wl shale seams and layers moderately hard to hard - LOG of BORING No. B-5 PLATE A.8 7 Project No 42"9-18 Boring No, B-6 Project Sanitary Sewer M-257 �_JVJJ ENGINEERING INC. Village Creels Parallel Relief Main, Part 2 - Fort Worth, Texas Location See Plate Al Water Observations Dry during drilling; dry at completion Completion Depth 45.0' Completion Date 1-13-10 ILL a n o 'E m R Surface Elevation Type CM -56, wl CFA � W � ao�� � ; mo mm � $.E o �Ot= � �m '�o m � 1a� DO `L � ; A� c vu � li coaEa o0 Stratum Description 5 1 1 2 [25-- 3 4 SANDY CLAY, brown and gray, w1 gravel and crushed limestone fragments, stiff to hard (fill) 2.75 16 4_5+ 15 4.5+ 37 15 22 13 4.5+ 12 AMDY CLAY, light reddish brown wl gravel and ironstone nodules, hard 4.5+ 10 4.5+ 101 128 1300 LIMESTONE, tan, wl clay seams, hard Q011.75 I..IMESTONE gray, wl shale seams, hard w/ 6- to 12-inch thick shale seams below 17' 0011.25' 00M .75' 00l1.25 — &9LL F gray, soft — —1 0016.75 0016.25' LIMESTONE, gray very hard — — — — — — — — — — 10010.5" LOG OF BORING NO. B-6 PLATE. A.9 CAS HNGWM'UMr. ttac Project No. Boring No. Project Sanitary Sewer M-257 428-09-18 B-7 Villa a Creek Parallel Relief Main, Part 2 - Fort Worth, 'Texas Location Water Observations See Plate A.1 Dry during drilling, dry at completion Completion Completion Depth 48.0• Date 1-73-10 Surface Elevation Type CME-59, wl CPA LI G E p C 0 O o ai If.. •p O o Stratum Description o � � z � � � E g la o LL � .0 LU 0= tr im— F:' acn JJ a. i ao 20 �[�a SILTY CLAY, brown, stiff to very stiff 3.5 20 3.25 18 2.75 19 105 1810 2.5 21 Alm GU1Y, dark brown, w/ calcareous nodules 3.5 50 20 30 23 S and occasional gravel, stiff to very stiff 2.5 23 LIMESTONE, tan w/ occasional clay seams hard 100/1" 1 UMESTOME, gray, w/ shale seams hard 100/1.5" 1 - w! 4-inch to 1 54bot thick shale seams and layers below 18' 14011" z — — SHALE, gray, soft 2 — — — -- 100/7" 3 -_— 0016.26' 3 a — n LIMESTONE gray, w/ shale seams hard U a 100/1.5" c? a5 — — — — — — — — — — — — 9 a 0 2 iX O en o J LOG OF BORING NO_ B-7 PLATE A.� q Project No. Baring No. 425-09-18 Project SSanitarySanitarySewer M-257 Llr/j ENLUNEEMNG INC Village Creel:; Parallel Relief Main, Part 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Seepage at 10' during drilling, water at 17' at completion Completion Depth 45.0' 1 Completion Date 143-10 LL E CL ECJl Cn Surface Elevation Type CIiAF-55, w! CFA LU Ct' C'� OC M� �a.H O z y } m.� CLro .� = O' N � rt-J 7qV SiN ro Q. � C O O s0 ♦� U e 6 :53 G a Upp Q C C O O =30CL Stratum DescriptionW/ 5 1 1 2 2 30 3 SILTY SANDY CLAY brown and dark brown, stiff to very stiff 2.5 19 3.5 21 SANDY CLAY, brown, w/ gravel, very stiff to hard -grades light brown below 5' -w/ ironstone nodules and increased gravel below 8` 4.5+ 18 4.5t 14 4.5t 15 3.75 25 13 12 1.4 4.5+ 11 130 1290 - LIMESTONE, tan - LIMESTONE, gray, wl occaslonal shale seams, ha rd -wl 1- to 8-inch thick shale seams soft below 17' 00/1.75 00/6.25 — 00/6.25 SHALE, gray, soft 100/7.5" 00/6,75 .0015.7 LIMESTONE, gray, heard 100/1.5" LL030FBORINGNo. B-8 PLATE A.11 �M E�1CIIVEERINC IIVC Project No. Boring No. 425-09-18 ®-9 Prof Sanitary Sewer M-257 --- V114a Creek Parallel Relief Main Part 2 m Fort Worth, Texas Location See Plate A.1 water Observations Dry during drilling; dry at completion Completion Depth .o, Completion Date 144-10 Surface Elevation Type CME-0, wr CFA W � Lr � � o4aF �a is v7 f z �� a� ri13 a. c oo MO �� a- V Iva ;'oo �Ua N Stratum Descriptiono 5 1 1 2 2 3 3 SILTY SANDY CLAY, dark brown, very stiff to hand 4.5+ 17 3.75 17 3.0 29 15 14 17 2.25 17 SANDY CLAY brown, wl gravel, stiff 1.75 17 116 1930 LIMESTONE. tan, w/ Clay seams softto moderately hard w/ 4- to 8-inch thick day seams below 8' — - 10015" UME Tom, gray, wl occasional shale seams, moderately hard to very hard -wl6- to 8-inch thick shale seams below 24' 10010.51, 10013.5" 10M.76 10014.5" -- -- —� ;jHAgray, soft — — — — — — — — — — -------....._.._......— 1001G" LOG OF 13ORING NO. B_9 PLATE A.12 Frojcot hlo. 426-09-18 Boring Na. B-10 l iY1J hNLA v Project Sanitary SewerIRA-257 Village Creek parallel Relief Main, Part 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 35.0, Completion bate 144-10 .c a o '� m Surface Elevation Type CNIi=-55, wl CFA o W a n�� C a p) 2(D(0 mat o N �. 29 cam � 7- ul :3 mE a UN !.0 � �� 0-0 n-J c lei. c UCO� �G 1 :3Ua Stratum Description 5 1 1 2 25 3 3 SANDY CLAY reddish brown stiff to hard -light reddish brown, w1 ironstone nodules below 4' 4.5+ 14 1.5 10 4.5+ 16 4.0 38 17 21 17 4.5+ 16 115 4070 1.5 15 Lam, tan, w1 clay seams, hard 0011.75' LIMESTONE, gray, wl shale seams, moderately hard to hard -wJ increased shale seams below 24' ---------------.. — — — — — IWO 001125' 100111, 10011" 0014.75' LOG OF BORING NO. B40 PLATE A.13 Project No. 42"9A18 Boring No. B-11 Project Sanitary Sewer M 2ay %,_svlJ V-JIla a Cmk Parallel Belief Main, Part 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Dry daring drilling; dry at completion Completion Depth 35.01 1 Completion Dale 1-14-10 ❑ m Surface Elevation Type CME-M, w/ CFA . W Ci o ro LLw C� O N� r>aa.F- b s- m a S 1UUllf .� 0.N o 3� �� J.J v� U---; ro E 0.J � ; m tO� � c Za O �`� � 0 VJ C G ss cCa U E 7 Stratum Description 5 1 1 2 2 3 SANDY CLAY, brawn and dark reddish brown, stiff -reddish brown below 2' 2.75 11 2.5 12 3.0 19 1.75 15 114 2360 CLAYEY SAND, light reddish brown, wl ironstone nodules and gravel 1.0 16 0.5 21 27 13 14 16 LIMESTONE, tan, w/ clay seams, moderately hard 00/2.75 LIMESTONE, gray, w/ shale seams, moderately hard to hard -w/ increased shale seams below 31' 00/3.25 100/1" 10011.5" i 00l0.5" Tn100/2.5" LOG OF BORING NO. B-11 PLATE A.14 Project No 425-09-18 Boring No, B-1 2 Project Sanitary Sewer M-257 IL A4J ENGNEMUNG MC Village Creek parallel Relief Main, part 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 46.V Completion Date 2.5.10 u- n p .c E c N Surface Elevation Type ATV-47, wl CPA a tau l am�m O C CC �LL in IL l-- Q Moe Mo EL F5 . o HE -i u� RE a = �, Wa. a �� m a�q c V � U. do cM _3 D �L S a-2 coo U a Stratum Description 5 1 1 2 2 a SANDY CLAY dark brown and brown wl abundant sand seams 1.25 21 1.75 63 22 SAND, tan, loose to medium dense B 22 10 SANDY CLAY, brown, wl abundant gravel and ironstone nodules, hard 4,6+ 31 14 17 15 4.5+ 12 LIMESTONE, tan LIMESTONE, gray, hard to very hard -w/ occasional shale seams below 23' 001Z25' 10011" 10012" 40/0,75' 10011" 1vi»G.5" 10011" L.O3 OF BORING NO. B-12 PLATrE A.15 e-VA ,r. Project No. 425-09-18 Boring No_ BFI 3 Project Sanitary Sewer M-257 t dy1) arv� u�aawivu uY� — Villa a Creek Parallel Relief Main, Part 2 - Fort WOM, Texas Location See Plate AA Water Observations Cry during drilling; dry at completion Completion Completion Depth 45.0` 1 Data 1@14_1a ID ❑ N Surface Elevation Type 011E-M, W/ CFA rUit _ �. mvi m a w- O N z U, mm a o7 - V crE :3 n o_ n v a y c LC ❑ U C R� oa -a EN MO D _, ❑ sp a Stratum Description b 1 1 2 2 3 3 SILTYSANDYCLAY brown stiff -very stiff to hard below Y 2.75 15 2.25 10 2.5 19 3.0 20 4.25 40 15 25 17 4.5+ 15 119 6220 SANDY CLAY, light brown wl ironstone nodules and calcareous nodules stiff 2.5 31 13 18 13 �I!Ilg=NE, tan, weathered, wlclay seams, moderately hard 10014" IJMESTONE, gray, wl occasional shale seams, moderately hard to hard -wl increased shale seams below 31' 00/2.25 10DI2" 10010.5" 10012" 14011.5" 100/2" 0 z it 0 m W Q a LOG OF BORING NO. B-13 PLATE AA6 Project RIo. 426-09-18 Boring No. B-1 4 LdVlj HNGI ERWG INC. Project Sanitary Sewer lwl-257 Village Creek Parallel Relief Main, Part 2 -1'or¢ Wofth, Texas Location See Plate AA Water Observations Seepage at IT during drilling, water at 12.5' at completion Completion Depth 30.0' Completion Date 142-10 Ll o o ODo 9 E Surface Elevatlon Type B-47w/ CFA LZ to nC fl rr U� O C q m ina� CV q 2ZI 1p 0} sin CS lr 3� W 1= a_r U a5 0 0 �C� G C tL O cqi E C O O Z)c)g. fraulm Descrpipn 5 1 1 2 2 3 SILTY SANDY CLAY, brown, wl calcareous nodules, stiff to very Stiff -W gravel above 7 -hard below 3' 3.75 12 2.5 15 3.0 35 14 21 19 4.5+ 17 4.5+ 15 4.5+ 14 122 970 QL& ;6D, light brown wl ironstone nodules and gravel 2.5 33 30 14 16 17 LIMESTONE, gray w/ sha[e seams, moderately hard to hard _ 0014.25 10011" 00/1.26- 4 0012.75' i LOG OF BORING NO. B-14 PLATE A.17 'r1.1 ad Project No. Boring No. 425-0918 13-15 Project Sanitary Sewer My 257 %-AVi) �yvy� �vy�s Village creek Parallel Relief Main, Part 2 - Fort Worth, Texas Location See Plate AA Water Observations Seepage at 16' during drilling; water at 13.6' at completion Completion Depth 3d.0' Completion Date 9-12-10 Q o g a E E Surrace Elevation Type 147, w/ GFA o w ix a a W ar VO ru a F- m �oi a v) vE :j J mE Q. zi Wa o. oo 20 A� '0 =3 bra coo Oa. Stratum Description 5 1 1 2 2 SILTY SANDY CLAY, dark broom and brown, w/ gravel seams stiff to very stiff 2.25 26 4.0 19 3.75 22 SANDY CL1�Y, brown, w/ calcareous nodules, hard 4.5+ 39 16 23 16 4.5+ 15 4.5+ 15 SANDY CLAY, reddish brown and brown, w/ Ironstones and gravel, hard 4,5+ 13 116 3540 CLAYEY BANn 129, MPY CLAY, light brown, w1 gravel 2.0 25 13 12 19 SAND, tan, w/ gravel LIMESTONE, gray, w/ shale seams, moderatefy hard to hard low., 0011.75 100/t" LOG OF BORING NO. PLATE A.18 Project No. 425-09-18 Boring No. B-1 Project Sanitary Sewer M-287 l_.JVJJ LNUINLUUNUINC. Village Creek Parallel Relief Main, Part 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Cry during drilling; dry at Completion Completion Depth 80.0- I Completion ! to 1-12-10 t d o C2 E Surface Elevation Type B-47, wl CF'A e L ut o: o p o aj 0 C � 3a� oan.a? mh- N O i mm bin QE �-i v"= mE a-j h9 ,,a a c o 'Rc oo 20 � ot� 'c"� M-j C LL 't3 C coo nQIL Stratum Description 5 1 1 2 25 3 3 50 CLAYEY SAND, brown and dark brown 4.5+ 16 4.5+ 32 26 14 121 11 3.5 8 SAND, tan medium dense 20 8 SANDY CLAY. brown, w/ Ironstone nodules stiff 2.75 15 CLAYEY SAND, light reddish brown, w! ironstones and gravel 4.5+ 37 28 13 15 11 SANDY CLAY. brown to light brown, w/ calcareous nodules and occasional gravel very stiff 4.0 15 119 3630 LIMESTONE, gray, moderately hard to hard -wi occasional shale seams below 25' _ _ 100/2" 1oor1" 10010,75' 10011" 100l1" 0011.15' 100I2" LOG OF BORING NO. E3m1 6 PLATS..' 9 Project No Boring No. Project Sanitary SeWeP 191i-267 ENGWEERING INC. 425-09-18 1 B-17 I Villaae Cmeek Parallel Relief Main, Part 2 � Forst Worth, Texas Location See Plate A.1 Water Observations Seepage at W during drilling; dry at completion Completion Depth 50.0. 1 Completion Hate 1_2Q_10 .0 co to Surface Elevation Type 13-47 W/ CFA Stratum Description � � LL � U ❑ r rL a m a E---' 6 N �� n �, e � N G7 a,� ....� - x Cr a CO :Zii ---j 0- a � � m c3 � � Od c li � 21A G a� 0 is a 5 1 1 2 2 3 3 4 SAN Y SI dark brown, stiff SANDY CLAY brown wl calcareous nodules, very stiff to hard SANDY CLAY, light brown, w/ calcareous nodules, very stiff to hard CLAYEYSANDISAND, tan, w1 gravel seams and ironstone nodules, medium dense LIMIiESTC,�M, tan LIMEMNi , gray, w1 shale seams hard -w/ increased shale seams below 30' 2.0 2.5 3.75 4 5+ 4.5+ 3.0 28 10011" 00/1.75' 0011.25 10011" 0012,25' 0010.75 10011.5" oai1.25- 1 36 14 16 22 31 24 22 17 14 15 14 LOG OF BORING NO. B-17 PLATE A.20 Project No. 425-0948 Boring No. B-18 Project Sanitary Sewer M-2$7 � >vl� �y • ���..y�...�. Village Creek Parallel Relief Alain, Part 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Seepage at 7' during drilling; water at 5' at completion Completion Depth 3s.0, completion Date 1 20-10 o Surface Elevation Type B-47, w! CFA o V L1 �.' e a W •d � �� bb 4D ai CL 1-CT Cq Z i � m V) sE zi .a VJ• m E Ci J Ul W iaa IL E a o o ' CO) 'j !L MI--� C� cu id U� � o 0 V O_ Stratum Description 5 1 1 2 2 3 g— SILTY CLAY, dark and brown, w/ calcareous nodules, very stiff 3.75 21 4.25 25 4.25 58 21 37 23 3.75 22 3.75 21 _ SANDLY CLAY !_CLAYEY SANb, light brown w/ calcareous nodules and gravel, stiff 2.5 21 108 3040 1.75 34 14 20 19 JJWSTBNE tan weathered, w/ occasional day seams LlIVWMNE, gray, w/ shale seams and layers, hard to very hard — — — — — — — — — — — — — — — — — — — — — — 10011.51, 100/0.5" 100/1" 100/11, 03/0,75' 4 LOG OF BORING NO. B-18 PLATE A.29 Appendix GC © 4.04 Underground Facilities (subsurface Utility Wiest Hole Reports) I LLJ a O CO o CL vi O �� jcn F I .� F- z V) v oo Q 1-- ICJ i s U } I _ u1 a ii�Nl- awl o »� a, .. # I- NLa pIn Ito» �m =a I-� •• J p a Z 4 W L J UJI LU (L C 00E-0 :2 Lwa �m z — - O } } } } U I- H F-- F- F-! F! rl ri FI Q O E— (-> cn Z - Cn ,O 4,r-- + 0 In co lD Q ill��l. f 1�.lhiriil ii i 11 u,J 0 OD • z I ( (� U' * Nf. I •• OQ O CD Z s F -j tD tf) LPL. W V) lD N � � � r r• r• ` 0- � Z 1a1 } 1— I^ a J O O W N O I F- Q Ln t~l1 # LL N + � \ r�� _ ~~ Z Z V) O ti + \ U 1— } z N \ P� to F'1 1+' O Q ` \ W ,J Z . w z \ �' \_ Q 02 Lt. W �i \ O V) a. Q Ct' 0 c N O c O L! I %T LID I N O Nti I� O Ln in 0 In LO I -i O CL � I.. 00 M I,ry 4 0 w CIO Z 1- a: tD N 1 t.1 a - V) g O v=i a 1 I z Z tD z 1:5 .. .. Z In .. a a o z In zz u - zo CL �� .. oU z a U U .. O— W Z LLJ W IY Z I-- r IX •- 4 y o LLIz Q >- la! 0 U o �• = M3� V)O— LU O aaoU -jU IM o m� U 13lonaZj :U3Sn Rd 10:91:>: Vifl LIOZ/LI/8t31V0 UOP ' 100H1 *LSZty\S133HS\3nS■ LSZ*N I Vw\31)S\SA$}0af OJU\ td 93-1I A W J I _ i1 .z. z + d p N O � ti F I" z m y , WZ G0W z10-c + L NN � Qal a l) a a—O a �•� H z °�° w n cn a a Z •--• OWIJWW *- oc a �' arc �� _F. v z _- 0 } } } } U�t—HH J J J J J V) M » > Z T. 0 is _ Ln 0) l� I!'n r *r r C t9 t9 to .:fir ti \ O Od O qqr .�^ +O^^ { ; W CL a Li- LL. z t, l } 1-- J 0 �� W {p\I W tn zz N LO \ a N � N Z Vi + 2 0 W t.e Q I— U (\I N m 7 W J s 0 a J— Q V? \ ` - 1— \ W E-- W Z Y O 7 00 V) a. z Ln Ln co cli O W E— 0 W v to N � 2 cn Nti I-- OD 3;w .. 0Lnn Lo I J W C� E— \ rn CL 0 > W c OD W \ dp M to N _ � 0 < D a' .... z � zW a �, J z to .. 4— IL r a o z V) zz LLJ .\ I- z0 u _ Q oU z a U U O' W Z , WWI ZI-- a � \ 2 00W W 0 ` U L) LL- Q-0.0uJ0 [l: 0 m ca tOIRwBJDIt03Sn Ad 90s9Isfl3nll LtOZ/Lt/8s31ve +5A'ZOOH1 NLSZni\S133HS\3nSM L SZ•N I vW\ 3ns\8AS 408 f CJU\ ad 2311 d I I W �a 000 to Q l0 cm cli c Ca W d } F-- 0 Z Q .. In Z N O LL H } Y W J = J � F- LLl F- F- LLI z U LL U. Q0M LL. Ld �CL>. Boa V) F- CL 0 z z a 0l Q O M I— I LLl Q CL Z z F-- LLI a w } a o z Z Z z O F- F- .• O U UU ..0— LL1 LLI X Z F- M3 � LLI a >= OOZ�UF- czdOUJc.} W z J W d EL J W W F- J LIJ LLI 2 z a a W U z LLJ Q� W U- LLI x � 7 I W Ln Lj- U- O In a F-- Ln O to a 0 1a- M e M LIJ 0o N 0 M 0 w 01 In W F- a Z 0 lY O O U Lo O� Ln ti v •- I� M OOD O0'1 O v 01) M W N Z LLI t9 Lip O0 N vt.0 Nti Ln M o 111 I7+ M 0o v OD M c0 N zw LO luau..ul =a35n IYd OI 291 s£=3FII1 L IOUL 1/R131v0 tA+A'VOOHIN LSZMS133NS\3ns'$ LSZ*N IYlf4,,3I1S\oAs4oe jojo\ =d s3'U d � 2 , a LLI Cl OLnW' W O 0m 3a x ti Lf)I N 2 W W f- �f d,_ a N Q 1— 1--� = U ir L> N a W U m y} � l4} a z as dy N rao H tl _ � L a� O W n* La w LL 1� W W W W � �r. z - F LL F- z ar14a zwe za 00 1- V)2 wn o m z-- - --- O� �>^� UI- HHH LLJ J J J J J d FY r1 FI Ff FI i , ©D 000 CAI z j tI } lf1 � J � � i Lf•1 N O Q� O OD L F- CD in o ..- W W V) a J LL �_ z LLI LL 1- O I �, O W N z 1 1- I CL `n z V) �. LLJ z O co I z > LO i + WJ2 r r1 1 J_+77 Lei t— V? -z W z o0 ' U LL Ld QOg 1 Li w o DoaF- 1' i V► IL z aLL n , OD 0 W F O W 1g LL Nti 1— 0 Z) ix Ln M OLO Lf7 J P O t— ,,rj !� CD rn CD a 00 W 1. I 00 v' z z W Q Q4 :2V}Q LLi� z I zw W i= J z , �n .. 1- a Q a z in zz zo U F- � 11 � a F- ..ou z Q U U O- .. W z W W a z 1- a a �--• I Ir�v s0~ w p 1 c� aa0UJU Ir O U , 1010A8a0, tm3Sf1 sva 21:91 W93Wi1 I lo2ji twn UB0'800F11NL5Zn\S133HS\3nS*L8Z*N1YrV\3115\$As4aafojo\ Id 9311 j O Ld Z O O w �! . .Imp .. w a-ji cvl # r vs a z E--E O ix .. .. ix �wwww r z a. r-4 �— a V) z O>- U r r H r J J J J J O r r r r tA»» Nr f— N Ln z Ln O Lai Z Y Q r U w J J W r Z) r W Z ULL.W .4 0 �E- LL w Boa in r CL N U z [- z a oW I-- OO Ln E J N O ALL 003E O z z w aQ J A-1 0 5 Ln a.r_ .. .. g � a o z zz zo UU..00U wwIxz[- a ')-,Dw Q>- O O z U r cr-ir3:L/f0� w z O M1 LEJ J J Li 0 r W W z V) z a J a LO U z w x LJ LL- w Mr m } Z „y L ' N ro Lj fl a dm W a aram 0..� z_ } ow z° m g so J ui * W Ct amgin . E++ Ft W W 4 w a o W j J p Q I U I Z `n a j CL 1M i L ! M W- as 00 00 I , CO qW OD rn 1W Ln cn Ln co 110 �� M O U I LO Ln N cl' NM Q' W OOD 451) O MM L9 N Zw r a NN Ln Pe) Ln co �M Q OD M Lp N zw Ln r a LOIOABJC_ L1139n ec 27191 E ..r •.-r.-r uop*900H1*LSZMY\S133Hi5 a15■L5Z*h[VVW\3nS\OAS4.;-; Z; :d=31 J W J Ci Q o� h r aF _ LLI r r H Z to W S O H `u a O LLJ _! J a tiN QcCd Wlw pm uj w .. UJ _jQ _{ Qom. •-� 0 �' .. U LL to Ln z $ r ODr� J 4. 0- � 0 m J NI r- 1 u H C� In Q pNp A 11 Z •• Q •. (� LLI 4 � 06- 9 LK OC W N F LL — W W W W Z I-z0- m+ W� wa 3: < W d O 0 V} Jm Z O } } } } UI— W H � 0 — I —CD LO (% H LO O Q� Ln I� M l� Ln In Q l4 00 .I�� jir'xMrxWrlrw4M 000 W CO CO Zy i t •• j Ln W"1 l9 N ,I w I d CL Li Z W N 17 W M a � a N .. V} ct Y Z 0 ° + Y 0 W .- U Z U Tj- � >- a[ a r- U N m W J 2 r J mot— Q +. W I— � H W Z LLB --------- +----- U L.L.W N O Li- Lei 1 0 # i =)0Q F✓1 V) (L a �. m L - OD N O 1-- O W ! LO L N O Cf ti0 " M pul LO i J 0 M pry O0 W 00,17 zWa � z Ln LD N CC N co zQ Lo I °" a o z V) z z .. ::) W W I— F- � ..pow z a UU ..0— W Z �[ WWXZ1- a cr i U O O Z w 0 0 0— -i CLdOU U 0 m U 101MOZI sg3Sn "d 9ls9is£2wL LIOULl/9231VO u3P `LOOHL * L SZn\S133HS\3nS* LSZ*N l l"\3nS\SA940010A\ sd sal I ! 0 z Q .. 0 O w H z Q r U u i - j a _j I.- LU z ao L� w IrCL> =)oQ Ln r a to Z w Q r I- z r� w J J z �w w QIra= w Um0-11 V] J i%l a O �wwww r Z [L N 1--- 0 0 VI A O r r U r r r F J J J J J F1 �1 rl rl rl O r r r r V1 D D D I- z Q � Q LC I- LLJ �. N F=- � Lr) p NO 0- Z Z r w ¢ tC g a to w a o z zz zo UU ..0dU w w W z r "i-->w Qr OO z -->UI- acLOU -iU w Z J w d d J w w r r J Q OD r w V) Li LL. 0 0o a 0 a s- V) 06 Ln M Q M LL O w M N r w ._ w 00 S VI ao z J z cL .. Ln w w U w z LU 0 LL. w LLI cr O U LL! J U O N r� ul n u 0:2 rw zco I-- M q' W O00 0 0) 0011M CD N zw r- a x z U ca LD an 00 N qw L9 N N Ln M O LO 01M OD lw OD M 0 N zw LO r Wd 9L:9L:9l1A 1 J ln7/, LoIR2aiun u0P'600H!