Loading...
HomeMy WebLinkAboutContract 54147F TW n PROJECT MANUAL FOR THE CONSTRUCTION OF Sanitary Sewer Main 257, gpper and Middle Village Creek Parallel Relief Main — Part 2B City :Project No. 01227 Betsy Price David Cooke Mayor City Manager Chris Harder Director, Water Department Gregg Simmons Director, Transportation and Public Works Department CONFORMED Prepared for The City of Fort Forth Walter Department 2020 VOLUMIE D DIVISIONS 00-99 Plummer ?associates, Inc. 04/09/2020 PROJECT MANUAL FOR CITY SECRETARYS 4l" :7 C URACTNO . __ , ______ _ THE CONSTRUCTION OF Sanitary Sewer Main 257, Upper and Middle Village Creek Parallel Relief Main -Part 2B Betsy Price Mayor City Project No. 01227 Chris Harder Director, Water Department Gregg Simmons David Cooke City Manager Director, Transportation and Public Works Department CONFORMED Prepared for The City of Fort Worth Water Department 2020 VOLUME! DIVISIONS 00-99 Plummer Associates , Inc. FORTWORTH, City of Ford Warth Standard Construction Specification Documents Adopted September 2011 000000-i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Volume I (Divisions 00-99) Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 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 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 3513 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 015526 Street Use Permit and Modifications to Traffic Control (By Reference) 01 5713 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning CITY OF FORT WORTH Sanitary Sewer Main-257- Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 11Ftw-fs.ftw.apailshar proje W\03185040-011SpeesWiva]Tina] Part 2B SpecificationslCoafb meMddendum 3\00 00 00—Table of Canteats.d= 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 01 77 19 Closeout Requirements 01 7823 9pefatie., and Main4enane 01 7839 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 06 - Fiberglass 06 74 00 Fiberglass Reinforced Plastics Fabrications Division 26 - Electrical Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 312400 Embankments 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) EeneryR-E i 32 11 23 Flexible Base Courses (By Reference) 32 11 29 Lime Treated Base Courses (By Reference) 3211 33 32—i i 37 Cement Treated Base Courses (By Reference) Liquid T+eate•j Sail Stab liz 32 12 16 iL •3' DOSI�LTCPFZFr.G= Asphalt Paving (By Reference) 32 12 73 32 i3 3 32- i 3 20 Asphalt Paving Crack Sealants (By Reference) Co ff n-4e Davi Conerete Sidewalks, Dr+vew&ys Bamer Free Ramps 32 0 73 and EefferctePaving joint Sealants 32 i7 25 Giffb Address Painting CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01227 Revised February 2, 2016 \1Ftw-fs.ftw.apaiVbarelprujects103181040-011Speu%AaMnaE Part 2B SpecificalionslConformedlAddendum 3\00 00 00 Table of Conteats.do 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems My Reference) 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) 3304 nn neat,, .p an AGeep taro_ T-sti33g of 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 05j 4sting Frame, Cover and Grade Rings -Composite "�s, Inlets., Valve Boxes., ai+d Othef c�ctupes 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carver Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets (By Reference) 3311 10 Ductile Iron Pipe By Ri #f=rIcc) 3311 11 33 11 12 33 i i i3 Ductile Iron Fittings (I3y Reference) Polyy p.) G le -ide (PVC) Pressure D:,3e !''.gyp Pr-es...,re Pipe, Ba Wrapped, Gavel Cylinder T-ype 33 11 14 33 Q io 33 1 7 1 1 33�1 7 20 33 12. 2i 33 Q 25 33 1230 a fS z e f Buf e,l Steel Pipe a- 1 1 ;tt;. gs Water Ser-V46e8 1 I, t.A 'l , -b Large Water- . Meters Do iciit Seated gate iaWe ASVWA 7}„bbe Seated Beaer- y Valves r r o tier, t Existing Watey Mai G„p„bin tie A;r tlnls.e A bliUS f r nh+ ble Vit ter Systefas 33 1240 3:z�Lc§ten^ 33�1-.�`z 6n 33 M 12 3331 13 3331z5 sso,., lc4o_Ry4e Fits W.,t ff S.,.,,p.le Stations et.,r,l.,r,l Blow off Vye A sse ,l..l�, Gthred i Ul..ee Pipe !CroUl Fiberglass Reinforced Pipe for Gravity Sanitary Sewers High Density U 1 t4hylefle F r CSafA4ar-y CSewep 0 CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 \\Ftw-fs.flw.apailshare\projects103161040-01\Spe \Final\Final Part 2B Speci6cari0nsWDnforme&Addendum 3100 00 00 Table of Contents.doex 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 333122 SOffikafy SENVeF Slip Liflifi 33 3l 23 SaE4ar-y Sewer- gem t 3331 50 Sanitary Sewer Service Connections and Service Line (By Reference) 33 3l 70 GembinatienA4 Valve f6r- Swi-A.. e f Fee- a Mains, 33 3- 10 Cast-ia Aft to Manholes 33 39 20 Precast Concrete Manholes 33 3940 Wastewatef Aeoess Chamber "� ; AG) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 11 Egh Pmsity Pelyethylenti(PIPnE) Pipe fer- Stenn� 33 46 00 —Sage 33 4601 Sle4ed &tefm Dmins 33 49 10 Cast -in -Place Storm Drain Manholes and Junction Boxes 33-49 20 — curb and ram -OP I- fil is Division 34 - Transportation 34 n+t,,.,lu .'ncc --r 10.01 et}t� �6aTrvTr=I � Cabin 34 411$$2A4aehfnent B ContFQllerSpeetfieatiea 34 44 10.03— A#aehmen4 G Sa tw-afeSpGeine-a a 34 41 16 Pedti, or -id -Signal 34 41 20 Roadway 34 41 20.02 l -ee-way T M Roadway Inuminairas 34 41 30 A4uffliff� Sign 3471 13 Traffic Control Division 99 99 99 00 Special Measurement and Payment (Not Included) CITY OF FORT WORTH Sanitary Sewer Main-257- Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 \1Rw-fs.ftw.apai elprojects\0318\040-031SpouMnalTinal Part 2B SpeciiicatiomkConforme&Addendum 3\00 00 CO Table of Contenis.docx 00 00 00 - 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Volume II (Appendix) 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.D Minority and Women Owned Business Enterprise Compliance GC-6A7 Wage Rates GC-6.09 Permits and Utilities 1) TxDOT Utility Permit for FM 1187 Crossing 2) Tarrant County Utility Permit 3) XTOBarnett Pipeline Crossings GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements 1) City of Fort Worth Water Department Standard Product list 2) Schedule Quick reference Guide for Contractor 3) Schedule Guide Document SS 1 Specific Project Conditions and Requirements SS 2 Contractor Scheduling END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 NTtw-fs.ftw.apailshare\projects103185040-011Sp=\FinalTinal Part 2B SpmfficationsTonfmmedWddendum 3100 00 00—Tablenf Contents.docx Gity of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 23, 2020 LOG NAME: 60M257P2B-MOUNTAINC REFERENCE NO.: M&C 20-0461 SUBJECT: Authorize the Execution of a Contract with Mountain Cascade of Texas, LLC in the Amount of $7,142,003.00 for the Sanitary Sewer M257 Upper and Middle Village Creek Parallel Relief Main, Part 2B Project and Provide for Project Costs for a Project Total in the Amount of $24,592,607.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 2 and 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract with Mountain Cascade of Texas, LLC, in the amount of $7,142,003.00, for the Sanitary Sewer M257 Upper and Middle Village Creek Parallel Relief Main, Part 2B project; 2. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds from Future Debt for the Sanitary Sewer M257 Upper and Middle Village Creek Parallel Relief Main, Part 2B project; and 3. Adopt the attached Appropriation Ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund (W&S Commercial Paper) by decreasing appropriations in the UNSPEC project (City Project No. UNSPEC) in the amount of $7,929,373.00 and increasing appropriations in the Sanitary Sewer M257 Upper and Middle Village Creek Parallel Relief Main, Part 28 by the same amount (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 ("UMVCPRM") Part 2B project. In order to expedite construction of the total footage of UMVCPRM, the project was divided into Parts 2A and 213. Construction of Part 2A is underway. Construction of the project was advertised for bid on April 16, 2020 and April 23, 2020 in the Fort Worth Star -Telegram. On June 4, 2020 the following bids were received: Bidder Mountain Cascade of Texas, LLC Amount $7,142,003.00 ICalendar Days 540 4 s alendar Y Belt Construction of Texas, LLC J S.J. Louis Construction of Texas, Ltd. $7,596,303.00 $8,564,098.56 McKee Utility Contractors, Inc. 11 $8,650,336.0011 Thalle Construction Co., Inc. $10,037,006.00 Jackson Construction, Ltd. $10,142,527.00 In addition to the contract cost, $573,110.00 is required for project management, material testing and inspection, and $214,260.00 is provided for project contingency. Construction is anticipated to commence in September 2020 and be completed by February 2022. This project will have no impact on the Water Department's operating budget when complete. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Funding for the Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 2B project is as depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Capital Projects - Fund $303,000.00 $0.00 $303,000.00 56002 Clean Water SRF - Fund $969,090.00 $0.00 $969,090.00 59602 Sewer Capital Legacy - Fund $3,283,000.00 $0.00 $3,283,000.00 59607 W&S Bond 2020A- Fund $12,108,144.00 $0.00 $12,108,144.00 56017 W&S Commercial $0.00 $7,929,373.00 $7,929,373.00 Paper - Fund 56019 Project Total $16,663,234.001 $7,929,373. 0]$2 ,,592,607.00 *Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water & 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 2.3 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 approved the Water Department's Fiscal Year 2020-2024 Five -Year Capital Improvement Plan on September 17, 2019. This City Council approved plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. Fund 56019 is the current W&S Commercial Paper fund and the name will change to the bond issuance year (Water & Sewer Bond 20XX) once the debt has be sold and a new fund will be created with the name W&S Commercial Paper fund. In accordance with the provisions of the Financial Management Policy Statements, staff anticipates presenting revenue -supported debt issuances to the City Council for consideration within the next three years.This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. 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. MIWBE OFFICE: Mountain Cascade of Texas, LLC, is in compliance with City's BDE Ordinance by committing to 12 percent MBE participation on this project. The City's MBE goal on this project is five percent. The project is located in COUNCIL DISTRICTS 2 and 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified project within the W&S Commercial Paper fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the SS Main 257 Part 2 Upper and Middle Village Creek Parallel Relief Main, Part 2B project to support the approval of the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO l�——ic1 _Fund Department cl--ID Project Program ctiv�ty Budget Reference # moun ID _�� Year Chartfield� FROM Fund Department Accoun Project Program ctivlty BudgeT(Chartfield Reference # Amount �_ �p ID -� A Year 2 CERTIFICATIONS: Submitted for City Manager's Office b : Dana Burghdoff (8018) Originatinq Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. #2 - 60M275P2B-MOUNTAINC FID Table_ N�.08.20).xlsx (CFW Internal) 2. #3 - 60M257P2B-MOUNTAINC Reimb Resolution NN 06.08.20 .docx (Public) 3. 60M257P2B-MOUNTAINC Compliance Memo.pdf (CFW Internal) 4. 60M257P2B-MOUNTAINC Form 1295.pdf (CFW Internal) 5. 60M257P2B-MOUNTAINC funds avail.docx (CFW Internal) 6. 60M257P2B-MOUNTAINC Map.pdf (Public) 7. 60M257P2B-MOUNTAINC SAM.pdf (CFW Internal) 8. 60M257P2B-MOUNTAINC 56019 A020 R3 .docx (Public) }�Iƒ|9{Nq, § | .$.. 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 OF'iw-fr_ftw,apailshare5projects�03 k8YU40-OIVSpecSlFinallFinal Part 2B SpecEficalionSlAivision 0P100 p5 ]0_Mayor and Council Communication(M&Q.doc 0005IS- I ADDENDA Page 1 of 1 1 ,SECTION 00 05 15 2 ADDENDA 3 4 5 6 8 9 1a 11 12 13 14 15 16 17 18 19 20 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 llFlw-fs.Etw.apaikshue%pmjects403184040-Ol\SpmWina]Tinal Part 2B SpwificationsWivision 00\00 05 l5_Addenda.doc 0318-040-11 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT" WORTH UPPER AND MIDDLE VILLAGE CREED PARALLEL RELIEF SANITARY SEWER MAIN 257 PART 2B CITY PROJECT NO. 01227 Addendum Release Date: April 27, 2020 Pre -Bid Meeting Date: Wednesday April 29, 2020 Revised Bid Date: Thursday May 28, 2020 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Note receipt of the Addendum 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 ATTACHMENTS AD1-1, AD1-2, AD1-3, AD1-4, AD1-5, AD1-6 ATTACHMENT AD1-1, Addendum Scope ATTACHMENT AD1-2, Revised Invitation to Bidders ATTACHMENT AD1-3, Revised Specification 00 42 43 Proposal Form ATTACHMENT AD1-4, Revised Specification 00 45 12 Prequalification Statement ATTACHMENT AD1-5, Revised Specification 33 39 60 Epoxy Liners for Sanitary Sewer Structure. ATTACHMENT AD1-6, Revised Standard Product List Please acknowledge receipt of the Addendum in the following locations: 1) In the space provided below. 2) In the Proposal. 3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO, 1" Failure to acknowledge the receipt on Addendum No. 1 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. All Items in conflict with this addendum are hereby deleted. CITY OF FORT WORTH Upper and Middle Village Parallel Relief Sanitary Sewer Main, 257 Part 2B City Project No. 01227 F:lprojects103181040-011Specs\FinallFinal Part 213 SpecificationslAddenda\Addendum 11Addendum 1.doc ADDENDUM 1 -- PAGE 1 OF 2 THIS ADDENDUM DOCUMENTS AND ENVELOPE. 0318-040-11 IS MADE PART OF THE SPECIFICATIONS AND CONTRACT SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID PLUMMER ASSOCIATES, INC. By. GeOW 1 WVA George 1. Farah, P.E. April 27,2020 Seal GEORGE 1. • FARAH° ��� �`• 97A�48 .:w�i� CITY OF FORT WORTH WATER DEPARTMENT DIRECTOR CHRIS HARDER, P.E. 101(1 BY:OR ✓1� Tony Sho ola, P.E. Assistant Director (Water Dept.) Receipt Acknowledged: By. P4 5 Title rl Company Upper and Middle Village Parallel Relief Sanitary Sewer Main, 257 Part 213 City Project No. 01227 i=:lprojects\03181040-011SpecslFinaiiFinal Part 213 Specificallons\Addenda\Addendum 11Addendum 1.doc ADDENDUM 'I — PAGE 2 OF 2 0318-040-11 ADDENDUM NO. 2 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH UPPER AND MIDDLE VILLAGE CREED PARALLEL RELIEF SANITARY SEWER MAIN 257 PART 28 CITY PROJECT NO. 01227 Addendum Release Date: May 15, 2020 Bid Date: Thursday May 28, 2020 (This Bid date will not change) Deadline for Contractor's questions is Tuesday May 26, 2020 at 12:00 PM. This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Note receipt of the Addendum 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 ATTACHMENTS as follows: ATTACHMENT AD2-1, Addendum Scope ATTACHMENT AD2-2, Specification 00 42 43 Proposal Form (Part 213) ATTACHMENT AD2-3, Specification 00 52 43 Agreement ATTACHMENT AD2-4, Specification 32 93 43 Trees and Shrubs ATTACHMENT AD2-5, Specification Appendix GC-4.01 Availability of Lands Special Conditions for Stone Property, Parcel 55 ATTACHMENT AD2-6, Specification Appendix GC-4.01 Availability of Lands Special Conditions for Becerra Property, Parcel 59 ATTACHMENT AD2-7, Specification Appendix GC-4.01 Availability of Lands Special Conditions for Czajkowski Property, Parcel 60 ATTACHMENT AD2-8, Revise Sheet G-004 SYMBOLS, ABBREVIATIONS AND CONTROL POINTS ATTACHMENT AD2-9, Revise Sheet G-005 PROPERTY MAP & CONTROL POINTS ATTACHMENT AD2-10, Revise Sheet G-006 PROPERTY MAP & CONTROL POINTS ATTACHMENT AD2-11, Revise Sheet G-007 PROPERTY MAP AT VILLAGE CREEK CROSSING ATTACHMENT AD2-12, Revise Sheet G-008 PROPERTY OWNER INFORMATION ATTACHMENT AD2-13, Revise Sheet C-027 PLAN AND PROFILE SHEET STATION 240+00 TO 249+00 ATTACHMENT AD2-14, Revise Sheet C-028 PLAN AND PROFILE SHEET STATION 249+00 TO 257+00 ATTACHMENT AD2-15, Revised Sheet C-029 PLAN AND PROFILE SHEET STATION 257+00 TO 266+00 ATTACHMENT AD2.16, Specification Appendix GC-4.01 Availability of Lands Special Conditions for Burleson Golf Partners LLC Property, Parcel 61 CITY OF FORT WORTH Upper and Middle Village Parallel Relief Sanitary Sewer Main, 257 Part 213 City project No. 01227 F:lprojectsX03181040-01\SpecslFina[\Final Part 2H Specifications\AddendalAddendum 21Addendurn 2.doc ADDENDUM 2 -- PAGE 1 OF 2 0318-040-11 Note: The Engineer's opinion of probable Construction cast for this project is between $10 Million and $13 Million. Please acknowledge receipt of the Addendum in the following locations: 1) In the space provided below. 2) In the Proposal. 3) Indicate in upper case letters on the outside of the sealed bid envelope. "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2" Failure to acknowledge the receipt on Addendum No. 2 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal, All Items in conflict with this 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 PLUMMER ASSOCIATES, INC. George I Farah George I. Farah, P.E. May 21,2020 r............... Seal GEORGE I. FARAH �i'Oc. 97448 , CITY OF FORT WORTH WATER DEPARTMENT DIRECTOR CHRIS HARDER, P. By. ! 3 0 Tony Sholola, P.E. - Assistant Director (Water Dept.) Receipt A kno le d: By: Title Company Upper and Midd[e Village Parallel Relief Sanitary Seaver Main, 257 Fart 213 City Project No. 01227 Ftlprolectslps4sl©+{p-[f�tSpecslFinallFinal Part•2i:3 SpeclticallonslAddendalAddendum ZAddendurn- 2.doc ADDENDUM 2 — PAGE 2 OF 2 0318-040-11 ADDENDUM NO. 3 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH UPPED AND MIDDLE VILLAGE CREEK PARALLEL RELIEF SANITARY SEWER MAIN 257 PART 213 CITY PROJECT NO. 01227 Addendum Release Date: May 27, 2020 Revised Bid Date: Thursday June 4, 2020 (This Bid date will not change) This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Note receipt of the Addendum 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 ATTACHMENTS as follows: ATTACHMENT AD3-1, Addendum Scope ATTACHMENT AD3-2, Revised Invitation to Bidders ATTACHMENT AD3-3, Specification 00 42 43 Proposal Farm (Part 2B) ATTACHMENT AD3-4, Specification Appendix GC-4.01 Availability of Lands Conceptual Golf Cart Path Bypass alignment for Burleson Golf Partners LLC Property, Parcel 61 Please acknowledge --receipt of the Addendum in the following locations: 1) In the space provided below. 2) In the Proposal. 3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEIDGED ADDENDUM NO. 3" Failure to acknowledge the receipt on Addendum No. 3 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. All Items in conflict with this addendum are hereby deleted. CITY OF FORT WORTH Upper and Middle Village Parallel Relief Sanitary Sewer Main, 257 Part 213 City Project No. O1227 F:(projects103181040-011SpecslFinallFinal Part 2B SpecificationslAddendalAddendum 31Addendum_3.doc ADDENDUM 3 — PAGE 1 OF 2 0318-040-11 THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. PLUMMER ASSOCIATES, INC. By: George i Farah George I. Farah, P.E. May 27,2020 �••aaGEORGE. I..FARAH•.. Seal�...................�........ 97448 /Ct_N5E°- �m CITY OF FORT WORTH WATER DEPARTMENT DIRECTOR CHRIS HARDER, P.E. By: t O,A !�J 0 1 v L. Tony Shol a, P.E. Assistant Director (Water Dept.) Receipt A nowt dge - By: Vice President Title Mountain Cascade of Texas, LLC Company Upper and Middle Village Parallel Relief Sanitary Sewer Main, 257 Part 213 City Project No. 01227 C:lUserslGtarahlDesktoplAddendum 3%Addendum 3.doc ADDENDUM 3 — PAGE 2 OF 2 0318-044.11 ADDENDUM NO.3 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH UPPER AND MIDDLE VILLAGE CRr:r= PARALLEL RELIEF SANITARY SE ER MAIN 257 PART 20 CITY PROJECT NO, D1227 Addandum Raleaw Date. May 27, 2D20 Revised Bid Date: Thursday June 4p 2020 (This Bid Mate will not change) This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendi-rm by slgning and attachfng it to the Contract Documents (fnslde cover). Note receipt of the Addendum In the Bkd proposal and on 1ha Muter envelope of your bid, TO, PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans Specifications, and Contmct Documents shall be modified as required by the ATTACHNlEN,rS as follows: ATTACHMENT AD3-1, Addendum Scope ATTACHMENT AD3- , Revised Invltetion to Bidders ATTACHMENT AD3-3, Spedfication OQ 42 43 Proposal Form (Part 23) ATTACH M E NT AD3-4, Specii«lcatdon Appendix C Y4.01 Availability of Lands Conceptual Calf Cart Path Bypass allgnmant for Burleson Golf Partners LLC Property, Parcel 61 Please ecknowtedge receipt of the Addendum In the following locations: 1) In the space provided below. 2) In the Proposal, 3) Indicate In upper case letters on the outside of tho see Ied bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 3" Failure to acknowledge the receipt on Addendum No. 3 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualiff cation, A signed copy of this addendum shall be placed Into the proposal at the time of bld submittak All Items in conflict with this addendum are hereby deleted. WY OF FORT WORTH Uppar and Middre Vlilega .Niallel Relief Sanitery 5aweT Main 257 Pen 210 MY FVh;1 e:1.s10318kUu14�115 s1R alftllr Parti 13 SpeciAredlanr, AddeMa1Addendum 22 Addand= 3.1:Pfx PiajecE No, 01227 DDEND�.dM 3 — PAGE 1 OF 2 0318-4)4411 THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL EE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BlD ENVELOPE, PLUA+ MER ASSOCIATES, INC. WATER DEPARTMENT DIRECTOR CHRIS HARDER, P.E. By: George t Farah George d. Farah, P.E. May 27. 020 00, �. *.......................... ..... ....... . ...OEOR L FARAH .. Seal e .................. ..,�7�48...i'�� �� w 4771 G MOF FORT W RTI1 i �[laetal�3Fer hlE7aeklap>,A�dtler am 81 wmdumLL3.dac BY. TV4 1 ? Tony Shoes, P. E. Antstant Director (Water Dept,) Receipt A&nowledged' Sy; TIV e Company flipper and M w0! vilinge Puna al ReHaf Sordory Sawar Mah 257 Fiart 75 Uly Pr*0 Flo. M227 ADDENDUM 3 — IMAGE 2 OF 2 ADDENDUM NO. 3 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH UPPER AND MIDDLE 1#ILLAOIZ CREEK PARALLEL RELIEF SANITARY SEWED MAIN 257 PART 213 CITY PROJECT NO. 01227 ATTACHMENT A03-1 Addendurn Scope Item 1-1 Clarifications 031 &- 0-01 The 'Intent of the following iterns (1-7) Is to provide darifcatlon of the Contract Documents, 1) Lining of Concrete manhole and structures Is specified to be by Warren Environmental or Chesterton only. No other lining materlal Js allowed per Specifca[ion 33 39 60. 2) CasIng -and Tunriel Llner Plate shown on the plans and Specification matches the Permits or permit applications provided to the Con(ractor. Changes to the size of the casing will result In new review and permitting. therefore no change for the casing or tunneling sizes is Included in tills Addendum, Reference Addendum 2, Item 1.25 for rnodiflcatlons on Detail 33 05 24-D203R an Sheet G-904, 3) If no bid llem is included in SpecIficatlon 00 42 43 Proposal Farm, the work is considered subsidiary to all other laid items. Stop logs are included fn the bid item for the Junction Box. Reference Specification 33 39 10. 4) Did Items for Parcel Restoration were added for Parcels 36 and 37, The unit prJce should include the resprJging the easements with Coastal Hay. Bid Items were added for the mstoration of these two parcels_ 5j Bid Item for the Temporary Golf Cart Path on Southem Oaks Golf Course I's for temporary installation and removal of 8-f wide gravel cart path to connect carts ffonj Hole 2 to Hole 3. The conceptual exhibit attached to this addendurrl fs a conceptual alignment. The Contractor will need to meet wlth the Golf Course and the City's representative to agree on the cart path and document fn an agreement Letter the location, the use and the di.�ration of the temporary Golf Gait peth bypass. Any work cotalde of the Golf Course Permanent and Temporary Easement should be agreed upon by the Property Owner and the Contractor and shali he approved by the City's legal team. 6) Contractor is ilmited on the Removal of the Trees on this project. Deference agreement with Southern Oaks Golf Course and the Ity's Urban Forestry Ordinance for the tree protection, tree removal, tree mJtigatlon and tree replanting requirements. 7) Ductile Iron Pipes, valves ccnnectlona and screen for vents are included in the Pre - Cast Concrete Manhole bid Item. CITY Or FORT WORTH Lipper and WOW Village ParalIe1 Relief Sarglary Sewer Main. 257 Part 2B 01V PN*(No 01227 F-.tipnqWW03IM04Q-dliSpecMrinaRFlnal Parl 213 SpecAfic allonstiAddendzLlAddendum 3LAoderjdurn 3 Ad3-1.dcc -- PAGE 1 OF ATTACHMENT A03-1 Item 1- 0318-040-01 Specification t70 00 00 Tables of Contents REMOVE the striate through line for the fOflawing Spec€lications Specif'<cetion 33 11 10 Ducti€e Iron Wipe Specfication 33 11 11 Ductile Iran Fittings ADD "' (By Reference) " after the following Specificatlons Specification 33 0310 Bypass Pumping of Existing Sewer Systems Specificataon 33 11 10 Ductile Irun Plpe Specification 33 11 11 Ductile Iron Fittlings Item 1-3 Specification 00 11 13 INVITATION TO BIDDERS DELETE existing Specification and REPLACE with revised Specification 00 42 43 (ATTACH MENT AD3- ) Item 1-4 Specif4aticn 00 42 43 Proposal Form (Part B) DELI existing Specification and REPLACE with revised Spedfination 00 42 43 (ATTACHMENT D -3) Item I- S pecifraaticn $pecilica'tiQrt 33 30 2 0 Precast Concrete Mtanhcles Section 1.1 SUMMARY, Park B, Item 1; DELETE "1. Done° REPLACE with '1. Include in Section 1 .2 PRICE AND PAYMENT PROC E DU RES, Part A, Item 1, C. 19) t-Ined and coated DIP piping for vents. 0) Lined and coated DIP 1=111I.ings. c 17Y OF FOR7 WORTH Upper and MWdle V111age Paragel Relief 5ar frary Sewer Main. 257 Barr 2S City Prolecl ND1 01227 117;1pMed 03118k04G-0j\5per,6lr-insAFlna1 Part 28 SpocEfcaoarnV1x mUAAdd4ndUM Wwdendum.-:_ _A133-t,dor, PAGE 2 OF 4 ATTACHMENT AD3-1 1B-04 O-01 21)4"momnio Ball Check Valve. 22) Stainless SteelScreen, 2 Reinfamed and n mIn d ConcretsSla )PVC to DIP Transition. adapters. ) Insert AToe' item 1- Spy mca§on33 4910 Cost- e Ma nholes andJu |o| n Boxe5 Section 1.1 SUMMARY. Part B, Item 1, DELETES .None` REPLACE Um y.Ii1c Qdein Section 12 PRICE AND PAYMENT PROCEDURES Pa rt A.|[am %E 12) Lined and coated OIP piping brvents. 13)Lined and coked DIP Fittings. 