•LSZA\SI33HS\3[K■LSZ•N[nr1\3AS\SA9100roaO\ 2d23.11.1 I I n z Q 0 LLI Fri Q 1— U wJ� J1— w >- w z Q Wv 2 0o0. 0 z w J Q 2 LO w Z F� J Q °" LLJ 0 1— u co a Ln .. J tin Q z O.• -�WWWw H z Q N a vl2 z J J J J J 1— Ln M M M r z m I LLI N � 2 N � N(5)LI. O z z h- Q:a o cn Q I I LL .. F Q o z Z Z z O I— 1— O U UL) .. p La] w a Z H • 3-3w Q>- OOz"'7U� (X aC 3: to O — a a o U J U w z N J W a a —i W W u z m Z L c r a m tri C? o w LL1 ct Q ~ aTi N t w im N w I'- L6 W a is lvz"' a a -�+ m J f LU F FV � V t/? a r z I G OLO lt) I � I � W I � Ln �w Iz Q 0 I Ls I Ln f I, - O Ln 7 m Lf1 � LL O W O i j Lra W W z Q z w N w s. U z t— Q w w z [] Lb EL Er O u In ON LO t` 1— M Ow M LO N ow N IL g m (DON ao 'N'^^ Q W N ti l() M O LA 0lM OD e Op lM (D N Z w LO F- a fed 6t to[ t!'13W11 eo7_» iiaia�nn LAP'OIOHL«LSiw**5L33HS%3n5•LSZ•N1VINE3nS\SA9+oaro^ :dt311i 8 r 1 W - u } o ` w � 2 °i � p- t- f N F w4 W.ef f r § i N rr0- c W �L o IN a � d r ol Mfg - � „ - z to„ . = m >-N OD •. J � � p d� F � � a Ozw Ld }r� �c�.l� 1�+, Ld L1J UJ Ld FZ a 0oF(nME Wao �� z Orrrr U F- F- F F ui V) D Z) : Z O Ln Ln J` „I .s.III,�,..IIIIIII.I..IIIIIIINI Q ci 5 W lii w 1--a r in CF) C9 lD z W F �1 M W Ln N ` '+;SJ lL. �� J z W X p UJI N Ld F Vs F- a , ct V) :2 V3 ° + _ O_ W z F >- a U • \ ;. m W J i a J 1--1 F ItS V) \ W F- ` W Z U U- W LLL ui Da 0E- M a :r O AC J— F O W q qw N tJa � W Ld Q N NF tio� LAM Ln 1 QO a_ N 3t F- 0) M W LLI c9 OD V OD M z z --i F- = cn ~ to cmW a x m V) oo W a M J � o mv�a m� z ,;; z Ln F- a o a o z in cn zz Ld Ld w F zoo �a z z UU..poc� Ld j J .r W W Cr z F w m j U � nC Br to 0 1--� W p ! � U ,i 101OAO.AO, :a3sn wa oz:91 :M-Ml i L Joz/L t/JJ:31va ubp `L LomLwLSZYV\s133Ks\3ns■LSZ■NJ+vw\ins\BAs4-08!C)J J\:d:3ll j cs z O w 3 z } oz vi 7 � m ' � rw- O En m Oact 2 a U cc LLI JHw-ry U a w z•-w a ar L-- m p a 201 Q Z �, 8WWLdW Ir � O ix a0 L yN wW �QQ ��� �We mao za 00 - 0:2 �mF O>-�}� UHI—�1— ww W J J J J J -j LA » H Co Ln rn Lr)ti F 00 Z lr� Co 0v L: �! IN 0 ILO Z ` w w L�1 Z o N a _ � '; Z `'' } a o � N a w Z .. IA Z i/l + t 2 O LsJ CD f U .. Z a�� Z W lw w Z U LL. w O " N 0�" \ �OQ Q tnf-n 0 a Q � om \. j 00 N � p w q i wco W NLd Cr- C000 N� 10 Z LC l!7 J ,. cc f ! \ . \ Ln PM O rn W oa Ld w W 0A a~ 1 ��* ODQ apM Z Z J F � wQ �� Co 00 21 in LA-z ! Z Lw r Q z k7J J Z o `O a o z (" V) Z Z .. D w W ,, o� z a � , j a 1- 1-- .. f z � L LLLJ Of J -� -3 LLJ Q r LtJ 0 Cr) ; U U LOIGA9.0 NA 22i4lWIWI 1ln7n1i2r31mn UOA 'Z LOHl• L SZA\S133HS\3nS+LSZ*N I Vn\3nS\9A810af 0A\ :d =311 d L0 to Z CL r 9 z a In z cn O LIJ Z r r :be Q r C) W J x J r LLI r LLI z ao IAJ spa In r a 0 z U Q 0 arm ++ J cn a z.. O a WwWW F-zalvr . 2c>--Q 00 h- In :2 Uri-1-1- JJJJ.J Orrrh- In D Z) D =3 a Oz �a � wQ O� rr f LrJ ISO zLr- LO Nj a_ o z z -i t- LU a � r� m < f m U- LIJ �- ao z zz zo I- r O U UU ..0— LLI LIJ Ir z r 3 --)� Ui Q r O O z--:) U r ==r.V)0— a-IlOU-iu U d 0 ir LLI m R f- LLI Ld x LA z a o. LEI U z ui m LLF LL LIJ Ix u z t r ` 4 Ld a � o a' Ld o Lat- !6 Q w iaLa i� g LA F-; Ii wao ..� LLI Q U � r Z � J 1-- M O lD m LIJ Ln LL- Ll- � 11 .I + 00 T C ' r 0� CD M � rn i ? N \�LIJ 00 O OD cc z z .. o of v} LfJ LL Y Q z � a � O O 0 cD an NI v co Nti LoM O LO a� M �Q 00pr) LD N Z LLJ In W a x U 5 co wd �Zs91s�e3Will ^ 11A7_/fl/A:altin UBP "VZ IOHI+L5ZMSL33N5\ins* LSZMN tvi4\ ins\BAS+�f O-tD\ sd :3i i j I z of 0 w F- r NC Q F- cs w J = J — I- w F- Z) I- w z a02 I.L. w M)0OQ IN F- LL. LD z .. J � Q Z H wWWw F-Z0-r-4 ao1---:2 Z 0>->-}?- U F- F- F- F- J J J J J OF- Inm»� a F-- 0a rn �a F- jw LLJ I� O z 0-1 tit i J m a. 00 0 w zw:31az Ln<jmU- ao z Z Z Z O I— F- O C ) U U O wwo: ZF- a ) ""? w Q r O O Z --3 U =ac�;:snO a a 0 U J U w Z 0 z a. w J w i U Z �+ a m m ui 2 w s � F La La a 0 U m3 r- N a a L; " a ma .. Z' 4va it J 4 r :! OC 2 w t b 0: Ix Sao Z 0. m 7r LLJ J Q Lo a) O ! 1, %w LP 000 M OQ F- L M w cD N V) i U- Z w L i 0 0 Pi co U a � V) \ y Ir] li \ 'E qp (I%i O w v� I,n O N ti OD i ! I :CI rn wco qr L.LJf , OD M J 4 In W N cr Q r } J Z O r U-) In { N U H f f Q i w Z + ]G w Im U I.L. cr .. w 0 cr 0 ! L) r IOIRABJD, s1i3sn wa n2:9l:C:3wlt 1 1112111.10211dn ubP'9ZiOHi*Lr&Z"%SL33HS\3nS*L5Z*NIVM\3f1S\oAS4.o9fa1tl\:d s3-113 } J O Lal.. QU o LLJ fY cr M I } x W Lij --� ahh- h- U •• ._1WQQNa Ld U a # h � < J En Q O a' �W WLd W I— Z f - hcn7 ZO O } } } } U h h h h -i JJJ w.r rr O l --[— r-e c—r r� (n D :3 M D W O GO fl- v mw O cO lO Z W a } t- 0 Z Q o w Z U Q h U Li J 2 J r I— W f— � h W z U Imo- W Q O 2 D o a tnl—a Z Q Ix al a O 1= I— f~ O D un O a) o- � O Z Z h W Q (� Iona I I Ll r a o z zZ zo O U U U .. p W W M Z h -3 -,.)W a} ma�v�i0� a a 0 U J U W Z J w W I— Q c.s z (82. 0 (n u' r m Q © do z �_ o � a ( i> ,w a toot 7 dfN Z.. i� rco �-a- �p � �3 J ar 0: 2 �m wa o - J F w J Q C.i Z N h O Ln CD NM O OCP ro W \ CU N In � ZW O � O M N N CD Pl\ + X: Al, ao _ rnqw ' \ m (D rn LL O W co to q C�ti LO M •• O Ln 81 rn W co lw W ti co M 2 CO lEi N In 0 ao Z .... Z Lt' J Z LO a .. V) W W U W Z � m U LLI 0 n U lOIDASeO_s113sn r.a C7enreCt9W1 �n�irrio.s.w.. UOP `£ IOWIIILSZN\SL33HS\3nS■LSZ■NIVW\3nS\SAs+00(OJd\sdt3n1.4 aw O(n zt} Z U Fy w m a QI N p +/1 • • W U © Ln olQ- Z � O . : aS N # F •r �• 8 « 9 10 LaF d J cp �s W Q 0 LY •. .. cr 'T�1, L n•L w w �--• LI w w W Fz 0- a= } calif am $ Y + Q ly IEt z c za d0 F V3� Wao �m Z O 1 yl J J J J J J O F F F— F V)D :DZ)p o LOrn Ln tD Yf O i54.•A •F•4rL'.t !•..yi. '+ 47 co` Q K. O In CQ Z F , W A ) C C9 N 4 zw LJL H OLLJ . . � \ ,� IX O U W zocz F !hez 1 »'xxx$C y{ i F U_ F .40 _j M � � j \ W I-- N OF cr-LL7 F D 00- \ a v (D M o w o w \` \ \ r LO (30 1 Q F `VA ` ., - , O WCO``co IV ao rn z LLIa � vi cg N �` .... �v�Q 1 1 z zw W >- J z Ln Q v z cn zz ..O w w r FF r.oU z a c) U .. 0— W z ,c wwtrzF w Ir U- m = 3:(n0— W O mj aaoc)-iU O m U koiDAG-m,:g3sn raw LZ-e1-c:3sililL LtoZiLt/gs3Lvfl u0P • V i atELaL5ZMSL 33N5\3nS+L5Z• N I M%3iK\8As*oa(oJd\ =d =3l I d Y LVJ f O Z) U I z QI� W UM �- I- 1j- U � cm W -j NI a_.. .. J H {n Q Z • • I -+ O .. •• cr �-+ W W W W I- Z C- N 1-- z O >- r r r U I—t— JJ JJ-I O (A ZD Z) D m 0 z Q z cn O W Z H � Y QI—U J �I- W W =z U I- ui Qo2 li W V) O A e 0 Z Q � Q O � F- iW N � � LO Noa z z I- Wa a O W } a o z zz ..D zo 1--1 •• OU L) U .. O — LLIW zI— a -7--3W Qr �0�y0rznUt— an.OU-jU r r z a `o WLU m o a L•> W Alw¢ a 1- Z.-a, ZZ moo» i CO 0 LU J T V h = ttA . W Fd Z W d W d O u w W I- ca Nm W 1+ r� W U N Q L!}M 1fl ti I-- O qw .-- z - \ I- rn 000 CD0 L,J l9 N i1 r4 F Z W O F•u4 gig �I I . N .�wVti Y v� a Mu~ram-~ .. uo j a Q (VA) C6 ` w cn LL. O W ` \ 00 N �to M .., N ti 00 1fi M F- cn n LLJ o cow W c` co M x ti toN In 00 ao .. Z In zW Q a W w U I— Q Z Q W Z Y LU ( U LL. LLJ Op acl U IoloAe.jo, ey3Sn UYd 6Z.91s£s3N11 LIOULI/093M) u0A'YVIOHl■LSZw\S133HS\3nsiLSZ■NIYi4\3nS\9As4.a&fO^ Sd93-113 Q Ld 00 (3) W. Ld w O 0 P LtJ U i r LC1 1 .. LLI U�La� M� t o V) a Fi OL •• •• Ix 1---i Ld LLI LLI LLI 1— Z a. N H o 0 H V) 2 z 0 } •.--� J J rw 1-•e r-r J J J 1--. 0 1-- in 7) 7) m m tl� N � 6n V lQ Cta z L cL F- 0 Z Q •• V1 .. z 0 I-- se z Q�u Ld J S J 1--1 LLI H LLI= Z Q O :2 L.L W Boa V1I-In_ z a rn a 1 LiJ ti LO 1 _.J Q a Ix � (zn, 1 1 L a o z zz zo F-i-- ..0u UU ..0— WLULY Zh 3 --.) uJ Q 00z--)u 0z-cn0� 1 H Ld W V7 s 0 a Ld J 1.1 J Li- 0 w Ld Li m V1 z a a LLI U z W cr W U- LLI OC 1 a V) IRr LO v M N w CD K1 OD ti CO co Z V) W a Z O U z 00 c u i i Q 00 oTl z '� N zo J a �p+ � p a - �. W t•- w w b , I L3. rd d w Q W Li W 1- Vv `� U-) M Q ^ 000 (n� N I.-7- 0 ` 1 4 1 twWJ • q \ �� c6-4WI-7 F ' �VIGINU z 2 ¢ m WW1-Wr' i r lD cv r— Ln `\ 0M cnrn �. CQ Q \ \ co M \ tQ N \, zw LO F- d U Im M 1 1 n.4 IC:9I xCt319I1 I IATI I/0271 wn UOP'SIOHLeLGZWI.S133HS\3nS■1SZ•NLVii\3nS\gn24,0010.Jd\ -d S311 A I Y a w o ON w LLJ O it 0 0 arm wUs 2 0_ LLI u>l LLI uIn F R+d # F M .. 0 V) ..J a Z h-+ O Q� 0= LLI LLJ LLI LLI Fz (L F F(n� ZO O U I— I— F-- F OF- FFt— V)> .. Ln Z V) O W �� •• Z F } Y a F U w-z J I— w F D F Lii Z QO2 LL w Moa (n F b O Z ! a ?I 5 9 Ld �. .j Z Ld J Ld F z a o= o= � a Ow F N = ti O 5 LO �a o z LLI O V)l Q i LjLi ao z zZ zo F- H .. O u UU ..0— LLI LLI Ir Z F .. .)-3LLI ¢>- 0 0�r ZZy L) ix (t S '--3 V • O a.ELOU._.,U V LL_ 0 H ui LL.I N Z a ,J a LLI U Z LU w LU LL. LU m A F LLI V) LL w O I a F to N 4 0? to Ln M LLJ N tD Ln ti 00 cQ z in LLJ F a Z 0 O 0 U Ln F u Z m e Z V ro w C7 a .