1 moms|cBel'ICheck Valve. ! Stainless Steel Scree 1O)Reinforced a nd nonrejnmm Concrleema bs 17)PVC to DIP Transition, adapters, 1.8) In se rk A Tees.' S kown1�2 PR|CE AND PAYMENT PROCEDURE]@m3Part C. Delete mewed' tarni" and Replace w1th "Sartitary"h the Entire Paragraph, Item I - Spy m [O� .APPENDIX Part G 01 Ava |a| ]ty of Lan Add the Conceptual Golf Cad Path Bypm E bbtfor the Burleson Golf Partners, LLC op,arty {Pa 81(ATTACHMENT AD 4) item 1-8 nn s. Sheet 17. C-0]7PLAN & PROFILE STA1 +00TO1+00 DELETE be parcel number REPLACE i|wfth parcel n umr 37 CITY r0 RT WORTH Upper and Wd+%A1129.m■ Rellef 59altafy Somel Milh). 2 r:71 Fartm R�Pm)"KOL31 ■04101aPaWF wfUlPart zB«Uk«a!g)Ad&k.Vmjdlndum ,kAddendum PAGE 3OF 4 ATTACHMENTA03-1 IMF Item } - @enE S he et 1 B. C-013 PLAN & PROFILE STA 159+00 TO 168+00 DELETE be par numb r @ � REPLACE itwib Pa and nurnar Item 1d0 PGA .Sheet I C-0 19 PLAN & PROFILE STA1§ TO17 00 DELETE the parcel number 44 � REPLACE ilwith parcel number END OF SECTION GT�-OF �CRT WORTH upW�and ■c4.Vili EVe F_w Rakaf Samtary Suy4w Main, 257Pa, O¥Fmucl No. 0 1227 euwq�wi#a4omSPUF� FmkPan ms ■ n& a 3W&M���Q3-1. � PAGE 4 OF ATTACHMENT AD1 ootll] -k fNV FATTONTO 8MD1EFk-r NV J of a I SECTION 00 11 13 2 I VYrATION TO BTDDEiRS 3 RECEIPT OF BUDS 4 Due to the COVTDI9 Einergeiscy deelaTed by the City of Fort Worth and until [lie enlergericy 5 declaration, as amended, is rescinded, sealed hide for the cotistr cAou of Sunftory gewtr Main 6 257, UPPer & Middle Vlliage Creek Parallel Rellef Ma -- Part 2% City Project No.: 01227 7 w" II he received by the City of Farr 1 01-th Purelsasing Office until l -30 P.M, CST, Thursday, 8 June 4. 202G as further dewribed below{ 10 City of Fart Worth 1 I Purchasing Division 12 1000 Tlimckmririon Street 13 FDri Worth, Texas 76102 14 13 Bids will he accepted by. 16 1. US Mail at the address above, 17 2. By courier, Fed x of hand deh'v ry from 8.30-1.30 on Thurs&ys nnly at the South End 1$. Lobby of City Hail located Rt 200 Texas Street, Fcu t Worth, Texas 76102, A Purchasing 19' Department stafpersrin will be available to accept the bid and provide a time swnT and 20 receipt; or 21 3. If the bidder desires to submiI the bid on a day ortimc Other than the designated 22 Thursday, tiie bidder must t=tact the Pura aadng Departillunt during rkarmal working 23 hours at 817-392-2462 to' make an appointment to meet a Purchasing Department 24 em frloyee at iha South End Lobby of City Hall located at 200 Texas Street, rod Worth, 2�5 Teas 76102, whtre the hid(s) will be received and timeldate stamped as 6 above, 7 27 Bids will be opened publiely and read aloud at 2-nO PM CST in the City Counc:iI Chambcra and 28 broadcast through live strewn and C W public lcic6sion which can be acce&md at 29 The general pubIie will not be, allowed in the City Coumil 30 Cliambers, 31 32 Tn addition, in Next of delivering completed hl BE formEi for the project to the Purchasing Office, 33 bidders shall a-mai3 the compleled MBE forma to the 0W Project Manager nn Iater than 34 2;00 pan. on the second City biii4ness day after the bid opening date. exclusive of the bid opening 35 date, 36 37 38 GENERAL. DESCRIPTION OF WORK 39 The major work M11 c:ot�si81 of the Oppt'nxirnate) following. 40 # Approximatoiy 2,260 LF of 48-inch sanitary sewer pipe (Fiberglass SN72) by open cut. 41 • Approximatulyr 9,700 LF of42-inch sanitary Sewer pipe (Fiberglass SN72) by Open ev1. 42 r Approximately 270 LF of 42-inch seailary sewer pipe (Fibgghiss SN72) in 70-inch steel -43 casing or tunnel liner or woad box, 44 # Three sanitary sewer concrete junetino struettiT.Q& 45 + T►4u inverted adphons with 550 L� of 3&inch and 30-inch sanitary sower aiphutx }pipe 46 (Fiberglass SN72). 47 CITY OF FORT WORTH STAN) ART) CONSTRUCTION SFFC' X't;-20N i)oc'UMENis t4Y FMl n4x-mbc 22, �Qt 6 5au, HOY SO— Main 25 7 —Port 21B City Ymjact Na,_ U 1 M P4H4JPMU11 T&N601 W1n.11F1d0T4ftZ95prcir3EA r 444dOndYMAduWnmJ%4W.,200tt 0_bmjtmj"0$114tln-0M A—TACHMEl T A03-2 PAGE 1 OF 3 Qatlt3-2 EqY fA ION TO BIDDERS Pa,,' ai3 I PREQUAT.EMA`l'ION 2 'Tine: improvemunts included in thb project maul be pfffonvied by a t=lractor who is Pre- 3 ytsalified by the Cky at the time of bid opening. The prccedurcR for qualifi icon and pre- 4 quaiiflcatim tyre outlined in the -Section 30 21 13 — INSTRUCTIONS TO BIDDERS. 5 6 7 DOCUMENT EXAMINATION AND PROCUREW.NTS 8 'Me Bidding and Corimct IDoc=ents may be examined or obtained an -line by vi-Atisng the 01y 9 of Fort Worth's Purchasing Mvision website at btm;fJvvWW.f0xtWPr1e=a3•�oyll r4,hasin and 10 clicking on the link to. the adrnrflsed project folders on the City's electronic dooament I 1 mg ngtment and collaboration syslem cite. 12 13 The Contmet Documents may be downloaded, viewed, and printed by inicsested contrac:tom 14 and/or suppliers at tlne following Fitt}: 15 16 Bid DnrUMCI t$ Paektige: 17 horns ldacs.b36Q.autod sk.com}shares affa2d57-5a0 4�.ab79�B58eJ3396cQd 18 19 Addvida'. 20 httos:/ldocs E}3 o,a k.cnml5�afesl7SWS6a-ll78-4b6d-8712-Gal13bb 3i3a 21 22 23' Coutract Doc:urne-nis may be downloaded, viewed, and printed by iaterestc4 contractors and/or 24 suppli m. The contractor is required to /Ili out and notarize the CcrtitlesIe of Interested 25 Pardes Form 1295 and the farm musl be submitted to the Project Manager beige. the 26 contract will be prcgented to ilw City Council. The form cau t e obtained at 27 IiP:1lwww.et131cs.state.ix.u� Ircl.i29-Infu,h[li . 28 29 Special Conditions on Southern Oaks Golf Cource are outlined in the Documents_ Contmc:(Gr 36 shall pay special attention to those r uin:tnents. 31 32 Copies of the Bidding and Contract Do"rncnis rnaylae purchsacd fin Plummer Associates, 31 lnc_, 1320 S. University Dr., Suite 300, Forl Wordy, Tex®s 7.6107-5764 34 �5 The cast of Bidding and Contract Documents is; 36 Set of Bidding and Contract Docurnws with full sire drawings: 120 37 Set of bidding and Contract Docu eats with hat f:s vx (if available) drawings: No balf--size 38 drawings availahle. 39 40 A 48-ihour notice must be given to the Enl inoer prier to psic itlg up drawings and specificutions. 41 42 PREBID CONFERENCE 43 A prbbid conference may be bold as described in Section 00 21 13 - INSTRUCTIONS TO 44 BIDDERS at the following location, date, and time via a web ovnferencing applicuiiom 45 46 A prebid conference will be h0cl online via Ei web conferencing app licatinn, invitations will bo 47 distn'buted directly to those who have nibmitted FxpresFiops OT ini=M in the project to the C4 48 Project Manuger ancVor the Design Engir r. The pm e;tntattion given at the prebid cankroner 49 and any questions and wi&wers provided at the pmbid o ecrence will be issued as 1#n Addendum 50 to the al Tm• bids. CM 01: PORT WORTH SI'AKDARD CONSTRU TION SPECMCATDN DOCUMENTS Ra r' .4 iloc t— 71 2616 sanitmry S.owc MWn 357 - t'Qr29 city Pmjoet No.. 01M p4�fG31l4MG-414CpMThmJ1Sr=F PatF:Jr 3pwifioYiomLldsiCniNtih-WWM 34hd1•! 06 11 13_I11YNPI1oa to 13iddsm41GG ATTACHMENTA133-2 PAGE 2 DE 3 0411 13 -3 INVITATIQNTO-ElIDD ;RS. Nge 3 of 1G 1 2 Via lnternct Site; 3 litt :Iltin ri,camlFt=Worth-t- -2-H 4 5 ire Phone: 6 +1 682-2-07-4336 United States, Fort Womh (Toll) 8 Conference ID: 253 7.99 758# 9 10 The mac#ing will be held on Wedninday April 29. al 10:00 AM. 1 i CITTS R)fGHT TO ACCEPT OR REXECT BIDS 12 City rew ves the right to waive irreguirtrilies and to ACM t or rej cot bids.. 13 I4 15 rNQU ER S 16 Ail inquiries relative Io this pra"remenI should be addressed io the followin g- 17 Attn: John R. Ko sr vich, P-E„ City of Fort Wovh 18 Email. )ohn.I{&sayi+, fbrtwgo-hmv.oM 19 Phone: 817-392-8480 20 AXWOR �1 Attn; George l{krah, P.E-, Plummer Asaimititcs, Inc. 22 Email; ,gearylununer.corn 23 Phune. 817-906-1700 24 25 EXPRESSION OF INTERSEST 26 To cnsLirc bidders are kept up to date of any new information ptrrinent to thiq project or the. 27 NCO ID 19 emergency declnrrabon, as mended, as it may relate to Ihis project, biddcrs are 28 requested to email Expressions of hitereat in this procuremw1 to the City Project 11'lanagcr and 29 the Design Engineer, The cm i i I ahmEld hiclWe the bidder's company nark, contact person, that 30 individuals cm address and phone number, Al Addenda will be distri-buied directly to those 31 who havc expressed an interest in tile procurement and will a]so be ppsted its the City of Fort 32 orth'y purchasing website at http-,/l rtworth#exas.gvv/puunhasing/ 33 34 ADVERTISEMENT DATES 35 ApriI 16, 2020 36 April23, 2020 37 38 END OF SECTION CITY OF FORT WORTH Simimry SOwct Win 257 - Pare #B 17TANVARD C0NS'FRL1c-F DN 8nECI[�'ICAT➢QN'1)QC'UMLNTs Ci[y Yrojrxt i,1tr,; 1 27 Revi#ed Dmacmber72, 2416 F pmoubAffl 2asp„.,no,x—uAddrmuAsLd, * suoo- iin a is-m+udiI---N,M_Ra,m ATTACHMENT AD-2 PAGE 3 OF 5ECTJON 00 42 43 r•FiOPOSAL FORM (PART 26) UNIT PRICE BID Bidder's Application =glpvvK7 }u1Lt1Y HVh41 1&NFI rfA47Li7I1mEUm YpLk:UICJL3R+ D].'L� F—bL .L2F1>QUO i�J1.��L.�xLW Y I 3i R"R't�'187iLYMk117VM+��+IR4n11k�LY� " Ih+��••m "4} 0 FmP9&mKL Iq,i dL AA2w3dm3 4G it OP_F} it U, 0 QY 330 U ]7 W 44 I _1L 71 IQUON %41wkm 3-Pt xx alT,i�ll4li V I h:� 41 PAGE 1 OF GEC FION M 4243 UNIT PRICE BID SIddar's Application I. n I. I MAYS'. {]ff WRIRT Wfl9I AMbmui 3 W 414�-ill is 1 W4; d}pI 1333-pry U J]WJN1ljlli I'n�ltin.1V.a aan b7+ 1�--P"Mmllp 8 alaran-nlulm'rl..r�y,armanupm&�A&FwuiF.enn A[tlhflWluR .usJ.r PAGE 2 OF 3 $EOMOM 40 47 43 PAQPMAL FORM �PAPT 26} UNIT PRICE BID All hki Mmilm Ovid bim an ucCBl r1mlGle m111 p kn4 dwwl "mcAjcL1110rw AI! 111'r1711 01111 ILo CIM1401 W JAM In P111M. All Irurnll rhnp rW wiNupolLdnld a Frupul All UL1nR Fhu0 Lnp (Lrrllahad WW U111iPIlMd Ali Ir1o111■ 7rn111 knduUn rriobid lla aMd hilbbr, vire W'M1Gr WIWIII Fru W.--J M136L1h FFLL`I�'4rLre�M�v,�F.rhF�d rW 1F LQmcIftrnm%"mdl "&%W 1s IN 4k43 M,mlm ii rrlr I Uri Bidder's Application 11"_S* 11 i1_iril n 05 4111.1M 46 La una21.1 mm Cti'v'M=H=A I-Lm 7} &Tr+x7ldmg w}v PAGE 3 OF 3 H H O LL LL O ro a N Z_ Q LL W .J w a J w J J a a W W N } _H Q V) Y LU w w u LLJ l7 w -i Z Q LU w d d M w O u LL J O u' Ln Y O Z w W H D O N Q d } oa z a A B u LL J O C? } Q O d 15 LU N J Q I iz d w u Z O u v C; 0 H z w U ¢ F- F- Q O tio cL D31 &-040-11 ADDENDUM NO. 2 TO CONTRACT DOCUMENTS AND SPE IFICATIOU FOR CITY OF FORT WORTH UPPER AND MIDDLE VILLAGE CREEK PARALLEL EL RELIEF SANITARY SEWER Ji111AIN 267 PART 213 CITY PROJECT NO. 01227 Addendum Ralease Date: May 15, 2020 Bid Date- Thursday May 28, 2020 (This Bid date will not chango) Deadline for Contractor's questions is Tuesday May 26, 2020 al 12:00 PM. This addendumn forrrls kart of the cuntract documents referenced above and modifies the original CDnlract Documents, Acknowledge reoeipt of this addendum by signing and attar-hing it to the Contract Documents (inside rover). Nato receipt of the Addendum In the Bid PraposaE and on the outer envelope of your bid, TO'. PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Spedfications. and Contracl Qacumenis shall be modified as requilred by the ATTACHMENTS as follows - ATTACHMENT AD2-1, Addendum Scope ATTACHMENT AD2-2, SPecificatiOn 00 42 43 proposal Form (Part 2B) ATTACHMENT A132-3, Sper, lficalticn 00 52 43 Agfeemenl ATTACHMENT AC2-4, Specification 32 93 43 Tfees and Shrijbs ATTACHMENT AD2-5, Specificatlon Appendix GC-4,01 Availabllily of Lands Special Conditions for Stone Properly, Marcel 55 ATTACHMENT AD2-6, SPOGIfic a tic n Appendix CC -4,01 AvalIabilily of Land Spealal Cfonditlorrs for Becerra Property, Parcel 59 ATTACHMENT AlD2-7. Specification Appendix GC-4.01 AvallabilJty of Lands Special Condilions for Czajlkowski Property, Parcel 60 ATTACHMENT A02-8, Revise Sheet 0-004 SYMBOLS, ABBREVIATIONS AND CONTROL POINTS ATTACHMENT AD2-9, Revise Sheet G-005 PROPERTY MAP & CONTROL POINTS ATTACHMENT AD2-10, Revise 8heel -006 PR 0 PE RTY MAP & CONTROL POINTS ATTACHMENT AD2-11, ReVIso Sheet G-007 PRO PERT MAP AT VILLAGE CREEK CROSSING ATTACHMENT AD2-12, Revise Sheet Gm008 PROPERTY OWNER WFORNIATION ATTACHMENT AD2-13, Revise Sheet 0-027 PLAN AND PROFILE SHEET STATION 40+00 TO 49+00 ATTACHMENT AD2-14, Revise Sheet C-028 PLAN AND PROMLE SHEET STATION 249+00 TO 257+00 ATTACHMENT AD2-15, Revised Sheet C-020 DEAN AND PROFILI= SHEET STATION 257+00 TO 266+00 ATTACHMENT AD2-1 G, Spedkat[on Appendix GC-4.01 AvailabilIIy cf Lands Special Condllions for Burleson Golf Partnefs I..I.0 Property, Parcel 61 CITY OF FORT WORTH UPPeT and Middle Village Paralrel IRaliai Sanitary Swffif Malrn, 257 pd11 2Ea �ti� r f41�� �4, ����� -tiproJecEe143t tio4ra-4S3Spacs3Fina1lFtrs�l FEirl 2.8 SpealGoallorE54AddandaU4dd�n+turn Zukddendurrl_2,doc ADDENDUM 2 — PAGE 1 OF 2 Q 31 a.,qui€I- 1 Y Note-, The Engineer's apinio[1 of probable Consb-ucticm U06L for this project Is between $10 Milllurl slid $13 MlIllon. Ptea Le acknowledge receipt of the Addendum in the fallowing locatipns' 1) In the spear pravldad below. In the Earopoaal. 3) IndIcate In upper case Caters on the outside of the sealed bid onve lope: "RE EIVED & ACKNOWLEDGED ADDENDUM N0. 2" Failure to acknowledge the recWpl nn Addendum No. 2 could cause fie subjiEcl bidder to be considered 'NON -RE PONSI E=", resultIng In d1squallfication. A signed copy of INS addendum shall be plaaed into the proposal at thc- time of bld SLtnilttel- All ltams In cQnNJct with th[s addendum are Hereby del.0ted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWIL.EDOED ON THE PROPOSAL AND ON THE BID ENVELOPE. PLUMMER ASSOCIATES, INC. WATFR DEPARTMEN'r DIRECTOR CHRIS I-IARDER, P. eprga Iulrah, s y� 13y: Gniorge I. Farah, P.E. Tony -Sholola, P.E , May 21.2020 Ass.#st t Dkeatot (Water Dept,) Seal Receipt Acknowledged, By: Company LATY OF FART YMRTI-t Uppoi crud MldsflQ Vflinga 13ArHkJu[ I tnuu! 5fflJI[ruy SeWer Maln, ?V Part :�tl C4 �'r�lad[.hla git7 F,;ptajnn1MVJ3i# W40- Ak-SPOGtil'In0r1ikBI Pail 2H SpedlieoltoneblLILWFirEkikAULEwiduin 2AddandurR_7,doQ ADDENDUM 2 — PAGE 2 OF 0318-040•01 ADDENDUM NO. 2 TO CONTRACT 00Ct_IMENTS AND SPECIFICATIONS FOR CITY or rORT WORTH UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF SANITARY SEWER MAIN 257 PART 2113 CITY PROJECT NO. 01227 ATTACHMENT A D2,1 Addendum Scope Item 1-1 Clarrf+catiQns The Intent of the following items (1 to 8) is to prov.lde dar0cotion of the Contract Documents. 1. item #2 in the Agreement Letter Willi Burli5snn Golf Partners, LI-O. Is to be completed by oth8rs, and is not included in the Contractor's scope of work. Reference sheet -014 and G-015 for Golf Course notes, . The Contractor is responsible for verify.Ing the location and depth of the existing electrical Infraslruclure, im:;Iodinrg power Bales, and shall notify the City oI any utility conflicts prior to performing construction activities. Contractor shall coordinate with the power nompanles, as necessary. 3, Bid Item for the 00ncrete Encasement �)I Sewer P1pe is for the mainline concrete encasement only_ Siphon pipe cnncrete encasement IS Incidental to the siphon piping. 4. Plans for the Irrigation system of Southern Oaks Doff Course ale not available. Reference Sheet -013 for requirements of the Contract. S_ Flows for Village Creek can b8 obtained from 1=EMA Flood Studies far Vi4age Greek. The FEMA map is referenced en Sheet -003 note 26. 6. Reference Sheets G-0,14 and -015 for special canditlons on Southern Oaks Golf Course. Pond volume Is estlinaled tc be 46 Acre-feet, 7_ RLnLference Spadliratio n 33 03 10 for ByPass PUrnpIng, The flows in the existing sanllary sewers copy necting to Pilau!- 57 should b8 rnlculated using Mailning's equation for full pipe flow. B. Flows In the existing Sanitary Sewer Main- 57 are shown Street -003. CITY OF FORT WORTH upper and Middle Vlirnp PararJel Bohai 9anj[Illy Sewer MBIn; 25'1 Poi# 213 G4ty Projemt N% D1227 F:4prol9Ct61{139.�U40-d13Sp�catiFlnaF4Final Pact 28 SeriFlrallonxldd�ndeV+ddandum r2Uekd�#eRdurrs 2 ADS-i,dor - - PAGE 1 OF 9 ATTACHMENT A02-1 03I B-04fl•ID1 tern 1-2 Specification 00 00 00 Tables of Contents Add Specification "32 93 43 Trees andShrubs" Item 1-3 peritication 00 42 43 Proposal Form Unit Brice DELETE existing Specification and REPLACE with relvised Specificatlon 00 42 43 (ATTACHMENT ADD- ) Item 1-4 Speclficatlon 00 52 43 Agreement DELETE existing Speciflcatlon and REPLACE with ravised S pecificaNcn 00 52 43 (ATTACHMENIT AD 2 -3) Item 1-5 pedfrcation 31 10 00 Site Dlea rIng Section 1.1 U M MA R Y, Parl B. item 1; DELETE 'I. Nona" REPLACE with "Include' Section 1.2 PRICE AND PAYMENT PROCEDURES, Parl A, Item 1, D. 5) Reinoval and legal disposal of surface trash. tares, construction debris, and household trash." Specification 32 93 43 Tree and Shrubs Add the Specification 32 93 43 Tree and Shrubs (ATTACH[+ ENT ADD-4) Its-7 Spocificalion 33 05 21 Tunnel Liner Mate Section 2_2 MATERIALS, Part C. Item 1 b 7 ciTy or Fort'r oR-r l Upprer snd Midc1iR Vllingb ParaHel r#61e1 Sinnllary 5nwgr MQIn, 257 Part �11 Uy Project No, 01227 tipkoj�Gisi� 113W4d-D1%Sq"RtiFWwhF1n1! I�ur ., � SpecFFicelSnr34s1A+��ltnda+Adderxaum 21AoderWi m_ AD2.7,doc PAGE 2 OF 9 ATTACHMENT A132-1 QISq$q Revised Table as follows: "7) M inimu m bl Ckrie Bs of ' n neJ L iner Plal e Sh al l|e, asf laW : Tunnel Diameter �|,, h Flanged FE■ng■d Liner Liner Plate Plate Thickness Thickness /g9ug Ekaugp Bury Depth: 8 — 16 feet 48 14 12 54 14 !2 SO 14 11 ,66 ]2 10 70 12 10 72 12 a I e| m 1 S cgCe(o� r 33 39 eO Llnem for Sanitary Sewer Section 2* SOURCE QUALITY CONTROL Pat C DELETE Part C in Its entirety and REPLACE with "C. Testing rrequency Perform thickness, h0dlad%& adhesiontests on2|m hd and Jvnction structures to be lined iand provide mSki|s! Ingthe test arme hhd INS S@Ubm In addition, perform vacuum test and odder sub usIng the test arm per Sectlon 33 01 30,Sevvm and Nano¥ T#p. Seci�on $ 7 FIELD QUA( ITY CONTROL Part H DELETE Part H inits entirety and REPLACE Ub "K Testing Frcquimcy CITY OF r0RT WORTH u¥r _dmdl_vJn-e, allel Reliaf kqv s_rNi w &7m, 2 myPicini No. 01227 Ai y m42S PROMV#m aema�A amp na�gM mLZ_A mM Ac PAGE 3OF g ATTACHMENTAD»1 0318-.1A€ ,W Perform thickness, holiday detacticn, adhesion tests on all manholes aria junction structures to be 11ned and provide results using the test forms behInd thrs Sectlan. In addition, perform vacuum test and provide results using the test form per Section 33 01 30, Sewer and Manhole Testinp," Section 3.11 1 Closeout A'4ctivitles Pert A ADD the following; "in addltian, perform uacwm test and pJ-iavlde results using the test farm per Section 33 01 30, Sewer and Manhole Testing.° tern 1.-g peciffcattons, APPENDIX Part G -4.01 Avallablllty of Land Add the Easement Agreement for the Stone Property (Parcel 55), (ATTACHMENT AI32-5) Add the Eawrnani Agreement for the Becerra Property (Parcel 613)- (ATTACHMENT A D -6) Add the Easement Agreement for the Czajkowski Property (Parcel 60). (ATTACHMENT D2-7) Add the Easement Agreement for the Burlesor} Golf Partners, LLC Prapet#y (Parcel 61). (ATTACH M ENT AD -16) Item 1-1a Plans, Sheet 4, G-003 GEk ERAL MOTES AIDD the following note$; -SEQUENCE OF CONSTRUCTION 1, OONTRUOTION ZONE 'I: STIR 155+20 TO STA 1B6+74 A. THE CONTRACTOR SHALL INSTALL PIPE BY OPEN OLIT SIMULTANEOUSLY WITH BY OTHER THAN OPEN CUT CONSTRUCTION METHODS. B. THE CONTRACTOR SHALL PERFORM THE REQUIRED QUALITY TESTING ON THE PIPELINE AS WELL AS MANHOLES BEFORE CONNECTING THE PIPE TO THESTRUCTURE- MY OF FORT WORTH upper and Mjti412 VJI1ap Paralrel ReW Sar+ll>3rk Sewer Maln, 767 Piart 28 Coy Pruji3a No. 01277 Npi al!v ctaWd 3I9%Q40-01kSPecsTir EdVlnal Pori 213 Spa ol4satloA%V i1cPndOti4ddendijm ,ZAdd4l1duln_2_ 2.1,dur. F'A6 4 OF 9 ATTACHMCN'r A132-1 fla `18-040-o1 C. THE CONTRACTOR SHALL RETURN THE SITE TO THE DESIGNED GRADE PRIOR TO MOBILIZING TO THE NEXT CONSTRUCTION ZONE. 0. UPON COMPLETION OF TESTING. THE CONTRACTOR SHALL CQNOUCT A SUBSTANTIAL COMPLETION WALKTHROUGIA WITH OWNER, E. FINAL SITE RESTORATION SHALL OCCUR WITHIN 30 DAYS OF MOBILIZING TO NEXT CONSTRUCTION ZONE. , CQNTRUQTION ZONE 2: STA 186+74 TO STA 257# Q A. THE CONTRACTOR SHALL. INSTALL PIPE 13Y OPEN! CUT SWULTANEOUSLY WITH BY OTHER THAN OPEN CUT CONSTRUCTION METHODS (INCLUDING F.M1187 OROSS3NG). B. THE CONTRACTOR SHALL PERFORM THE REQUIRED QUALITY TESTING ON THE PIPELINE AS WELL AS MANHOLES AND JUNCTION BOXES BEFORE CONNECTING THE PIPE TO THE STRUCTURE. C, THE CONTRACTOR SHALE. RETURN THE SITE TO THE DESIGNED GRADE PRIOR TO MOBILIZING TO TIME NEXT CONSTRUCTION ZONE. 0, UPON COMPLETION OF TESTING, 'rHE CONTRACTOR SHALL CONDUCT A 6UBSTANTIAL CQM PLETION WALKTHR0UGH WITH OWNER. E. FINAL SITE RESTORATION SHALL OCCUR WITHIN 30 DAYS OF MOBILIZING TO NEXT CONSTRUCTION ZONE, 3, CONTRUCTION ZONE 3_ STA 257+5D TO STA 284+04 A. THE CONTRACTOR SHALL INSTALL PIPE BY OPEN CUT SIMULTANEOUSLY wim BY OTHER THAN OPEN OUT CONSTRUCTION METHODS (iNCLUDING SURLESOIN RETTA RID CROSSING). 13_ THE CONTRACTOR SHALL PERFORM THE RI`=WREO QUALITY TESTING ON THE PJPFLI`NE AS WELL AS MANHOLES AND JUNCTION BOXES BEFORE CONNECTING THE PIPE TO THE STRUCTURE, C rHE CONTRACTOR SHALL RETURN THE SITE TO THE DESIGNED GRADE PRIOR TO MOBILIZING TO THE NEXT CONSTRUCTION ZONE. D, UPON COMPLETION OF TESTING, THE CONTRAC'Lbp SHALL CONDUCT A SUBSTANTIAL COMPLETION 1+VALKTHROUGH WITH OWNER, E_ FWAL SITE RESTORATION SHALL OCCUR WITHIN 30 GAYS OF DEMOBILIZING FROM CONSTRUCTION ZONE." Item 1-11 Plans. Sheet 5, G-004 SYMBOLS. ABBREVIATIONS AND CONTROL POINTS DELETE this sheet fly IW entirety And RI--PL.ACE it with revised Sheol 5 (ATTACHMENT AD2-8) Item 1-12 Plans, Sheet 6, -005 PROPERTY MAP & CONTROL POINTS DELETE this sheet In its entirety and CITY OF FORT WORTH Uppef and Wrlle Village PAraAll Rdal 6anlIary Sewer Main, 257 Pan 21i C:Iy Prolo-cl No. 1)1277 F;lpro]UCMDal 3T4GWD1%S e661i;:iriW%FIrlaa Pall 7S 8p"OralimliAfldjindaL4tldendum 2Wddejldwr?_AD2.7.dac PAGE 5 OF 9 ATTACHMENT AD2-1 031 a-00-01 REPLACE it with revised Sheet 6 (ATTACHMENT AD2-9) Item 1-13 Plans, Sheet 7. G-006 PROPERTY MAP & CONTROL POINTS DELETE this sheet In its entirety and Rf" PLACE it with revised S Feat 7 (ATTACH M ENT AD2-10) Item 1-1 Plans, Sheet 8, -007 PROPERTY MAP AT VILLAGE CREEK GROS S IN G #1 DELETE Thl* sY eet in Its entlrety and REPLACE it with revised Sheet 8 (ATTAC HMEN1' AD2-1 1) Kam 1-15 Plans, Sheet 9, -008 PROPERTY OWNER IN ORNIATION DELETE thls sheel in Its entirely and REPLACE it with revised Sheet 9 (ATTACNEVIENT D2-12) Item 1-16 Plans, Sheet 21, C-021 PLAN & PROFILE 5TA 183-k49 1O 195+00 In the profile view, DELETE "118.3 LF OF 4 " i=RP CLASS SN 7� (SANITARY SEWER PIPE) IN 70" STEEL CASING {MIEN THICKNESS 718") ASTM D3262 OR APPROVED EOUAL BOTO E=MBFUMENT ANO BACKFILL PER l7ETAILS 33 05 24-0203 AND 33 05 24-13244 IN STANDARD DETAILS" AID "116.3 LF OF 42" FRP CLASS SN 72 (SANITARY SEWER PIPE) IN 72" OD (70. 5- 10) STEEL CASING (MIN THICKNESS 718") A TIVI D3262 OR APPROVED FQUAL CITY Q�-- FQRT WORTH Upper ana Mldifle V'Fllaj�¢ Pardnl RallE f Smil tary SaL"T Main. N7 Part 29 My Projeo No. 01227 F,tipr actt1U31M04MJ%E;paGafInaBFinelPall28Specificatinnr3 oAddencralAtfdendum2Mddendrum-�,AD2-1,ifur RAGE E OF 9 Ki-I-A HMENTADZ-1 0318-040-01 BOTOD EMBEDMENT AND BAC FILL PER [DETAILS 33 DS 4-0203 AND 33 05 24- .D204 IN STANDARD DETAILS" Item 1-17 Plans, Sheet 25, C-025 PI. AN & PROFILER ETA 2-22+00 to 231+00 STA 227+17.02 (Siphon Box 3 Oallmit) DELETE 'I NS TALL ODOR OO TRDL (BE=E DOTE 8),- Item 1-18 Plans, Sheet 27, -D27 PLAN & PROFILE STA 40+00 TO 249+00 DELETE This sheet In its entirely and REPLACE it with revised sheet 27 (ATTACHMENT AD2-13) Item 1-19 Plans, Sheet 28, C-028 PLAN & PROFILE STA 249+QO TO 257+00 1) DELETE Thor sheet in its entirety and REPI„ACE it with revised rheet 28 (ATTACI-IMENT AD2-14) 2) AT STA 256+30.28 (5' bia MH Caliout.) DELETE "INSTAI-L. ODOR CONTROL (SEE NOTE 8).° DELETE NOTE 8 In Its entirety Itern 1-20 Plans, Sheet 29, C-029 PLAN & PROFILE STA 257+00 TO 256400 DELETE This street In hs andraly and REPLACE It with revised sheet 29 (ATTACHMENT A02-15) CITY OF FORT VVORTH UppiNr 66d Middle Wmloe ParaNm[ Renaf ~ganikaiy SdmF Majal, 257 pall :1B F_3ptal4eleiko3161040.0I%SpecsWF niffhlar Parl B SnPolircj3llons4 ddantlekkftjRh LLM 21Addendum G11y PipJt�O� No, i31227 2 Ai -i,�pc — — IMAGE 7 OF 9 ATTACH EV ENT AE72-1 0318-040-01 Item -21 Plans, Sheet 31. C-031 PLAID & PROFILE STA 270+0D TO 279+00 DELETE Mote 12 In Its irltirety and REPLACE with; 12. CONTRACTOR SHALL HAND EXCAVATE T4 LOCATE BURIED ELECTRICAL CONDUIT ANO ELECTRICAL SERVICES BETV E2N STA 275+05 TO STA 283+82 PRIOR TO USING HEAVY EQUIPME:NT." ADD the following note' "18, CONTRACTOR SHALL SUPPORT ELECTRICAL CONDUITS OR SERVICES WHILE IfNSTALLiNG THE PROPOSED PIPE," TA 271+53.53 (Siphon Box 5 C,allot,€) DELETE "INSTALL ODOR CC) NTRCL (SE E NOTE 13).- Item 1-2 1:11ans, Shea 32, C-G32 PLAN & PROFILE STA 270+00 TO 283+21.21 DELETE Mote 8 hi Its entirety and REPLACE with: "S. CONTRACTOR SHALL HAND EXCAVATE TO LOCATE BURIED ELECTRICAL CONDUIT AND ELECTRICAL_ SERVICES BETWEEN STAB 75+05 TO STA 83+82 PRIOR TO USING HEAVY EQUIPMENT-" ADD the taHawing note; '.15, CC) NTRACTOR SHALL_ SUPPORT ELECTRICAL CO N DU ITS OR- SERVIDES WHILE INSTALLING THE PROPOSED PIPE." Item 1-2 Plans, Sleets 17-32, ( -017- C-032 PLAN & PROFILE) Reference the following note' "CONTRACTOR SHALL PERFORM SURFACE RESTORATION ACTIVITIES OF THE TEMPORARY AND PERMANENT EASEMENTS DURING THE STATED TLMEFRAMI= AS SPECIFIED ON SHEET G-011 PROPERTY OWNER INFORMATION." C17Y OF FORT WORT H Upper and Mjddlr+ Village PAsallel fR(jil& Sanl1my Sower Maln, M Plart 2B City Project Na- 01�27 F-lprojectr,%03ilteai Part 2B SpeCIflcaticrm Addendm+Mderwftatrt Z1Addendum_ZAL)2Adoc PAGE 8 OF 9 AT-TACHMENT A02-1 218-ma-m DELETE' 1V ard REPLACE WIth ' O « Item 24 Pfail % Sheet e% 903M|SCr LLANEOUS DETA] LS ADD the following Note to DMm|1OO g USE CHAIN LINK FENCE FOR TREE PROTECTION IN ACCORDANCE WTH PLANS AND SPECIFICATIONS AND THE C|T S URBAN FORESTRY ORDINANCE ON SOUTHERN OAKS GOLF COURSE, q USE CHIN INK FENCE FOR TREE PROTECTION IN ACCORDANCE WITH PLANS AND SPECIFICATIONS IF REQUIRED BY THE T S AGREEMENTS PRIVATE PROPERTY OWNER, OR FOR THE PROTECTION OF TREE ROOTS FROM DAMAGE, IF EQUIPMENT ALL BE ADJACENT TO TREES TO BR PROTECTED. Item -25 P&nm Sheet 69,C- MISCELLANEOUS DETAILS OnTunnel Una Plate Schedule tae. DELETE' 2' andREPLACE w1th-70" ]mm1-8-8 Plans, Set 73.C-09MISCELLANEOUS DETAILS On Manhole.Gover Detail DOGS, ADD the rb : '.CAP ONE FRAME AND. COVERTS SPEC IAEn/ END OF SECTION CITY QF FOR TWORTH Uppar and naa. .DO mm¥ ReliefSm9mry awer Mep1n. 27Part m UyhAd No.01227 FlpjeckaWai &04M1 1Psi5cs m,rUPort 2B Sped Ncn h_WO.