�.e u ; } L; W O Q o �ti ds Z I—� N �--i 4-0— = cc w J a CJC a w t= w w L!. 0* F} w d m >n rn LO ti ti M e t9 000 0,10 o rr IM M cD N Zw M F r2 w01 a0 N �w tD Nti Ln M O Ln MM 00Q co M LD N Zw h, F d +iv..v.00; 'babIll Kd Z£ s9t s£t3M1l L toz/L t/0:31v(l nbA'tlSiomLNLSZ19\S133HS\3t15NLSZNNIvm3nS\CAUS- a!OJd\sdt3l13 Appendix GC — 4.06 Hazardous Environmental Condition at Site Appendix GC — 6o06b® Minority & Women Owned Business Enterprise Compliance ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MIW/DBE NON-MIWIDBi BID DATE City's MBE Project Goal: Offerors MBE Project Commitment: PROJECT NUMBER % If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru I I below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or Knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complote this form, in Its entirety with supporting docurnenta+,Mort, and recalved ley that Purchasing Divisin?ii no later than 2:00 p.in. on the second City business day after bid opening.exclusive of bid opening date, Irvill result in the bid being considered nan"-resv-onsive to bid a necific atio ns, 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. add►bonal sheets, if List of Subcontracting Opportunities j List of Supplier Opportunities Rev. 2110115 ATTACHMENT 'IC Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MICE subcontractors and/or suppliers from the City's MNVBE Office. Yes Date of Listing I I No 3.) Did you solicit bids from MICE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MICE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) NO 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation andlor "undeliverable message" documentation may render the GFE non- responsive.) No NOTE, The fetlr rnethrds identified above are •receptable For soliciting bids, and each selected metbod must be appiied to the applicable contract. The Offeror must document that either at least two attempts %vere made using two of the four methods or that at least one successful contact was made Using c^e of the fot:r methods in order to be deemed respon-MvO to the Good Faith Effort requirement. NOTE: The Offer -or rust contact the entire MBE list specific to each ubwontrecting and si.ipplier opportunity to be in ca'mpilan-ce with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 211Oh5 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodsiservices specific to their skill set? Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the MIwBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (pie so use additional sheets, ff necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City worts for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2110115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MNVBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Cate Rev. 2I10I15 Joint Venture Page 1 of 3 FORT OR'T'H CITY OF FORT WORTH MBE Joint Venture Eligibility_Form A11 questions must be answered; use "NIA "if not applicable. Name of City project: . A joint venture form must be completed on each project RFPBid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: of applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the _ bint venture MBE firm name: Non -MBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: F—mail address Name of Certifying Agency: G. Ne0 a of worK pertormea 13y the Joint Venture: Describe the scope of work of the MBE: I Describe the scope of work of the non -MBE: Rev. 2110115 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. S. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating -------------------------------------------------- b. Marketing and Sales - - ------------------------------------ c. Hiring and Firing of management personnel ---------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 211Oil 5 Joint Venture Paae 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE film Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date State of On this Notarization County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires _ (seal) Rev. 2110/15 ATTACHMENT 1B Page 1 of 1 City of r©rt Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MlwIDBE NON-MNVIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if bah answers are yes. I Failure to complete this form in its entfrety and be received by the Purchasing Division no later th_art.2:0.0 p.m., on the second City btf5i^ess dgy after bid opening, exclusive of the bld opening date, will result In the bid being considered non-respons Ve to bid speclficatinrks_ Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this No project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one 1 year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 2/10116 FORT WORTH ICY City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is S-50,000 --r more, then a I0BE s abcontracting goal Is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is _4'4" b _% of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive, COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror ;hall deliver ilke MBE docu;flenwtlon in POTS011 to the appropriate emplaydb of Me purchasing divisidn-and obtain a dalellime recei{,l. Such recsipl shall be evidence that the City received the documentation In MO tirna allocated_ A faxed andlor emalled copy will not be accepted_ 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid o enin date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p,m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. (FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN! THE BID BEING CONSIDERED NOR -RESPONSIVE TO SPECIRGATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE B!D BEING CONSIDERED NON -RESPONSIVE. A :SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A. PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at (817) 212-2674. Rev. 2/10/1 S ATTACHMENT 1A Page 1 of 4 FORTWORTH City of Foil Worth Minority Business Fnterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: "MVDBL.ri NON-MMIIDBE BID DATE City's MBE Project Goal: OfFeror's MBE Project Commitment: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of ("arrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractorctsuppliers. Tier: means the level of subcontracting below the prime contractor/consultant i,e. a direct paymeni from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2 * filer. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling seirvices are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2110115 'Ir— FoRTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minodly and rlari-MSEF. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. - SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i � NCTRCA N n 8 i Detail Subcontracting Worm Detail Supplies Purchased Dollar Amount M B E W B E 0 0 0 0 Rev. 2110115 FORT WORTH - ATTACHMENT1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBE=. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUP P LIE R Company Name Address Telephone/Fax Email Contact Person T i f tdCTRCA M W B B E N n gM Detail Subcontracting Work Detail Supplies Purchased Dollar Amount El F-1 ID ❑ ❑ El El Rev. 2110115 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers Total Dollar Amount of Non -MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS The Offeror vrill not make additions, deletions. or substitutions to this certified list Wthout the p6or approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o OhongelAddltiorR form. Any unjustifled change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the erdieanra_ The Offeror shall submit. a detailed explanation of how the requested change/addition or deletion will affect the cotpl-pitted IW,BE goal, It the detail expianation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal; State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material' breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Company Name Address CitylstatelZip Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 2110115 Appendix GC — 6.07 Wage Rates 2013 PREVAILING WAGE RATES l (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage hate AC Mechanic $ 2S.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/Saver $ 17.00 Concrete Cutter/Bawer 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 'caper $ 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 Plpefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12,85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D`Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www,texoassociation,org/Chapter/wagerates,asp Page 2 of 2 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 $ 14.49 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 Loaner/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 Reclaim er/Pulverize r Operator $ 11.01 Reinforcing Steel Worker $ 1618 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 1151 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 $ 1168 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 Appendix G — 6.09 Permits & Utilities Precinct #.