-nGMeU_ �deridumjLAD2, 1. PAGE 9 OF ATTACHMENT A01 sr�irTmfl 40 dd" PFtopow- FORM PART za# UNIT PRICE BID Bidder's Application Ir4{1 dy dlrr ift"e l *kY fh IlLUOmLIlWn mb�nlu4n,,, mlr r� r1�n�!+ Bldiul Iltnu No. Onwrippull 5INGOERllou .1 �3u'1 MOIL !iil IFull IIC [41;'nS111Y hill 11;tIu 11 t Inli FrLLc OWVOW Y 1131 43t4 d SFWWT PJpr t2.'IMu q"21, bloludlnb I:nl1re11+r+NII I+ua Act [aud luckNi � 33 31 Lq I,F 2.270 7 M 1.4501 47" 8MCI Pirr i MU EW'721, Ynu1ud111T1 1 ihl looftell1 mid Acurpralk Nckall 33.1 9 7'1i1 h I)IJO.U00 L d " Sewer (l'I.IM $14-72) Ca+riur PIOI tiv 00irr 41rnn [] cn Clrt �1�I II LF 41u _ d p 3SJ L.ddla 6^ O[kul I'1114'{f'iHu 9N.M. Ibr Yiun>;a C?aak O mlamnll4 1 ntld 7. Ihc4l+isu9 rnuirrlrowhomr,1eltim Will Pr Calwfum Pod, APPI kiewl 3,3 31 13 U. 9G0 S .1371 446 1 Jii1 1'Ja�LvaL P P'' 71ou'8 -7��, jell' +liUgP 0uu4 CYmAriIL1V. 1 31 11 13 1,1r SGII h 3511 i,4401 3jl" wet 1 g11k:fi'l-7rf ml K ull ]19.1-MI} 11 31 13 1.1 2h 7 p3135,131i1q jndt&NmklY 330510 rl 13,ISG K 3711,jt2I I BuEbcKI W F�L P mm M41:4I 4'oaih �� I[ 2u } U241,j]lno RlrmumFance IYli 45 1} l.F x33a I0 3303.1111 71" OD f 7 ,2 " 1 !1 Vmulrll: H5- O im i1rnrF611m Qdl ur VM 1 107 {T;tPOT Roudwnyl 37 03 22 LF [N AIIA 33Q3 I 13 72v 004 79.23" jIli {'mNkg Ely L7LI147 Clio Qpcn 4211I LU IffibdumOn ROM Rood 33 OS 2 LF 41111 q 1 u1Li ee tX p i r Imp 1mit NN I}11116nh K41Ln hard Altmmolc in I I Al 330511 LF E4Q 417'a11lrnFirr 1a ImPiAdr II41.I4 P►LUtllhl V11111r atr"Nil Jmm ♦Id IIw OF al41WFUtdd1Cr11wleJ for Ilrn t#.PC) NOT 1,M)YIDF IINIT I'RI{`XMI11 VALILAWR MR R.ACFJ A 11:0 R4%1']L Y3 3311 I DUD Nu•L' TV Idle oelUH, 3Uj 31 IJ; 12,ti11p 13 33iFI,OOL�: P,�I-Ci'ftir111M bull 33111 it LF 12,mrm I# J3S13,UCY5 VmQlgmI!Lxan"Hu1L .4305-fir 17. Iti 091.0007 fiFllwa 1YuIroaeul 41" ! s P112C dLr I allnp m 8' S S 11W PI uj1iiaL554lu1 ]]31 L3 EA 1 If °d'744,4003 7rlDlalmm4i JSNm lar [ I Miw o c Ijl 39 103137 210 HA 7 17 3-u ,1105 j' Iwe ACy1rlLhuk 3131116r313920 �A 14 I H 3334.j I 102 S I ILK QMP Mill"k X1 �9 1 Ur 311V 2D FA I V 33 - 14033' ++<p* bL1141. hiaulL13o 33 3V I U. 33 31; 20 VIr 97 air ].#39,i f 'Man1wN t1" I11..13 34 RI fA I I L ]SULD1 13 sukr* CWILLF L, DLa.4 S3 DS 17 IEA j 3.1 B01311 GIFUt4W Collor S' I]u1,1 33 " 17 F,J4 I S Z 1 .0".1 1,4 .tdtl 00CU [7' Diat.) 73 u% 17 I iA 2 24 4o99.( WF Odlrr L'smwol I Jim i W4igur 7I} 0.71IU 11r1, rnrludinp IrmLi]XIL' Fina. CwnLtuuojLi Val-0- F}11' IId u.. [}111 0!Llk 23 'J J9'],Wig1 5¢Wq 'rr,&, R Recmimmi4m 41" 1 %432,1XI11e1 1?.3'J 3131 21 1.0 I 26 11051`1 '+Jq7 Cdt grid A u E- ' I'll 4 j5rn 11F7+41d,51. Y9D 1 �,T,$fl b 41 la 1 �LiA 27 114F Dim kd1LOL++s lilquhp 1Llaii[d of i io ofu jSd 02 0 14 1 21 114Vu00'dG Abwmkm "5alii1n1p 4ewa Liue,jSk1 4b►1i,S71 u41 14 1 A I 7.4 9M.1 110 fyupd r Pvlw 9+ubvllL. wuh 1,vCJ11LIP Ot 51d 2491+27.37■Ird256181I7A11ker.I11ircel4E1nuA rmvwr 3311 1;I LA 2 4 31US.a [ p t I as rk 3) 03 26 9 r 3I 3231,030r. 16,C4111O.Slexil 22 ] 1 n IIA I I 12 Tltil C.GIWF MPINILDid VIRMUM }919110 L 33 01 3O E:.A IN 33 9999.1111111. 1mikuLIup And I Iholl lfiu k'k'�1jap 13 T? 6u FA 7 34 39 .240 Y SWOu1X SYwtlr Junp 1. 43oa O du 21a r1Y7.52), ;Vlcjkloll!v 14111d Shb, r4mig! l.ulrLdonLrnt al CannedrmLn .13 1V 111331U 211 LS 1 .is 3}34.1100t 'Sd rikinly Sewer J"ficbM BuLL 94 (NIL 39+1b46), 1ne1Ud1 Mud Slab, l"mic. linoEwnwt a1 [Cohn lilt" .1� i9 10 33 $9 20 LS 1 14 SN1LI07 tii wCr .I lUILWHlI�urc ITS C&a 20119111. 19111. 111. Indpdgr MWd M1ob, L'o1M L-ILXr Mk711 tl CgIHrPC MIA 3;3 X7 ] 39� 1 B�LInrMy %dwdd sipimml 5w 91 (No ;F27 F O-zsl VC 1, hlcludillu Mdd 3L1a11, Cape. '� xurmo m ml Vorlimclium :L3 34 J LI- ,],l 1y 0n I.#4 L FR 333020111 , Imulmy Smrer Eiplim F)rLx 04 M)O 227i-6A.113) VC I. hich11IjlLLy rritld RIaI1r CfMC- PTK909-MeAll 11l 'll' MHAA111r ,3;4 34 I IF, -u 14 N L% L 9 j3]-.ql).Z0DI 5d1IIJLI y Sewr1 NjphPIL 11l1K 05 Qua. 211017.71F1 !V 2. I wbL iilsg hILId "1Iu11, I'nnc 1--mmP+Id51 uL Ounlynil111n ru MHJIIJg1e 1.1 SO LIF SS 39 it L.K 1 PITY.* w" 1iLak11 I m YhpftjhwtjOmTmiA'1eM LLmlru%L A IR'Id W vkau Ia rm" N-41illiq 136 r .I1M+I rN#I411=91-�M"•AAhWd hdWNr1m m 4 1 - m 41 hF.rd#+%'maF rr• r• r I wa, F I ad"T.4 W41644 LI%UP� SEr,Tpu # M 42 43 PF40PCJsJ FORM WART 981 UNIT PRICE BID Bidder's Application IfrU+I4 Armj lrllrTMi. P+ J.f l MvW IiRTWIN QI h IAR!t%Irl 44MI JWh'Jn IN ifl'0ll1'h rM1N 1M*-Ilhllilfi. rwm 1-it *kjm1Tll I 1-it l,wrw I—Mii Mii ill ■1—k..... u'h.14w Aflj w .: 1��.�.411--.4.14i..F.dI RT.rp 41Il+ur.71 P rf IO.F.k jh%4.'.r I.In" �I. vwcmwaa tJ f C}RM IPRRT 2r37 UNIT PRICE BID Bidder's Application NI O M m,,v m wl F".1�1 pmpm Nm MI4rIIWhall 1lralilrtir >'iopocl Hkdhu Jruuk Nu. [ksrri 111191 I h)WlFnhmam Xtailul Ttivi41AlIR thin of Ilid [ nnn l.hd[ Poor li ¢I 4'urvc 14 I?• I5k 1k12S Irrl r an R rt, RI %AIIIIlerHk Onkm GeAMnPic M 1 HO 9Ira4.4W XYelI'Cu51[7n { ai Pah Tcm;iwuyW iypm vvve l upJ 11 11 wrdu.hregodary xniirtiJnlf[�1HTIal>SuC'aulhul 12.11�1 I.S. l KI 44UU_dY3[I 'I'uuq�ln�y Solely I+rlk'�11y W>,wod Oo1fOoAlrxei'Mi �rpib'�oWr B osa !.S I �r4: r19UV.�1Y]1 Cir1 !'W r aruipSki 1Iiam'Crm" (1pYf!?mrae IS}.10 4K1 {��- �R.1 y 114_�71k] Ki Yt jwr an ah momg m nolu �IkliCollk7c I S Y k-1 495'4. 1_! 'free h 1.111IRRULM pim Iky Or Fw WMh t lltmt Fm4:mltY P]GOuuu cr ruu tl oui +daffiff nd 10 �tiG btl P111WxIKid IIgII HkTd Iu Ylp rrlrid"ll Oik tiu11Umm i7Ad goir ciwr)e 1-'A�1�luk IIMh 7-to 15 "Wil911]d lnala I I'nh"rmiy I3kalksuie {illnm, (At I J. Kv F;F 10111HillikilhiKill; d1nWlagKiIjuY1+ Tarn [IU1f[i11I1�110EM m LS oual.n1 luu pwAllcc 1fMI ! I y Ilkk, xF,O TOW Big) x M1'r IQ 4urlla hkwIA Liu In W'Quiaiuu_x wild Omq WO 14 wr.JkAli n iW 111urIF %lull LN aGnoldbI11 aril] III 0144r1 Alb Mnmloo ■ ,n Le a ldkq:ar$lb3ril All Kiwi ill +ill xirlrlo *MU Ua IMPAPI" IAIx1 oI NIMIWI III II+IInm rhlim irmill+1N r-NI-HW6 HI K1 IAW,r. 1 nr 4s 1 fon wmtp d)&%�Ih03kriw"IUTTMM hhT+'IFF AIM M4 I"11WN Is �..iii N.uwA ihliYi+hi � f�i�usi�ilY ulMipfN.l rixlhkxxl hu 7l�eN«n..x.��h�FY.M«,RAiwMwr xi}riu iuulljl��lf m�1.75_ifilkr�I+M.1A_PFk n`YFINIMFaY_wl-'!�ITr 3* 43 A] - I 7Rr1:S ANO s1 rRuR5 rngv I "rg I SIECTfON 32 93 43 2 TREES AND SHRUBS 3 PART I - GENERAL 4 1.1 SUMMARY s A. Section Include-, b 1. `free and shlvb piFin l3ng and InatlnIenance wlIli in -irGtll right-of-way and easements, .7 2. Tree removal and trnaisp}ant is to be performed in necor4ance with Scclinrl 31 10 on 8 13, Deviati9lls fro", tills C.'ily of Fart Werth Standard Specifleadmi 1. Alone, 10 C. kulafed SNcillic4dion Sectloo5 incl.ade, buT are not nmessarfly limited to. I- Division u - Biddllag 1ZcgtiIVcinc 1113, Coll rlli�t Forms. and C'attdiIians of the Wit rac1 12 2. Division I - General RCgLA-enionis 13 3. Serlilon 31 I0 O — Ske i:learing 14 A. Section 32 92 13 - Hydroniulchi 1g, Sending and S1adding 15 S. Section 32 91 1 �) - TOp90l1 19QccllwnI and Fin i;ch{ng uITarkwElyg IG 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Mcr•SSlln went and Pt~yment is I. PItin 1 Tree 19 +a. h+1 astlrelnannr 20 1) Wiqurcaieni for Ihls hum shall be per each by cal ijser inchy 21 h. Payment �2 1) Th.e work perrormed npid malerials furnished in accortina In �vftfii this (wri 23 and 1a,e± mired as prirvidud rlaader "l asurumen1- wll I he plaid 1t�r at Ilse tn111 24 pr]cc bid per ea uh Irve I i P hu Planted by ink I1pcT— insia. 25 C, The price Nd 5ha lI include: 26 1) Furnishi11g;inkl installing 1rtt!,s 27 2) H111Jling 28 3) Grading wnd bllckiilling -29 4) Hx"vation 30 5) Fortiliza llon 31 b) Water 32 7) Removing and d'.1spoking.nrsEii-plus matcrial 33 L3 REFERENCES 34 A. Rcfcr�nce Shi11dmAx 35 1. Rererence RlaWards eiLed itl this speclrcatlo11 relir Ili I11u Ct1rr1;III re1iivnce smiadard 16 published a1 the time of (I le latest rCYi*[oil date logged al Ilie ell c►l' 1I11k 37 Spec itcat ion. uJlloss r1 date is spLxiIlcoIIy eilcd, 38 2, American Net] onaI Standards InsliIute (ANS1)- 39 o. ANSI Z60.1. Ainwlean Standard rot Nursery Stuck (7FFV OF FORT SVORTFl 4un��on ti r3wrr h1 nrn 737 - ihAil ?U STAN!]AK0-e� ONSTRI-rTIUN S11T. 1FTCA-1'10N 0€1€'I)MENT5 City IOrnr}ecl Na M127 Revi.ucd Ikcarrtblor 211.2UI'l Altarhment A02-4 FtirlulCctylu3J9VJvlu.Ot)Sjst ffjFknl1Fmn!NO2R811"1fluMlorLNiAddrnklw3AddVnd15M13210.143_Trereund!$ruhsdne Page 7 of 1291d.4-Z TREES AND "JtiUM Page 2 cal' b 1 3, Norris Third, Tht Staff of the L.H, BaiIcy I-lortoriutat, 1976, Mac MilIan Publishing 2 Co., New York. 3 1.4 ADMINISTRATiVE REQUIREMENTS INOT USED) d 1.9 ACTION SUBMITTALS [NOT USED1 s 1.6 1 NFORMAT 10 NA L SUBMt17ALS G A. Tree datz; Submit certiiirwion from suppIler Ilia( each type of iIve conforms io 7 specllicat im requirermcnis. 8 1.7 CLOSEOUT SUBMrrTALS SNOT USR91 9 1.9 MAINTHNA ACE N1AT6,EMIA L SUBM ITTALS [NOT USED] to 1.9 QUALITY ASSURANCE II A. C'nordinalion 12 1. Coordinate with City ForesWr prier to beginning consbi lefidft activities adjacem to 1 or thnt will impact existing trees and a€hrubs. 14 B. Quallflcatians tS 1. Landscaper specialized in iandscape nod }planting work 16 C. Substituilom 17 1. Alai permilled unlm approved by City when specified pl.anl:ing material is not 19 obtainable 19 a. 5ubill11 proof of noel-uv ailabi[Ily Iogal h(Ir w1t11 proposal for use af' cquivalenl 20 1111w6al, 71 kr. Substitutions of larger size ur boiler glade Ihan spuciiiod wiiI tie pllowed uplin 22 apppr7o�vyall s ��r y I�ity-Fo�rressier.�7bLA with yno incrnsc in unit price. 23 t J` Y * *�{+�+ y 24 A" Do not remove-cantnilmrgrown stock from conwiners before lime of planting, 25 9_ Delivery ant> Acceptan" lkequiremcnls 26 1. Ship trees with Curti f Galas of inspccliatt as requlre;d by gave rnijig Qutheriiiea. 27 2. Libel each tree and shrub with secure Iy attached wnrcrproof tag bearing legible 29 dasignation of bulanical atnd winman name, 29 3" Use protective wavering during delivery, 30 4. Deliver pa<lkuged mrtiarials in fully Inbeled orig1nal containers slowing weight. 31 nnalys6 and twine of tnanufactllrur. 32 C. S1erLjgc oild I land Iiaig RegniremenN 33 1, Vrts(l:ct m alcrials rraln datar iOrntiun tithing &&ivory, and while stored at Sike 3.4 2, Do not prune prior to installation. 35 3. Do not bLsid or bind -tic trr.= or shrubs in such manner ux to damage bark, break 36 bmnch+:s, or bc.Woy natural shape. errs ur• ORT vac>RW sankmy : WWT MaIn 257 - PW129 STANDAR13 CC1#CS"E RI,ICTi d 'Pli '11'IC ATKMN DdCtlt WeS City h*ai Kb.: 01227 Rc kwd l')nrrmber �J% 24A 3 Attachment-AD24 1�;iprir�aclbllf] Ift4MIkSPMO'hl'JMOu I irml Pe[t 2.D SprcifrcapanN3A+ ei�+JalftiUdCOL11A ri ZG2 !M ILTma 4nd SIhn14 .Or Page 2 or B 329.143-,r TIRES AN si-rlkum IWX�Of' 6 r 1.11 FIELD CONDITIONS [NOT USED1 2 1.12 WARRANTY 3 A. Warrianty Period; 12 tn5 intlas filler job nccept3j,re 4 D_ Warranl trees ugailgsl defcets including.. S 1. Duch 6 w_ Unwisfactory growrh 7 3. Loss of shape dLie to Improper pro Nng, rnaiinterixicc, or weather can&bons 8 C. Pilurtlb Icaning hues duril}g warranty period. 4j D. ReinMee and replace trees Cowed to be dead during warraiily peri(w 10 1,. Remove and replace Irces ivliich iirc in doubtruI Cunditioil al end of %yarmnly period, of I i who approved by City, extend Warranty Peri(XI filr irees for fill growing seamn. 12 PART 2 - PRODUCTS 13 2.1 OWNER. FURNISHED 1PRODUC78 lNur us 14 2.2 MATERIALS 15 I. [IC110ral IG �, Plants shiiII be Inre to species and variety specilwd, grown under cl[ill alic 17 condiIi0ns simiIar In Ihosc in the IocalIty o F ilie project for at Ieast 2 y�nr.'t pod 19 hiive braen Freshly dug during Ilie ruout r econI favorable harve9i sca.%in' 19 b. All plaid nuInes and descriptions are as dollned In Horfmc Thh-d. 20 c, Ail planks nre to be Brawn rind harvesi�d in aeco dance ►vile) 1lie Anivy-ica n 21 .Sfrr ulvrfrrl- rw.m.'V Shack, 22, d. Unless appniycd by the City Fort%ler, plbrns �gfial1 brave been growji in n IaiIiude 23 nat mare thurl 200 miles nortli or sauIh cif rJre lulitude of the pro Ioci Lin less the 24 prtwenanec 0f The plant 0'w, 1V documented 10 be u0mimIible wiih Ilie iatiItide 25 and cold hurdinc." xnno of the Frholiog lorfatiam 26 2. Trees 27 a. Provide: container gr;)ivu frees whicli are mraight and syn,mclrical and hove 28 persisletttiy prelerred moln leader. 29 b. Mark the iree's north orienfalion in the ilttrsery lbr all dcci&Enu�i bees grown in 10 the fie Id with A I - Inch dianleter spot crwhiIa point Lin 111e tree Irunk kithin the � t botiom twn I ve inches of the tronk. 32 c, Crown shall Inc in good overall t1I'apuilion to crtlirc heighI oftree %vlth 33 I)VanelliJig con figural ion as i'econlmended by ANSI Z60. l for typzL faiid Irpecies 34 p coi 11 ed- 33 r!, -1-rce-; desigmrtled ap; balled and hLiriLipped (13L:8) shaII 11Z properly dttg %viIli 36 111MI, Itail.1rol Nils 11f's0iI rclain'rtrb AS 11111Tly 11braws rooln as pnssil3le, in si w., 37 011[I shapes assCreciIII ed Ira I I I V .4 worl Carl Varodal-}fra 1�11�.4r•�1� Sf�ca±�. [�a�lS Silkifl 38 he frrim Iy wraipped wllh noiisynthetic. rutiable bur lain and secured with nails and 3.4 hieayy. nonsynthetic. rottublu twine, The row collar shall be apvw-enI at svrl1w c 40 of bu11. 'Trees with Inane. broken, processed, or n14t1ufaetured rnnri balls %vi U nol 41 be accelnc& excepi with sjwcial k+r uctj uppror al hefare planting. 42 c. Wile re elump is speelf Cd. Aimkh p]ani Imving m Inirrium of t71r4C sLems 43 Originating from cone oi) buac ai groond liiia. CITY OF VORT W1jX1,14 Sonmm; SrW& Ma in�S7—Pain2a SiWNDATED C ON.91-R UCi"ION SPE MCA-rJUN D0C..UMjjK'C C'11Y Pru.IeCt NOG 1721 RVrL%C,t I1LV.,Rj;uT 2u.3D12 Attabhmerlt A132-4 r'Irw61ixiAUele'00.17i%8pccAr-infiffiruiParl 2U24343_TiceaaWSHiulmALw Page 3ofa 17�,Rwq 401) sJ IRI J133 1)4v 4 or Ji I t: Measure Irros by average caliNt ol'trunk as follows' 2 1) For trunks sip to d inches or tm In diameter. measure caliper 6 Incites 3 aWvo tarp of tool bEilt. 4 2) FOJ- (ruilks r1jare than 4 jilchc.s, incaaiire caliper 12 inches above top of root 5 h1�1, Caliper mensuronitnts 7 a) By dinntoter tape meastli 8 b) litclicated calipers tin Drawings are minimum c) Averaging of p1wit caliber; riot permitte4l 10 Trees Shall conform to rnItawitig requirements 1 1 1) Henithy 12 21} ViSnrous stack 0 3) Growil. In recognized nuJ sery 14 4.) Free of- 15 uj Dkea. 16 b) lns=t3 17 e) Eggs 18 d) Larvae 19 e} Defects sucks as: 24 (1) #mots 21 (2) Sun -scald 22 (3) injuries 23 (4) AbnksioriK 24 (5) DEsfigurctiwnt 25 (6) Borers acid inleslations 26 3. Soil Products 27 a. Topsoil; Ste 32 91 19. 2.9 b. Pam moss, muich and lertili;wr; Use inalariol recommended by City Forester 29 for %tablishment of twalthy Kock niftcr mplantiog. 10 4. Swkfs and Guyrx 11 Er, Provide minimum &-taut long 5dccl T-stakes iind l inch wide plaislic: tree chall's. .2. b. Wherd aippllcable for an0oring irevs, use wood deadmen: 33 1) Minimum: 2-inch by 4-iivuh stock 34 2) Minimum: 36 ilnchus lt}ng+ and buried 3 Feel. 35 3) Provide white Lwrvt!yor's piuslic tslpc fnr R"99ing II'c0 guys. 3G 3. Tree Wrup. Twins; and deal 37 a. Wrap 39 i) Mrst quality 39 2) Bituminous impregnolcd tape 44 3) Curr4igated or crepe pnpnr, specificaI ly manuiacturcd ror trtw wrapping anti 41 Laving rlualitios to resist insect IJnfr Oation 42 h. Twille 41 1) Liblvly larred, medium-coame sisal (lath) yariz 44 2) Do not use tiaiis Or AaPles to ra9ten wrapping 45 c. Seal: Co III Ili ercial1Y avalIAle tree wound dra£sing specifiical ly producttd for use 46 in goal iI)& tree cuts and wounds 47 G. Water, claan and 1'ree of iodustriul wIL-Lies or oilier substnnces Morin FuI to the grcrwfl1 49 of the true STANIIAIil)CC1MMIiC'TIONSPPCIPECA-ROHEMI IME?'N'S KcvwG1 E}cccm13M 1E1, 21)12 SwutLiy Srmr Muirt 257— Parl xa CFiy rraI&I Nii.. W221 Attechment ADZ-4 V)pIolcc:yliM, MVMQ-UJ%BpacAFiHdll=inrkIN1121]5peciflCwtkm!AA4WnWLilA�eWralonI2Q2.'93d3—'l'inedana-qikrUbKduc Page +4of8 31 93 43 - s TR FiAND 191IRS 2 2.4 SOURCE QUALITY CONTROL 3 A. NolIfy City, prior io instaJIatinn., of locatiDil where Irees Ihal have beers selected for 4 planthig may be inspccred. 5 B. Plan inaIerisI twill k+e inspected for 'cnlllplliinvu wi111 fallowing j-tCgjllrelnents. 6 1, Crevw. spQeies. varlety, size imid gllaliiy 7 2. Size and wndifla;% cif balls and row s"terrls, insecls. Injud - and hiew deieeis ll PAR-13 - EXECUTION INOT USED] 9 3.1 INSTALLERS [NOT VSED] I 3.3 PREPARATION 12 A. -GaiwM 13 1. gehcdule work zo flim planting can prorced rain idly as port1j,l1s of site-becnmC 14 available. is 2. Mani Irees 0or f111Jal grades are emtllklished and prior I seeding or sodding. 16 3.Wile" P1eii1tiPig of "es cccurs alncrseed ing work. protest 9ecdrd areas an 17 proinplIy repair damage to seeded areas resulting from tree plarill g o1%,mIicrrls in IN ccinplianee with reglriremellts of Section 32 92 13, 19 d, Layoul individual lree5 al [ocatiorts shown o11 Dtaw iigs. 20 5. 1n MW 011`eonf3icis, notify City hef`nre praceedhig wlth work. 21 6. Stake trees for City approVAI 22 B Preparel1an of lanting Soil 21 I, I30rare rnixhig.vIca n Iolmoil W'rools, pIams, sod, sromcs, clrly lump:, and 01her 24 extrrfrl ous melcrinI's harinful 0r toxic To plant gmwlh. 25 2. Strip rind uIiiiYx 4 inch Iuyer of lop qu11 Ii'c>ttt uxistinV, ground. 24 3. Del ay mixing of ierliIIzer when plDill Ing will not 1101low placing 0f planting 3vi1 27 w1thin 48 hours, 29 d, 1neorporale .1nlenfti ciit4 InIO soli as part 0I'=II pmp2rat ion prucc5s prior to fine 29 grading, fertilizing. mid phinfing. 39 5. Broadc"I or spread amend mew s eve nIy a1 5peeii led raic over planting area, 31 6. Thoroughly incorporate and %jids%mIs into top 3 or 4 iPic lie S of soil I tin lil 32 ain !FTLIments �Irc pulverized and have [ICU 01n1! 110111OLICI1 lis lily eP of tol)WiI ready 33 rhr plantling, 3+4 3.4 INSTALLATION 3S A. Plailling 36 1, E:xeavaze Ails, beds. or Irenctic 9 wil Ili vortical Sides and with he7Ham orexa; ,anon 37 raised ininimum of6 inches at t-imler roe proper drainage. 38 2, Yr Odt following ininlinum widlhs: 39 a, 15 Saflon conlainers.or larger, 2 1e2t xwidet than dlamew of rout Bail VITYOFTel)XT Wt 101J NriollmiX Suwcr Main 257- I"arr all .'�TANPA RD CONSTR I X-Trm SM.F.C'TFIiM'1CVdDWI rh71=ors Cilpr"ruaeutNo III2?7 JRrVjmd bam113wri[I, 2I11: At1ao#lM8n1 A02-4 J'.11a'{noel'f4lI.1134111d1IdllkST'1m :injS1%Vmol I"mP 2Fl 211� 914-$-Trees rind 4imkhN doe Page 5 of 8 n434a-# 'I'REU AN131;HWAs Ehgn fi Of a I b. I and 5 gallon ountainers, b inches w]der titan diameter of roal hall 2 3. When eanditiom dcIriincotat to plant growth are ericounterc&such as 3 +Atjs.Btkriactory soi 1, obvrucIions, yr adverse drainage conditions, not Iiy C ltyr Before 4 planting. 5 4, D diver trrex sF1is preparnIium for planting have boen complett!4 and plant 6 rmmediately. 7 Wharf planting is dahiy+cd rnere than G Wirs attar delivery o. So trees and �ihruhs.lai shade. 9 h. F'retcet from wr;uthar and mechanical damage. 14 c, Keep mots moist by covering with mulch, burlap, or other acceptable means or ] I reiaining moisten:, and wailer aS needed. 12 ; ]alit plants oniy from the bull aorl of the -root balls or w 11h halts. or tAing harnesses of 13 zuMcient wi€kill not to damkgc the root balls. Do not. Iifl trees by their tri+nk as a 14 Iever iln petitioning or moving the tree iii the planting area, 15 7. Remove plastic:, paper, or fibrous pots rrurn the containerize4 plant inriterial. Pkil1 16 roots out of the rout mat, and cut circIiPig roots with a sharp knife, Loosen the 17 putting inetdium and ;Shake away Crom ilie root mat. ;mmcdiately attur rcmmoving the 19 contahler, insult t11e pinni Stich that the roots do not dry out. Pack ptantimp, mix 19 arouod the oxpoae€i roots while planting. 20 8_ Cut rapes or strings. front the top of root balls and trees after plant has hmn SC(- 21 Remove but -lap or cloth wreWing and any wire bat*ets frame around Iup }calf of 22 bulls, Do not turn under and bury portions ol'burtap at top oMat 1. Set bailed and 21 b40apped treys in tttq liale witti the north inw-ker facing north. 24 9. Set root ball on undirtcirbed soil in center of pil ocr trench and plumh plant, 25 10. Place plants at level ihat, after sdidemcihl. naturuJ relatiunghfp of plant ctctwn WiIh 26 ground SUrface +rill be emabllshed. 27 11. When set, place add itloaciI backrill arO Mid base and sides of ball, and work each 2S Iayei to settle back iiII and eliminate wilds and air pocketx_ 29 12_ When excliVatloit is approximately 213 full, water II)oroughly hefore placing 30 remainder of back-flII. 31 11, Repeat watering until ncs mare water is absorbed. 32 14 Dinh leap al'barkfill to alllaw for mkilclhii19. 33 15. Midch pits. trenches mid planted aTeim 34 u_ All €rces, shrubs and miler pIEiMing,, will he mulched with imIph pre vicrtisly 35 approved by 11w City fForestcr. no inulch on trees and shrubs sluall be to t110 16 depths shown on the druWitig. Jtlleft must not be placed within 3 inehes of'(he 37 trunks #)f IrocS acid shrubs, 38 16_ Provide 2 1 o 4 inatl thicknos ormu]ch, work into iop-a#`ta6kr11. and iinIsh level 39 with adjancnt finish ptdea. 0 17. Coyer cntlre root ball. 41 18. Nune CI,t1'OF FORT WORTH sT,►raDARD CONS7rtUM" SPFc11=ts.W11I PN r*x�omFL IT; R VI.Wd rSLecrat7111 21%au12. SMMIorY 9rWC1 Mom 257-11410 �.B 4 jjd Ni1)=L Nu i�1227 Attachment i4D2-4 i' tiprurutr%1131 KtIWu-{11�3pwiFirrubFjnul Hul 12F1 Lipe4il12M 91 43_TruuM urw151Yrubaxtuc Page 6 of 8 324i41-7 I'mc 7 ar3 t a. Plants gltall not he heavily prian�.d at the IIme of pIan ting, Pruning is- rerluired ai 2 planing to correct defect$ Iti iha tree structure, including removal of injured 3 brtknches, doubler leaders. watelsprotrts, suckers, .ind Interfering brwid s. 4 Healthy lower bra mhes and interior small tevlgs Amid not he reinnvcd except S as necessary to r1ear %valks and roads. In no cyst~ Avuld mare titair 1/4 of flee 6 branching structure be removed. Rotain die nam)l shape ortlic plant. 7 6, A II pr4n7ing shnII be completed imIng cIon n slurp iM-. Al I cuts skirl] I be clean 8 and smwilh, wish I hue ImA ihiac1 wit11 do rough edges Qr tears. 9 C. Exeunt Ill eircurnslariCM dictated by-thc n"ds oi'speeilic preening pracIici s, Irzc 10 paint sltaII not be used. The LiK of tree pj�iht1 shaII be only upon (Ipprnvat of 111E t I Cily Forvmer. Tree paint+ %Yfien mgWired shall he paint spoe i rrcm Ill formulated 12 NPid rnanufacItired lm horticUllkrral use. 13 19. 111nme trees It, 1'04in required hoight and spread, 14 20. Do not cell tree lender's. and rvniove only 1niured and dead hrartohes Jrr{gym flowering, is u'ees. 16 21. R=iove and rep]ace excessively prunod or m I s formicd stack resulting firom 17 improper pruning, s 22. 1ropecI trot irtinks for ipi.jury, 3nproper pruning and imsect in gestation and (ake 19 cnrrecrive ntousures. Ilia 23_ Guy and siak� trees immediately Alter planning, 21 D, MoYing Existing rrcem 22 1. Coordinate irce mayIng and replaoring with City ForemIr daring dormant grawiii 23 4ea.q 0111 24 2. Provide Tree size as directed by CiCy;'Ure5je!'. 23 3.5 REPAiRMUSTORATION [NOT U5ED1 27 3.7 MELD QUALITY CONTROL 78 A. City may reject tPimIisfar,16ry or defective mmwinl ai anyIiinc during progress di`►A rk. 29 [3. Removo rejected lroog immedlaicly from site and replace with spe..d ad mmerialw. N C. Plant material not instalhd in a¢eordancc with ihcse. peciiicalicrns will he rejected, 31 D. Aii inspection it) deWrmimie~ rm®1 ac"pttlnce cviII be c(mdtic ted by Cily al cild 01- 1� 32 munih maintenance period. 33 Worran.ly periods - pro AJed for in paragnipI1 1.12A ail 3.8 SYSTIri,Vl STARTUP [NOT IJSED 35 .3.9 AI),)!UST ING INOT LISF1) 36 3.1I1 CLEANINC 37 A. During planting work. keep 1'�uvcmenis Ocan tend work area In orderly cc-nd0on. 38 13, Dispose of excess soil mid wlsie in apprrlved locialon, 39 C, WaMt� Matcrial D1'E rOW- On -site burn hig 01'cismhustiHe cleaned mmerials 5he11 not I}c 40 permilled, UFFV OF FOft'I Vclle'!'FI 5ounur} SP%40r Murn 257-1%ri :rr "TANDAM) VOWMIASt*t=CrVWATION OCK.`.1 M Cmy rr«icel No 01317 HeX`iscd 1]rcurnlrp� tl, 7tEt2 AttarhMant AR2-4 F.I[mopclWl')1M.kk-}t�"rpx .alKinulU arud Biel ZU9.U2H,1 4.3 Tme nad ShruloxdOL Page 7 of 8 3? 93 41 - 8 TRUMS AiwD iHItt113..4 PaFbo 6 ur8 1 3.11 CLtOSEOU T ACTIVITI ES [NOT USFDI 2 3.12 PROTECTION 3 A_ Protect plant Ing work and materials From dilTnage due I pionting eperlltions, 4 B. Maintain proWiitm dtiring installation mid mWntenance purl d. S c. Treat, mpair, or replacc damaged plan tirig work. 6 3.13 MAIN'>l ENANCE 7 A. Malntenance Podod nhidI be 12 months miler IInal acceptance. 8 3. During the maimcnmice per1od if a work sehcdulo and fregitemy Dre,moi shown tin the 9 Drawings, perform the minimum requiicments shown below: tU 1, Water (rl es 14 Full dtpth a niinir uni ui'ist[cc each week or as required to InaIW815 t 1 he.4II11Y, vigorous gmW111. €2 2. PrunA, cuttivaic, and weed as required for healthy gro in. € 3 3. Restore planting saticcrs. 14 4. Ti8hianand m-pair stake mnd guy supports. and reset t1'ees and shrubs ttl proper I I grader, or vtrticial positit)n as 1equired. 