- UTILffWS COMPANY PERMIT Date: 6/21/201 S Permit #: Firm Name: Alan Plummer Associates Inc. Contact Person: George I Farah P.E. Address: 1320 S. University Dr. Suite 300 Fort Worth, Texas 76107 Phone: 817-806-1700 Fax:817-870-2536 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 #:) 1fl6ZZ (Attached layouts as necessary) DESCRIBE PROPOSER WORD IN DETAIL,: Install 60-inch Sanitary Sewer caxrier oiM and 844nch tunnel below existing Rendon Road. (Attach additional sheets if necessary.) Design Sheet C-007 and Detail sheet C-903 are attached. SPECIAL INST1tUCTIONS: 1. Roads are to be bored and not open cut. 2. Contact Richard Hatcher at (817) 266-7817, 24 hours PRIOR to working in the County right-of-way. 3. This permit is valid for 30 days from the above written date. A now permit is requited if the project is delayed or extended. 4. Please re-establish vegetation after work is completed (i.e. hydroinulch, sod, mulch w/ seeding, etc.). I M--� I _:::> - - Tr portatian Services Department Signature o iron Name Representative Geor e� I Farah Printed Name of Firm Name Representative FAprgects103181040-011DoclTanant County UtWty Permit AppHcatiionsAar JU Rip Ig IN 11 rv.. .. 00+69 Na 3N11 ROL W i Qat '8 'lyj 5 iyi7 , -r `� .i. _ .fir �c.•rav3 WaO.+l •97 I I �', 041, 0 v ■ Dig K. ro 4 �A•�� ..•gig .. . . �� : �$�L � � • 11 Al�ana 9 � r,.... a •d ....... ':aa's CAM ?a Al :. .. : M: Ow A. Hsu i .:.:... :.Er- T�Iss I g3 .......:.. .�:.:.:. :1: .:. ' . :pa+ 9:'1Yah11`t VNi g i IN La N q Na L a ` ji tl S As i YA ri t.1i Of w Precinct #: UTILIT10 COMPANY PERMIT Date: 6/2112018 Permit #: t f'- S'ti Firm Name: Alan Plummer Associates Inc. Contact Person: George I Farah, P.E. Address: 1320 S. University Dr. Suite 300 Fort Worth Texas 76107 Phone: 817-806-1700 Fax: B17-870-2536 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 #:) 120 C (Attached layouts as necessary) DESCRIBE PROPOSED WORK IN DETAIL; Install 60-inch Sazu'tary Salyer carrier pipe and 84-inch tunnel below existing Overview Court Design Sheet C-01 i and Detail sheet C-903 are attached. (Attach additional sheets if necessary.) SPECIAL INSTRUCTIONS: 1. Roads are to be bored and not open cut. 2. Contact Richard Hatcher at (817) 266-7817, 24 hours PRIOR to working in the County right-of-way. 3. This permit is valid for 30 days from the above written date. A new permit is required if the project is delayed or extended. 4. Please re-establish vegetation after work is completed (i.e. hydromulch, sod, mulch w/ seeding, etc.). Trailsportation Services Department W�X� i�zi I Signature of F' Name Representative George I Farah Printed Nance of Firth Name Representative F.VrgjecUW18XW-0ADoc1Tumnt County Utility Permit ApplicationsAoc I -M ti4 CIS aaaaa£sesog n � 1� 6 S - a ix OLd 13 g 4 tt� i8 t °Ssei .:.:.:.:. . g :.:.:.:...... ......... ,.... ... p¢# 0:1 ;'V1S 3"Fj KIAVA Pa = , � V �P9:3 a iY93fl .SPIT.}.: "3FS S `pLp Ail 8 ; pad .I . f.. gig �� `3 :.fir, n• .>4 � L 1 1- i€s�l� i nyIdm ",l 6i M k yG FFnn � -.553 .11. Y 3�e •' Y 3gC, e•3 +L R PAR..ISO qg} i TL yes rW :Q� '^3t •S •"1373, 31 - b, .- '.DPD9 ---... i 1 J J Ag ' 00+966 'VIS 3NI I F1�1VVY omg 906:'v);S Mil 0, Xt,VJ , g a .- a — — — m� --. w✓ —.-w-rn ++ --- --N � � W A e 112 g pIT r r. n€SF 10 �` F 6 a LIJ lea' 'St'dS��a mnn m i.�rei�7imiz anr+�ua� Boa trnn rm+w xirwwnai , sns a..r. base �rsv Oncor Electric Uolivory 116 W. 7"' Street Suite 605 Fort Worth, Texas 76102 (o) $17-215-6286 chad.whitehead@oncor.com April 21, 2017 Alan Plummer Associates, Inc. Attn: George Farah 1320 S. University Drive, Suite 300 Fort Worth, TX 76108 Re: Request # 2016-0867CW Chad Whitehead Right of Way Agent Proposed variable width Temporary Access Agreement for the temporary stockpiling of spoils (not to exceed 15' in height), truck traffic and staging of pipes for the Sanitary Sewer Main 257 parallel relief main part 2 project, Tarrant Co., Texas. Temporary Access being a portion of Oncor Fee owned property D-1474, D-1472, D-1602, D1473, D1544, D1492, D2218A and D-2218. Dear George: Attached, please find the Temporary Access Agreement document for the proposed temporary access in Tarrant County, Texas. Please print the attached document four (4). times and have all four (4) documents executed and return all flour (4) to my attention for final signature by Oncor. One original will be malled to the City Project Manager (John Kasavlch) and one original will be mailed to the Consulting Engineer (George Farah) once Oncor has signed all documents. Oncor will (seep the remaining two originals for their files. Once the documents have been fully signed, I will then forward one (I ) fully signed copy to you for your file. You may call me at 817-216-6288 should you have any questions. Sincera ely, Chad Whitehead Oncor Right of Way Agent Transmission Engineering Forest Hill Graham 345 KV Line Deoordova — Cleburne Tap -- Everman 345 KV tine D-1474, D-1472, D-1502, D-1473, D-1544, D-1492, 0-2218A, D-2218 2016-0867 CW STATE OF TEXAS � COUNTY OF TARRANT § TEMPORARY ACCESS AGREEMENT City of Fort Worth, Sanitary Sender Main-257 Parallel Relief Main, Fart 2 This Temporary Access Agreement (this "Agreement") is entered into by and between Oncor Electric Delivery Company LLC ("Oncor") and the City of Fort Worth, Texas (the "City"). WHEREAS, the City desires to utilize a variable width strip of land for the purpose stockpiling of spoils, truck traffic and staging for pipes as more particularly described and reflected in Exhibit "A" — `K" attached hereto upon property owned by Oncor described and recorded in Vol. 3544, Page 59, Vol. 3543, Page 599, Vol. 3554, Page 352, Vol. 3543, Page 601, Vol, 3643, Page 191, Vol. 3551, Page 379, Vol. 3558, Page 107, Vol. 5765, Page 973, and Vol. 5725, Page 325, of the Deed Records of Tarrant County, Texas. WHEREAS, Oncor is willing to grant temporary access to the Property for the sole purpose of the original construction of the Sanitary Sewer Main (60-Inch Dia.) upon the terms and conditions contained herein. NOW THEREFORE, for and in consideration of Ten Dollars ($10) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, it is agreed by and between the parties hereto, that: Oncor hereby grants to the City and its contractors, agents and representatives (the "City Parties" ), a license for the immediate right of entry upon the Property, with ingress and egress to the Property over and across existing roads and adjacent lands of Oncor, for the construction of the sanitary sewer main 257, Part 2 (60-Inch Dia.) for a period not to exceed 18A calendar days from the effective date hereof (the "Access Period"). The City shall not construct or place upon the Property during the Access Period any equipment or structures intended to be of a permanent nature. The City shall be responsible for locating any surface or subsurface utilities, pipelines or similar underground structures on the Property and for marking same. The 160 calendar days could be extended due to unforeseen construction delays, upon City`s request 30 days prior to the expiration of this agreement. Contact Chad Whitehead (817)-215-6268 to request the extension, 2. Although Oncor shall have no responsibility for any actions or omissions by The City, its employees, agents, and representatives (the "Parties") in connection with the Access, The City shall comply, and ensure that all the Parties comply, at all times during the performance of the Access, with applicable federal, state, county and local laws and safety guidelines, as well as the Construction Limitations as set forth in Exhibit "L" attached hereto and incorporated herein. Oncor reserves the right to and may, at any time, terminate The City's right of entry to the Property in the event that The City is not complying with such laws, safety guidelines, and/or the Construction Limitations. 3. The City shall promptly cause: to be removed all machinery, equipment, vehicles, as well as all other personal property from the Property no later than the expiration of the Access Period. No later than the expiration of the Access Period, the City will restore, or cause to be restored, at its sole cost and expense, the surface of the Property to as near the condition thereof, existing prior to any entry by the City, as may be practicable, including the restoration of protective vegetation on disturbed areas and the provision of temporary erosion controls until the vegetation is established. 4. To the extent allowed by law, the City agrees to indemnify, defend, and hold harmless Oncor and its respective members, partners, affiliates, officers, directors, shareholders, employees and agents from all claims, liabilities, losses, damages, costs, and expenses (including reasonable attorneys' flees) that are asserted against or suffered or incurred by the City Parties and/or Oncor and that result, directly or indirectly, from the activities of the City Parties on or related to the Property. IT IS THE EMPRESS INTENTION OF THE PARTIES THAT THE FOREGOING INDEMNITY SHALL BE ENFORCED TO THE FULL EXTENT OF APPLICABLE LAW, REGARDLESS OF THE JOINT, CONCURRENT OR COMPARATIVE NEGLIGENCE OR OTHER FAULT OF ONCOR, OR FROM ANY CONDITION OF THE PROPERTY OR SEPARATE OPERATIONS BEING CONDUCTED THEREON. NOTHING IN THIS AGRIZENIENT SHALL RENDER THE CITY LIABLE TO ANY PERSON FOR ANY ACT OR OMISSION CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF ONCOR, ITS EMPLOYEES, AGENTS AND CONTRACTORS, UPON OR RELATED TO THE PROPERTY OR ANY PART THEREOF. 5. Governinu Law. THIS AGREEMENT IS GOVERNED BY AND SHALL BE CONSTRUED IN ACCORDANCE WITH LAWS OF THE STATE OF TEXAS WITHOUT GIVING EFFECT TO ANY CHOICE OR CONFLICT OF LAW PROVISION OR RULE (WHETHER OF THE STATE OF TEXAS OR ANY OTHER JURISDICTION) THAT WOULD CAUSE THE APPLICATION OF THE LAWS OF ANY JURISDICTION OTHER THAN THE STATE OF TEXAS. THE PARTIES MUTUALLY CONSENT TO THE JURISDICTION OF THE FEDERAL AND STATE COURTS IN TARRANT COUNTY, TEXAS AND AGREE THAT ANY ACTION, SUIT OR PROCEEDING CONCERNING, RELATED TO OR ARISING OUT OF THIS AGREEMENT AND THE NEGOTIATION OF THIS AGREEMENT WILL BE BROUGHT ONLY IN A FEDERAL OR STATE COURT IN TARRANT COUNTY, TEXAS AND THE PARTIES AGREE THAT THEY WILL NOT RAISE ANY DEFENSE OR OBJECTION OR FILE ANY MOTION BASED ON LACK OF PERSONAL JURISDICTION, IMPROPER VENUE, INCONVENIENCE OF THE FORUM OR THE LIKE IN ANY CASE FILr=D IN A FEDERAL OR STATE COURT IN TARRANT COUNTY, TEXAS. 6. Entire Agreement. This Agreement sets forth the entire understanding between the parties with respect to the subject matter hereof, and all prior agreements; representations and understandings, oral or written, with respect to the subject matter hereof, shall be, and are hereby declared to be, null, void, and of no further force or effect. This Agreement shall be binding upon and inure to the benefit of the parties and their respective successors. 7. Assignment. This Agreement may not be assigned or transferred by the City without the prior written consent of Oncor. EXECUTED by Oncor and effective this _ day of , 2018. ONCOR ELECTRIC DELIVERY COMPANY LLC By: .lilt L. Alvarez, P.E. Attorney -in -Fact EXECUTED by the City of Fort Worth this day of , 2018. CITY OF FORT WORTH By: Dame: Title: MAW Bothp a &Oi2 acre tradt of fan d :sifuaied-Wl he H [rom 43 _Yt.T X60 W240.6.10 id 9X. acirs tract torivoy- It) T. R-P-C. WOO"An -4 OP -Or 0 'O'NCOFI- s 60��relradf an V01*W%ln ft�O 99GINNNO: aflfiwwesfyropert� cowneuOlWsWO the north M Fy.00'. 6 b OnlDor TAOME-Vorth 2" M." --ifts-nort-ftwi --ap ad. -..Ilhe : y IA Oligov 015.2219i -pr W- West dep5o.'Ifid-ft a-00 'I.In"J... OVO-krill 0 4 AD— THEME, uf�_. V2.4'�4" WeWAffis�a' ro� Olty liras .0y , il a properly-`lire: r6pert -Ane 0f. t he af�re�ajo T " WENdE, T 0 t d1stanow6fUt! NO, . )NINtluilp", TIO Olb# PPtNT.jOlFAP_,G .Bric's, spooAer, R.P.L8. $Pooner.& Associate, tk. Tp4Rogisteaddit No. 592-2 TBLPLs n, r- m No.' -16654900 tRIC S. SP 5 9 2:2 P7 ANT AOk a.-::f-lptO,9;rM PROM 7r_'i 04UW :ter WrC. c;r' X� WR VAMM. W(A. -, "r-ci D .4"OPCOA. avooR -,arc rRIC 4. p rw4 '4520 ACW nw.. awlwmma VY. ,-0- * aPEPAO W77 I "R No"L of DwiNds pi*- muaWRm -is NA6a9NowR1 FyAs cr;Nv)KALzoNF_ OEKSYOVVN ARE SORFACE. ,mt 04 .SANrTA Y SBW . X JEW -A WR ALL L -RELIEF W.R-2 �57 TBMPLRA.RYACCES ARE.4 LMTNMW.. oF:Fmr fi Mmi, ANrt**Ty, axa AvKAMAM='A, ":Fu,pm IPAQE. S&A M MM: M-CM I DRANNAY. _ vl.W.M I FA owwrr 12' GRAPHIO,PP IN rMT 0 Alclus--00311 ao-reAm.4--ohmd AkuatetfirfheMfiam Lf j- Alt -M Q 77 Ltd. -V M�� mtwuaflxundj m,- ',)*VANWNJ0 at-them-orfh- pro wmet a. 'ead M"TaScOt -vame, 0 . ... . Wft ISM 2P) O"'Weit Wong-twald. Aghiof: vmyllto, a digfawo� oT S&T too -40#w ompboy-jw 7TMN.-CEXOW,29'.'-02$ 1501 fast, dong fl, 'p-p `y-lin xwoaiij I port J ' POO A. ON"Ates, 'Texas Registration No. 5922 TBPLS Virm No.10054900. -PARCH..;18� P9, 1 df 2 EXHISIT'90 ..A -MARVIAMMOK faUCK P, Am. amr—, ;7AC TEXAS lWift kw-.Y. �(Nd b h 'OPERA y J5, ;.pa �Yt Uv: IT'lIS AM 0 T -K0RTRTEXA8.0EWMLZ0t4F .A M 0PBEAME16"MAlloIr WSURVEY IS NAOSS SUW M., "OWN SANT -.-$.]EWER PARALUM RELM Mi AJN7-25.7 TEMPORARY ACCESS, AREA V.W' vfts Aid fbOS49M. I PAOt 2 Or' 2T.;;-, -DimAR 4&' 60.1 WMG�m GRAPHIC " $CALE. IN FEET Vo -i 4W 1c., S.. ER pwr-s AW -.9, .. ocOuAmt -#:rpx 'tw ��;s: Q pflbof#& -N !vj. :'o' pw W ��6dlbe4L -. bouWfs '-.BEGR 4NIM.; NAM 1-1 too. "'IS k u4ito oo�oy*d pis Ada'' -Agw�vme4 wd jrateci OY NO*57!�Rlq5r" Bast -4104-14 East. cpa�jq#!n% Spooner& Atwc-lA*,lnd Texas Registmt'10ft NID. 5,922 TBPL-S Firm lqoY 1004-400" Mkt . A -tL Oqt-i pf .2 1 5, m .. N M�� 0 tit 44, / i " ��pap -ftp Mfg / \ ------' ------------------ 413 =~- � i ^ W � 2 .� . it WI; :.r: 'y : II. fo �.... IS. r tit 1 IOU W 9 p SIO .23NI RMff V SKWA, �W 1V iClo A. mm m0fto,,Omnot if! A -how, - Wid'aaS liddl, NO OWL _REGMNjNG�jrbL�__j.j2, wi& d oStT �M— MIK'Nft, r4j! .0 : I [a AiVAd.sM � U-C oat Ot 3, 0/6 y MW Wq'r . Mao '. hd N, AM .4,00 1 UU� tact 00100* A-06W.-i tbuftai6daut ft� APAIMOV, W-4tAA 44%M094. Sbuth-5404voe tHEh1lrth'2fl°U9' 1.1y' W aloti:�fi sail rift=f ova ling aiafaice.f 3I.AS feed t�i :tha point of SP66hdi &- A-ssqdl*teAj Inc. TBPLS. flrtn -XQ,. 1005-49(0 ... . .. 0 2-2- P-.�RCEL. 90 --.P.g.*'I 6.f 2. N.7 IT Otto- -POO 6c 'o "Imp *tr-.wifia wen. A A.". v1stralim 922, MR fit:���"�1:�,��.��►�€�y�d.�'��;s��ltr����`�t� �'�'� �� ��: . � � ''�.�i�ta�:'����,_k���a��►:1;ee�..��c�r�;� �'.a`�a�i��'tf�x���r��'.��'I�•aii��w�� aiicl �.,��i�;b ism pig or aO AC-MfS -0 -:j axZO drl Of ISO pa xi = :Assj I tO-A ` it # istrafi'ra i' i(: 922• 1' ' S. k itrrtx l�[0, 1005440 -PARCPL24A-, PV, 1 &Z I r -41 -06SORI- Oil 6I6 14 Q TX iriif lfio MOP. o-owng r PC, v Of" Spooner'AX P. 'Texas k6oftia S-022. MLS�iM MIx: PO�RML Pq, A Of -2 F. 17 LA#4 464 atma Ask. Ift'.4tiorad THENCE M. M-4 Y;- 'PP., nqtm paps. OW0.044 q( t`e'.fiieiiaifty'1lr�e tied. 00 TIM N' pr d re -to UADart 'iiftho iooihw .6p, tortlef i>tt6 fji§.C` $581 Q-7) ob"o, iT2s'.'w*A. along, the west ptoperty lift"a of -the $610 T-Mdo fma J5&/) 0l ut :9'!Q!ng the.wras `rapery litup,6f thbaid TESCO tfict 3 5 44157)i -4 di"." cOOf"A 0 A feat try Oid e9t Oj,l4sq pro-i ofJA B14C S. SpoofOTR'px�-ti. $poom.6r.& MsWhtqh6- , i 't , R-iji-S PARCEL 28 � PO: 9 of 2 VA i6 J-V 4 45rg' -a6w 1 w4l.M 0.0 A d ft'666ttat THE P. -A"# IrikOt NVI 469,W"' j jj.#� , -p -SpoMdr & Aggodiateg,"Irio-. 'Tex4.k.egikmtioal4q.'L59zZ TBPLS -Fift No. 1 4O54900 e ald, pp;ql E Ot. " t4li PARCEL 29 �T§6 I of 2. P.7 ai WHO T, V i t. A n0v I j5P 2 hp. A='WRI116Y 4 M*44f V= qr 0 ve 0 ff - Alv4p 0, fte- i -C r min A mom. e - 7 -�g R 'a. 45. -t'� "' .!r 4 07. ACRO 'W90 18. MOV O?EZK SrA&O, 44 xl/M r, Cl. r 0 se FEET . .. .... ............ . T' 4& ' ,NO'rF;THeLWj$&, MMLNGO%IP'O N- ZONP— RTH, tRI K".. DA A7yA RMPXTMII� -1 R1,10.0 f -t - -,i� -6if die 72721 'wit ow- it -SPOONEIRt, P-AfZ.CEL Po. 16f 2 - IN X-1 0 A Li L►► 1. You are notified, and should advise your employees, representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance, at all times, with Chapter 752, V.T.C.A., Health & Safety Code. 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines. 3. Construction on electric transmission fine easements acquired by Oncor after January 1, 2003 shall comply with the requirements of Public Utility Commission Substantive Rules §25.101, as amended from time to time. 4. No crossing less than 45 degrees to the centerline of the right-of-way. 5. Grading will be done in order to leave the right-of-way as near as possible to present condition. Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way. Hydro -mulch or grass seeding are approved methods of restoration. Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. If site restoration, Hydro -mulch or i grass seed cannot occur due to unforeseen construction delays, or weather conditions, Oncor shall grant the City and it's Contractor access to re -seed the site at a later date. Oncor's inspector shall be contacted to conduct a final walk through of the Temporary Access Area. 6. Equipment and materials will not be stored on the right-of-way, outside of the area described In this agreement, during construction without written approval of the Supervisor of Regional Transmission. 7. Street or road crossings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval, 8. No signs, lights or guard lights will be permitted on the right-of-way. 9. Power line safety equipment operations; hazard assessment and precautions inside the work zone area must be performed and in compliance with OSHA Standard §1926.1408 at all times. Equipment shall not be placed within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines. 10. Any pre -approved fencing will not exceed eight (8) feet in height, and if metal in nature, will be grounded, at ten (10) feet intervals, with an appropriate driven ground. Gates should be at least sixteen (16) feet in width to allow Oncor access to the right-of- way. 11, No dumpsters will be allowed on Oncor right-of-way or fee owned property. 