16 5. Restore or rapla( lu damaged wrappings, 17 6. Spray �w required to keep t.rems and shrubs free of ilmceN and disuse_ 19 7, C'onkactor shall reprice any plant that does not survive. II shall be replaced as soon 19 nS It is determIoed IIo Iongcs' aIiva- Contractor is to insintaln ;i Qw plants as Zit dm=lbcd nhowe until growth is established arld mainte"all a 17criod expires unless 21 wAlved by the City. 22 3.14 ALWACHMEN'TS[NOT USED] 23 24 25 26 27 28 29 30 31 END OF SECTION Revision Log DATE NAME S U MN1ARY C1" CHANGC 1.1.A — Paymml €Icmy rcmuvrtd far irco mmnrot dnd Imimpiutllntkim dwdu llimI nic lu i,r pm-forrtwit in ni:Curdav ou ►ci[€t Seouiur 31 11) t]U_ 12no120Iz LU. John trn 3 tl,A—mpdiImd flminUn1m o picrtt'd tat k'9Irt €2 M01111W u11m klna l aC4'.irp4uUtis 3LQ.13— MudifiuJ ntisinlcnmm a purind rt:quircrnonts MY OF FORT WOR7'II Sunjimy m W a Minn 257— VAUt 2H S7'rl[+Ii� ►Ill] Ct1N �7i#[JC'f1C1N. PECIF€CA-0014 DUCI IMIN11.1t Cily PJOJVVI NU: 1)[217 Fta+ssnJ b,a�nmber 20, 70Iz Altachmer}t ADZ-4 F N Lij?UCKW31 IStiiktU•l}1L5pncail ieielVlritgn! Puii Z13 Spur fivutiutid Ad 6aiidinVtiOJrndLm Z02 V3 43a TFxrm ima. R*Joc page 8 of 6 EfectronicalIV Recorded TaqatrrtcouPity Texas DMQIEIl Publln knourds (3/151201 P 11:26 AM D212143447 WATER AN6 A4fq"t6 V4R%Rl PLACEMENT'fC66N ACT MIN TM-H REHAB) Parcel # 55 Mow Loulee Gormn 80ftltsrr ACS Doe 9 0216 7255 REDBIRD LANE VV. A-UTRACT A D30 TRACT 50_C HIRAM_ LIT TLB SUVEY Under Subchapter E of Ilia Texas Properly Code, as amernded. the Grantor or the Grantor's hairs, successors, or assigns may be e!"t]ilad before the 1V ariniversary of the de#e of this acquleitlon to repurchase the properly or requost aerlain Information about the ,use and any aoival prngress made toward the usa for which the property Wea acquired under this deedleasemenUnamed Instfurneril, and the repurchaao price Will be the prloe the City paid Grantor In this acquisition. STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § RE M E#� C��t* �fRAC STY EASEMENT �� � S DATE: 04/1ar2012 GRANTOR' FRANKLYN W. STONE ANl7 LINBA K STONE RANT'OR'S MAIt- VG AOURESS (including Cauri ty)- 7255 REVSIRD LANE 4Y. BURLESON, TX 78428.7907 (TARRANT COMM) GRANTEE, CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (Inaludinj; County): 10DO THROCKMORTON ST. FORT WORTH, TARRANT COU NTY. TX 76102 CONSIDERATION: Tan € 011ars ($10-00) end othGr good pnd valuable consideration, tha recelpt and su.rffielenuy of Which is hare by acknovvNidfped PRCPI=RTY: Being a varl8ble wld1h pormenent senlinry rawer e©someal 1I(uated in the Hiram Lltlle Sufrey, Ahrtraol No. 030, Tarrani County. Texas said Mrilp being I!a portion C)f thal same tracl of la rid convoyed to Franklyn W. Stone and Linde K. Stone by doed as reonrded In Volvme 10304, Page 215, bead Record a, Tarrant County, Texes (a.R,T C.T.), self] afr]p be]ng herein more padloularly described by metes and hounds exhiblis for Permanent Sewer FeCIIIty Easornant J 93 acres (8. 402 square feet) att®ohed hereto for all talents and purposes_ PerIMAnreref SCWER FACgrry e4s�mprr flow OWIV2010 Attadlment AD2-5 Page 1 of 18 WATER AND SANITARY SEWER RE 12 L40 EMENT (CONTRACT 2004 STM-H RFHAS) Parcel # 55 Doe # 6716 7255 REDBIRD LANE W. ABSTRACI A 930 TRACT 50C-IIRAM LITTLE SURREY Under Subchapter E of the Texas Property Cade, as arnended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10'h anniversary of the date of this acquisitfan to rapurchese the property or request certain information abouk the use and any actual progmss made toward the use for which the property was acquired under thN, deedleasementlnarned instrument. and the repurchase prase wilt be the price the City paid Grantor In thls aoqu1slfion, STATE Of TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § ALtIMU TITLE CITY OF FORT WORTH� -6 lt) - PERMANENT SEWER FACILITY EASEMEN GATE: 04/13)201 GRANTOR, FRANKLYN W, STONE AND LINDA K. STONE GRANTOR'S MA I L I NG ADDRESS (including County): 7255 REDBIRD LAME W. BURLESON, TX 76628-7907 (TARRANT COUNTY) GRANTEE: CITY OF FORX WORTH GRANTEE'S MAILING ADDRESS (Including County); 1000 THROCMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION. Ten Dollars (10.00) and olhor good and valuable considerstlon, the receipt and sufficiency o1' which is hereby asknnwledgad, PROPERTY' Being a variable width permanent sanitary sewer easerTMent sttuiated In the Hiram Little Survey, Abstract No, 930, Tarraril County, Texas said strip being a portion of that same tract of Sand conveyed to Franklyin W- Stone and Linda K- Stone by need as recorded In Volume 10304, Page 215, Deed Records, Tarrant County, Texas (D. ,T. .T.), said strip being herein more particularly described by metes and bounds exhibits for Permanent Sewer Facility Easament .193 acres (8AO2 Square feet) attached hereto for al Intents and purposes, PERMANSr4T SEWER PACILrrY SAS £MENT F eu_ 1iF912 2010 Attachment AD2-5 Page 2 of 18 Grantor, for the consideration pald to Grantor and other good and valuable consideratfon, hereby grants. sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as u aclllty" The Pacilfty includes all incidental underground and aboveground attachments, equipment and aippurtanances, including, but not 11MIted to nianholes, manhole vents. lateral [I'no connectiorts, pipellnes, junction Boxes In, upon, under and across a portion of the Property and more fully de rIbed In ExhfbiI "A" and Exhibit " B" attachad hereto and Incorporated herein for ail pertinelit purposes, logo Iher with the right and prIvilege al any and all tunes to enter Property, ar ariy part Thereof, for the purpose of aonsiructing, operating, rnalntaining, replacing, upgrading, and repalring sold Faciflty. In no event shall Grantor (1) use the Property in any manner which interferes In any material way or is Inconsistent with the rlghts granted hereunder. or (II) erect or permit to be articled within the easement property a permanent structure or building, including, but not Hmited to, E»onument sign, polo sign, blllboard. brick or masonry fances or wells or other structures that require a bulldfng permit. However, Graritor shall be permitted to Install and maintain a concrete, asphalt or gravel driveway, road or parlting lot across the Easement Property. Grantee shall be obligated to restore the surfaos of the Property at Grantee's sole cast and expense, Incliudfng the restoratfon of any sidewalks, driveways. or simflar surface Improvements located upon or adjacent to tyre Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the rantee's use of the easement granted hereunder. Provided, however, that Grantee shall riot be obligated to restore or replace irrfgation systems or other improvements fnstalled In vloiation of the provWons and Intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and sIngutar the rlghts and appurtenances thereto in anyway belanging unto Grantee, and Grantee's successors and assigns forever, and Grantor cfo,�?s hereby blrtd itself and its successor and assigns to warrant and forever defend all and singular the easement unto Granlee, its successor and assigns, against every person whornseever IawFuily clalming or to cialm the &erne. or any part thereof. When the context requires, singular nouns and pronouns Include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE) PE RVANENT SEWER FACILITY PASi=OFNT Rev. CrIA 2010 Allachmeni AD2-5 Page 3 of 18 Electronically Recorded Tat rant County ` axa5 O lolal PubMo Rwfirdc S11512DI 2 11,26 AM D212143448 wA`r1GR ,ry ��RtMACTEMENT( N fitACTIRIPRTM-11R9I-JAB) Pureed A 55 Mary Louise agroie SubmItter ACS Doe 0 6216 7255 RE AI3J1W LANE W. SmAC'f 93'l' T 50C 1-! L1'rTL r SU V1:Y CITY OF C'ORT WORTH T>1MPORAR3( CONSTRUCT] ON EAU M T DATL:0411312012 ALAMO TITLE CoMpAbly GRANTOR: FRANKL YN W. STONE AND LINDA K.STONE OftA T{OR'S MAILING ADORE SS (including County): 7255 REUBIRD LANE.W- s IJRf.I SON. TX 76023.7 07 {TA RRANT OUNITY) G R.ANTEF: CITY OFF FORTORTH GRAN TRS'.S Iv1AILING ADDRESS (including CouIiky)' 1000 THROCKV'iORTC) N ST. FORT "WORTH, TAR1tANT COUNTY, TX 76102 CONSIDERATION, Ton Dollars ($10.00) and offitz guod mid veluablc oDmidmition, ille racoipl rued HuFCciancy of which is hereby acknowledged. FROPERTY; Being a 35 Foot wide tmporDry corigtivalion eusomw situated in the Hirm-A Littic Skivvy, Abstrnat der. 930, I'arrnnt County, Texar, laid drip being a portion of that same tTact of laird uonvcyad to Frerlic" W. Stone and Linda K. Stone by dead as re~:ordetl in Blume 10304, Pup 215, Decd Ike�-ords, Tamial County, Texas (D.R,T.C.T,), said 5krip baing harm~ more particulaly dmmibed by metes and bounds exhibits for Tempomry ConErtiuclion kE4sement 169 acres (7,362 scluaro fact) amithed hart to for rill iutcnts and pww;e�, Granlar, for the conslderallvn paid to Grantor, hereby grant. bargain and convey unto Oran#es. Its suteesanfz and a$algrts, the use end paeesge fnr over, and across. bolow wid ialong the easaMnt aftuated in Tarrant County, Texas, iri sccardame with the legal des(ApIlen heralo stladied as Exhibit "A". and ingress and ogress over, GrantoijB property to the easement E's shown on EKhlbil 'b P uugmuzy CuRrlwr 1141L Iq%WlYrr.IIL alonmoN AttsGhmiant AD2-5 Page 4 of 18 WATER AND SANITARY SEWER REPLA,CE14I1,NT (CD1 AAC.'T D04-8TM,H RMAB) p3trrel 4 55 Doe If 62 16 f��fi��{{��5++ryl7i]C�{LLill;;7a_�,y+i�Jj7lil■�]E��/T.�• jy{+ + �r�5ry � �+ �{��; 7�? rlliLi lmllll 93a 1\IiL 1 511E 1 ; J -LeE Y R Y 1. CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEWO' DATE: W13�2012 ALAMO TITTLE COMPANY F Avfro .3 s, GRANTOR'. FRAN LYN W. STONE AND LINDA K.S'IONE GRANTOR'S MAILING ADDRESS (including C aunty: 7255 REDDIR-ID LANE W. B RLESON, TX 16028-7 07 (T'ARRA,NT COUNTY) GRANITE', CITY OF FORT WORTH GRANTEE'S M AILING ADDRESS (including County): 1000 THROCk74 ORTON ST. FORS' WORTH,TARRANTCOUNTY. TIC76102 CONSIDERATION'. Ten Dollars ($I0.00) and other goad and valuable, consideration. the receipt and sufficiency ofwlucli is hereby acknowledged. PROPERTY: Being a 35 Feet wide ternpormy construction easement situated in the Hiram "tile Survey, Abstract No. 930, Tarrant County, Texa..9 said strip being a poafion of that same tract of land conveyed to Frankil." W. Stone and Linda K. Stine by deed as recorded in Volurne 10304, page 215, Deed Records, Tarrant Cis any, Texas (D,R_'T,C.T,), said strip being herein more particularly de.icribcd by motes and bounds exhibits for Temporary Constniction Essemmt .169 acres (7,362 square feat) attacbed hereto f6r all intents and purposes. Grantor, for the consideration paid to [grantor, hereby grant, bargain and convey unto Gfantee, its successors and assigna, the use and passage in, over, and across, below and along the easement situated In Tarrant County, Texas, In accordance wilh the legal descrIplion hereto atteclied as Exhibill "A", and Ingress and egress over Grantor's property to the easement as shown on 1=xhiblt "B". 'finijigtyf-;j1F1 vhnnFa�ornaui Attochmortt A02-5 Page 5 of 18 It Is {urthef agroe d and understood than Grantee wl]f be {permitted the use of said easerment for the purpose of Instilitation of uni(ArY Sewer Refief Main. Ljpon completlon of Improvements and its acceptance by rantoe, all rights granted within the described Tamparary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenenres (hereto Iri anyway belonging unto Grantee, and Grantee's sur ssors and assigns until the wmplation of construction and acceptance by Grantee, Grantor hereby bind themselves. their heirs. successors, and asslgrts, to warrant and defend, all and singular, said easement unto Grantee. its successors and assigns, against every person whomsoever Iawtolly cleiminq ar to claim tha same, or any part thereof. [SIGNATURES APPL&R ON THE FOLLOWING PAGE] ToAlpunfy L OIIEIklI}:hIUM FR17RIM1 Rim?2wl Attachment AD2-5 page 6 of 7 s t GRANTOR. - Franklyn +JV. ne Lin Et. Stone TAT* OF TEXAS COUNTY OF TARRANT GRANTEE. City of Fort Vvorih Farna�tio ost� '- Assistant G11y Manager APP O ED As TO FORM AND LEGALITY A4 is [ant City Altor ne A CKN 0 W1, EDGEMCND BEFORE ME. the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeare+ _ known to me to be the same parson Whose Warne is subscribed to tha c aga ng,lnsfrurnar7t, and acknawledged is me that the same was the ac;t of. and that he/she executed the same as the act of said for the purposes and consideratlon therein expressed and fn the capacity theraln stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE! this day of raFf�{ i�hl+� F. Ball fY 44ffimomcw FkFgmkq AikW 1+1, 0016 Tcnipu mty CLNLibtL L1nC Polur-aril q;Pnow ohxqjj,� 11 ' I V-' atary Public in and for the State of Texas AkkechnienR Ab2-5 Page 7 of 18 ACKNOWLEDGEMENT STATE OF TEAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Nctaiy Public In and for the State of Texas, an this day Personally alppesiod � known to me to be 1he same porsan whose name is subscribed to the fofegoing nstrument, Send acknowledged -to me that the same was the art of and thal he/she executed the sarno as khe art of said _ for the purposes and ccnsIderation therein expressed and in the rapar,ity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Wb1ary Pubk In and for the State of Texas cr�aa�lHa�,� s My �r+r,1rW631U��fx�aHte .ti rempawy Conamlcdnn fa6okT1urA 01 frW2N7 Attachmeril ► 02-5 Page 8 of 18 ACKNOWLEDGEMENT BEFORE ME. the undersigned authodly,a Notary Public W and for me Slate of Texas, on this dper5unaity appeared Fernando Costa, A■sis Assistant Managers | CIS of FdW th,kmmntomem the rwnwryB me6subcrbedto the %reg& ng Instrurnaml, and qcknowladged to me that tile Garne was me act of the City of Fort Worth and that he/she examited the sanle Bs @e BG of m8 City of Fgrt Wodh for the purpose8and consideratbn therein expressed andbJ pa city therein#ked. GIVEN UNDER NY HAND AND SEAL OFOFF ICE ths dayof 2O]Ze' +mA&,AKHU b�A%qEXpmB Dwwrqm 14.2013 After rccurding r o■l,lk to: Cif of Foil W art § Righ 1 of Way and Ease m uni s O « me Sircul me 404 Fort Worth, TX 76102 TPF"UFFEY CCLMAtt=tjpm ENNNIIPCm _ �m . z 4j 1%'[�Pubficne�rmeSae5 � AttachmantAD 5 page §Rm , rr.r m f' BEING a 35 feet wide temporary construction easement situated In the Hlram Liftle Surrey, Abstract No. 930, Tarrant County, Texas, said strip being a pdrtion of that same tract of land conveyed to Franklin W. Stono and Linda K. Stone by deed as recorded in Volurr115 10304, Page 215, Dead Records, Tarrant County. Texas (p.R.T C.T), said strip being he rain more pad lcutarly described by metes and bounds as fQ11ows, BEGINNING on the south property line of the said Store tract, same being the north property line of the same tract of land conveyed to Robert L_ Pearce and Ann W Pearce by dean as recorded in Volume 4947, Rage 483, 0,R7.C.T_, said beginning point being toe2ted North 89'13,57' East 509.78 feat from the southwest property comer of the said Stone tract; THENCE North 00*26'03" West 112.44 feet to a point; THENCE Nai#h 26'22'45" West 77.49 feet to a north property tlne of the said Stone tract, same being a south property lime of Lot 2. Black 11, Oak Grove Acres Addition, Section Two. being an addltlon to Tarrant County according to the plat thereof recorded in Volume 388-78, Page 29, Plat Records, Tarrant County_ Texas, said property lines being In the approximate centerline of Village Creek; THENCE North 28'11'45" East, along the said property 11nes and along the said approximate centerline of Village Creek, 42.95 feet to a print; THENCE South 26'22'45" East, 110.45 feet to a point. - THENCE South 00'26'03" East, 120,30 feet to the said south property line of the Stone tract, same being the said north properly line of the Pearce tract; THENCE South 69'13' 7' +Vest, along the said property lures. 3 5. 00 feet to the 11301NT OF BEGINNING; Said description con talnIng 0.f69 acres {7,362 Sq. Ft.) of land to be acqulred.LP � or c, a 5HA6 N C. SP00NEit . ..4.1.83; SUR P8RM4N WT Se4NER FACILITY CEMENT AND TEMPORARY CONSTRUCTION iiASIMENT Raw. g i� )1 2010 Paga 6 of 7 Attachment A02-5 Psgn 10 of 18 r Lu �Z3 A ! Q "# r +apq I jLJL ,� Ci i` L) �V�4fk' D ' 4JN i t%r 47{rrLlLJ,7 -C 4J ° ' wel l Ld rAc � ' n N CL ::3 �7 if) C3 ry L r 9TQ i hu � , ui o :0 , l f, Ln fj O q 1r C ! I lk i« c fix,, r,j '� n 1LU Ld � a rz k, �j n',It Ln CL ' P""t, c 3Le i N, a Emohnnga: Authorized Users Only PRgCIofI E)ocutnent Receipt Information Rnforance Mijknbor: ALPAL la - AT00001)3V53 - ebsoindnk https:1l�v w.crxc#Tanga.ccrrnJUVVie Rcceipt.aspx?I cumontld-6119l10 6/2012012 Altachmont AD -5 Page 12 of 18 GRANTOR � »» L�Franklyn W, Vne DneK.��e STATE OF TEXAS § COUNTY OFTARRANT § GRANTEE:C|y! FoM Worth � Fema� o C� m Aemsm m City MaDageF APPROVED AS TO FORM ANO LEGALITY Js1st'ant'Cily �bm@ ACKNOWLEDGEMENT BEFORE ME, the dedgn d authorlty,aNotary Bch and fort ale of Texas. on m4 day Peracnaily isppeared known to me to be ¥B me person whose name§ subscribed to he foregofngl err eM,and acknowledged to me that 1he same was, be act of and that Jshe execuled ||e� Same as beat of said for the purposes afld Cori g at|on therein expressed and In he m c#|y therein slated. GIVEN UNDER MY HAND AND SEAL OFOFFICE |NS day of MQt-S4 . LZ, L 4*W *tea RmISEVVmRCry EASEMENT &,62 0 0 hr)�ob�` . Notmry Public in and forhe tale nf Tpxas AftschmRnlA - 1a R 18 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersig ad authority, a Notary Pubk. In and for the State of Texas. on lhfs day personally appeared . known to me to be the same person whose name is subsori ed to the foregoing instrument, and acknowledged to me thiat the same was the act of and that Wshe executed the same as the act of said _ _ for the purposes and conold ora#Ion therein expressed and In the capacity thareln stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE this doll of tY1r.� zap. Pr.RMAN1ENT 5F'A ER FACILITY EASEMENT Rev. IDWIV201 0 Dtu ia� &r�y_ ar� Pubitc In and for the State of Tara Attachment A02-5 Page 14 of 15 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TAR RA\T § BEFORE ME, the undersigned authority,a Notary Pubilo hay mrme State of Texas ontbGday personally appeared Fernando Costa, Assistant C■y Manager the U ty of Fort Worth known to me to be the same per$Qn whose narrie|a subscribed to the foregoing Instrument, and acknowledged b mB that the same vves 1ha Ga of the City rl Wok an that he/she exewled the same as the act of Wn City of Eon Worth for|her purposes and wi-ka /nth|o|n| mh expressed andh the capacity therein stated. GIV EN UNDER MY HAND AND SEAL0FOFFICE this day of . _ .20� � z 4' ARAI E 8MmE o a PS I* h an]r for the S|@e 0 was Mf COMMMG EXP 9e nFINIAMENT SEWERFACU EAA¥mI Z?201(1 Attachment A02-5 Page 15 Q 18 Exhibit "A" BEEN G a variable width permanent sanitary sewer essemant situated in the Hiram Little Survey, Abstract No. 930, Tarrant County, Texas, said strip being a portion of that same tract of land conveyed to Franklin W. Stone and Linda K. Stone by deed as recorded In Vofurne 10304, Page 215, Deed Records. Tarrant County. Texas (D.R.T. .T), said strip being herein more particularly described by metes and bounds as fal�ows; 8 EG I N N1 NG on the south property line of the said Stone tract, same Bing the north property line of the same tract of laird conveyed to Robert L. Pearce and Ann W. Pearce by deed as recorded In olurne 4947, Page 483, 0.R-T_C.T., said beg OnIng point being on the east line of an existing 20' wide permanent sanitary sewer easement conveyed to the City of FoA Worth by deed as recorded in VoIurrre 5293, Page 911, D.R.T.C.T. sa Id beginning paint also being 10Coted North ag-13'57" East 464.79 feet from the southwest property corner of the said Stone tract; THENCE North 1-35"47" West, along the said east earsi5ment line. 46_76 feet to a point, THENCE North 14`61'51" Weal, continuing along the said east easement line, 48.59 feet to a point; THENCE North 29'25r47" West, continuing along the said east easement lane, 42.98 feet to north property line of the said Stone tract, same being a south property lira of Lot 2, Black 11, Oak Move Acres Addition, Section Two, being an addition to Tarrant County according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County. Texas, said property lines belrig in the approximate centerilne of Village Creek; THENCE North 86'19'21" East, along the said property fines and along the said approximate centerline of Village Creek, 17.70 feet to a north property corner of the said Stone tract, same being the nyost easterly southearit property corner of fha said Lot 2; THENCE North 28'11'45" Eosl, rwontfnuing along the said property lines and along Ilse said approximate centerline of Village Creek, 56.94 teat to a point. THENCE South 26'22'45" East, 77.49 feet to a point; THENCE South t70' 6'03" East. 112.44 feet to the said south property fine of the Stooge tract, satire being the said north property litre €rf the Pearce tract; THENCE South 89"13'57" West, along the said property fin ezi, 44.97 feet to the P01NT OF BEGINNING; Said description ccntalnirrg 0.193 acres (8,402 Sq. Ft.) of land to be acquired. PER MAIYUN i SEWEFI FACWTY EAEEMriTANG TEmpoSARY COMBTRUCTIDN E-AsEmEwr Flog. GWT21731a WUN Q. SPOONER 4 4183 f Y Page 5of7 Atrachmanl Aa2-5 Page 16 of 18 Ord A ). 1 LU ec JK CO 6 Ld Q V%q5 . * , ro 77 r sly. 0kc rw CC C3 s � C Q Rr r ' o to LL t� L z 41 `v w(n Q z C) rt --% Z 0 bu !_- bu C LL, jr `ice � t �= o'"� a to 8 lik 9Et i it3 If ' � �� + t o �` z N LU W r ] m +,. ,4 i l$r,hmen4 age 17a16 f.-rxckuutge: Authorized Users Only Puke 1 of 1 Document Receipt Information k6feranCd Number: ALUAL 18 - ATOODUO32753 - Eh9ortlnlli Iitt :ll wwxrxcliai1pxom(UINirwRocc�jpt,aspx'tF7mumcnIId=6l3B094 OVZ alchfnanLAC)- Page 18 of 18 Etectranicaliv Riacorded Tarrer1ICQun(yToxas Off�oial PUbllc Rcoordn IJ1 Gi2013 2:611'1 PM D213000970 WATER AND a� Z 11 iFiEPLADEMENf�6DN R fib8� STM-P1 REHAB) Parcel # 59 Mriry Louise GIgrda Subrpst;er- Acs DraeA6216 2199 BURLE ON REATTA RD, BLOCK 1 1-01 28A2 VILLAGE CREEK ESTATES ADVITION Under Subchapter E of the Texas Property Code, as amended, the Grantor or the rancor's heirs, 30ccessors, or assigns may be entff.Ied before the 101" anniversary of the dale of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired kinder this deedleaserneritinamed instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE. 111 0/ 01 GRANTOR, ROBBIE NETTLE GRANTOR'S MAILING ADDRESS (including ounty): 116 TIMBERVIEW COURT BURLE ON. TX 760 8-3 66 ('WARRANT COUNTY) GRANTEE: CITY OF FONT WORTH GRANTLE'S MAILJNG ADDRESS (includingCounty), 1000 THROCKMORT"ON ST_ t=ORT WORTH, TARRANT COUNTY. TX 7610 O SIDERATiO ; Teri Dollars ($10.00) and other good and valuable consfderatlon, the receipt and sufficiency of which is hereby acknowledged. PERMA1VE?gT 5 MER FACIMle ZAS15HENT Rn-,_ Md 12+?9 10 ACt,achniehi AD2-6 Page 1 of 15 PROPERTY: Being a 35 feet wide permanent sanitary sewer easement situaked in the Abner Lee Survey, Abstract No. 931, Tarrant County, Texas said strip being a poftion of that certain 4A 38 acre tract of land conveyed to JIMMY LE LED FORD AN EVE M. LEDFORD (Ledford Tract), Bald tract tieing the combination of two parcels of land descdbad as "Tract 2" In the deed recorded in Volume 13553, Page 237 and In Tarrant County lark's Instrument No. (T. . .I, o,) D206156566 of the peed Records, Tarrant County, Texas (D.R,T_ .T_) said strip being herein more particularly described by metes and bounds exhibits for Permanent Sorer Facility Easement 0.058 of an acre ( ,533 square feet) attached herate far all intents and purposes. Grantor, for the conslderatton paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpstual easement for the cvnstructlon, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, herearter referred to ar "Facility". The Facility Includes ail Incidental underground and ahovegmund attachments, equipment wid rappurtenaricas, Including. but not limited to manho[es, manhole vents, lateral llne connections, pfpalines, janctlon boxes In, upon, under and across a portion of the Property and more fully described in Exhlbit "A' attached hereto and incorporated herein for all pertinent purposes, together with the right arld prWilege at any and all times to enter Property, or any part thereof, for the purpose of Constructing, operating, mralntalnJng, faplacing. upgrading, and repaJrincq said Facility. In no event shell Grantor (I) use the Property in any manner which Interferes In any matedal way or Is inconsistent wJthw the rights granted hereunder, or (11) erect or Permit to be erected within the easement property a permanent structure or building, including, but nol limited Io, rnonumoat sign, pole sign, billboard, brick or masonry fences or walls or other structures that requlre a building permit. However, Grantor shall ha perrrt}tted to Install and maintain a concrete, asphalt or gravel driveway, taxi or parking lot across the EYasomerlt Property, Grantee shah be obligaiod to restore the surface of the Property at Grantes.5 sole cost and expense, Including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the i=asemeni Tract which may have been removed, ralfaaated, altered, damaged, or destroyed as a result of Ehe Grantee's use of the easement greeted hereunder. Provided, however, that Grantee shall not be uMgatad to restore or replace Irriga#ion systems or other improvements instalied in violation of the provisions and Intended use of this Easement. TO HAVE AND TO HOLD the above-dascr{Iaed easement, fcgether with all and singular the rights and appurtenances thereto in anyway belonging unio Grantee, and Grantee's successors and assigns foraver; and Grantor does hereby bind it ear acid its successor end assigns to warrant and forever defend all and singular the easement unto Grantee, Its successor and assigns, against every parson whaniscever lawfully claiming or to claim the salute, or any part thereof. When the context requires, singular nouns and pronouns Include the plural. [SiGNATURES APPEAR ON THE FOLLOWING PAGE] 4jr-IWAMENT SEWER FACILITY EASEMEN3 I46v- U51UM 110 Attachment A02-6 Page 2 of 15 Electronically Recorded Ta rran I C ou My Texas Oftal Publin Records Ill f /201 :54 PM D213008986 WATER tti PLA EMFNT{�f11��TRA 4a.�n P�rocJ(# I $ubmiT ACS T2004 ST -LI i�l[ABj Mary Lcul44e [1arrls Dee 4 6216 1199 BURI,ESON REATI'A RI). mocx f Lar 2HA2 Vn LAC,f; C'IBJrie UV rATIria A DI11T UN MY OF FORT YV0.RTJ<3 i f iNI P RA RY CONSTRUCTION EA F kl BATE: 12/ 13l 012 GRANTOR: RORBIE N V TTLU, S GRANTOR'S MAILING ADDRESS (inehrd3ng County): 116 '!r'1NiBER EW COURT BURY..E [. N, TX 760 8-3266 (TARRANT C.'OUNT'y) GRANTEE- CITY OF FORT WORTH G AN-ru- s MA l.]!,fNG ADD S (including county), 1000 T1TR 0t#`l'() rq ST, TORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION, SIDERATION, TrM D011ars CS19.00) rind other good and valuable consideration. the receipt and sufficiency of which is hefcby arjiowledged, PROPERTY: Being a "riablc width ternporaU carrslnactiort caak:merrt sittaated in tltc A6neT Lee Survey, Abstract No. 931, Tan -ant County, 'r'cxaq said strip being a portion of that cem n 4.938 acre tract of land conveyed to Jimmy Lee ixedl-brd and Erne M. Ledtbrd (Led-thrd Trac(), said tract being the combtnbtion of two prtrcels of land deseribed as "Tracl V in the deed rMordod in Volume 13553, Page 2-17 and in Tarrant Counly Clerk'q Lrislrullient No, (T.C.C.T.Nm ) D206156566 of llsc Deed Rccnrds, Tarrfint County, Texas fD. R.T'.C,T,} said Strip being lYercin i Olt parlicultirly described icy metes and bdunds exhibit:; flDr wnrip kra y consEruction Easement 0.0of an acrc (72 attaclted hmvtrr foe. mil intaws and purposes, Grantor, for the consideration paid to Grantor, hereby grant, its successors and assigtls, the use and passage in. over, easement situated in Tarrant County, Texas. Jn arxordance rFMMVVury Cowlhul,,, rs+sejhtlnl 131MWM07 bargain and convey unto Grantee, and across, below and along the with the legal description hereto Attachment Ab2-6 Page 3 of 15 a##aaiied as Itxhlbli "A", and ingress and egress over Grantor's property to the easement as shown an Exhibit "B", It is further egfeed and Understood that Grantee will be permitted the use of said easement for Elbe purpose of Trrstallation of Sanitary Sewer Reflef Main. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Eiasernent i5hali cease. TO HAVE AND TO HOLD the above described easement, together with. all and singutar, the right's and appurtenances thereto In anyway belonging unlo 05arttee, and Grantee's sucoefssors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, succassars, and assigns, to warrant and defend, all and singular. said easement unto Grantee. Its successors and assigns, against every person Whomsoever Iav fuliy claiming or to clairn t h a sarna, or any part thereof. See Addendum attached hereto and Incorporated herein by reference, In the event of a conttict between the Addendurn and this easement, the p►ovislons of the Addendum shall control, 181GNA'i'URES APPEAR ON TFIE F OLLOWING PAG El 1cinW5nry CwLsrrIJI:1+m lit"idu 01 "FAW7 Attachment AD2-$ Page 4 of 15 Gk.A vrr-)C _ ltO T413 Z:�,;TT1 STATE OF TEXAS C0UNTY OF TAR RANT GRANTEE: City of Fnpt Warlh Ti:i7i.9nd� C:�]Sin - Assistant City Wfiager APPROVE-) AS TO FORM AND 1.rGA1,1`I`Y r� 7 Assistnnt City AllorraGY ACKNOWLEDGEMENT BEFORE ME, the urideraaig ad su#hor�7. a Notary Public in and for the State of Texss, on this dey pa�rsonafly appeared krto tti to me to be the Same person whose name is subscribed to the fa�regoing instrument, land acknowledged to me that the same was the act of and that heJaahe executedtilesame as the act eta Id for thL- purposes and consideration thereln expressed and in the oapaclly therein stated. GIVEN UNDER MY HAND AND SEAL_ OF OFFICE this _ I day of ' t* 20. Tnrnmvary'cmjh aeud� Aa^peml�l 01 MV1007 Iota f'�a�Ii� nr# for the tato of Texas 1 1311 J' BECKY Runrim MY COW11isAim Expirm a MAY 30. ?01� Aliaehment AD2-6 Page 5 of 15 ACKNOWLEDGEMENT BEFORE ME, the undersigned allthorlty, a Notary Public In and for (lie Slate of Texas, on this day personally appeared Fe rnatndo Basta Assistant t Manage r of the Qly of Fort Worth, known to me to be the same person whose name is subscribad to the faregaIng Instrument, and acknowledged to me that the same was the act of the CIty of Fort Wodh and that he/stye executed the same as the act of the CIty of FQtl Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND Atli] t=_AL OF OFFICE this day of Al ter recording return to: City QfFort WiDaix FJghl of Ways urid'Easemcnts 900 Mooroc Strut Ste 404 FDrt Wtir ,7X 76102 'Tein�wnIy0j iguahun rJnnnP111 U]�4 007 otary PiAblic I and for the State of Texas _ V'0 `AN ry` hi*i.flr��jlrr3lf�rJLt EM�NIEF Attachment AD2-6 Pap 6 of 15 ADDENDUM This Addendum to the foregohg City of Fat Worth Tgniporsry 0, nstruc#lon Eas6tti�I�t (the 'Easement") modlFies the Easement as follows. Notwithstanding any provilaiorl In the Easement to the contrary; The CilY Of Fort Worth agrees to require tk cantraelor to remm your property to 8s Wdr its Original condition as possible. This filultldcs sidewalks, courtyards, Pavil)V- stchl". 1118sonr . wood or uhai � link; fbilci g, and prage floors, Calf crt,ly to (fle extent of the. actual d"age. caused by the work of the Losilructor. Also, u1 ThD etrellt Ural. the grottnd surface is subjeci to digging, the City will restart -the ground surface to ita original lovel and, 11'necessary, re -seed the aroa in vwhicb die digging occurred, 'fhc City of Fors Worth egrcrs In Wguim Ilic coilt.rimtor to keop driveway ucct- � 1.x) Prmllerty dtpriG1g construction GRANT RANTEI=: City of Fart Worth By. - Robbie Nefflo 7r-5emft�ndu COW, Aasimarlt City Manager APPROVED AS TO FORM AND LEGALITY r4stistant City Attor�6y Attachmant AL)2-6 Page 7 of 15 STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Noto PuWc in and For the State of Texas, on this day personally appeared t .ce ik, known to me io be the sarne person whose name is subscfted to the foregoing inRtrurnent, and acknowledged to me that the same was the aU of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capadty therein stated - GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1'— day of -0a'—. 20 1., h tary Public, in and for the Stata of Texas } BECKY Di�R7{]N My COITIft 34ion EAPir$i •,��,�,� May Attachment A112-6 Page 8 of 15 A—CKNQnEDQEAUN7 STATE OF TEXAS OUNT Y OF TAR RANT BEFORE ICE, the Undersigned a�horlty, �aN ery Pubffc In and for Me State of Texas, on this day Personally appeared 5 , known to me to be the same person whose name Is subscribed to the foregoJng instrumerit, and ai-AnQ fadged to me (hat the soma was the act of and that he/she exenuted the same as The ad of Bald for the purposes and consideration theroln axprassed and in the cap8dty therein stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ day of otary Public fn and for the Mate of Texas i �r�ag s�' �tiLJlia�y�lt�k�•a „ Itey 1� ma Attachmani A02-6 Page a of 15 UMT "» BEING a variable wLcRh temporary constructien easement situated in Abner Free Surrey, Abstract No. 931, Tarrant CourIry, Texas, said strip being a portion a that certain 4.938 acre tract of Jand carivoyed to JIMMY LEA LIE DF0RD and EVE M. LFDFORID (Ledford tract), said tract being the combination of two panels or land d"cribed as "Tract " in the deed recorded in Volurne 13553, Page 237 and In Tarrant County Clerk's Instrurr ani Na. (T.C.C.I.No.) D206156i8 of the D$ed Records, Tarrant County, Texas (D_R.T_ Q.T). said strip being heroin rnore particularly des&bad by metes and hounds as foliowa: a EG IN1NG at the southeast property carnet of the said Ledford tract, said point being on the west property line of a 103.5 acre tract of land ropveyed le Robert L. Pearce and Ann W. Pearce (Pearce tract) by dead recorded in Volume 41347, Page 483 of the D,R,T,C;.T., $ao paint alas being on the north right-of-way line of Rurli9son Delia Road,, THENCE Nodh 81 degrees 25 minutes 32 sacarids Weal. along the said right -of ly lIna and along the south property 11ne of the said Ledrord tract, 4 1. 10 feet to a point: THISNCE Garth 44 degrees 18 minutes 46 seconds East, 58.25 feel I a paint an the salt property line of the said Ledford tract and an the west property line of the tald Pearce track, THENCE South 00 degrees 02 rninoieS 19 so=rids West, along the said property I1nes, 47.83 feet to the POINT OF BEGIN RING con Iaanrng 0.022 of a acre (972 square heel) of land. VFR M1 NENY SEWER FAQjt I;Y EA&EMEN'r ANSI T£-MVORARY 0014fiTRUCrram EASEMENT 1 0V 05/1 2610 Page 6 of 7 Attachment A02-6 Page 1 C of 15 HIBW CITY OF FORT WORTHPLAT OF EXH)BITs "A It & IjBip AE f rrlMFO Iti7A D9'SCMPRW 0' PERMANENT SAWARY � OF 4,YMOf re "A' �t IN' AFREW VOL. 9550. RG, 15.3 D, R. T C. T j?q&E i'r L. P cl RG`F ANN W P IR04- # 1 fi SOT 28, BLOCK # 10.3, A: l L� 4947, PG. 48.E WL L A CF CRFE K ES TA TES f D.R. T, ', T. VOL. 38E � -108, Pa 47 + P. R. T E. T SARNE TT CA TOEPIN LP _ 0' PRELINE MCH r ()F IVA Y ANO EASEMENT JIMMY LEE LEDFORD EVE M. LEDFORD I 4_6J8 AC 'TRACT " ) O. 3 ACRES INST. No. 02 61,1656E O. R_ T C_ r. .SANITARY SEM R EAS`EmEyvT quo"S44-f6 Disr �'Y ./�/5 94 Li / f o0 4�LJ5�L5ry 47 830 F 6 i 25 527 t7 4 f. 10' A BNER LEE E SURVEY A 6 7RA T No. 9J f T C. C. �- No. 0208 3,51 d 7 f O.R. F. c T„ U ZAUZMMND ,5'Ul?ter CVNsrRvcrxom FAs�'�{�lnw 0.0,22ACRE (972 50. FT) \%14wp.0. a. E]XH1PIr "A " BURL4-50rV R L TA IF Al BRUNO C AaKOW31(1 JANIEg ZAP O.73 +YS�.x� VOL, 6891, PC, 2270 D. R. J. C. T MARK A. SnJCKS NELOA IC, STUCKS yy���� 38.58 AG. * D.R. T. , r Rlmvr or —my UNC ' 120' GRAPHIC SCALE N FEET I" � $o' +4 JiliL41A-� S '17)t�,Aai..,a',r�r5UlrFx['. '�": 4'1; -'Sr r . :if.C-'-,Q.wI'jF If-tAI �E14T9i.l p[jjoF .I r.Ar ;� r;r.r AN Tl Y SEWERPARAI.,LEI.. R rLfEF MAYN-257 SVt#YLrxr lbws` ;{ Sf1+#4L�V. A95r ACY NT JI3f �+?C#n{jk• Sfr#OIV IJ97TARRANTCiWOIr, rU4$ Nf+CR[ P0?Q iCRFY AGl4EA4E- 4,COO ACfE-9 PER DEEDS +'fiC;E 7 or J CRAM Or. SA-d pArE_ r coLcmAm fir. s,GS, � f 0 -020-J S -E�4s �rENY A SS NJG ad3 J�YE S ST77€�J 5UfT£ if�0, iV�CS -0 7aasr, f'F! d1T-.7Af-tSM-- FAX dl' Attachment AD2-6 Page 11 of 15 GRANTOR. / e":?, - , - . �" /- ROBBIE NETTLE STATE OF TEAS COUNTY OF TARRA►NT GRANTEE: City of Fort Worth Fernando Costa Assfstent Dlly Manager APPROVED AS TO FORM AND LEGALITY A���s �n sty Atom Y ACKNOWLEDGEMENT UEFORE ME, the undersl ed authoftt . a Notary Public in and for the Stag of Texas, on this day personally ap. % -e, , 4 newn to me to be the same person whose name is subscribed to the foraWing Instrument, and acknowledged to me that the sarne was the act of T and that hefsho executed the same as the act of sald -- -- for the purposes and consideration therein expressed and In the capsolly lherain stated GIVEN LINDER MY HAND AND SEAL OF OFFICE this _ 14- day of 2ol P�-:FIMANENT 9�;WER FACILITY EASEMENT Notary Pub c in and for the Mate of Texas Ptop Ea�itY e�rRTi� My CvmmisCorp ExpkDo Aktachmecs AD 2-6 Page 12 of 15 ACKN0I LEDGEMENT TATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public In and for the State of Texas, on Ws day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the rarne person whose name Is subscr.1bed to the foregalrrq instrument, and acknowledged to me that tho same was the act of the City of Foil Werth and that he/she executed the some as the act of the City of Fort Wnilh for the purposes and consideration IhereIP expressori end in the capaolty 1herelri stated - GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20L� PERMANENT SEWEn F'ACUTw EASEMEw Rev. OW12)410 day of { €Mary Public in and fo the Stale of Texas 4 ErV IA PAIwLqA �'- ,� h1Y�t�ljypiSSIC1�UE7fPfkCS 1, 'hoy 10 MIS Attach AD2fi Page '13 of 15 PLAT OF EXHIBIT 'App "B" CITY OF TORT WORTH � i I StE AT7'ACW-O LEGA4 pFSMPTION 4W RAGES 5-$ 20' PERMANENT SANITARY r ,W#Wm IA "B" HeWN / PT LOT 28, Rl. IC I VOL. 4947, PO.. 463 WELA GE CRM ESTATES f � � D. R T. C, T VOL. .3 3--1 R$. PC. 47 + P.R. T. C. T SARNET7 GAIWERiNG LP 30' PIPELINE RIGHT OF WAY 4MMY LEE LEDFOl D � � � 0, R, T.C. T, EVE A LEDFORD � � J. A WBR► MD SURVEY 4:6M AC. ' A T iN VOL.3 . 13 , PO. J7 i s& n , 0.3 A G ES INV. No. DZW 56505 -O.R.FC.T rrARLABL4- W10TH TEMPORARY � _ CONS MUCRON SEMENT r a- -- — 0. o ACRZ 9 -`o. ter-) FXHIRIr IA" .� ' Df PER AIVENr � � � EXl� &T 'j?" xr Or WAY LINE n+p,. 01REGnON L r rl.6t* , ,7 ' 35.94' L2 N44'16W-E 110 6,?' t.3 SOO}-02 19 aO .�7ry4�T�746" i . 2y�i +L y4 Lil 14TJ��� �' .JW 0 ' 9 IM 4 i%��.�} L b lid$7'2S'J 41.1+J' l4Rf'1i�F-RA -f�S . LEE SURVEY A8 7` Mp. 931 URLE O 77 BRUNO � gZ�y�k,�y+��C{�'}+WSKI � yIANfF ri rLf4i+�54J1 5 f Va. 6891, PG. rG 70 0.R. J. C. T. ROAD DARK A. STUCK NELDA K. STUCKS i J8. 56 AC. %M. 1640f, P& 172 . 601 1 ' GRAPHIC 'SCALE IN FEET 1 N � 61)* pit) iC .141. 04irl f-X f'(;* 'f41'r' SU41rtY S �t��r�k 1,0`Fi9 lk.AAf3 �;fali�l.� Alt 41'SIANU'. - S-4C*74 it►� S',r�VACI . Llc� ANIT ZY SEWER P R.�LL.,Y,.�L RELIEF AJN- 57 57OMM LE'4 1�t4F} S`IWAOr Nm Vd1IN iXE PR[)PERTr #G ,4Xr 4.0e ACRES PERVEZ0S E;cHlBfTm "A' � "$" PAQE 7 OF 7 S jw Ala:' - D" 8R� klN a r, SA..L 0A?V 1-12-11 �C-s AW AXE- U�-��O-Idk�T- Eh��ENTS SP15flhf A fNa. �w SERS SMSET. SOT£ pDa €aLm rjr nwp F41 w-20r-2ms frkN flX7-8�� ,6ianl A02-6 Wage 14 of 15 Exhibit "All BEI NG a 35 feet wide permanent sanitary sev sf easement sltuated in Abner Lee Survey, AbsIracl Mn_ 931, Tarrant County, Texas, said strip being a portion of that certain 4.938 acre tract of land conveyer! to JIMMY LEE LEDFORD and EVE M. LEDFORD (Ledford Iract), said tract being the rombnetlon of Iwrn parcels of land described as "Traci 2" in the dead recorded in Volume 13553, Page 237 and In Tarrant County Clerk's Instrurnent tVo. (T C.C,l too,) D2 06 156566 of the Dee[! ReoerUs, Tarrarri County, Texas (0.R.T C.T), said strip heIng herein more particularly described by rxretes and bounds as rallrws. BEGINNING at a polni on sorilh property line of the sard Ledford Iraq. same being the norlh right- of-way 11ne of Burlesorti Rette Road, said beginning point being located North fl'l degrees 25 mfnules 3 seconds Vilest, 4'l.10 fact from the $,00[hee5t property corner of the saki Ledford Irect., THENCE North 81 degrees 25 minutes 32 seconds West, along Ih S said Woperty 41e and said right-of-way llrre, 36.94 feat to a point; THENCE North 44 degrees 18 f rinutes 45 ser-onrla East, 110.62 feet to a poinl on the east property Fine of the said Ledford tract and on the west property llne of n 103.5 acre tract of land conveyed to Roberl L. Pearce and Ann W. Pearce± by deed recorded in Volume 4 94 7, Page 483 of the D. R.T.C. T., THENCE South 00 degrees 02 M• nutes 19 seconds West. along the said properly lines, 43. U0 feel to a point: THE NCE= Botith 44 degrees '16 minutes 46 seconds West, 5B 25 feet to the POINT OF El EG I N N I N G containing 0.058 of an acre (2,533 square feet) of land. YEI#h'ANENT FrEs4' A rACH." EA$ EAdENT A40 TEWOFRA RV CONSTRUCT10N $ASFMEH4 stgy 0SH21min Page 5 of 7 Attachment A1132-6 Pago 16 of 15 FORT WORTH DATE: 412412 20 VIA EMAIL C-bnter Czaj ikowski 2150 Burleson RetLn Rd. Fe}rt Worth, Tnrmit County, TX 76028 kv: U ( y Prr1}er!Cl ti 1227. [upper' and N1 Idd le ViItrCr eek reek Sauilar'y Nrivter, Mirin 257, 1'it rt 2 PARCEL 0 60, 60 -TCE 2150 liurlesan Retlu Rd. Abner Lew .purvey, Abstrael Nei. 931 Fort Warflijarrant County, Tezair Dent Mr. Clids ter Czajikowski: The City ageeea to pay you S2%395,00 for a Pe mitsmnt Sewer Foci Iily basement or 77,289 FKI;jAre: leer and a Tcrnporury Construction FasemenI of 35,360 rgnure feet, which rare &signated as Purce1 60 &. 60-TCE. This cffor represents the total arnounI earcampitrisation for the propc[ty, ir=ss the value of rmy-oil, gps and :fulphor. but with na wurf�[ee rights eon iuW by you for pugp-%a of exploring, develup! ng, noinLng, or drilling For them on [lie praperty to be nt;quimd. lu addition to vompcasatfon, tine Uty agrees to the follQwfng; • MAntain ingrrejs }slid egrem across the catcmrot during conptruoliorl; • Sm-uru any €spen lrvnelres with 6 fool choice link te:nae, * provide meIaI crossiog plates over tMnulle:s; • R sprig M-Mnre the C'Mment area with COast81 1180eld; • Restore fencing it dekons�ged during con 9tmction; •C iIy/wo1'kmi will semre boutidary fences acid Batas at ntI lzrne,s during their use of the Iand, Specifically, boundary gates should be closed except during entry and exit and boundary fewr,s rrou8i be seoura fit all Hines griMarrily to 1)revent Vitt IV Fi-Om Wfilidering 01T of the Property and; • Pay far the ulosltrg cnat:i incurred in transferring title to the property for rose tsy the City. Ax nowd, Lhe exact IoeiWon and dcscripliori of the parc:ci is included in the appruianl report, grepurcd by lolegra Really Ressuptues, which is uicleased wilt this letter under Texas Property Code 5ecti anti 2-L011 i(a). If yoto possess any apptrcisaI repert(i�) rar Ilse parcel or I]m wholc property of which the puee:i is a portion, or both, we would nppreviate ri=iving, a +;espy or the report from you as requimd by Tcxafi Property Code Section 2I.01 1 1(b) W11hin 10 days ,ryour receipt of Ihis Irmet Find its anc:lasures, Pleaue be advised then under,Subeherpfer' E r,,f Me Tewvs Pjwperty Fade*, #.V VMduded. dirt owomr err the rrwner"& fick . NAIrceSSurs. err rj,+wign.R; may 1;ea djrjrjed before Ili 1u�jrtiverrurary of rlre date of thk acquisition lee repure:hu" rrr rrrl4e+ q crrreallr jujirjoforadipps about Me isw wid any a rual prograss made rcrrrard they rs.vt frsr which (her prinmr 0' was ac q ufr ed through em incur domain. and the reparc'hrama price wife br Me price life City PaYs }vrir it, d s rrr TahviddIJ, As stated above, the City has aistained un indeper+deoot fee apprnisa1, If ypu wish to ucimpi the rsMr AtNchmanl AD2-7 Page I oF2 based upon this appraise 1, please contact nie Lis soon as possible &o the pagineitit pr c6dure to obtain your payrnem 111ay he sturted. In Iilrlt i:i} Audios, I cnOtise o cr)lly of the caa+crlletil $0 cclilvey 111c property the City needs. I f you are not wiIIing to accept Ihi�i offer, you may ;4ubmii n eotsnw offer t mount aiid the bmiitr for such amouTil, provided ,xrrch seiner eat r equem is reivelswd M Furking ovilfiin 30 raleordar drrtps from the flare af rhis fewer. 1 F we do net receive a response within 30 calc+rdf+r dgvs lTom Ilie date of IIiis later, tale City will have no nitemative but to nssuine that you are not intcmzted in 11w offnr and Will proceed accordingly. If I I I C COndiIi<Tn or the proporty+ Chang= for any rensorl, (lie Ciiy alialI have Ilse right to WiIIldraw This offer, If the Ci ty reac lies are agmeview with you, in addition I receiving the i1jjo ud upon purchme price, this! City will }fly for Isle expenses necessarily incurred in limnsFaTring Bile to Ilie property for rise by the City. PI ea-. c ;gee Ilse cm-loscd copy of Ilse Texas Landowner's B111 of Rtghts that de8cf i bes the can rlcmnal ion pr6r=q £. A11w. you in ay wish to visit tllc FnIlow ing website I view the racent chanW lu the LxidowiitWs INII of ltWiL9 elld ether landimner rights: 31IIP;lIW�+1kt±.ixdtxl, c� };clyc�]dill['IS�lti'q-srs��r�'Mcedir�451i'�}}v_IIIinE You have the rig3ll to discuss w1th others imy offer or qj'tte!tt cm regarding, the Chy':c trcquisi1lnn oft -be subject property., or you muy (low ore nsat required to) keep the of'ier or ap cemem mnlldenlifll Amin others, sulbjw to tlic pro visioni1 of Chapier 552 nF the Texns fiovei'nrnenl Code. as iimurided, N1w N b I is R ovdi i Act) us it Inny apply to Illy City. I.JtslIY, we enclose copier 01'nI1 apprajrW reporig reinting to your prop orty being acquired that were prepared in the 10 years preceding the dnta oI• thiF; off i` aind produeud oF, acvire d by I lea City, hielUding Ilse apprnimI on whiu11 this; offer is hmF cd, if you haws any quOro IIms regarding this totter, ille details about the type afliiciIity or iinprovc melllti to b�: built, nr concerning the pLirchase transaciion, please contact nlc 11I 817-31)2-8t15?t Sincerely, CITY OF FORT WOR-1-If Dicky Sahivir Rqui I'rQ nT-1}y MnPivr Enclosures: Appraisnl Report Proposed oasemcni ilistrumanl Texas Laiidaivner's Hill of Rigills W -9 PROPy��rRTV MANAGEAI ,�V'i•.l�EPAIt'll`1�1ENT- Rl-At. PIMI'F.Iy>!'y Drti�itiiMxw Mwchmenl A02-7 ^,I UR CITY III: Iion'r Noon( rri»ij'wnxru, -rF_x,,N 7bnl2 Page 2 of 2' ONTROL POINT COORDINATES POINT # ELEVATION NORTHING EASTING MARKER ROD DESCRIPTION CONTROL POINT BASE 601.701 6908604.7180 2349775.3924 CONTROL POINT BASE 652.396 6887229.9724 2341703.4969 CONTROL POINT 233 627.405 6897152.1499 2343392.0775 5/B CONTROL POINT 231 626.444 689855D.1296 2343413,8531 5/8 CONTROL POINT 230 625.676 6899244.6299 2343460.8527 5/8 CONTROL POINT 229 626.052 6699525.4266 2343463,3740 5/8 CONTROL POINT 228 623.176 6899971.6302 2343501.9407 5/8 CONTROL POINT 227 625.791 6900128.6310 2343502.8138 5/8 CONTROL POINT 226 629.898 5900197.0832 2343210.4327 5/8 CONTROL POINT 225 627.442 6900297.9993 2343570.4729 5/8 CONTROL POINT 224 622.769 6900620.352D 2344261.7188 5/8 CONTROL POINT 223 623.143 623.143 59001 3:1 :-111 2344669.1247 5/8 CONTROL POINT 222 623.981 6901295.4200 2344818.6166 5/8 CONTROL POINT 221 624.283 6901622.8413 2344$28.8089 5/8 CONTROL POINT 22D 631.077 6901799.72B5 2344841.3154 5/8 CONTROL POINT 218 622.123 6902536.1569 2345007.0573 5/e CONTROL POINT 217 623.328 6902933.7196 2346004.8420 5/8 CONTROL POINT 216 624,193 6903297,7743 2346313.2290 5/8 CONTROL POINT 215 624.042 6903607.1204 234666.9 352 5/8 CONTROL POINT 214 621.695 6904197.0692 2347228.2958 5/8 CONTROL POINT 213 622.438 6904290.8574 2347409.6175 5/8 CONTROL POINT 212 622,112 6904510,2727 2347738.2310 5/8 CONTROL POINT 211 619.444 6904835.5148 2348282.3042 5/8 CONTROL POINT 210 615.740 6905513.4881 2348684.7475 5/8 CONTROL POINT 209 612.873 6906212.8470 2346938.5480 5/8 CONTROL POINT 208 611.160 6906775.5425 2349069.3587 5/8 CONTROL POINT 207 606,146 6907172.3822 2349204.9179 5/13 CONTROL POINT 205 604.378 6907535.7558 2349326.3155 5/8 CONTROL POINT 205 603.295 6908122.8282 2349520.0007 5/8 CONTROL POINT 204 603.300 5908720.9370 2349836.6107 5/8 CONTROL PUNT 203 599.730 6909047.5032 2349863.2799 5/8 CONTROL POINT 202 596.335 690995G.4475 2350283.5334 5/8 CONTROL POINT 201 597.203 6910267.9426 2350493,1835 5/8 CONTROL POINT 200 596,820 6910647.1321 2350628.7648 5/8 CONTROL POINT 150 596.928 5910746.3000 2350622.3500 1/2 CONTROL POINT 125 624.672 6903938.8802 2348750.1724 5/8 CONTROL POINT 124 625.71E 6903614.7793 2346164.6762 5/8 CONTROL POINT 123 626.373 6903353.7430 2345796.4970 5/8 CONTROL POINT 122 523.102 6902931.2373 2345241.7944 5/8 CONTROL POINT 121 622.918 6902663.6352 2344922.9372 5/8 CONTROL POINT 120 626,782 6902282,7435 2344440.6310 5/B CONTROL POINT 118 628.467 6901917.1176 2343943,8267 5/8 CONTROL POINT 115 632.06E 6896448,2104 2343412-5789 1/2 CONTROL POINT 114 634.705 689608B.2172 2343444.9558 1/2 CONTROL POINT 113 635.120 6895935.3209 2343441.5144 1/2 CONTROL POINT 112 634.732 6895347.1553 2343447.52G7 1/2 0 L POINT COORDINATES CONTIN D POINT # ELEVATION NORTHING EASTING MARKER ROD DESCRIPTION CONTROL POINT 111 634.934 6894756.3424 2343448.6493 1/2 CONTROL POINT 110 637.514 6894219.5620 2343443.0756 1/2 CONTROL POINT 109 638.417 6893612.5162 2343384.9826 1/2 CONTROL POINT 105 638.010 6892944,4910 2343413.1770 1/2 CONTROL POINT 107 639.648 6892207.8736 2343406.8093 1/2 CONTROL POINT 106 640.575 6891737.0631 2343533.2064 1/2 CONTROL POINT 105 643.746 6891203.7952 2343560.4497 112 CONTROL POINT 104 641.717 6890891.4257 2343546.6120 > 5/8 CONTROL POINT 102 645.076 6889677.0870 2343542.9946 5/8 CONTROL POINT 101 644.959 6BB9359.8999 2343530.0280 5/8 CONTROL POINT 100 649.811. 6889052,4830 2343537.6990 5/8 CONTROL POINT 99 649.893 6389007.3D46 2343379.5980 1/2 CONTROL POINT 98 646.852 6888751.9230 2343141.3454 1/2 CONTROL POINT 97 650,295 6888252.5601 2342666.5594 112 CONTROL POINT 96 651.016 5387832.3646 2342270.1919 1/2 CONTROL POINT 94 652.215 68872D1.4479 2341624.6314 t 1/2 CONTROL POINT 232 626.325 6897855.850 2343401.358 5/8 CONTROL POINT 219 633.780 6902139.343 234491D.030 5/8 CONTROL POINT 119 629.743 69G2035.569 2344067.134 5/8 CONTROL POINT 117 631.343 6901286.435 1 2343660.916 5/13 CONTROL POINT 116 631.058 6900805.420 2343571.859 5/8 { CONTROL POINT 103 642.552 6890361.384 2343523.272 5/8 CONTROL POINT 95 650.949 6887622.695 2342095.856 1/2 / IA ABBREVIATIONS B.M. BENCH MARK B.O.T.O.C. BY OTHER THAN OPEN CUT CO CLEANOUT CP CONTROL POINT D DEGREE OF CURVE A DEFELECTION ANGLE DIA, DIAMETER E ELECTRIC EX EXISTING FH FIRE HYDRANT FL FLOW LINE FRP FIBER REINFORCED PIPE GM GAS METER I.R. IRON ROD L ARC LENGTH LT LEFT MH MANHOLE G NATURAL GAS OTOT OTHER THAN OPEN TRENCH P.C. POINT OF CURVE P.I. POINT OF INTERSECTION P.O.B. POINT OF BEGINNING PP POWER POLE P,R.C, POINT OF REVERSE CURVE P.T. POINT OF TANGENCY R PROPERTY LINE PVC POLYVINYL CHLORIDE R RADIUS RCP REINFORCED CONCRETE PIPE R.O.W. RIGHT OF WAY RT RIGHT SD STORM DRAIN S SURVEY LINE SIR SOIL BORING SH SPRINKLER HEAD S.S. SANITARY SEWER SS STAINLESS STEEL SV SPRINKLER VALVE T TANGENT DISTANCE TBM TEMPORARY BENCHMARK T.C. TEMPORARY CONSTRUCTION EASEMENT T.W.A. TEMPORARY WORK AREA LIE UNDERGROUND ELECTRIC VC VITRIFIED CLAY PIPE WM WATER METER LEGEND EXISTING MANHOLE o PROPOSED MANHOLE O PERMANENT EASEMENT LINE - TEMPORARY EASEMENT LINE - - RIGHT OF WAY LINE - - - - - - - 24" HACKBERRY TREELENE AND TREE NYV FENCE OVERHEAD ELECTRICAL LINE EXISTING CONTOUR LINE PROPERTY LINE CONTROL POINT SOIL BORING POT HOLE PROPOSED SANITARY SEWER CREEK CL EXISTING FIBER OPTIC EXISTING SANITARY SEWER EXISTING WATER LINE EXISTING GAS TRENCH WATERSTOP George Farah 05/21/2020 � E� OF tfi-11 1I ire= �{ •��+ ................... ............ 1� GEORAE'I. FARAH �... ;........................ 97448 Attachment AD2-8 Page 9 of 1 OHE T SS --- W GAS GAS --- As GEND: O1 PARCEL NUMBER & EASEMENT DOCUMENT NUMBER CP #125 \ \ \ \ CP #124 1 i i 4� CP #216 1 CP #217 � O le 4 \ I U \ I u CP #121 CP #218 CP #120 PROPOSED 15' PERMANENT - - ACCESS EASEMENT 3 I I SD #4 v SB #5 CP #123 CP #122 11 WI 17 FRANCISCO VARGAS MARM INEZ YARGAS 3.901 AC. INST. No. D209751519 AR. T. Cl T. 1a JERRY 1= BERCER 0.379 AC. VOL. 13014 PG. 253 D.R.TCT 19 EOUITASLE INVESTMENTS, INC. "TRACT N" lIJ VOL. 6009 PG. 573 D.R. T. C. T. N I CP #216 CP #220 >° 11 CP #221 CP 0222 CP #116 �� S.S EASEMENT I CP #223 25 \ i llll CP #224 �© \ \ 31 k x�Ol CP #225 zD ONCOR ELECTRIC DELIVERY CO.. LLC (TE.SCO- R.O.WY.) 3.Z01 AC. VOL- 3543, PG. 601 D.R. T. 0..T 21 CALAW R VERNON OWEIVD04YN J VERNON 4.66 AC. VOL- 16604 PG 306 D.R. 7..C7 22 KDVN£TH F. JONES 77NA C. JONES VOL. 13023 PG- 276 D.R.T C. T. 23 ONCOR ELECTRIC DELIVERY CO., LLC ()r.ES.CO. R.O.WY.) 3201 AG VOL. 3543, PG. 601 O.R. T. 0.. 7. 24 ONCOR ELECTRIC DELIVERY CO., LLC (T.ESCO. R.O.W.) 4.656 AC. VOL. 3643, PC. 191 25 JO CAROLE HARDING FERRIS INS. NO. 0209337628 O. P.R. T.0T 26 ONCOR ELECTRIC DELIVERY CO., LLC (T.'E.S.CO. R.O.W.) 1.262 AC. VOL, 3551, PG. 379 O.R. T..CT DEER CREEK STABLES, L.L.C. 2.496 AC. "TRACT 2" IN INST. No. D209020156 Or T.C. T. 26 ONCOR ELECTRIC DELIVERY CO., LLC (T.ESCO. R.O.W.) 1.939 AC. VOL. 3558, PG 107 D.R. T. C. T. 29 ONCOR ELECTRIC DELIVERY CO., LLC (TE.SCO. R.O.W.) 1.94 AC. VOL. 5765, PG. 973 D.R. T..0. T. CP #zz7 T- r. -DEER CREEK CP #229 \ \ CP #22$ CP #23O 35 \\3 \ 34 I 38 } \ I Q43 37 \ 36 SB #6 36 SD #B \ \` - - \ PROPOSED 15. SB #7 % \! PERMANEN7 ACCESS EASEMENT 4 p2L'p� CP #226 4I 30 36 ONCOR ELECTRIC AlARY KATHRYN DELIVERY CO., LLC ARNOLD TRUST (TE.SCO. RO.W.) 65.286 AC. 1.71 AC. Va. 724JO, PG. 532 VOL. 5725, PC. J25 O.R.T.C.T ORTC. T. 31 43 DEER CREEK STABLES, BARRY CLAYTON L.L.C. FORRESTER 4.077 AC. 7RACT 3" IN 953 AC INST No. 0209020156 INST. X. D2D9155386 D.R. TC, F. D.R.T.CT 32 37 DEER CREEK STABLES, L.L.C. FERNANDO GUTIERREZ 14.291 AC "TRACT I' 1N INS. NO. 0213037104 INST. No. D209020156 O.P.R. T C T. DR,TCT CP #231 33 45 ONCOR ELECTRIC REDNECK OFF ROAD, DELIVERY CO., LLC LLC (T.ES.CO. R.O.W,) INS NO. D217057595 3816 AC OP.R T.CT VOL. 3544, PG. 57 O.R. T. C.T 34 46 ONCOR ELECTRIC TOOD L. DUNHAM DELIVERY CO., LLC AND DEMISE DUNHAM (T E.S CO. RO.W.) INS. NO. 0212058870 2.974 AC O.P.R. TC T. VOL. 5557, PG. 931 D.R.TCCT 35 47 ONCOR FLECTRIC POUNDS & HOUSTON DELIVERY CO- LLC HOLDINGS, ILC (TF.SCO. R.O.W.) INS. NO. 021,6231047 268R AC. O.P R-T C T. VOL. 5745, PG. J20 D.RTGT 45 a� 37 SB #9 \ \ STA 1 55+20 1 BEGIN PART 2B {1 �111 48 1N7F_LLI LLC INS NO. D275064520 O.P.R.T.C.T 49 TIMOTHY A. MENIKOS PATRICIA D. MENlKOS 18. 