12. Draglines will not be used under the line or on Oncor right-of-way. 13. The existing grade shall not be disturbed, excavated or filled within 25 feet of the nearest edge of any tower. 14. Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted. No discharging of water will be allowed within any portion of the right of way. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 15. No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance. 16. Before any work is done under Oncor lines or by Oncor structures notify the Region Transmission Department, $17496-2746. 17. No hazardous materials will be stored on the right of way. 18. For purposes of this document, "Hazardous Materials" means and includes those substances, including, without limitation, asbestos -containing material containing more than one percent (1%) asbestos by weight, or the group of organic compounds known as polychlorinated blphenyls, flammable explosives, radioactive materials, chemicals known to cause cancer or reproductive toxicity and includes any items included in the definition of hazardous or toxic waste, materials or substances under any Hazardous Material Law. 'Hazardous Material Laws" collectively means and includes any present and future local, state and federal law relating to the environment and environmental conditions including, without limitation, the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S.C. §6901 et seq., the Comprehensive Environmental Response, Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S.C. §§9601-9657, as amended by the Superfund Amendments and Reauthorization Act of 1986 ("SARK), the Hazardous Material Transportation Act, 49 U.S.C. §6901 et seq., the Federal Water Pollution Control Act, 33 U.S.C. §1251, et seq., the Clean Air Act, 42 U.S.C. §741 at seq., the Clean Water Act, 33 U.S.C. §7401 et seq., the Toxic Substances Control Act, 15 U.S.C. §§2601-2629, the Safe Drinking Water Act, 42 U.S.C. §§300f-330j, and all the regulations, orders, and decrees now or hereafter promulgated thereunder. 19. Brush and cut timber is not to be plied or stacked on Oncor right-of-way nor is it allowed to be burned upon or in close proximity to the conductors or towers. 20. No structures or obstructions, such as buildings, garages, barns, sheds, swimming pools, playground equipment, guard houses, etc., will be permitted on the right-of-way. 21. Landscaping on Oncor right-of-way is permitted when Oncor approves landscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of- way. 22. No park or park designation will be permitted on the right-of-way. 23. Protective Barrier; Grantee, at Grantee's sole expense, shall provide one of the following protective barriers; 1) a concrete protective barrier between the surface and the pipe that is a minimum of one (1) foot thick by one (1) foot wide, if pipe is wider than one (1) foot, then width of pipe, with the top of the concrete barrier to be at least one (1) foot below the surface or final grade, 2) construct the gas pipeline inside of a proper protective steel casing, 3) where electric facilities are located above ground, install the pipeline a minimum of ten (10) feet below the ground surface, or 4) where electric facilities are located below ground, install the pipeline at a depth that provides for a minimum of a ten (10) foot clearance between the pipeline and the underground electric facilities. 24. No fire hydrants or manholes will be permitted within the right-of-way. 25. Any drainage feature that allows water to pond, causes erosion, directs stormwater toward the right-of-way or limits access to or around Oncor's facilities is prohibited. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 26. No boring pits or other type of pits will be permitted within the right-of-way. TEXAS HISTORICAL COMMISSION real places telling real stories April 16, 2010 Cody Davis AR Consultants, Inc. 11020 Audelia Road, Suite C105 Dallas, TX- 75243-9085 Re: Project review under the Antiquities Code of Texas City of Fort Worth Sanitary Sewer Main 257 Parallel Relief Pipeline, Tarrant County Texas Antiquities Permit Application #5601 Dear Colleague: Thank you for your Antiquities Permit Application for the above referenced project. This letter presents the final copy of the permit application from the Executive Director of the Texas Historical Comtnission, the state agency responsible for administering the Antiquities Code of Texas. Please keep this copy for your records. Additionally, please note that due to a new rule change the THC no longer requires that 20 copies of the final report be mailed to the THC, instead the Antiquities Permit investigations now require production of one printed copy of the final report, a completed abstract form, two tagged PDF copies of the final report on a CD (one with site location information & one without), and verification that any artifacts recovered and records produced during the investigations are curated at the repository listed in the permit. If you have any questions concerning this permit or if we can be of further assistance, please contact Lillie Thompson at 512/463-1858. The reviewer for this project is Ed Baker, 512/463-6096. Sincerely, for Mark Wolfe Executive Director MW/Ift Enclosure Cc: Fernando Costa, City of Fort Worth RICK PERRY, GOVERNOR .. J©N T. HANSEN, CHAIRMAN 4 MARK WOLFE, EXECUTIVE DIRECTOR P.O. BOX 12276 • AUSTIN, TEXAS .1 78711-2276 • P 512.463.6100 t F 512.475.4872 • TDD 1.800.735.2989 = www.the.state.tX.us State of Texas TEXAS ANTIQUITIES COMMITTEE ARCHEOLOGYPERAffr# 5601 This permit is issued by the Texas Historical Commission, hereafter referred to as the Commission, represented herein by and through its duly authorized and empowered representatives. The Commission, under authority of the Texas Natural Resources Code, Title 9, Chapter 191, and subject to the conditions hereinafter set forth, grants this permit for: Intensive Survey To be performed on a potential or designated landmark or other public land known as: Title: City of Fort Worth Sanitary Sewer Main 257 Parallel Relief Pipeline County: Tarrant Location: Along Village Creek, Fort Worth, Texas Owned or Contro-lled by: (hereafter known as the Permittee): -- -- City of Fort Worth - - 1000 Throckmorion Street Fort Worth, TX 76102 Sponsored by (hereafter known as the Sponsor -� City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 The Principal Investigator/Inve_s_tigation Firm representing the Owner or Sponsor is: Cody Davis — AR Consultants, Inc. 11020 Audefia Road, Suite C105 Dallas, TX 75243_ This permit is to be in effect for a period of.- - - 2 Years and 0 Months and Will Expire on: - - 04/1412012 - - During the preservation, analysis, and preparation of a final report or until further notice by the Commission, artifacts, field notes, and other data gathered during the investigation will be kept teMporar#L at. AR Consultants, Inc. Upon completion of the final permit report, the same artifacts, field notes, and other data will be placed in a permanent curatorial repository at Texas Archeological Research Lab. Scope of Work under this permit shall consist of - Pedestrian survey with shovel testing and backhoe trenches. For details, see scope of work submitted with permit application. ARCHEOLOCYPERMIT # 5601 7"his permit is granted on the following terms and conditions: This project must be carried out in such a manner that the maximum amount of historic, scien(ific, archeological, and educational information will be recovered and preserved and must include the scientific, techniques forrecovery, recording, preservation and analysis commonly used in archeological investigations. Al! survey level investigations must follow the state survey standards and the THC survey requirements, established with the projects sponsor(s). 2) The Principal In Firm, serving for the OwnerlPemmittee and/or the Project Sponsor, is resp specimens, samples,onsible forinsuring that artifacts, materials and records that are collected as a result of this permit are appropriately cleaned, and cataloged for curation. These tasks will be accomplished at no charge to the Commission, and al/ specimens, artifacts, materials, samples, and original held notes, maps, drawings, and photographs resulting from the investigations remain the property of the State of Texas, or its Political subdivision, and must be curated at a certified repository. Verrficafion of curation by the repository is also required, and duplicate copies of any requested records shall be furnished to the Commission before any permit will be considered complete. 