78 AC. D291140027 D.R.TCT 50 MARGIE HELL NORMAN 81. 146 AC. EXHIBIT 4 - IN VOL. 10573, PC, 346 D.R. T CT. 51 SEVEN OAKS-FbW; LTD. INS. NO. D2152O3833 O.P.R.TC. T. W I STING OAS EASEMENT 7 — CP #233 CP #115,'j" CP #114 CP 4112 CP 0113FC I 11 O �o_ I 50 a,' + - j r�mr 4�5 �- f r� SB #11 46 SB #10 II O 49 I CP 1, 1, 51 47 O 1 I (D fl -2: 1 i1 II I I George I Farah 05/21/2020 1 w ��,�jif OF 1f-k.C1 `I .pry/ �.�. i......... '*•� (FORCE L FARAH / NAL Attachment AD2-9 Page 1 of 1 N 400 20D 0 400 300 1200 GRAPHIC SCALE : P' = 400' NOTES: 1. NOT ALL EASEMENTS ARE SHOWN FOR CLARITY. REFER TO PLAN AND PROFILE SHEETS FOR ADDITIONAL EASEMENT INFORMATION. 2. CONTRACTOR SHALL UTILIZE EXESTING EASEMENTS FROM THE CrTY OF FT WORTH FOR THE CONSTRUCTION OF THE PROJECT. i 0 0 CD laJ J H I 1 I EXIS77NG GAS EASEMENT 'I _ ! / Q ®' CP #110 1 VILLAGE CREEK CROSSING #1 - �® ZZZ Z � �_ CP ,IDS 1 O \ 51 1 CP #109 53 52 N ® / CP #100 /' 11 53 52154 55 / SE 1 ® I/ 1 O a o¢ / ❑e 11 1 ! r !r r1 ! L-L NOTES: 1. NOT ALL EASEMENTS ARE SHOWN FOR CLARITY. REFER TO PLAN AND PROFILE SHEETS FOR ADDITIONAL OPARCEL NUMBER & EASEMENT EASEMENT INFORMATION. DOCUMENT NUMBER 2. CONTRACTOR SHALL UTILI7E EXISTING EASEMENTS FROM THE CITY OF FT WORTH FOR THE CONSTRUCTION OF THE PROJECT, VILLAGE CREEK CROSSING #2 \\ 53 62 \\ B m17 \\ MEI 61 \\ sB #1a \\ CP RGSF \\ SD MARGIE NEL NORMAN R7. 145 AC. EXHIBIT A" IN VOL. 70573, PG. 346 D.R. T. C. T. 51 SEVEN OAKS-FW, LTD INS. NO. 0215203833 O.P.R.TCT 53 ✓OAN DOUGLAS VOL. 5353, PG. 42 ➢ D.R. T, C. T. 52 rATHY M. STANLEY SANDRA PACK STANLFY INS D217088204 D. R. T. C. T. YVONNE GREGORY VOL. 5324. PG. 277 AR, T.C.T LOT 3R, BLOCK 17 OAK GROVE ACRES ADDITION AZ. 356-78, PC 28 P.R.T C.T \ George I Farah \\ 05/21/2020 EXISTING ELECTRICAL EASEMENT r S,�AT€ of rE+gfl`1! /ter;af! 7/.$5...... ......::°% / GEORGE !. £ARAH / Attachment AD2-10 Page 1 of 1 400 200 0 400 800 1200 GRAPHIC SCALE : 1" = 400' 54 FRANCES LYNN SLOAN VOL. 9785, PG. 2311 O. R.T C. T. LOT 2, BLOCK 11 OAK GROVE ACRES ADDITION VOL. 388-78, PC 28 P.R. T. C. T. 55 TR9NKLLN W. STONE L➢N04 K. STONE 3Z244 AC. VOL.. 10,304, PG. 275 O.R. T. C. T. 60 BRUNO CZAJKOWSKI JANIE CZAJKOWSKI 172.73 AC VOL_ 6891, PC. 2270 Aklf✓C.T 63 MNP STONEBRlOGE L.L.C. (BURLESON GOLF PARTNERS, LLC) 724.96E AC. `TRACT 1 " IN VOL. 3553, PG. 971 O.R.J. C. T. 57 62 JIMMY LEE LEDFORD MNP STONEBRIDGE, L.L_C EVE M. LEOFORO 10.883 AC. 7RAC7 6" 1N 20.981 AC. 7Po4CT 1 " 1N VOL. 3553, PG. 971 KZ. 73553, R2 237 D.R.J. C.T D.R.LCT, TE:S.CO. EASEMENT AND RIGHT OF -WAY VOL. 4984, PC 901 D.R. T C.T. 58 63 ROSERT L. PEARCE BARNE7T G4THERING LP ANN W. PEARCE EASEMFNT AND R1CHT-OF-WRY 1035 AC. INST NO. D207380634 VOL. 4947, PC 483 O.R=, t DRT C. T. 59 ALRAR0 BECERR4 &S. NO. 921JIW257 O.P. R. T.C.T. A PORTION OF LOT 28, BLOCK 1, WLLAGF CREEK ESTATES VOL. 388--108, PG. 47, P. R. T.C. T. CPN 1227 M--257 Part 2B Conditions PARCEL NO. PROPERTYOVUNER OWNERS ADDRESS REQUIREMENTS • MAINTAIN INGRESS AND EGRESS ACROSS THE EASEMENT DURING CONSTRUCTION; • SECURE ANY OPEN TRENCHES WITH 6 FOOT CHAIN LINK FENCE; PROVIDE METAL CROSSING PLATES OVER TRENCHES; • RESPRIG/RESTORE THE EASEMENT AREA WITH COASTAL 36 THE MARY KATHRYN 1700 MARTI DR. HAYFIELD; ARNOLD TRUST RESTORE FENCING IF DAMAGED DURING CONSTRUCTION; CONTRACTOR WILL SECURE BOUNDARY FENCES AND GATES AT ALL TIMES DURING THEIR USE OF THE LAND. SPECIFICALLY, BOUNDARY GAMES SHOULD BE CLOSED EXCEPT DURING ENTRY AND EXIT AND BOUNDARY FENCES MUST BE SECURE AT ALL TIMES PRIMARILY TO PREVENT CATTLE FROM WANDERING OFF OF THE PROPERTY. • MAINTAIN INGRESS AND EGRESS ACROSS THE EASEMENT DURING CONSTRUCTION; • SECURE ANY OPEN TRENCHES WITH 6 FOOT CHAIN LINK FENCE; PROVIDE METAL CROSSING PLATES OVER TRENCHES; RESPRIG/RESTORE THE EASEMENT AREA WITH COASTAL 37 FERNANDO AND EUNICE 3535 FM RD 1187 HAYFIELD; E. GUTIERREZ RESTORE FE14GING IF DAMAGED DURING CONSTRUCTION; CONTRACTOR WILL SECURF BOUNDARY FENCES AND GATES AT ALL TIMES DURING THEIR USE OF THE LAND. SPECIFICALLY, BOUNDARY GATES SHOULD BE CLOSED EXCEPT DURING ENTRY AND EXIT AND BOUNDARY FENCES MUST BE SECURE AT ALL TIMES PRIMARILY TO PREVENT CATTLE FROM WANDERING OFF OF THE PROPERTY. CONTRACTOR TO REPLANT 20 PECAN TREES, 3 INCHES IN DIAMETER, IN THE AREA ADJACENT TO PSFE. PROPERTY OWNER IS RESPONSIBLE FOR FUTURE CARE TO NEWLY PLANTED TREES. TOE TO BE GRADED BACK TO THE SAME OR SIMILAR CONDITION WITH GRASS SEED OR SOD, PROTECT EXISTING TREES, 4' MIN HEIGHT FENCING, 46 TODD L. DUNHAM AND 3501 FM RD 1187 PERFORM ROOT PRUNING ON ALL EXISTING TREES TO DENISE DUNHAM REMAIN WHERE CONSTRUCTION ACTIVITY FALLS WITHIN DRIP LINE OF EXISTING TREES. ALL ROOT PRUNING SHALL BE PERFORMED BY HAND WITH A SAW OR OTHER CUTTING TOOLS. NO ROOT PRUNING SHALL OCCUR BY MEANS OF EXCAVATION EQUIPMENT. NO GRADING PARKING, STORAGE OR ANY OTHER CONSTRUCTION ACTIVITY WITHIN FENCED AREA. POUNDS AND HOUSTON CONTRACTOR SHOULD USE BEST PRACTICE TO ENSURE 47 HOLDINGS, LLC 3540 FM RD 1187 TREES, FENCES AND ACCESS ARE PROTECTED DURING CONSTRUCTION. TIMOTHY A. MENIKOS CONTRACTOR SHOULD USE BEST PRACTICE TO ENSURE 49 AND PATRICIA D. 12279 OAK GROVE RD S TREES, FENCES AND ACCESS ARE PROTECTED DURING MENIKOS CONSTRUCTION. CONTRACTOR SHOULD USE BEST PRACTICE TO ENSURE 50 MARGIE NELL NORMAN 3600 FM RD 1187 TREES, FENCES AND ACCESS ARE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHOULD USE BEST PRACTICE TO ENSURE 51 SEVEN OAKS—FW, LTD. 12415 OAK GROVE RD S TREES, FENCES AND ACCESS ARE PROTECTED DURING CONSTRUCTION, LEYSTAANY C ATHY M. STANLEY AND CONTRACTOR SHOULD USE BEST PRACTICE TO ENSURE 52 ANDRA PACK 12109 RANDY LN TREES, FENCES AND ACCESS ARE PROTECTED DURING CONSTRUCTION. CONTRACTOR SHOULD USE BEST PRACTICE TO ENSURE 53 JOAN DOUGLAS 12101 RANDY LN TREES, FENCES AND ACCESS ARE PROTECTED DURING CONSTRUCTION_ CONTRACTOR SHOULD USE BEST PRACTICE TO ENSURE 54 FRANCES LYNN SLOAN 12117 RANDY LN TREES, FENCES AND ACCFSS ARE PROTECTED DURING CONSTRUCTION. KLYN FRANKLYN W. STONE CONTRACTOR SHOULD USE BEST PRACTICE TO ENSURE 55 AND STONE LINDCONSTRUCTION. 7255 REDBIRD LN W TREES, FENCES AND ACCESS ARE PROTECTED DURING ❑e .. BAR IS ONE €NCH IN LENGTH ON ORIGINAL DRAWING. CHECK w SCALE AND ADJUST ACCORDINGLY. rc a ONE INCH - CPN 1227 M-257 Part 2B Conditions PARCEL NO. PROPERTY OWNER OWNERS ADDRESS REQUIREMENTS "• INSTALL TWO LATERAL STUB OUTS (5 FT. LONG, 5—INCH SANITARY SEWER MAW STUB OUTS AS SEEN TYPICALLY ON OTHER DEVELOPER TYPE PROJECTS) CONTAINED WITHIN THE SAID EASEMENT BOUNDARY, LOCATED AT STATION 240+27.57 AND 249+73.56. • IF CONSTRUCTION OF THE PARALLEL RELIEF MAIN OCCURS BEFORE CONSTRUCTION OF THE PROPOSED 58 ROB ERT ERT L. PEARCE AND 2405 BURLESON DEVELOPMENT, THE PROPOSED MANHOLES WILL BE PFARCE RETTA RD CONSTRUCTED CONCURRENT WITH THE CONSTRUCTION OF THE RELIEF MAIN. THE CONSTRUCTION OF THE STUB OUTS WOULD OCCUR AT A LATER DATE, UPON FINAL APPROVED DEVELOPER SITE PLANS. THE STUB OUT LOCATIONS WOULD BE BASED ON FINAL APPROVED DEVELOPER SITE PLANS CONFIRMING ALIGNMENT, SIZE, SLOPE, ELEVATION, ETC. OF THE PROPOSED S—INCH MAIN ENTERING INTO THE ""TYPE A"" MANHOLES TO FACILITATE ACCESS FOR FUTURE MAINTENANCE." CONTRACTOR SHALL RETURN THE PROPERTY TO AS NEAR ITS ORIGINAL CONDITION AS POSSIBLE. THIS INCLUDES SIDEWALKS, COURTYARDS, PAVING STONES, MASONRY, WOOD OR CHAIN LINK FENCING, AND GARAGE FLOORS, BUT ONLY TO THE EXTENT OF THE ACTUAL DAMAGES 59 ALBARO BECERRA 2199 BURLESON RETTA RD CAUSED BY THE WORK OF THE CONTRACTOR. IN THE EVENT THAT THE GROUND SURFACE IS SUBJECT TO DIGGING, THE CONTRACTOR WILL RESTORE THE GROUND SURFACE TO ITS ORIGINAL LEVEL AND, IF NECESSARY, RE —SEED THE AREA IN WHICH THE DIGGING OCCURRED. THE CONTRACTOR SHALL KEEP DRIVEWAY ACCESS TO PROPERTY DURING CONSTRUCTION. MAINTAIN INGRESS AND EGRESS ACROSS THE EASEMENT DURING CONSTRUCTION; • SECURE ANY OPEN TRENCHES WITH 6 FOOT CHAIN LINK FENCE; PROVIDE METAL CROSSING PLATES OVER TRENCHES; RESPRIG/RESTORE THE EASEMENT AREA WITH COASTAL 60 BRUNO CZAJKOWSKI 2150 BURLESON RETTA RD HAYFIELD; RESTORE FENCING IF DAMAGED DURING CONSTRUCTION; CONTRACTOR WILL SECURE BOUNDARY FENCES AND GATES AT ALL TIMES DURING THEIR USE OF THE LAND. - SPECIFICALLY, BOUNDARY GATES SHOULD BE CLOSED EXCEPT DURING ENTRY AND EXIT AND BOUNDARY FENCES MUST BE SECURE AT ALL TIMES PRIMARILY TO PREVENT CATTLE FROM WANDERING OFF OF THE PROPERTY. MNP STONEBRIDGE, LLC. 61 (BURLESON GOLF 1912 BURLESON RETTA RD REFERENCE SOUTHERN OAKS GOLF COURSE NOTES ON PARTNERS, LLC) G-014 AND G-015 AND AGREEMENT FORM IN APPENDIX. m 1. THE INFORMATION IN THIS TABLE IS A SUMMARY ONLY. REFERENCE APPENDIX GC —4.01 FOR FULL SITE REQUIREMENTS. 2. ALL TEMPORARYFENCINGSHALL BE SUBSIDIARY TO ALL BID ITEMS. 3. REFERENCE GENERAL NOTES ON G-002 AND 0-003 REGARDING SITE RESTORATION ITEMS. COASTAL SPRIG PLANTING INSTRUCTIONS: REMOVE THE TOP 8 TO 12 INCHES OF TOPSOIL BY DOZING OR EXCAVATING FROM THE SITE THAT WILL BE EXCAVATED (OR OTHERWISE DAMAGED BY EXCAVATION OR TRAFFIC) AND STORE SEPARATELY UNTIL ALL OTHER EXCAVATED MATERIAL IS REPLACED. THE TOPSOIL IS THE MEDIUM IN WHICH MOST OF THE ROOTS OF THE B17RMJDAGRASS WILL REMAIN. IT IS ALSD THE SOIL IN WHICH YOU HAVE MANAGED NUTRIENTS SUCH AS PHOSPHORUS, POTASSIUM AND WHERE ANY REMAINING NITROGEN WOULD EXIST, THEREFORE, PROTECTING THIS SOIL FROM CONTAMINATION FROM SUBSOIL AND OTHER MATERIALS THAT MIGHT BE UNEARTHED DURING EXCAVATION WOULD BE BENEFICIAL. AFTER THE SEWER LINE IS INSTALLED AND THE SUBSOIL IS REPLACED, SPREAD THE TOPSOIL OVER THE ENTIRE DISTURBED SITE. LEVEL AREA AS IS POSSIBLE. 2. PREPARE DISTURBED SITE FOR RENOVATION. DISK AND HARROW DISTURBED SITE UNTIL SUITABLE AS A PREPARED SEEDBED. EXPECT TO DISK SOILS AT LEAST TWICE TO BREAK DOWN CLODS AND SMOOTH OUT UNEVEN AREAS. FOLLOW DISKING WITH A HARROW OR DRAG TO FIRM UP SOILS. THE END RESULT SHOULD BE A SOIL THAT IS FIRM AND FREE OF CLODS. THESE OPERATIONS NEED TO BE COMPLETED BY MARCH FOR SPRIGGING IN THE SAME YEAR. 3. COLLECT SOfL SAMPLES FOR NUTRIENT ANALYSIS WITHIN THE DISTURBED SITE. SINCE THE TOPSOIL HAS BEEN SEVERELY DISTURBED, IT IS BEST TO SAMPLE THE SOIL ALONG THE DISTURBED SITE TO SEE HOW IT COMPARES TO THE REMAINDER OF THE PASTURE. SEND SAMPLES TO NF FOR ANALYSIS. THE SITE MAY REQUIRE DIFFERENT NUTRIENT MANAGEMENT, ESPECIALLY SINCE YOU ARE MANAGING FOR A NEW STAND OF BERMUDAGRASS. 4. SPRIG DISTURBED SITE TO A HYBRID BERMIJOAGRASS VARIETY SUCH AS ALICIA OR COASTAL. SPRIG AT A RATE OF 30 BUSHELS PER ACRE DURING #MARCH OR APRIL. THE HYBRID BERMUDAGRASS VARIETIES ARE MORE PRODUCTIVE THAN SEEDED VARIETIES. SINCE THE PASTURE HAS ALICIA BERMUDAGRASS, IT WOULD BE PREFERABLE TO SPRIG WITH ALICIA AGAIN. HOWEVER, ALICIA MAY BE DIFFICULT TO FIND AND COASTAL WOULD ALSO BE A GOOD HAY VARIETY AND SPRIGS ARE EASIER TO LOCATE. PLANT IN THE LATE WINTER OR EARLY SPRING INTO GOOD MOISTURE SOIL. BETWEEN THE ROOTS IN THE TOPSOIL AND NEWLY PLANTED SPRIGS, THE DISTURBED SITE COULD RECOVER WITHIN A GROWING SEASON OR TWO. SEEDED VARIETIES ARE NOT TYPICALLY RECOMMENDED FOR HAY PRODUCTION BUT CONTACT NF SHOULD YOU BELIEVE A SEEDED BERMUDAGRASS IS THE BEST OPTION FOR YOU. 5. APPLY DIRER HERBICIDE TO SPRIGGED AREA IMMEDIATELY FOLLOWING SPRIGGING AND BEFORE EMERGENCE OF NEW GROWTH FROM{. THE SPRIGS. APPLY A RATE OF 1.5 QUARTS PER ACRE FOR PRE --EMERGENT CONTROL OF ANNUAL WEEDS AND GRASSES EARLY IN THE GROWING SEASON. IN A DISTURBED AREA, ANNUAL WEEDS AND ANNUAL GRASSES (INCLUDING JOHNSONGRASS) ARE COMMON INVADERS AND CAN EASILY OVERWHELM A NEW STAND OF BERMUDAGRASS. WITH A SPRIGGED VARIETY OF BERMUDAGRASS, DIREX CAN BE USED AS A PRE —EMERGENT AND THUS MINIMIZING THE AMOUNT OF WEED COMPETITION IN THE SPRING, HOWEVER, DIREX CANNOT BE USED WITH SEEDED BERMUDAGRASS VARIETIES. BE PREPARED TO FOLLOW UP LATER IN THE GROWING SEASON WITH ADDITIONAL HERBICIDE FOR WEEK CONTROL. George I Farah 05/21/2020 ytPt� ax rf=�?,sll j a,•= i T+ �::....................*..r GEORGE I. FARAH X 9744$ •���� I1� Fs CE'A�F...L Attachment AD2-12 Page 1 Of 1 ;PER WDA ADDENDUM NO. 2 GIF REVISION I BY CITY OF FORT WORTH, TEXAS WATER DEPARTMENT SANITARY SEWED SIN 257 UPPER & MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIM. PART 2S PROPERTY OWNER INFORMATION fPLIUM ER 1817AG6.17R05ITY 1 TBPf EGISTERFD F RM NUMBER F-137 RECOMMENDED: SU6MITiEO: DESIGN ENGINEER DESIGN: GIF SC ,fin Pr1227 r Nn. sNEE-r DRAWN: BB 45 SHowiv 01227 CHECKED: CRM DATE �a�x Ma sEa Moy 2p• 202G P>sA—Si1lV,_ ,em>>r G-008 OF An 8-INCH PLUG (SEE NOTE 11) 56 STA 240+27.57 M-257 CONSTRUCT 5' DIA TYPE "A" ACCESS MH W/ FLAT TOP SLAB AND LOCKING, WATERTIGHT COMPOSITE FRAME AND COVER .C-905 INSTALL CONCRETE COLLAR PER DETAIL RIM ELEV. 644.24 ti INSTALL WARREN ENVIROMENTAL S-301-14 00 EPDXY OR CHESTERTON CORROSION 'C-908 PROTECTION OR APPROVED EQUAL PER SPECIFICATION 33 39 60 g 01 INSTALL MARKER POLE PER STD DETAILS t" C-907 FL 42" FIBERGLASS = 531.57 0 N=6690SOO.50 - Q O1 E=2343501.37 C-908 a O O O N N N M � c`Lv PROP. 42" S.S. LINE t4 GR0IR DRIVE �`54.,. M SEA ' i � STA 240+09.60 • MOBI G INSTALL METAL GATE 4 [E ypME. -REMOVE & REPLACE C-902 82 LF OF WIRE FENCE TREE PROTECTIDN FENCE C-9D3 EX SS 0A1N 257E C-903 TREE PROTECTION 57 FEW�E LEGEND PARCEL # 40' 0 40' 80' OREFERENCE SHEETS G-005 HORIZONTAL SCALE: 1"=40' THROUGH G-D68 FOR PROPERTY OWNER INFORMATION - 4' 0 4 8' NOTES: VERTICAL SCALE: 1"=4' j 1. EXISTING MH STATIONS ARE BASED ON THE CITY OF FT. WORTH PLANS FOR 1) 'EXTENSION VILLAGE CREEK SANITARY SEWER COLLECTOR MAIN, SECTION NO. I & o SECTION NO, J" DATED JAN. 1972. 2 25.0' T.C. ESMT. 2, CONTRACTOR SHALL FIELD VERIFY LOCATION AND ELEVATION OF ALL EXISTING UTILITIES PRIOR TO CONSTRUCTION, SEE GENERAL NOTES ON SHEET C-002. 35.D' PERM. S.S. ESMT. 1, 0 m INST. NO, 17.5' 3. TREES WITHIN PERMANENT EASEMENT SHOULD BE REMOVED BY THE CONTRACTOR, D21224B945 UNLESS OTHERWISE SHOWN TO BE PROTECTED ON THIS PLAN SHEET. TREES IN + THE TEMPORARY CONSTRUCTION EASEMENTS SHALL BE PROTECTED, UNLESS `106 REMOVING THEM IS AGREED UPON BY THE PRIVATE PROPERTY OWNER IN WRITING -- 9 AND A LETTER SIGN BY THE PRIVATE PROPERTY OWNER AND CONTRACTOR IS PROVIDED TO THE CITY. THE LETTER SHALL BE PROVIDED TO THE CITY PRIOR TO 0 23.2' o C> + ( o`�,� � ANY CLEARING OF THE TEMPORARY CONSTRUCTION EASEMENT. REFERENCE GENERA _ `$�"j-�� NOTES FOR LETTER REQUIREMENTS. TOPO SURVEY DATA AND TREE SIZES AND +, -n -p+DT" �-.-- TYPES ARE BASED ON 2008 SURVEY, TREE TYPE DETERMINATION WAS NOT CAc��l N PERFORMED BY AN ARBORIST. . I Lj 4. CONTRACTOR IS RESPONSIBLE TO STAKE AND MAINTAIN PERMANENT &TEMPORARY z EASEMENT LIMITS DURING CONSTRUCTION PER SPECIFICATIONS, 5 5. ALL PROPOSED CONCRETE MH & JB SHALL HAVE WARREN ENVIRONMENTAL X x 5-301-14 CORROSION RESISTANT EPDXY OR CHESTERTORN LINING OR APPROVED X EQUAL PER SPECIFICATIONS SECTION 33 39 60. 0 '- :GRA✓EL 6. CONTRACTOR SHALL CCTV ALL EXISTING SEWER PIPE LINES PER SPECIFICATIONS. ._.-. TREE - _ ,{1103 PROTECTION _ 7. CONTRACTOR IS PROHIBITED FROM USING AREAS OUTSIDE OF THE LIMITS OF THE FEr1fCE TEMPORARY AND PERMANENT EASEMENTS FOR CONSTRUCTION. BARNE77 cA7HE1y11V6 LP 262 ~cF 8. CONTRACTOR SHALL INSTALL GATES AT ALL EXISTING FENCE -LINE CROSSINGS PER .30 PlPELINF R1CHT C-903 - DETAIL 241 ON SHE way AND EASEMENT mrsr. No. 0206235747 / - 2D' CrTY OF FORT wOR7H / PERMAN£/✓i 1111ARY ET C-902. 9. CONTRACTOR SHALL INSTALL TEMPORARY FENCING PER DETAIL 262 ON SHEET EASEMENT / C-903 AT ALL TREE PROTECTION AREAS SHOWN IN THE PLANS. VOL- 5324, PT, 252 O.RT. C. T. 10. CONTRACTOR SHALL PERFORM SURFACE rFkgtl / 60 RESTORATION ACTIVITIES OF THE TEMPORARY AND �45ti PERMANENT EASEMENTS DURING THE STATED p: •:�' l� PMEFRAME AS / SPECIFIED ON SHEET G-01 1 % 59 / PROPERTY OWNER INFORMATION. 1'"""" • "'""""`¢ Y GEORGE I: FARAH // / t •��� r ,p: _ 97448George I �9i�`� 05/21arch /202a*NL - - - ...- ......:...:....... ................... 900.0 LF DF 42' FRP CLASS SN 72 (SANITARY SEWER PIPE) ...... . . . . . . . ..... : . ..:.. _ ::...:...:... .. UTILITY INFO: . ' ................... ................... ................... ASTM D3262 BY OPEN CUT EMBEDMENT & BACKFILL - - - : ' " ' ' ' ' " ' ' ' ' ' ' CONTRACTOR TO CONTACT U171LITIES A MINIMUM OF . ..... - - PER DETAILS 33 05 10-DOO1 AND 33 05 10-D2D1 IN STANDARD DETAILS ...... _ _ _ _ _ ..... ' ' ... ' ' ; ' ' ' . ' ' ' ' ' ' ' ' ' ' ' ' ' • . . . .... ...... - .. .. 48 HOURS PRIOR TO ANY EXCAVATION . . .. .. - - - .... ........ - .. ................. _ ... .. ................. - - ................. ................. 650 ................. ........-........ 100 YR FLOOD :.. :.. : .............. _ ELEV. 651J_j � T RNETT GATHERING 817-885-33409 .. . BETHESDA ....... ................... ................... ................... ................... ... ................ ........... _ WATER SUPPLY 817 295 2731 650 CURRIZO OIL & GAS INC. 817 894-9388 - :...:...:... ...:...:...:...:... ...:...:...:...:.. :...:...:...:._ ' EX GRpUNP LINE Ai ; CENTER OF PIPE � O..... � �-228 ...-..:...:.. :-..:...:.. :...:.. :... ..._.-... ..:..-....:... .. _......:...:.. ..:. ..:..-....:.. DEPT - - 8V 443 78 7 TARRANT COUNTY R.O.W.R, O.W. Ei 7817 ....... ...:...:..... ...... ...:...:...:...:... ... :...:...... .... ..;-..; _..:...:.. .ENTER .... -: _. ....:...:.. _.. DEPT _ .. ' FT WORTH WATER 877-392 8296 -'---- ..' ........... ....... ......... .. ........ ... FT WORTH TPW 877- - 392 8100 6 45 ....... ................... ................... ................... ... . . ..... ...........; .. ..._...:.. ..;.... . - _ -_ . _.. ;...:...;...:.. ;. :...:.. GE TERAON71(LOCATNG SERVICE) 811 483 100 .. ATMI05 ENERGY 800 817 H090 645 .....� .... ............. .... .......... ....... ............ ...... ...._-.. ........ .........---- -......._-..... .I...- ................. ..... .. .... ............. ................... ................... ....................+27 .. ...;... MANHOLE AT - _p._ + :...... F 8-INCH OUT AT HE MAN LL . PVCOSTUBOUTSATTABMINlMUMTSLOPE 6 4O ..... ...: ............. ............ ...... ............ ....... ................. -........ ....--:...:...... ......:-..;,.---- -.;.._........:.. ...-.-:........ '........ OFL04R.ATHEBSTUBOTUTO SHALL BE - - - - - - ,...... TERMINATED WITH A PVC PIPE PLUG, AND CONTRACTOR SHALL INCLUDE- THE PLUG LOCATION AND FL DATA IN THE RECORD DRAWINGS. 640 - - ... _ .... .. . . . ....... ........... .... .... ...... ............ ... .... ............ - .... ................. ......... - ....... REFERENCE PAR - PARCEL 58 SITE REQUIREMENTS IN APPENDIX FOR ................. ................. MORE ...............:... ...;...:...---�--. ...;...;...:...;... .................. ................... _ .. ..._........... INFORMATION. ............. ..:... ..� . ........... �_ -e----�........ _ .. .... .. 17.... . - - 2 4 ❑ 0 3 635 �77 77 :. T -.. ,Ex z7- ✓C PPE " 630 .....W z... ...: ........... ......... ............. .... ...: .. ............ .......... : ..... .......... ............. _ . - ................. _ ---- 0. 10 % ........... :...:-. ---- : ...:...:. . :...:...: - . . ................ :...:...:.. :... ... .. . ......... . . ...:. J.... .. .. .... .... ... .: .. ... ---...:.. ..:...:.---- --- Q(w) = 32.4 MGD -- ... ...... - -- - - .....� ..... �........... c� pa .................. : ................. ................. Q(REO) = 37 MGD B= 0.00210 FT/FT ........ ... .. -.....,.......... . �................ _........._.. ...;. .:.-.:. ... ..................... ..:...:... ........ .. ..:...:......:... : .. . 0.012 ... ............. ........... .. ..... . .... ...,:....... ...:..,.... ._ .......n= ...... .....Ua .�, ...:.....-....-... -.... ....- ...-............ .............. v= 521 FT/SEC .. ...:...:.. :.: ..:...:...:......:...:.. .. ......:.-... ....:625 : --:.. .....L1� ...:...:... ...:...:...:...:... ...:...:...:...:... ...:.......:...:.. Q( 7 = 29,9 MGD _ ¢ Q REq) 37 MGD ....... ... .. ..... ... s= 0.0021 D FT/FT ............... . 620 . . . . . . .s -... _ . . ... ;. ...:...:. ... .... .. ...:....... .. v= 4.BD /sEc : :...:... ... ...............:... ............. :... ...:...:... ...:.. :.. :...:.. .1 N 35 I Llj IS/20 j PER ADDENDUM NO. 2 1 rIF 1 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT SANITARY SEVVER MAIN 257 UPPER & MIT)DLE VILLAGE CREEK PARALLEL RELIEF MAIN- PART 2Ti PLAN & PROFILE STA 240+00 TO 249+00 d Sik Pu, r �,rER 13205 UNIVERSITY OR, STE 300 j FORT WORTH, TX 76107 817806.2700 I TBPE REGISTERED FIRM NUMBER F-13 ............. F-> �......� ... ............... .................� ................... ..... ............ ................ .. ................ .M ........... ....... ...............�... ................. .... .... n -- -. ... ...--... ...... ..... - _ .._...... ........0 .._.... .... .. W J _ . .- .. R - .................� ............ ... ....... I ...... E ...d ................ SIGNED. .M �........ .. .. .� ... ....:.. .... ..... .� ......:. ..:......� - -� ...:...;.....--...� . . . . . . . . . . .� _ . �:... .a - N ..._..._-.........� - � ......-:..........� ... _............ .� ...;_.--...... .... SUBMITTED: LEj EX LcI L�j--. ...;.. ............ ...�--�.. .. L2 ................... - - � ....... .........� ................... . RECOMMENCED: DESIGN: GIF SCALE .LIT DRAWN: SME/JAK as ;alarm CHECKED: CRM DATE Noy 13, 2020 Pgsg_: Attachment AD2-13 OESTGN ENGINEER BOJECT N0 SHEET 0, 7 1 C-027 240 +00 241+00 242+00 243+00 244+00 245+00 246+00 247+00 248+00 249+00 Page 1 of 1 645 y �0 640 6 �' 635 E _ 630 �4 m 620 5B PI STA 249+73.56 M-257 CONSTRUCT 5' DA TYPE "A' ACCESS MH 21 W/ FLAT TOP SLAB AND LOCKING, C -906 WATERTIGHT COMPOSITE FRAME AND COVER INSTALL CONCRETE COLLAR PER DETAIL OD RIM ELLV, 646.16 I C-908 INSTALL WARREN ENVIROMENTAL S-301-14 EPDXY OR CHESTERTON CORROSION PROTECTION OR APPROVFD EQUAL 01 PER SPECIFICATION 33 39 60 INSTALL MARKER POLL PER STD DETAILS 0-907 PfR,iq `3p ggRNf O1 FL 42" FIBERGLASS 633.55 - . 7 hSl 6-1'32'31 " RT C-908 kOS,yT ibis .'4i✓p N=6889854.52 2g D D2 iIY7DT o 722489g5gRl E=2343606.1 B TC fs, SM7; X- M-257 STA. 94+77 69.3 SSMH (GONG) RIML=64fi.00' 27"CLAY IN (SW) FL EL=635.27' 27"CLAY OUT (NE) FL EL=635.23' o 0 o 0 M N '4 N C �F C-90903 \ Az PI STA 255+30.28 M-257 CC-9D6 CONSTRUCT 5' DiA TYPE "A" ACCESS MH 40W/ FLAT TOP SLAB AND LOCKABLE COMPOSITE LID h INSTALL CONCRETE COLLAR PER DETAIL C-908 INSTALL ODOR CONTROL (SEE NOTE B) RIM ELEV, 574.19 01 INSTALL WARREN ENVIROMENTAL S-301-14 C-907 EPDXY OR CHESTERTON CORROSION PROTECTION OR APPROVED EQUAL 01 - INSTALL MARKER POLE PER STD DETAILS FL 42" FIBERGLASS = 634.93 C-908 1=43'01'44" RT N=6889197.95 E=2343591.85 JVVV 14111 • Y Y VI,I� WARNING: NATURAL GA �EC� �11� ao' D ao' aG7 LINEIN THE AREA HORIZONTAL SCALE: 1 =40 - .,7 SEE NOTE 9 Xx r J 0 0 0 + 0 0 + r r[D + 10� PROP. 42' S.S. LINE N x _ SY EX GRAVEL - _ ROAD REPAIR :RAVEL DRNE-,--=-'.- ss -- -C -apt_ .� 55 CP1Di SS ~OP J702 262 STA 252+63.11 �55 - - PRO��N FE7dOE C--903 INSTALL METAL GATE EX. S.S. MAIN-257E H 11 REMOVE & REPLACE BAR1VL7T PIP£LINEZ 12" STEEL GAS MAIN -JIMMY LEE" LEDFORD 73 LF OF WIRE FENCE NG EL 645.09(CU7 5.48) £V£ M. LEDFORD 7P FL 639.61 41 1NST. No. 9206756566 CITY OF FORT' WORTH C-902 E=284355Z90 D.R. T. C.T. 20' PERMANENT SANITARY VOL. 5566' PG 753 O.R. LC. T 59 - OWNER INFORMATION 4' 0 4' $' I NOTES. VERTICAL SCALE: 1"-4' 8-INCH PLUG 1 I. EXISTING MH STATIONS ARE BASED ON THE CITY OF FT. WORTH PLANS FOR "EXTENSION (SEE NOTE 13) VILLAGE CREEK SANITARY SEWER COLLECTOR MAIN, SECTION NO. I & SECTION NO. 11' DATED JAN. 1972. 2. CONTRACTOR SHALL FIELD VERIFY LOCATION AND ELEVATION OF ALL EXISTING UTILITIES PRIOR STA 256+63.26 241 TO CONSTRUCTION, SEE GENERAL NOTES ON SHEET G-002. INSTALL METAL GATE REMOVE &REPLACE C-902 3. TREES WITHIN PERMANENT EASEMENT SHOULD BE REMOVED BY THE CONTRACTOR, UNLESS 80 LF OF WIRE FENCE OTHERWISE SHOWN TO BE PROTECTED ON THIS PLAN SHEET. TREES IN THE TEMPORARY CONSTRUCTION EASEMENTS SHALL BE PROTECTED, UNLESS REMOVING THEM IS ACREED UPON BY THE PRIVATE PROPERTY OWNER IN WRITING AND A LETTER SIGN BY THE PRIVATE PROPERTY OWNER AND CONTRACTOR IS PROVIDED TO THE CITY, THE LETTER SHALL BE ® PROVIDED TO THE CITY PRIOR TO ANY CLEARING OF THE TEMPORARY CONSTRUCTION EASEMENT. i jpx ANDTR E SIZES RAND EGENERAL TYPES ARE N13ASED OTES FON 2008 SURVEY. TYPEOR LETTER REQUIREMENTS. D DETERMINATION WAS NOT PERFORMED BY AN ARBORIST. 4. CONTRACTOR IS RESPONSIBLE TO STAKE AND MAINTAIN PERMANENT & TEMPORARY EASEMENT LIMITS DURING CONSTRUCTION PER SPECIFICATIONS. -'� 5. ALL PROPOSED CONCRETE MH & JB SHALL HAVE WARREN ENVIRONMENTAL S-301-?4 ? GRAV£1.'DR ` CORROSION RESISTANT EPDXY OR CHESTERTON LINING OR APPROVED EQUAL PER . SPECIFICATIONS SECTION 33 39 6D, 6. CONTRACTOR SHALL CCTV ALL EXISTING SEWER PIPE LINES PER SPECIFICATIONS. 7. CONTRACTOR IS PROHIBITED FROM USING AREAS OUTSIDE OF THE UMITS OF THE TEMPORARY AND PERMANENT EASEMENTS FOR CONSTRUCTION. B. SEE DETAIL 183 ON SHEET C-900 FOR ODOR CONTROL INSTALLATION. 9. CONTRACTOR SHALL NOTEFY GAS COMPANY OF PROPOSED CONSTRUCTION 7 DAYS PRIOR TO AND AGAIN 48 HOURS BEFORE EXCAVATING THE GAS PIPELINE. CONTACT: CHARLES VAUGHAN 817-584-5371. 10. CONTRACTOR SHALL INSTALL GATES AT ALL EXISTING FENCE -LINE CROSSINGS PER DETAIL 241 ON SHEET C-902. 10. CONTRACTOR SHALL INSTALL TEMPORARY FENCING PER DETAIL 262 ON SHEET C-9George I Farad D3 AT ALL TREE PROTECTION Deorg/Z02O AREAS SHOWN IN THE PLANS. 11. CONTRACTOR SHALL PERFORM SURFACE RESTORATION ACTIVITIES OF THE TEMPORARY AND PERMANENT q4,. -••-•• ~•'F-a ! EASEMENTS DURING THE STATED TIMEFRAME AS SPECIFIED ON SHEET G-U71 PROPERTY OWNER INFORMATION. 12. CONTRACTOR SHALL CONTACT JOHN LOPEZ (CITY OF FT WORTH) FOR FINAL LOCATION OF GAS LINE RELOCATION ��--- ........R�� T Q 7 f GEORGE I, FARAH f �...;.........................A0 974484/ Q73. CONTRACTOR SHALL INSTALL A 5 LF AT MANHOLE AT STgT10N 25fi+30. FL OF THE 8-INCH STUBOUT SHALL +��o•<�OEO,\.�`�1"� BE 639.D0, 8-IN PVC STUBOUT AT A W.'I M SLOPE OF OAX. THE STUBDUi SHAH BE TERMINATED WITH A '!l SSrpNAL ENv^= 1 PVC PIPE PLUG, AND CONTRACTOR SHALL INCLUDE THE PLUG LOCATION ANp FL DATA fN THE RECORD DRAWINGS. REFERENCE PARCEL 58 SiTE REQUIREMENTS IN APPENDIX FDR MnRc Iucnauennu - - ' - 800.0' LF OF 42" ERR CLASS SN 72 (SANITARY SEWER PIPE) - - - - --- - ....... ................... ................... ................... _ ASTM D3262 BY OPEN CUT EMBEDMENT & BACKFILL � :...:...:.. .:... '''''" .:. ..:. _....INIMUM D '................... � CONTRACTOR 70 CONTACT UITiLITIES A M F 'ER ....... ...:. ..:........... ...............:... ................... ................... .................... .....P DETAILS 33 05 ................ - - 10 DO01 AND 33 05 10 D201 ----- - IN STANDARD DETAILS - ..:... . . ............ . .......... i-4 .--.... - ... 48 HOURS PRIOR TO ANY EXCAVATION ... -� ................. .... ............ ........ -_ .................. ......... ........ ... ............. ....... (10D YR FLOOD 817-338-6202 ..............EARNETT ELEV. 657t) GATHERING _885-.3349 _ BETHESDA CDR. 6 50 .......:...:... ..:...: ...:- -:_.. ...:...:...:.. .... . .. --. :.:.. .... ............. CURRIZO &EGASUNC. 817-694-9388... ...... ONCOR E LECRIC CORPORATION al7-443-3432 ... ..... . .................. ................... ............. .... .............. ..... .......... ...... ...----.......-.. _ - - TARRANT COUNTY R.O.W. 817 226 7817 DEPT EX GROUND L!N£ AT - - FT WORTH WATER DEPT 817-392-8295 C£N7ER OF PIPE --'''''--.............. ................ .. FT WORTH TPW 817-392-8100 . ....... .......... ................ . ........... ..... ................. .... ... ............... ..:........ TEXAS 831 (LOCATING SERVICE} Bit _ VERIZON 80D-413-1100 645 ..... ....... ......: - . ..... : ATMOS ENERGY..... 800-877-8090 - --- ......: ... - - -... ......:...: - ..... �/. . .-.® ... ........... - - ...... ----...... 11 V.�.... - . - - - _ -� -__ --- -_ __ -- ................... __. _ _- - ...� ......... - �� � .. .... . ..... . . .......... 7 II ff ..... .... -- ......... .4............. - .. .... ... .. _ .. .. - - ........ .. - ........... .... . .......... ......... <........... . . WATER MAP 2066-3I4 AND 2060-324 ' :...:.. ....... ........ :. 6 ' ' ' / EX .27 VG P!P£ ' 0:210%_ ------------- ----- --- ------------ ..... ...... ..........-.:...:...:...:.. : � :...:. ..........:.. ...........:...:... .................. .-:...:.......... :...:.. :... :...:...:...:.. :...:. :.. :...:. :' ...:...:...:...:... ...:...:...:...:... ...:...:........... ...:.......:...:.. ............... :. :..... w ...;...:... . . .Z ...:...... ......... ...:.--- ...:...:....... ... ...:. ......� aL . .............-.: :.. Qpp) = 32A MOD .. �.. ..� W i s ... ...:.. :... ... :........... ......:...:.. - ... ........ .:.. :...:...:...:.. :...' _- .:...:..- Q {RO?00210 FT/FT .............:.. --;- v-m �. o. ...:...... ...... ........... .... .� ...� ..:........... ... .._............. ........:..... ...---...:...... 5 - ... ... y - :............. n 0 012 - ¢ ' .... ................. ... -.........-- - - ....... ... .............. ................... - .................. ................. -................ V= 5.21 Fi/SEC . ................... .... ¢.Q...... .. ................. .............-. ............ .................. .................... .................. .......... .....--- .Q(cIw) = 29.9 MOD. .........---..... ..:. w:o......:... . �^`�... . :...:...:... .... ..............:.. ..........- Q(aEol = 37 MGq s= 0.00210 FT/FT :...... ..: -- ........ ¢..:....... ....:...:.. ...._.... ....... ... n h............ ... �... Q.......... m �.v�'cn,.,�'.: ..... ............. ................. - ........--...... -n= 0.013 ................. ...- Q. . - - ....... ...,^ e....:...:... . ..... ...............:... ...:............... ..-...._........... ..V= 4.80 FT/SEC . ................... .., v vaM"?. ... ... ......... ....... . .......... W....... ............ ................ _ .. _..- --� .: .. � ---- -� .............. -... ..._. 117, � U.O � ... .. .. .. .. . ........... . - . v � �{J .� ... .. -. ---.. .. . � ....... . . ..... . . � :� ...� .... ... .. Lc .- ... ...._........:-. 0...... C>_jL ...._ -...... .-.- .... .. .. ... .... .... .: -....a�� i,-J - ULI5/20 I PER ADDENDUM NO. 2 I GIF I DATE 635 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT SANITARY SEWER MAIN 257 UPPER & MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN, PART 2B PLAN & PROFILE STA 249+00 TO 257+00 qw ���� 1320 S UNNERSITY DR, STE 300 1 FORT WORTH, TX 76107 817.806.I700 1 TRPF REGISTERED FIRM NUMBER F-13 RFCOMMENDED: SUBMITTED: DESIGN ENGINEER 01227 T No SHEET C-028 mzzl 249 +00 250+00 251+00 252+00 253+00 254+00 255+00 256+00 257+00 DESIGN: GIF DRAWN: SME/JAK CHECKED: CRM Attachment A02-14 Page 1 of 1 TH 128 AT&T DIRECT 6LIRIED TELEPHONE %2' NG EL 645 56(CUT 1.58) 7P EL 54J 92 N-6689098.95 E-2343499. 89 TEMPORARY CONSTRUCTION •'\ \ ACCESS (SEE NOTE 10)co �y d p Z \ INSTALL \ MARKER \ POLE x O1 - 06 EX M-2575TA 101+4C- N, SSMH (CONC) WM -Z= 944 75' �_ 27CLAY IN (S) FL EL=63681' 27 CLAY OUT (N) FL EL=6J6.73' 49.2' LF OF 42" FRP CLASS SN 46 (SANITARY SEWER PIPE) ASTM D3262 BY OPEN CUT EMBEDMENT & BACKFILL PER DETAILS 33 05 10-DO01 AND 33 05 10-0201 IN < STANDARD DETAILS MARK A. SrUCKS- NELOA K. STUCKS / Gp 38. 58 AC. VOL. 16401, PC. 172 /� BARNETT GATHERING LP D. R. T. C. T. / 20' PIPFLINE RIGHT OF WAY 6D GP5 AND EASEMENT / INS7 No. D207380634 TH 12,4 AT&T FIBER OPTIC r CABLE 1" POLY GP NG EL 648.78(CUT 2.66) / TP EL T N=69D326479 £=234559727 TH 72 AT&T DIRECT STA 259+30.00 END BOTOC250 SY EX GRAVEL NG CL TELEPHONE %z" . . . . .- ROAD REPAIR Nc EL 65o.4e(cur 2.76) N=6888983.37 TP EL 64Z70 E=2343382.60 38 \ N-6889060.88 £-2343469.03 01 C-901 WARNING: WATER -MAIN IN THE AREA INSTALL C-90EI MARKER POLE If75'X 0 0 m ox m -u7 N N C477L16UAIRD (SEE NOTE 15) ATE G 0 �P •' o F o w N PROP, 42" 5.5- LINE N o N ,7*»•, - �'•+�"1� y ••, - -r1 STA 259+1820 241 �• INSTALL METAL GATE \ \ REMOVE & REPLACE C- 257+48A2 240 LF OF WIRE FENCE ' N B.O.T.O.C. \ ABOVE 889113.65 Q ♦ -GROUND BUILDING 343509.65 '. �� _ \ TO REMAIN IN PLACE \ �y ram, • * �OJ Oo ••. WARNING: EX M-257 STA. 103i-44 \ 5.4MN AB4NDONED MET£R1NC EX M-257 STATION 60 O \ TELEPHONE OR .TOP OF CONCRETE PAD EL=651. 48' FIBER OPTIC LINE 27 CLAY IN (SIN) FL EL-63a 7 1 ' r s2 AND NATURAL GAS 27CL4Y OUT (NE) FL u-63745' \\ N THE AREA \ \ a \ TEMPORAI7Y CONSTRUCTION \ \ ACCESS:fS'FE NOTE 10) \ NOTE 10) i2h•g�., STA 265+37.32 M-257 CONSTRUCT 5' DiA TYPE "A" ACCESS MH C--906 W/ FLAT TOP SLAB AND LOCKING, WATERTIGHT COMPOSITE FRAME AND COVER INSTALL CONCRETE COLLAR PER DETAIL C-908 RIM ELEV. 648.90 INSTALL WARREN ENVIROMENTAL S-301-14 D1 EPDXY OR CHESTERTON CORROSION C-907 PROTECTION OR APPROVED EQUAL PER SPECIFICATION 33 39 60 Oj INSTALL MARKER POLE PER STD DETAILS C _908 FL 42" FIBERGLASS - 536.84 N=6888548.56 E=2342958.60 Z55 SY EX GRAVEL ROAD REPAIR 238 C-901 / e? TH 13 W.9TLW MAIN 12" PlC NU CL 646.66{CUT 4.16) a TP EL 642.70 N-6888772. 13 E-2343'148.41 I GF' 1 FED 1 E y�j 25.0' T.C. ESMT. i . 0 2, N PROP. 50.0' PERM. S.S. LSMT. Q S.S. MAIN-257C EX 4f-257 STA. 109+88 SSMH (CONC) RIM EL-649,09' 271CLAY !N (SW) EL EL-6J9.85' 27 CLAY OUT {NE) FL EL-63976' LEGEND PARCEL O REFERENCE sHEETs c-005 THROUGH G-DOB FOR PROPER PROPERTY 40' 0 40' 80' HORIZONTAL SCALE: 1'=40' OWNER INFORMATION NOS= VERTICAL SCALE: i"=4' 1. 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. 2, CONTRACTOR SHALL FIELD VERIFY LOCATION AND ELEVATION OF ALL EXISTING UTIUPES PRIOR TO CONSTRUCTION, SEE GENERAL NOTES ON SHEET G-002. 3. TREES WiTHiN PERMANENT EASEMENT SHOULD BE REMOVED BY THE CONTRACTOR, UNLESS OTHERWISE SHOWN TO BE PROTECTED ON THIS PLAN 15.0' SHEET..TREES IN THE TEMPORARY CONSTRUCTION EASEMENTS SHALL BE PROTECTED, UNLESS REMOVING THEM IS AGREED UPON BY THE PRIVATE PROPERTY OWNER IN WRITING AND A LETTER SIGN BY THE PRIVATE PROPERTY OWNER AND CONTRACTOR IS PROVIDED TO THE CITY. THE LETTER SHALL BE PROVIDED TO THE CITY PRIOR TO ANY CLEARING OF THE TEMPORARY CONSTRUCTION EASEMENT. REFERENCE GENERAL NOTES FOR LETTER REQUIREMENTS. TOPO SURVEY DATA AND TREE SIZES AND TYPES ARE BASED ON 2008 SURVEY. TREE TYPE DETERMINATION WAS NOT PERFORMED BY AN ARBORIST- z 4. CONTRACTOR IS RESPONSIBLE TO STAKE AND MAINTAIN PERMANENT & TEMPORARY EASEMENT LIMITS DURING CONSTRUCTION PER SPECIFICATIONS. ss 5. ALL PROPOSED CONCRETE MH & JB SHALL HAVE WARREN ENVIRONMENTAL S-301-14 CORROSION RESISTANT EPDXY OR CHESTERTON LINING OR APPROVED EQUAL PER SPECIFICATIONS SECTION 33 39 60. 6. CONTRACTOR SHALL CCTV ALL EXISTING SEWER PIPE LINES PER SPECIFICATIONS. 7. CONTRACTOR IS PROHIBITED FROM USING AREAS OUTSIDE OF THE LIMITS OF THE TEMPORARY AND PERMANENT EASEMENTS FOR CONSTRUCTION. 8. CONTRACTOR SHALL CONFIRM DEPTH OF THE 12" WATER LINE PRIOR TO THE CONSTRUCTION OF SEWER PIPE LINE, IF THE EXISTING ELEVATION DOES NOT ALLOW FOR 2' OF CLEARANCE BETWEEN THE PIPES, CONTRACTOR MUST ENSURE CROSSING REQUIREMENTS ARE MET PER 7CEQ CHAPTER 217. U. CONTRACTOR SHALL SECURE PERMITS TO ACCESS FROM BURLESON RE77A RD, FROM TARRANT COUNTY. OF `aIF ,y'kj, 10. CONTRACTOR SHALL INSTALL A TEMPORARY '9_ SECURITY _ GATE IF NEEDED TO SECURE THE /moo. ':°Q1i PROPERTY, --""EOR............. ' AT NO ADDITIONAL COST TO OWNER.1. FARA''-"� CEORCE I. FARM! I George 2 Farah rl{o7:,(�6ENSEo-i+v�i 05/21/2020 1iLls'aNALE"G= 0.1' LF OF 42" FRP CLASS SIN 72 {SANITARY SEWER PIPE) ASTM D3 62 BY OPEN CUT EMBEDMENT &BA KFILL .... . ........ - a 180. LF OF 4 FR C S SN 46 ' 'PER DETAILS 33 05 10-D001 AND 33 05 10-D201 IN STANDARD DETAILS' : ' - - : - - - . .... - - - .. - :.. , :. 11. CONTRACTOR SHALL NOTIFY BETHESDA WATER SUPPLY OF PROPOSED ' ... ................ .. �.... ....,... (SANITARY SEWER PIPE) ... ....... .. ..:...... -.. .... - .... ............ : CONSTRUCTION 7 DAYS PRIOR AND AGAIN 48 HRS BEFORE EXCAVATING THE ...............- .... - o . .. . . . . . ..:... . . m IN 72" OD (70.25" ID) : _ - . ... ...... . - : - - . , - - - :...... ..........:..... {100 YR FLOOD WATER ONE. .........: 655 - '` Q - STEEL CASING 7/8" THICKNESS (MIN) ASTM D3262 - - - .... .. - _ ELEV- S51f) 12. CONTRACTOR SHALL INSTALL GATES AT ALL EXISTING FENCE -LINE CROSSINGS PER DETAIL 241 ON SHEET C-902- 655 OR 70' 1D (MIN). ... ...... .. ......... . :..... . 13, .... - - ' '�' - - W , i....... V' - ' ' - ' h ry Z ' . ' ' ' ' .. - ' m m. 12 GA TUNNEL LINER PLATE - EMBEDMENT & BACKFILL PER DETAIL 33 EX GROUND LINE AT ' - - - - - - - : �.. - - - CONTRACTOR SHALL INSTALL TEMPORARY FENCING PER DETAIL 262 ON SHEEP - : ' - - - : - - - - ; - - - - C-903 AT ALL TREE PROTECTION AREAS SHOWN IN THE PLANS. - - - .. .. ... - ..... ... 05 24-D203 AND 33 05 24-D204 IN - - - CENTER OF PIPE .. . _ : : : - a - - : : : - - ' ' ' ' ' ' ' ' - .... ..... U �.`�' ... ... :.. STANDARD DETAILS - - - - - - - - -- - - - - , , :. - , : , .. ; , , -� : ...:. . .:.......: ��".. : : : : 14. CONTRACTOR SHALL PERFORM SURFACE RESTORATION ACTIVITIES OF THE ...:...:...:...:.. .. ...... ... . 0 65O 'hQ�". .. .. TEMPORARY AND PERMANENT EASEMENTS DURING THE STATED nMEFRAME AS ; ; ; SPECIFIED ON SHEET G-011 PROPERTY OWNER INFORMATION, 650 O . ^ - - .1 -' - - - ... - - .. - - - ... .. - - - ...... .....0 .. .. ...:... ... - W - - - -¢' ............. - .... - __ .15. EXISTING CATTLEGUARD SHALL BE REPLACED WITHIN 36 HOURS AFTER PIPE IS 7T '---.-. INSTALLED BETWEEN - :. ... ; --.--.- - ...... STA 260+50 AND SPA 261-M50 TO MAINTAIN ACCESS 70 \ \� \% GAS PAD AND RV PARK. AT NO ADDITIONAL COST ... ...... i.. ,-)r/77I,d \ .. .... ..._ _'..; .. _ _ - -� - _ _ ... ......: - - . - .. - _ - - - ... ..:. ...... .� .. TO THE OWNER. 0 645 ..... .. . . . . ..... .... tq W .....t.... r . .... ,`.. '- p' -� - ......... - ........ -.. -.. - - / ��% ............ ...... - .......... .... - _ ........... .... .. :... :.. _ _ 16. CONTRACTOR SHALL REMOVE AND RECONSTRUCT THE CATTLE GUARD IF DAMAGED DURING CONSTRUCTION PER BID ITEM. 64S _ --.._� .. ...-.....0...... ........L/... .... ........... ..... ..... .. ... ...-.-_ ................. ...............-. ................. ................. .... .....-... ........... - -.. ...... ....-...... ...--.... -..... • .... . ...... ... ..... .... .......... ..... ....... .......... .. ............... .._..._......... .... .......... ................. ................. ....-......... ........-...... 640 . :... :...:...:...:... ...:...:...:...:... :..-:..:. ......... ......... ....... ....... o . ... �.. ..........:... .........-...-... ................. - . . 640 n �{, T. :.. 2".:FRP:.SN=Z2:. :...:. :. :...: :...:... w �'. .... : -------�...:...:... ..........:...:... S.S. �- O.Z�.O%.... - . .. .........:.. . .-:- . - :...:...:.. ..:.......:..... .. _ ..: ..:..-_...: .. ..:. .. ...:.. _ ...:..._...: M NO.2 GIF -� ' 5 20 PER ADDENDUM ............. �T __ _ - - - - - - _ .ill....... . - - NO. DATE REVISION I BY d 635 ..�.: :' _ ..:... .. ............... - �� WOUH S ...:. :... ...:...: :. - CITY OF FORT WORTH, TEXAS ....:...:. - ....:. :. . pf ' �:w..: : WATER DEPARTMENT t1RJAli Ht . :.. . .... ....:...... Q(Daa) = 32.4 MOD Q REQ) = 37 MGD i. .... . ..........:... :.. - :.. :...:. ......:...:.. .............. - s= 0.00210 Fr/Fr U :.. ° :. :...:.. . ..:. .......... ... ...:...:...:... .....�..-..:-..,.. n= 0.012 :....... ...:.. a: ..:... .:... SANITARY SEWER ll/iAIN 257 630 - - a: . V= 5-21 FT/SEC - .. :.......:..._.. ._.o.._....2 .^... . UPPER 8c IvIIbDLE VILLAGE CREEK ARALLEL ¢_ P ....... o . �.o o �- . u.W ........ ..: o . ..:... .............. ...........:.. ... ti h . h -m - - - :.�.ti :. - -. �.. :.. ........ :. :...: ...............:.. .... ........ _ - .. ...... o .... ..: ....... - . a ... ....... Q(cnP) = 29.9 MOD Q(REG) = 37 MOD s= 0.D0210 FT/Fr :.. :...:.. ° ¢ : m ° .... w- : : RELIEF MAIN, PART 2B CIVIL PLAN & PROFILE STA 257+00 TO 266+00 ..--... .�...r .......... cn .............ti �a:' .. a�� .. .. ... .. . ... vt ..: y........... ....... . n=0.013 ................. a. m ...'�... 1�r��� 1320 S UNIVERSITY DR, STE 300 1 FORT WORTH, TX 76107 ER 625 �L'_ 0 a ... N d .-.m... V .............iri J t ��..Q 0 3 2 . v r..... U ............- pp b w . . ' . . . . . . ' . I f W' V= 4.80 FT 5EC / : ; �zp.+ ..+o.�..� .............off . pQ2�;.�Fm..._� :... .. ..f .. ... ..._..� Q.2 �-:...:..+ -..:...:...:.-.:. +'c-i'��fl All 06.1700 1 TBPE REGISTERED FIRM NUMBER F-13 t ...... n .�y.�= N h �m-....- - N u1 .. .e ti b.� m a I[i - ZO 4 ?v.>.. . ¢7 g g - N O . .r ..7. m W ... - ->n uj . . co NS. .. -- - U - - + .� .o e -FI p... .� n - .. ... ... .I�!} ..... .. r "tzo... �'I- g�--N �. ..RECOMMENDED: ..........:...' n - ..... .. - DESIGNED: .... ..:...: .bw J O 2 U. U _ . . O � . ............. .:..� .. ..r..� - : N [o W.Q .<.....� ...... ..--....-. � ..- rp n1 ... ..r,� r' ,.3 U . `-` 1.1 - . �. � , � 5.. � ...... .. .:. SU$MITTED: ' 620 .. ..... W ^. K ..... n' N Ul >- III m Lc� ..... k � let Lcl 'i 'rz 2 '\.0, .. V`. N N . ..... w �' Lrt ... .. . ...:...:... li - F� .... qEt.=. L} � � '.°...... �' 4J _ .. ¢ tn. V. � L-j F W .. . � i ... ' ... ; ...._ ..... N N Lrt - OESIGN ENGINEER DESIGN: GIF SCALE EET as srlOwN m227 C-029 257+00 258+00 259 i DO 250+00 261 ADO 262 1 DO 263+00 264+D0 265+00 266+p0 ,' DRAWN: SMEJAK / DATE W�AIER No sFQ May 20. 2D20 P258-6M b0-7CWW12II OF --- CHECKED: CRM Attachment AD2-15 Page 1' of 1 f'w f of 11 0220049172 312l7 O 10,59AM PCs 11 Fee: 1159-0 Stow tsr; CSCERECORD)NGSOLUTIONS Eler-teonMca lly Re rded b y TarraM CoUni V ClerK in Offmbl Publ Ic Recor tts - 0 Mary I-oul5e Nlcnols n CPN -1227 SIN-267, PART 2 - UPPER AND kNE}DLE ill L AGE GREEK SANITARY SEW&-;ii Parr_el #S1 Abner i.e�a Survey, Abstacl No. 931 Fort Worth,Tarrant Cwnty, Texas STATE OF TEXAS § KNOW ALL MEN 8Y TIiW PRESEN € COUNTY OF TARRANT § .QaX OF FORT WORTH Z PERMANENTagfifA FAC L-ff-� FA 5Mr= UT DATE; February 17, 2020 to be effective February 25, 2020 G PANTOK Budeson Golf PaArieril', LI A a Tax= Ihfted liability ri)-mpany GRANTOR'S MAIUNG ADDRESS &olvding County): 31 w Buftord smmk Ste, 101 Ruriesarn, Johnson Courdy, Tx ?W211 R,AKTEE: CJTY OF FORT WORTH GRANTEE'S P AtUNG AWRES (IrvWuding ouniy)_ 200 TEXAS ST. FORT VVORTK TARRANT COUNTY. TX 79102 CONSJOERATION- Ton Uollars (Z?0-00) and of er good and valuable nbnnirteralion, the rc,caipl and suf%genoj of whlufi LF:. hereby aa nuModged. PROP ERTY. Being rnwe particularty descrINd in the attacbW ExhibItS "A" and ddI311. Grarder, for lire wnakdsre onG Paid by C,rantm and ollw good arFd valtioble c+srl &tratkm, hereby granW. WJ$, and cwveys to Grantme. Its au ssors and w;oigns, an exclusa+5, perpeivat aasement for the cons-trucOw, operation, maliitenance, raptiacement upgrade, and repair of a Pefmnnent Sower tine Facility, hereafter referred An as "Facllity'. The Facility ir:Njdiis sU inoiderrtal undergrowd land a rouad attachments, equipTuent and appurtenano i, inrAudfng. but Mt imitad to marthal ss, manhole rent, Isturol line coat citcrrts, plpMines, Jurk0un boxes i% upon, undsr and across s portioo crf the Properly and rnore fully descrii In ExbiNt "A" n#tarhea horuto and IncorporalM herein for III pertine v purposes, tega#her with tJtp right ; rPnd pFWOuge al any and a1I Hrn trx eMMer Property, ur arty pw lbven f, far The putiposm of coostructing, oWaldng, Ina[nWining, ra*r-ing, upgr;�!&r+q, and ropaerin{) s W Fadlty. In no everai shall Graniof (1) USE 9w Properly in any man rber which interrares in any rriateNml way or is ftorisistwil vudih the dgft granted hamu1+der, or (ID eMC4 or parttllf to be erected within ran rv+iffwrBEwERnw STYmsmuNT Rar, 1Wl7�4i 0 71 -Rigt� jjjj% Za 'AFkI LWOQ9Y t.Lf14WJ SW35i UMVXb3d MOVd NtMO- Ozl 314J NO NVgddVs3NnjLvND1 sl '(eJ* a41 opn1oul sanuoad pum sunou aglnOulS 'salinbeu LXWU0�[ OLD ua4N1 IJE�6 AtW 10 `awas gyp u�to ILO swefe 'Suf*e �tll[pynrc pue JoRmo, ons 'aaj1.w a>lun luawssela a1A leln6us POE 1W p+ ta'P AA*jo) Pipe �toqujp%x o) s€ BISS r PUP X*Se3a'�s sl+ Pue �las;1 pup ►[slawa4 soap XnuejI) pue ., a Xoj su5{sSe puz ssnssa r4a ,aak puo ' �Jej oaun f maut Ae+ [ue ul 0xolayl seaua� "Wde pun m5P a;a jalnBulc pue 11e am laLgodo1 4jUauaesga pvgpasap_onoga 3y4 OlON QJL CINV 3I►VH ()l Iuewee03 914, jo asn pepuelu, pug 9uoljf d aq, p ujot}slou+ of 4g[ioid Lu tt�eseo pies Lmkl w+ awP $g 01 sl � 0Jn1T'J flue P aalu ajo Aplou a3 sl Jolucuo 'uoq:)v 8uon Apjjj ej jc.%es gyp 10 uo{;alb a41 joUs Pue *Ioq sail} uolleopl w 014 ag �a aaluaj¢ue value, 'jok#a uoo Mid uo�IafiWt o) poloW PD11elsuM sweuao.Lardw[ 1444.0 to SWQIS S um198µii oamdau -to ajojsaj 01 pelaallqo a'4 Dols oalulai voka 'jg6wmoq 'papmoud 'Japumeq pajuwo jugs uosso ayl }a �sn *,QQWw a'l] io Unsau It se peRoltsop 18 'poBvwep 'We]ka 'pa;Baolau 'Par nwaj 'J ag aruN deuu JOBAiL lu ssa eL of ]u� uan psuol s�,awaaadust aaens �sl�u�ls 'set xup 'syer,+apfs Ave ja uol al~ a;qj fiulpnl;.lrl `got It,& fjen}quj P'gm OA squeLunaop uoRon.11suaa uodn paoiBe fo► lfilso PUB y}Jo VO-4 0 fLUD ei%q pug D-Il 'waWagd 4100 u0sePAO u-oQowqoq puo Ag owajoxp %uawpue ' Auv 'B4(Z 'IP oqaPC) P1019P MAO-1 quoul0aloy oy] gjIm rsuvVuoaae ul A;jodald aq.4 jo Q-)Bons *LA WDIVOJ ai XaE410 00111 49 as 3 -4,,jado1d jvawasra3 a�4 ssw3e Yol 8uPP6c1 AG peoi 'I[wogftup Ionej® as ljsydae ';)ja-jauaa a ule !BLJ pue IlEIsw o] poatWepd rpq 11gyDjGWjo 'AaAaA&c$4 `J"ad Bulplinq a Wlnbai sra,npru#s Jraqp ao Spann ,a Wa /jUoWM A �puq 'p.+ajHq 4L$kRglad 'LtffjS IURWr�uaw `a4 pGjiwH Wu lag `Bujprq�u, Sulplinq 10 wnpngs eue+wod s Aodeid 7u*was ;atfl Page $ of II GRANTOR: Jgfle C+oEf P ersr LLC, a Texas limited liability company Br 0a hi rrMex r anat�irV Me bjor By: ILL! SON 40, LLC, a Texas iirnilad itablifty panjMaiaginin Wmbw By. - {�vuernEn� �e�arr Sy By; Brack veming Perrin BY: NII ES REALTY GROUP I_I.C. a T"as Ilrr W NabfJlty ccmpany, Managing Msmt r By. CD) Kip E. We!s, P BY: D & J MLES, LTD-. a Texas IIn-Red pMnersJhEp, Wmaging IVWrnber By -- BY, Da4k� SharnaWALA. anagjng Marnber FEVAAAE-jq9r SO4yM FAGIL{h'' EAM-ME P.T #Iff_ $ONr017 Page 4 of 11 C4tAJU'FFE. City of Fort Wadh By (i tura): (Pr#nl NWM) ltevw Tlk6.�c4�.�� �_ �x�r,�,,�►+� APPROVE D AS TO FORM AND LEGAUTY (PrSra Nama) Tito Ase - � A KNOW LEQGMf Nj 714E STATE Of TKCAS COUNTY OF TARRANT § BEFORE ME. the un*mloned Aw dhodly, a t tary Pubk its and fr-Ir the State & Tuft. INI 1111S day PelSD tally ap t . T �` i }a%I j N'l . �� ,, krxon'r1 to me to be the eame pemon whose name is S�bscribvd to Uw foregjing #rtstfu rent, and ac oWedgprd to rrie that l tw'ne wets the as of &-tj u ,+rr'� _.6,1si } r� , wd that he/she ex fod &w swn a as ft a act of sew ►i i,�. r (47wr,. U L _ 09 purpueer, and considwaWn iherain Wrewad and In the mpacity UiOelri stayed GW EN UNDER MY HAND AND SAL DP OFTICE this _ 9 day of *4i1'rr� ti <r44� III I-E LEE s 1AFEA NbWy Pubk to en# Edrtie Stota T xae '�,�; tax` !lutbry J� i�li7i P7t•6 F =5SKMEMT SMM fd*• LIUIY SAAftENT !iu4 1i1F17111 AC 14OW-412GMENT THE STATE OF TEXAS� COtJNrY OF TARF3ANT § BEFORE mE, the undacsi need' a '. a No•1 Pub o in and far the tete� of Taxias, an this day personally appsared 1f > Sr known W Me to be Via earne parson vA•�ose narr� la aubeori tot for oirr� instrurnee�l, and $r uled G me that i� &amc was t act of � 1 C1 LL :0d dthathe!$l,# axe�vted U's same as the act of raid14he ,rposes Md consi tjan th in presseand I tip capacity therer..s- GIVEN UNDER MY HAND AND SEAL OF OFFICE thin day of "nAa 2D, j r : r� l,ry ��,oi ic. 53are or xa as f�otary PkJtAr, #n and for the ta#e Texas �DY�1m. EkWra! 07.77.2021 x kf1�t444�' Fi41af}r I iZ$7Y�7", THE STATE OF TEXAS � COUNTY OF TARRA.NT � OEFORIE ME, the „rude -sign ar�hwt'Y. 9 N-.OWq Public ifr 4nd for the State or Texag, on flits day p�ersonaNy appaaMd F _ h „ Q2 K-1 ,known to- me to be the same person v name Is subscribed tv fhe famtgoing inabumorrt, anil ledged to that the sarne vas Oho ark of ' thai he(she executed the sddrle as the d� of said 4 r�' r.�r 4u L, ( ire pum-p*esardeonsldermion therein eWFaMW and in the capa tharaln stdied- GIVEN UN1)ER MY HAND AND SEAL OF f?FFI this � dayaf kl r f +� y4 r!f NJQ>LLr tEF SHAFER a N0t&ry Pvic. s,�Ks afY Public ki and for the State of Te=s Comm of Trx�rp "fWill t55 Il�����fil ifY���Jfi.-� rww. I an:1! 7 Page 6 of 11 CKNQVVL-ED E ?' THE STATI! OF TEXAS COUNTY OF TA RANT BEFORE ME, the undersigned aufhorip, a Natwy Publlz In and for the State of Texas, oe thie day persorsally appaerod - krkpwn to nne to be the zwne persofr whano rx mo i9 eubscnbsd to die for oing Inabxol`-ard, am cknoMedged, to that thli wine was tie art of r I. — and that Wshe axet.uW It'* Bi mo as tfie e= & Said x ` an a the purpaimm and canskderaWn therain axprossed mid In the oapac1Ry fl'rerein €tad.ad. GIVEN U14DER MY HAND AND SEAL OF Or -FIDE this day of NICOLE ! EG SNAfER kHoptrairnI P,ukpirir, 4SVms7.27.2r} larjy Public n and fat #he Se►fe Notary ID 12 71277.r, ACKNOWLEDC E THE STATE Of TEXAS § Q0tJWrY OF TAR ANT BEFORE ME, the a11dem ned a ;i� o Notary Public. in arsd for the St sr.� of Tes, un the day p4sn=aily appeared > .r— . kr m to mu to be " earne person where maim is s%j bed to the fortxjdkV Irrstruff ard, Vd ackna� to me 1li�+t the samo wum jhti am of - • 'f . #-' and that hej'sN 48xacutW the Same es the a6t od saw - CL1-1 r-%-- the purpeaas and axmldere,lion tx4D!r expr Snd in the packy V,ere h staled GJVEN EATER MY FMD AND SEAL. OF OFFICE this.. � day of r w . Public in irxtl for the ate Y Texas ��-' �Nal�ryID1l2c9a ' �' t• �-'� �rpris 15YC.r!Iplr 79, 1 ftw 7M 7t1T Page 7of11 SIT "A" PERMANENT SANITARY SEWER EASE E14T P ARC. 61 BMG a L2374 a= tract of Farad located in the Ab=r Lec Survey, Abf» t No. 931. City of Fort Worth, Tarrant County, Taxes. Vmid 1.2374 sm Tram of lmd being a portion of 6 cailad 99.769 aaxre tract ident[fled w Tra.at I , a portion of a calkd 10. U3 Vm tray idm0fied as Tray 6, and a pDraaan of n tuWed 49.632 acrc-tt'act identified as Trait 3, W11 of which being conveyed to Bnfleson Galf >Partnere, J.,LC, by deed as recorded in kwr=cuit Number 1=12190191. Officid Public Rao Y&. '> &mrxr Coxmry, Texas, (O.p,R,T.tr.T-). mW I.2374 U.M &act of 11W being a Parm9ment Saaitary Serves EagemEeni Fzd teeing mare pub cularly described txy rneW and bounds im follows: JBE Il+ll+iTNG r' a pant oa d1c north ir;oPWY titre of the said Traut 1, same being a mLAb JPMJR ' line of I= of land conveyed to BnLnQ ajk0w9Jd and Jane Czafkewski, by deed as facarded in Volume 6891, ?ap 2270, G.P.R.T.C.T.. said beginning P-Dint being Iocatad South 83M 46" lit; 1.15939 feet frDrn the snuthezm lot comes` of Lot 15, Block 4, Thames Croqlufg Addition, an Addition to the City of Fort Worth. Tanvit County, Texas, scr ding to the plax *f filed for record W C.ahiraet A, Slide 11763, P)m Racardt, `arrant Counry, T'exa[, saie hcgidn* paint also havkg a NAD 83 gid courdimte of Jtti : 6,997,943.79 and E- 2.342,320.61; TECEYC)E along the said properPy linos, the foltowing u rscs and distances: South 7V58'OV East, 0.57 feet, North 71401'52" Eam, 96.00 f 4; Worth 84031,52* FAUT, 24.73 tael; THENCE *pudjkg the said pmpe t limes, avor and across said Tract 1 the fo11owirg counes and dislua{es. South 4.4°435'38" West, 137.912 (ee; South 44`"35'09" West 78-36 feet; Nomh 4P 4' 15" West, 10.00 feet; South 44°33'09" West. at 144_96 fete passing x sotith trs 1 line of said Tract 1 stelae b, a north tract lira of said Traci 6, and ex 21634 feet Pwling a saufl, tnet line of said Tract 6, same lxing a si[11>I lino of said Trarwr 3, catinui.gg in M!I a tola.F di* of 952.38 fact to rho north c&semctit lids of an existin&City ofFert Worm Sanimy Sewer line Casement ranvcyed by deal as recorded ii) Volume 2899, Page I19, Official PuNia Records, Jahn CaizW, Texas; Tilr-r4cE North 45°'33'59" WM along the said etsoment Jine, sr 29-79 feet passing a west twl IInc cf said Tract 3, iamc being jui cast tract Iine of said Tract 6, continuing Far a total divanne of 50.00 fact, Ro a point from which thz narthwm lux carnrt of Lot 1, 8JLick It rho ws Cross, an Addition to the City of For Worth Tarrant Co mly. Texas, ilcc4lding to rho prat thar€a( filed for record in Iriserwnent Number DJ99203438 Plat RActmb, Tarrant Caun y, Texw, bew-sNorth87,156'37" West, 1,1-26.39 fe4 T.l ENCE forth 4493 " E at 655.8I few PA2;sing tilt said north tract lint said Tract 6, sarnc being the said Sbudl tent lira OfTraor 1, C4ntinuingin all n total disrmnet of930-.5D foot; pn.st{:b7.. di tISE. - "A" --P E 1 Or 3 2POCWKRAmAS-IM0,TM Der, W9lU -Rs $tinip,#1DD. Euics, TEMS 7MPU-('M! urccrr�cWlfwCu�r v SG.k fill-O��J-= t i. Page B of 11 'i'REN E Nmb 44°OS'30" . 