3) The Principal Investigatorllnvestigation Firm serving for the Owner/Permittee, and/or the Project Sponsor is responsible for the publication of results of the investigations in a thorough technical report containing relevant descriptions, maps, documents, drawings, and photographs. A draft copy of the report must be submitted to the Commission forrevlewand approval. Any changes to the draft report requested by the Commission must be made or addressed in the report, or under separate written response to the Commission. Once a draft has been approved by the Commission, one (1) printed, unbound copy of the final report containing at least one map with the plotted location of any and all sites recorded and two copies of the report in tagged PDF format on an archival quality CD or DVD shall be furnished to the commission. One copy must include the plotted location of any and all sites recorded and the other should not include the site location data. A paper copy and an electronic copy of the completed Abstracts in Texas Contract Archeology Summary Form must also be submitted with the final report to the Commission. (Printed copies of forms are available from the Commission or also online at www. thc.state. tx.us.) 4) If the OwnerlPerrhittee, Project Sponsor or Principal Investigatorllnvestigation Finn fails to comply with any of the Commission's Rules of Practice and Procedure or with any of the specific terms of this permit, or fails to properly conduct or complete this project within the allotted time, the permit will fall into default status. A notification of Default status shall be sent to the Principal Investigatorllnvestigation Finn, and the Principal Investigator will not be eligible to be issued any new permits until such time that the conditions of this permit are complete or, if applicable, extended. 5) The Ownerlpemmittee, Project Sponsor, and Principal Investigatorllnvestigation Firm, in the conduct of the activities hereby authorizes, must comply with all laws, ordinances and regulations of the State of Texas and of its political subdivisions including, but not limited to, the Antiquities Code of Texas; they must conduct the investigation in such a manner as to afford protection to the rights of any and all lessees or easement holders or other persons having an interest in the property and they must return the property to its original condition insofar as possible, to leave it in a state which will not create hazard to life nor contribute to the deterioration of the site or adjacent lands by natural forces. 6) Any duly authorized and empowered representative of the Commission may, at any time, visit the site to inspect the fieldwork as well as the field records, materials, and specimens being recovered. 7) For reasons of site security associated with historical resources, the Project Sponsor (if not the Owner/Pemmittee), Principal investigator, Owner, and Investigation Firm shall not issue any press releases, or divulge to the news media, either directly or indirectly, information regarding the specific location of or other information that might endanger those resources, or their associated artifacts without first consulting with the Commission, and the State agency or political subdivision of th has been discovered. e State that owns or controls the land where the resource 8) This permit may not be assigned by the Principal Investigatorllnvestigation Firm, OwnerlPennittee, or Project Sponsor in whale, or in part to any other individual, organization, or corporation not speclfrcally mentioned in this permit without the written consent of the Commission. 8) Hold Harmless: The Owner hereby expressly releases the State and agrees that OwnerlPemmittee will hold harmless, indemnify, and defend (including reasonable attomey's fees and cost of litigation) the State, its officers, agents, and employees in their official andlorindividual capacities from every liability, loss, or claim for damages to persons or property, direct or indirect of whatsoever nature arising out of, Orin any way connected with, any of the activities covered under this permit. The provisions of this paragraph are solely for the benefit of the State and the Texas Historical Commission and are not intended to create or grant any rights, contractual or otherwise, to any otheror entity. 10) Addendum; The OwnerlPermi#ee, Project Sponsor and Principal Investigatorllnvestigation Firm must abide by any addenda hereto attached. Upon a finding that it is in the best interest of the State, this permit is issued on 0411412010. Jar ie _ rusetlr, for the lsforical Comilzission Appendix GC — 6.24 Nondiscrimination Appendix GR-01 60 ®® Product Requirements ORTWORTH, CNTY OF FORT NORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: September 5, 2018 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)..................................;........................I..... 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 E I 1 Ln m of I p ed se d .d d s e e IM' A 41 it *x P4 y � q o q i g � N C7 Sy N L7 x o V 4 is N x M 4 m o s a C V Vm R C p W � Cp Cp may+ u V U t! Sp V V V V V Uu V V V -IiS�� ad p� Y4 I � �y .� .X .a+ A A A A A G q cc 4 c t��s G O C [On M f0�1 M M M M M M ICI rl •'I � M M M M M M M M M M M M M M M M M M M M� m M O m m � s s c �D m �O � .-� •r � � u U 4 00 C r�) N a a a a n v�q U U U a V U U V V U 'y o V � p � w w U A f-1 Q d O � o �. 53 0 V u u � Yy V ] 3 C a� w o w e� G sJ � n w � � o P. -all a f fY Ir o M M M M M M b M M M M m m M N M M M P b W G O IL u § ¢ � � \ ) k @ k ) _ ( / \ \ ! \ f ) ) )2 3 f P. } �d3 J § . / d " � § § � ( � k \ � [ f � � m ■ 2 � / & -.�----- .�v�vty .QEgQQ 2 � C T� d U � � O G k O U W {i trc. M N � � OIL z � o_ Ff 3 4 8 y.� p ##o 0 �gj q q Yn 'q�n+ -6pC7 -C O V1ryy pOp w S S G o � S � ti m � U � O � M O ti N O 6i U CA S s s s a � � wqy O �y F ¢f w p Y •�55+ A a U 9 A S i'. 11 h O Qa xi '6 'O A i%J Pa .. ate. a, 3 :� gv i S a o d N 1 h ooqq L co j F. W 11 u 14 H u Lai ice', B k / 4J) k\\ §© § . � § � \ 4 ) � ) §\-\§ I�� § k � ' Kl SJ | / 2 [ 2 �) J kk\ � u . & � \ k\\)( -0 H �-1 U pl 04 2 ƒ � � & ) ; ®E/) j(§§§ § )§§§ §z } ,a 2a /) % A � K4& � A r ¥ % f � 0:6, % E�= , Q � _ - m29§7 k2\»/ k £ \ O G ) �. F E 0 u to u h N a � w NM1i h vl b H N a G a vJ � N a � o p o o o u a 9 A aqq E U Q o U E., � •� W pq _ w � a •� a. "i k � m en p F- 0 2 0 2 0 2 o p 2 N o .i g � o r. p — p N o o fit N a N N � o N 0 N � M V M M m m M M M M M [n M M M M M M rl M i1a M M M M N a q _ _rnrn u Ey ®SO0, N r F-A Lo� � 4 � E-4 � 2 2 � ƒ � b 2 2 F q 2 1-4 7 )} }}\ (§ §(§ 2 §} ]A 2 �2 %f \� )� � $2� § < < §d I i�© aE QRRR�,� �27232 �Ea2am ■ � )§ \\\ k k k Lw- � } F+d a A 0 0 ° 3 Y Vl � N yyqq 8 0 b b b E E eta � try ((rye N N N N W� iL i33� C333 C5 U M O N Iti •p ff/�� u ,{^ram' [] j��J� i2 m$ i � � ppoqq A 5 c c o W w i c i i i Ii y V V 6 m # iY v y� o G h r� rS F y N Vi Vl to P N'L Nll N N u 0 "04 O 4 P G G O o No o e q v� V v� C� vi V vi U vi V � U vs V vi V v� V vi t5 rs U d d d d d d d d d d d 0 � � N L tlL d U 0 U V V m i! ut 19 W11 1�1 W..I JR tawmmm I F A m aamsaca ss KI a�i K W t 0 0 0 0 6 P O C O .�.. .N.i 6 1% V r7'r� - R O U — U U U U V U Yu M M •�'• d d U U U d d F M M d d chi a°i d m d d m tk k. �' y Vo S w 14 Y3 A R w 4k i 9 u af V 4 We U U U V U U �j- y ,0 u q •ti3 iM to y d fA PJ P,uu m� (�� in rig rA a a y i�3 s y q ;` 3 rO; ri a W a�� el 4— i w di w w W [a w B] w y� F WW e} pp c V O M � O G � U U V U U V U U U U U U V C) U y m 3ag 3Q3 3a3 3a3 33 as3 3¢3 ¢ 3¢3 a¢a 3¢3 3¢3 3¢3 a 3¢3 � � a Q Q Q Q a Q a Q Q a Q a¢ a V N d¢ ¢ Q e — J N A y y U a c°�vSvS�� o U e U pp V o V ppr���3� U a> W _ � "Cziz��j53 Q Q e C� "✓ .'y "✓ "r m I J a37 a vi u `r a ti 44 q '2i 0g j '%�V 1 j �AQ 5 1 i %.�l a > > > > > x � d a u a a a a 'aaveee a m a u a va �pp o c L W W W W W W W W W W M K �i r u M en E ff i c U D N r u V r 1850 MARINE ODOR CONTROL VALVE L The 1850 is a combination odor control vent valve, with the additional feature of a ball check to prevent water from submerging the media bed during rough seas. The 1850 is cast in 356-T6 aluminum, and epoxy coated for protection from the harsh sea environment. It is available with either a 4" or 6" flanged end that mounts directly to a gooseneck pipe. The interior of the body contains a canister filled with 12 Ibs of odor scrubbing media. The media is engineered in pellet form to allow for excellent airflow thru the media bed. Our media is highly effective in removing hydrogen sulfide gas ( H2S ) . Pellets are non -toxic, and landfill disposable. Every 1850 is equipped with tamper proof lockable latches, a HDPE float, and stainless screens to prevent debris from entering into the valve casting. Flanged 4' or B" aluminum body. Metric - ISPE flange upon request Tamper proof lockable latches Wager media contains Media Life Indicator Pellets Float is made of HDPE. Has excellent durability and resistance to chemicals 55 protective screens prevent debris from entering line either in the open or sealed 1 position. "I. 61 Appendix SS I Specific Project Conditions And Requirements Appendix SS 2 Contractor Scheduling