52,95 few to the POM OF BE GJ24NING- The hcroimabove dmoibed bixt of lead coomins a come+ d Brea of 1.,2374 ,tams {53,901 square feet) of land mart oT less. Ttp. basis of bearings for this survey is NAD83 Tmas North Ceotrai Zone (4202). All distauce sbDwn arc Sudwe, *SURVEYORS CERTIFICATE* f do hemby cext4 Lha the above :egg! description was prepared fi om public records and fi-Um an awl and ac to }ruvey upon ttre growtd and [hrt sau,e iS true and cOMMI- TvUyots e: Er i; S. S ---- itcgista Professionjd Land SUrVeyUr.'tCXM No. 5922 tic S..S 4Dk4Ea Spo>oncr trod A.s�m Wiens, I=. 5572 .. Texas Boas�d of Frof+a!ziond Land Surming NO. 100549Qb y °f sa+° n 3uNgMd an the ground 04.2017 �� s� �••c � •- PAkM61 V L&E — EX "A" — PAGE 2 OF .ax rxru, kw. we Bvrhu SLKWT-saov, FLULUM. TM47MIMM-A.6174- -Zd6A ADPD2P-2 Page 9 of i I EXHIBIT rr r. ilEf1 #T2?3.1G, � LOT Y SEE ATTACHIM IECAL MOR IPTION 49RLM3 cZVKoK'sA7 , BL PAGES 3 d 2 OF EXHtHIT w HERE At 6,38 T, $43,75 and 1-vwr i:Z4-fKo%121� L- 669 r. P+li 0 S9I" 1PF U7CWPOD STA V �`���3�,b! O-AAT,G,T. soU� '1NM4WAY AND ASSOMMT1 S-P'i7;AQ Imo"GOORDiJG4rE1 toT i� P01AFTOF &L 4 . •...... BEG h#NC U Ll CALLED 99.769ACRES �, rr r r� T TR4C it f' LIFE TABLE UNEIV DIRECTION LENGTH L1 S790841'O E 0.6r L2 ?471601'6?'IE 96.01 U hiW1V52'E 24,73' �+l 544 06'36"I'+hl 16742' L5 S"13109'y W 78-36- L8 N4.6°4d'1 -fY , D-00 rr4A{'VNJIiy-G 5€±IV INKS, hip- VV 901501 O.PA'r. T. %J �� '1 1„40 `,�. l OtEG L WE 7RAC T 6' / PER A Hii i ANaARY SEWER EASEMENT 2374 AQCID 5 43 Q,F. ELECIMC COMPANY ofVOL. 1447igr M. W #$ 001, � SOJl7t 4 &V CAPPED IRON Rao Z sT. WED'd!lM4' AY CALf..ED49.U3 AC, ANUA*5W.34F£titi'FQfJ rn 41 LOT F. 8LOCK I .79 rn€rwsrraxt � I4a7R7rr,3.a�r,�ltr SEWER r AfF E45EUEW a 1 DprRJGT. GRAPHIC SCALE JN FEET 1" = 120' SANUARY SEWER PARALLELRELIEF EF MADL257 = OF PORT WOM TARRANT CO., TEXAS IHE UA-SJS 0t- BEAFUNM FOR THr1 StlFC+lEY PS TilE TEAS STATE FLAKE NAD63 NORTK Cr--N'fl 1 MN£ �4=7. gRflPEMry.. MARL Wk €MMTEER LLB UKA,tZw CrTy fs VQnT WLAT # TARRANT CO I TQ'!S 0s ew�'I-R EL 91 IJ'w=-pE iM Fawn rmc 7HCXMS CROSS 9r100 u,s- Wr D I q=s-o?3 � R, 710. T. SPOOIE & A§229krr,ww OVER9 3TRE�r, UMM 100, ELIL i�4 TEXA2 7W'. 4217) 531 f Y8hN13P 3NERSlfR1+ 12 .CGi T$fis FIRU !; O, joo$ m ox+�s nerV�V u fc> t+st� nr g FACE 3 OF 3 PARCE✓. 61 — PSSE Page 10 of 11 CONSENT OF LIEN SOLDER SIMhi . BAN ("Clem Holder"), Is the current holder of a Mo'tme Deed of Trost dated comber 20._2DIS ekeeuted by i3urlemn (5o f_ya.rtrlers. F LC to Al Dgudreau. Tros, as recorded Janjanwory 28, 2019 If% cleWs rilt no. 021 4!9--M the Rea Property hie m rds, of T County Taxas, anti ass Igned Eebnxs 1 19 us, der ele 's Fiie no. D2V952D843. Real Property Records, 74rrane CgontY. Texas, hereby consents to the grant of the loregoing Ease menC by Rurles2n Golf Partnug. LLC to UN of fort WQr1h end !oilFis In the execudor herenf solely a Llen Holder and hereby aces agree that in the went of the fofeciosime at sa[d mamiage. or other sale of said property describt?d in said rraortgage under judkia] w room-}udIdal pmreedIW, the! same sh" be sold subiect to said Easement. SIGNED AN D EXEWTED THIS � ;� _ DAY OF DeCe Mbt r . 2D19. sit BY STATE DF TC]LAS COUNTY OF AL FG-FORE ME. t e undersigned authorlty. ion th.,s day personally appeared —�� �� { i of SiMMION5 BANK known to me I lye the person and Officer whLasc n4ml! is subscli#ed to the Furegolrtig ins1rurnes11 arxd whu atknowt"ged tot me that he/!khe executed the $ame for the. puryoses and corislderatlon theratn exPrrssed, In the rapadrV therein "re0, ;ts the act and sued 0f 5ai4 Bankltienhold er GIVP-N UNDER MY HAND AND SEAL OF OFFICE THIS day dt f]ecamber 20M Y EMRE NAh]Ic, to of Noma Pu01ra S d ieaas t *Wy ID L219N71 mY earnr0zion expires. klf C.crrdk� Eqx G9 -2421 Page 11 of 11 CONSENT OF UEN HOLDER i�i�srna�x Camrar�ies. LP {"l,len Holder), is the currem hglder of a Vendoes Lien ratained In Bead dated oecgrnbar 10. 2018 executed by Shuman Carnoanies. W..G.rantpr to Burleson 0.01f Par#nerg; Ld<C_1.Grartpe . as recorded 0ecernber 19. 2019 _ in clerk's fide rro, D219292109 , in the heat Property Records, of TarEAnt County Texas, and further corrected by Corsection General Warranty Dec-dwith Vendaestlan, fired December 26, 7a19 recorded under rierles file no- D219296596, Reel Property Records. Warrant County, Texas, AND Oecernber 27. 2013. J4inuary 10, 2020 and Januarlr 22, 2020, clerVs fiie no. 2019-3516S, Reco d PFqmrtyltecvcls, Johnson County, Texas, Corrected unrder Clerk's File No, 2020436 and 202&1765, Real Pro M Retards, Johnson County, texas, hereby consents to the grant of the >foregoing Easement by Burleson Golf Partnars a_L[ to City of Fort WOFT and joins in the executkut hereof Solely as Lien Holder and hereby does agfee that in the evert of the foreclo!,ore of *&aid Ilea, a other sale cf said property described in said lien under judlela) or non-JImlclal procce dings, th-e sarac shaII be Sold subjea to sold tam ment. 5i%NO) AND EXECUTEO THIS 2 S'" DAY OF Ft Q. SNpman Cwnpaci es, LP, a Texas 11mited partnership by, Shipman Maaagement Group, LK, d Texas limited Ala bill t 0m00--Mv. , By STATE OF TEKA.S l COUNTYOF �r914i R7a Sr., Partner Shiprn ?,Jr.,Parmer BEFORE MFl the undersigned authority, on #tars day personally appeared QaAo.ShiQMa!s $r._and_David 5htpman, jr, . _p2rtners jtltleS of MiC rnan ernen# Grau LLL r4eral artrref for SN utah Cornnim*sJ knowrt to me to be tha persori and Offirer whose napnc is sl;b5cribecl io the foregoing instrument and vrho acknowledged to me that he/she execoed thE! saner for the purpvse� imb consideration therew exyressed. In the capacicy therein stated, as the act and deed of said i�a[rkJllenl�blder. 64VEN UNDE 9 MY HALND AND SEAL OF OFFICE THIS ' day of -e t M V' 2020, I.E14 w*. *4011SrY PuNle 5tils04 �era� i+lcrtary+Pu131rC, SiBi offt,1 � F� �`4[rrfri. @xj?i'reb 4'2.27,30'#1 ,} ns+�'` atii�r is 12B7# 2. 2'5 My corrtr0zforn expires'. i ;�_.>.70 1 Page 1 of 15 D220it sln a121`2021110-59AM P S 15 Fee: $F6AO SuWitier: CSCERECOROINUSOLUTIONS FIectronca11yRerordedby7arrantCOuntY GlerkinOfEcialPublrr,Records ,, fi � hfary I_c�dIse Nlcho.15un CPN -1227 RAIN-257. PART 2 - UPPER AN Nf001,E VILLAGE CREEK SANITARY SEWER Parcel 05i-TDF, Ab.nOr ]aim Survey, Abs race No. 931 Foet grth,Tarrant Cokmty, Text+ OW ALL MEN BY T""E PRESENTS COUNTY CF'fARRAN1< § rvITY Of (2H '' , Tl=�i P0RARY CONSTRUCTION EhfiEMEN� 7,. � l � � s DATE: February 17, 2020 to be effecSve February 25, 2020 GRANTOR: Burleaori Galt Pamiars, LLC, a Te=z limited Iiab]I1tycorr}Wy QRANTOR'S ,AIL.ING ADDRESS (In—cludIN Gwrdyl. 201 W. BuPfurd ZVeel, °$to. 101 Gurloson, TX 7$02ii RANTEE, CITY OF FORT WORTH GRAN 1-EE'S MAIILING ADDRESS (includ4 Cou*)= 200 TEXAS ST. FORT WORTH, TARRANT COUNTY. Tit 76102 CONSJOERATION: Ten QQI[ars (Sio.06k and ether goad and valuatto nskleriatlor+, 'tic rctefpl aad aufllr3fiL,oy of which Is hereby acknor edge4. PR0PERT Y-. Being more particufaa#y d us cHbad la at Nchad EwhlbU "A" esid "B'% t3raAtor, fcrr the ccngaderMlon pWd In 3runtw. hereby q=1, bargain and =rvay ursto Gr-ante-, 4s guccessom and assigan, Lhe v9& and passege in, over, and scress. b6ow and along 1tw Evserne,rtt Property situated In Tarrant dowdy, Terra, In accardanc * xrlth the kmdI dattykA on hnreto aktachad a5 Exhibit 'A'. and ingrssa e4+d egr"s Over Grentues PTUAartY to frig a.-00$rrrent as rhown cwi Exhlblt "13'. h is turlher agreed and underiftod EFMai GiMintem vA b$ parmlrtad " and trf said Essernfini property l<oF- the purpaee of camMuGtiag q permaneal sew" lint la accordance wilh fbe Agreement 7,erter dated Oct*ber 4, 2010, any Amendments thereto by arid bcewee0 Rork -win Golf Partnos, LLC and the City of Fort Warrlb and origizil agrctd uprta vorrsf r action doeumicaU reviewed Febr ury 14,, 7019. Tbu parties furtlkf*r egm� 11101 rho terms deacrrbod Iri the abarv- rlefeereDeM liner Agreement and the Aine drvef-itk afyaq Igo binding on ihle P81lieS and viaR widure L.n;k l" c mplydilun Of co"Iyuc an of thh s rr x+1 artd tha-e2nW when appik-obl". Upon ctmoution of irnprcvrwnents ants its 3vGspisnL-a by Grwtes, aK r 91*2 grenied within the described Twnpamry Caraatwc:tbrt Eesrtrnent she cause. 4�L7lL7 Attschrnimt ADZ-16 Page 12 at 28 Page 2 of 15 T4 HAVE AND TO HOLD We above described Easement Propwty, trgether with. M and singular, the r:yhts and appananences them in anyway belonging unto Gtonlee, and Grantee's successors and ar�LS QQns urt it the completion of conWuLlian end acceptance by Grant . Grantor hereby bird themsekve5, ffick helm, successors, and assigns, to warrant and defend, all and angular, said easement umo Grantee, kts 3u is and ass lyrrs, against evaq pemari whonsoa-ver lawfi, y ctaWning or to claim the same. or any pwt thereaf. Attachment A02-16 J+mNaftfy COMMM "Eacr rs Page 13 of 28 1a+1aM if.r- Y Page 3 of 1 J11IR:BIB on Dal!P*M"nor,LLO'91 Tema *nited Q&bAf#y c rnpany By., €]a01 jr. anagirrg rorrber BY BLFRLESON 40, LLC, a Texas llr"IW IlabilRy Pany, DAaraglnq Member IN $fir ,�otiramirl� Fa -son ng Person By., t-K J neen, dovwnbg hereon BY, NILES REALTY GROUP UC. a rs)ous lim4ad liabilky cwopany. managing menkbor i{ip E-ffbs. Part riir BY. D & J Ml UES, LTD...a Texas Ihmte d parlrlership. Mara Nlomber f r By. BY- 4 0aev1W irrg Fharnt r Atlachmeni AD2-16 Page 14 of 26 Page 4 of 1 GRANTEE- City of Fort Wwth r.. Kevin 8, 6unn Ihtanm Assist City Manager APPROVED AS TO FORM AND L,EGALM Aclr NOWL STATE 4F 7EXAS i 100UN7Y OF TPLRRANT § . t*my , Assiswrn City Attorney BEFORE WE, We mdersi nod thorky, a Fi ry Public in a for 1ha St -mu of Texas, 01 this Clay persarksmy appewtel �v-k (t SWO wap known to me to to tttiS S.1me Pew wha�pe name Is qAmcnbed to tjwfor2qcNng jnst-u"ro. and; ackn7Me 1g6d W me that the saute was the ask ct ,I :-i- L- and IWO baAha axotuted the aame as the act of said •#+runs L-i-c— fot Me purpc!� and considsri�itb r- thefWn ex !*ad aAd In the capac r twin *tetrad. GIVEN UNDER MY HMO AND ,SEPAL OF OF9CE diS�! day of 4ti41 Yiq#,�i NICOL� ll<E 5-HAFER + � L a • ,% `�owy Pubwo. Swa rA Tatiaa � •�; CCMFTk, kf9. C2-23•xr I PLagic irI and for the State ioffexas „'�`� Hotory t� 1�fs712r�-5 ier AT Attaehmani A02-16 Pager 15 of 28 page 5of'1 STATE OF TEXAS GOUNTY OF TAR FLANT t BEFORE MF-. the uUM.5A�,r or#_ , a f+1o�Iary Pu c In and fur �a �t�tu �f fi e, an #h[s duly penally a P1 � wrr to rrta k, be t#tesaute persor, whose narr�e tho to IrV i str�tl"TTL and acknowledged #o me 1har the same wga na act L.1 . and that hdshe ox t3d the same as the api of saJd1.F � 4 L for the pu eses and ,t0nsidarMivn therein expros,3ed and an the CaMHy 1h fn mod. GIVEN UNDER MY HAND AND SEA], OF OFFICE this 811y of NICOLEasLl p 40torq Psshllt, Sta!Cffn,m, ExpEF9m Pu�i� Ire ar tf for the StHourY 11q exa STATE 4F TEXAS 5 COUNTY OF TARRANT 9 BEFORE ME, tho undarsIgAESC at+ilrront Not s� Public in and far tl tatf] OF Texrk, vn INS day Pers ally �PBaled 1 I �_ tL krtak rn io me to be the t~ WSW SW whose Hamra is ZUb 'beef to Uw foI ping it urrr�rrt, and at�rrxwte+d�t+d re me We same was �s apt of I �kr�tlr►.sfy. +Lt- and that k�arex;e axeanCed the me a� the ad of saki for the purper s and mnsIderaUen theralrr expres od 0ad Ira Me capadty thereon Mated - GIVEN UNDER W HAND AND GEAL OF CFFJCE tKf& day ar i} r1 Hotrrr P„brla Swo or Tow&m �l I f ** ° Cornro- fxpiras 08-22•2021 5 y SC .• 1F07i77 5 teary Puh In arrd forthrx 5i�l�ur x �N4544 rer wMa r c-AMM,&b [aw=.r1 11k,um mom' Attach Mont A102-16 Page 15 or 28 Page 6 of 1 STATE W TEXAS CD0nY OF TARRANT $ BEFORE ME. bha undersigned aulhD' ftfy, a Noiary FuLAIC in and for the Stake of Texas, on this day pefwnally appeared V I Q r.- bit lei Nnown to me to be the game parson whcFse name ;s s u0i;Wbeb to tha tweggirg inalrura i#, and arknowledged to it e thas Lilt same was the act of Z Lk. S l --+�) 1 f ia -�+- LL<— artd #hat hWsne s�BWed the same as the e l & SaW L k.r- -�{i'S 4 rA . % L�pMirposel and ct-wwaeraWn th&ain exprosaed d in tho rspadi� Ulezeia staled. GIVEN UNDER DIY RAND AND SEAL OF OFFICE ft ti.i�ay of a,v_x U -I - ��� NBC L� LEA SrAFR �No . �+ r 1 _ ZjOrA FY fubPc, vela Gd eat Comm. EKp+�## Q2-27.2W r �lvUq Public in and for the $kale of -rt{a1�rY iB 12071.7;2 5 STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the underSigiled suthanty, s NOWY Puht. 'n and for tha Statts 0 Texas. 4rl #hf5^fsll61$�+ appeod+:�"ti. 7+• 71. -� ftbM%Eur the City of Fort tf�{prtit, kq wn-r tc me to be the same person who" rome Is aubsor&W ib 91a ("ROM irraVIri, eM. and ackncrw# ee to m 1J%9 the �amo was the aQ of like Oty of Fart Worth and thal htiefahe axscutad the sar-be as th e� ad of Lhis pity of Fart Worth for the p~uspo skid c0nsidOrstion therein expresses# and Iii the capacAy th irk stated. GIVEN U14DER IU#Y HMD AND 5ZAL OF OFFICE Ahi � `�-s� day of g KZ PuMc In arrd for i 6e Spits [ri T sx a,i$ S yhmp: r. +=hidwi:NM w'~MK .-ZO . F!. Attachment AD2-1 E Page 17 of 28 Page 7 of 1 PROJECT HAME: M4 57 Vftge Creek Paratlel Part PARCEL. No, 151 CITY PROJECT No, 01227 SOU THERN OAKS GOLF COURSE ADDENDUM TO MY OF FORT WORTH TEMPORARY C WSTRUCTION CASEMENT This addendurn amends the Temporary oristrvc�oa Easement ('Easanientj in the fiAa wing ways: The easernent small commence on the date c f construcOon and ekpires on the compietian of the M- 57 sewer main construction. In the event that the M-287 villgge Greek Paraki Part 28 construction is not completed within ft creek by the Grantee before.February g 2021 r and causes disruption of golf play ("play"). the Grantee will pair an additional sum of money per day for 1he interruptlon of play_ The additional payment has been agreed to in separate letter agreement ('afire rnont") by Grantee date October 4, 2019. Any ingress and egress over the Grantor's property to the easement granted henain, shail be minimal and shall not cause damage to or oba4ruct the Granter's use and enJoyment of the portion of the propeoy not included in the Temporary ConstrucVon Easement CEasarnenn. Grantor and Grantee agree to store construction m-alerials, including but riot limited tQ, eQuipment, and supplies on the property necessary to construct said sever lime within the permanent "Same,it pr❑perty and alloy cronstruction traffic within the Easement. Grantor reserves W itself and its heirs, suc ssurs, and assigns the right to Wntinue to use arrd enjoy the surface of the Easement for all purposw ti,at do not interfere with or interrupt Grantee's use of tip Easement by Grantee for the purpose of construction. Grantee will use its best efforts to ensure access to the golf course properly (°property") are open and avarlable at all tines. In the event Grantee Is unable to acoass the property. Grantee shall contact Grantor in advance and coordinate a schedule that will allow tar the least amount of business impact as passible to Grantor, If impact of the construction affects 1he business cperations and play is deamed obstructed. Grantee agrees to Ray a sum of money per day its business is having to close its operations. The additional payment has been agreed to in separate agreement by Grantee date October 4, 01_ Grantor further reserves For ftself and its heirs, successors. and assigns the right to Continue to use the property during construction} for ingress and egra a over the easement t4D the Qwnainder of Granlces property which wou.ld other ice be landlocked and without access to the rema.indor of the property. (SIGNATURES APPEAR ON TI-I)r FOLLOWING PAGE] T+ txCowrimaUp--mcw Attachment AD2-116 rc47nP Page T8 of �8 perRew! - Page 8 of 45 CANTin }Suiar C�.L .a Tars Funitod flabU rnpany E3yw r., ;:t�;inn WmJ r By: SIJ} L S0N 40, LLC, a texas Ilmitad ILzNlldy" wmpc7 yj anNlni-� Momber DwAd Gcwemlng Person Pet5cm �o �fi7Ck � r r1, 6ovtmMg PeI'fagil B ' KILJsS REALTY OUP LLG. -a Texae limit 11 G1J�bf ar part . fiwFr � g Member BY. 0 & J NILES, i-TO.. a -tCkat JlrnPwd pw tnumh 1p, AA�rx9ging 9rrll]FN _ �� ry� R va I}? aqirg Member 7"s M T C4.=w bA "U=00� I WL1! 1 GRANTEE City of Fort Worth / f �_— Keviri 8- Gunn trr#arim distant City Manager APPROVED AS TO FORM AND LE ALfTY . As ,kskant City Alton t� y ' fir} Attechmeril AD2-15 Page 19 of 28 Page 9 of 1 G RANTOR- Burt on Golf Partners, LLC, a Texas IImited Ilabifty company By. David ShIpman, Jr.. Varwging Member Bar' BURLESON 40, LLO, a Texas limited liabilky+ Wmpany, Managing Member 8y; David Shipman, Sr, Governing P rson By-, Daum Shipman. Jr, Governing Person By: iBro* J0hrl.%on, Governing Person BY: MILES FEALTY GROUP LLC, a Texas 1"ad Iiabi01y company, Man aging Member By: Kip E- Nifes, partrvw By: D & J NILES, LTD., a Texas llmded padnership- Managing Member By. BY; David Shipman, Jr_ Managing Member GRANTEE.- City -of Fork Worth Kevin B. G�inn Interim Assistant City Manager APPROVE D AS TO FORM AN LEGALITY &aaaV , AssisWnt City A#onvy 7aapau)CwRu,rwae0ro , Attachment AD2-16 11VIVI7 Page 20 of 28 i ,wxi Page 10 of 1 ') EMI' RA.RY CONSTRUCTION EASEMENT PARCIEL 61 BEING k 7 0557 aefe trKt of Itrnci locatasd in the Abner Lea Survey, Abd#rhol No. 931. City of ]Tort IV ulth= Ta.-ant Ccarrty, Tcxas, said 7.0557 ncro t mr� t a4' Umd bcbg a por iw of it eellw 99-749 acre tract dos.ri ais 'Trot f ", u portioa of it calf 49,632 acre trace of ianti deem -bad as " 3a►ct 3"1 araal a pomiln of o Udled [0.983 am tract of Ioru1 deserked 0 `rrlat fx'. couvnyad ry Rurkwn {`roif Purmers, Lt , by 3eW tharwf filed for rewrd to Twmm County C1 &s 1a--&0C[rcmt No. LD219015491. R]i.Luiod Public Rceotds, 3'arrw Caurrty, -Lexm (O.P.FLT.C.T.), said 7.0557 acre #race of land beiz>g a Tt=mpawy Cmv&ucian W=Otkr� DM Wag mom pardrtrlwly dwrbed by films and bauwtds w follow>i BEG [Nl tNG at it *nw on lha must nurthurly property linc of the said 10.883 am timt. s a being a south CM praapwv ikc of the SaW 99.769 um trac.A, fknm said begiasning pain(, ft muss nonhtag properY caner ofL#rcmid 10.883 acre moot be4s 1+1+a h $$16'541 Emig adistsace Gf630.60 Csaid arcg`�ntri�xg,p�ointdire Bing a NAD83 Tex= North Cgmml pane (4 02) limed a rtuae aril: 6,197.717A9 and S. 2.34Z�3a ,57; `RENCB Soµth 3P519T' Wes4 evct and aur*z the sa W IQ-V83 acre trawl at at dis nit a of 2.80 fm passing a 15mLh rum of Lhe said 10.823 ado text. sam bekg a north propwry Iine of the said 49.632 acre tract~ aa3 oi+ utiauh* iuver and acruga the steal 49A32 ame tra L in uli i final didArm= of 195.74 Fat; TUENCT owbnukW ever =d across The said 49.6 acre Irma t l' v%ing courses and tfristar=, South 49,w4e wcsS a &stxnre of 449-22 bee4 South 42" 14 `33" V: ey, a dis arnce of 152-20 South 77,13S' 15" West, a disumce of L5734 €eeq Noaxh 36c22'22:' weat a dkwicc of2&42 foot paining a northwest prepeny. lino of- the said 49.632 acts cram, soma being a propeM line of dsa said 10.883 rcrt uut, sand wnfinuifi : over "A acm%s the said 10.g83 acre t-wa, in all it total &tmas of 10236 feat to a nos hwesi PrO ty line aF the said ] 0.81 3 arrt uu+x, scar beir,g a S"easSt pmpemy Iine of the afbmwid' .769 acxc craet; THENCE dep+ardag the said p Y fine. over end acwts the said 99.769 aue wrap the follaawire, courses jsnd di5E8ncc5: N a nh 39059,48" EM ad iuwkOG of 269.2 l f+ North 12°45}21" West, s dlscaartcc of 401.86 fftq North 439-21'01"Wait, as di3ua►= of9-4.0S feet Ian as POW for asarner ftm which a 98 inch iron rod wkh ax cep stem peed "RUNA WAY" foLmd of the mn5t easterly sauti,case lot ccmgr of Loot 171 WD& 4. Thonms CrorWng AddMon. being an Addition to the sold Chy and Scala, &�zozding to lit": plat tber" filed for record in Cabii}et A. Slide It 763. Kitt Raecor&, Tarrsat County. Tc'xas; ue1a W 16'5V Fast, a dicta nm of 98.03 fw; South S2111024!0"' a d istaice ig L 16N3 fad South 12'57" ELst, R dihx&me anf3l ISQ feet; - PARca 6 t T.C-.r •- Mi. `A" - PA{� I Of 4 SA"I&W Ajj�rA�6knLX. I-C, WW &CMLSMW.ARX7 GiRgn� VAK076M-Plt-51Tomas L"V� wclr�lru�u-SiAY4��� Atterhrnerit AL) -16 Page 21 of 28 Page 11 of 15 North 44"29'42" East. a dj#rncc of317.00 feet a r1or910a94 propc* I In of rhr nerd 99,769 acre trac. SME Wrng vs Svtfkl4k W PwPaItY line of a called 172.73 acre trees of 4a„d r:ixi eyed to Bruno Cxajkowski and lane CigjWvsW, by dead djeneof Filed for record art vQluinc 6991. Pegs 2170. D:ed Records, Tarrant County, Texas; TliLrgCC along tlra eomsrron pretty liRe of the said 99.769 acre tmj wid the said 172.73 acre tract the Ul"ing tour is and dissamem South 79'Woll" East, a distance of 30.89 feet; Nofth 71°01'52" Est, a d3vance of 96.00 feet~ North 94 31'52" Caar, a distance of 55.56 feet; THENCE depijr6ing IIie paid wmmon ptvpP -,My Litre, over ai-� acr+�ss the said 99,769 =o treat the rollvwing wur5rs and distancm oiuh 44°05'3$" WesE. a distanm of 18 t A fear; ScDud1 4403JTV West, a dtslanc-eof 9834 fart; North 45"44'15" Wes , a distance of 5_00 famr, Soujh 4493TV West, a distru,t of 99.15 kit tk a poiTit on the aforesaid souse pnnmrty line of like 99,769 acre tract, same €zirig the AfbresAid north propeAy Jim of the 10,883 4cre tract; THENCIE North 98,336'54t' ERM along the said south prop" Ime and along Lite said wrth party link a dssbince of87,7s (cc1 10 the POINT OF BEG FNNING1 1'11e her riabove AescribM trail of lard c0nrflinS n 0G1nf) ued area of 7,0557 acres (3t} ,149 square feet) VE AND F CE 1` 2.0487 acres (,99.2 43 51PArc fact) a F I ruid which is located %vi hin' Iha iimits ofexistinog easements coavcycd to the Ciry+ of irorl Worth, Iarn*in a net Seca Of SM70 acres (21 .105 square ftet) crf ?and, itrore or kss. The Ihasis of bearings for fliis sunny is NADS 3 Texas North Central Zone (4202). Ali distance shown err srirf4ice_ 1, Etc 5_ Spooner, a Registered Professional Und Surveyar in t11e State of Texas, do hereby slate thin the humping dewrlption accurdtely ws out tixe metes and bounds drPtription of the easeniew tract described hereln. F ,;;gn� Eric $ +,t..r„»......+,.....r... Dare 6OiiE:32 'renal Registration No. 5922 � . .,.Y.. 1`H1rLS I~'irm , J 4 Sd9 0 PARCG1. 6 IT. C- L- 4 EX- "X' — PAGE 2 IX 4 aPOOr#RAPO wsioW'IM,&r_a0VMiamisSMu¢1.11MG. E4.tim.TzWMov-PqL9*74u-M48-{g�lr^'+uG+IG+'�"'�'El+�R7.CS7F-S3�WN-n o-. Attanhmant AD2-t6 Page 22 of 26 Pate 12 of 15 jr R 46 d C) LullUA • rz; m� a� a Attachment A€]2-1 B Rage 23 of 28 Page 13 of 1 ME 4. ka 0 . tu rl ft 4 C k 1 W u U IF L rd Attachment AD2-16 Page 24 of 26 Rage 14 M 15 CONSEN1 OF VEN HDLDER SI.N1 9ANX J Ewen Baader"), li the Current h0kier vt a Mortgidr Deed of TruV daleo ptgeTntwr n, 2019 , executed by f 4Sleson G�tf Partners. { _ to M SaWtgig 7, u bi reQrdel grnlarr 28, XY12 In Clerk'# file no- 0219415492 ih the deal Property Resur45, of rr :s County 7e*aE, and assigned E%kLu_4_ry_"Ct,9 under OeWs 111e no, 21122293-G- Rea I Property Fec-ir ds, T iam P,County, 1 earns. hereby consem to the grarn of She fore gn:ng J mem ent by inurtm { IC P--3nrtP EC 10 C[ly of Ft3rL.Wortlz #rl� joint In the etotion hereof ---alely as Lien Hvldor and herlttay does agree that In the event Of th& for-clowre of said anortgoge, Of Otbtf Sala of sa4d pro pany descritmd in said ntaftj&t under judld2l Or rwt judkl�I pmeeedi rk9s. the same$MII be sad xobject to said Ea',tW' L SIGNED ANd O(EGUTED THiS !, -DAY Cf—Z=MkgL� 1019 50 Bw PATE OF_TEXAS �CIFte ME, a :rnderugned -AuthOft, an tins day pes'svnW1Y rel �En ��n Sco 1110TI of SIM16,1ONS aANX kpown to me W Le the person arrd off ker whose name is subscribed to the foregoing [s,btrurnerlt and who aeknowtvOg" to me i'Iut helfshe executed the tame fir the purposes and _or+sidenpOun thwoln expres#ed, if$ IhO C Cixy dwrgin T440dr as the act and deed of said 6;;WLlanM1�0ef, GrVLN UNDER MY HAND AND SEAL OF OFFJCE THIS � day Af uecs r . 2019, KWDY IELMM Rotary public, r to w Ncbrr]D L7199,M My catnrniasivn expires; Attechrr epA AD2-16 Page 25 of 28 Page 15 of 15 CONSENT OF LIEN HOLDER hl i man Com atsJes LP (lien Kokltrm�, is the Curren, holder of a Vendor's Uen 1VWined in Dt dat" —Nmcembef 20 � n ed by narw ComRani�s. Lp. _ raMtnr to 9uifesbn G,slf 13 L.C.LGr n e as recorded Dechmher 19, 2f)lg in clerk's fiie pp, p2192923LO in the Rea( Property Racord:s, of rarr„artt CnuniY Texas, knd Ntther corrected by Correction General Warranty Deed w" Vendors Qp-n, filed Derernbeir M. 2019 revxxled :ender clerks fiIt no. p219296596, Rea# Property Recards, Tarrera Courity, Texas, ANO December 27, 2019, jj snuM jo, 2020 and larwary 22, 2020, clwVs file no. 2019-S5,16S, Record Pro penyJRebod9. Anson Cour€ty. T"a5, Corrected u ncksr Clerko!s File r4a. and 2020-1765, R&W Property Retards, I0linson Counly, Texa5, hereby can is to the grant of the fam9oing Easarner,t b}r I ur4e or If MLMLLICC to n#r=an rhlart and Mnl; Ir7 fill execiAl an hereof sc4ely as Llc?A Holder ano hereby d"5 agree wat in the averot of the lorevcicsure a m;d Ifen, or other sale of said proper- y descrI ed in saJd lien under IudidaI or nun• Lsdirisf prviceeclJrs , III Saone shall be said ILubject to said EaSerrFunE, ShFprni ro Cornpanie+�, LF, a Texas limited rx trtnersh p BY.' ShOrnarrMKernent Group, LLC, a Texas bmited Alial7ilr By. i-�1sJrxn fir,, Partner fiy: �l j, 'David She;->mJ �f., Partner STATE �� ?` Ik5 CCMU N IY OF h } 9 FOIE ME, the undersigned authafityr, on thN day personalty jppearej Etaui.d MldrnaSr_ and paved Shiomap� Jr.., Partnors itlfigl or shim hAarialA rr+erit C oua, LLI<, geLnVtal p�ner for ShliorFQG Corn i P krrOwn :o ma to be the pemun end CMkzr whose narne Js %bscribed to the fo€egoir.% 111St7 rn and who atknowledged to me that helsha executed the same for the purposes and consideration therein axpr'ssed, in the tJpbdty tfiereirr stated, 2S the act and deed of snld Ba nk/Ue nh older, GIVER! VNDER MY HAN0AND 5EAL OF oFFIcE T-H LS CiInJ day ofCe—bn��111—_2020. y HFGOLE LEE SNAFEPI u� I ��•'�{,�� � t40[r«r4' �uf►llc, $1�1� Of TCxes L�N, • � Camm.E0oxr�tWtr�-2x-2o?1 Notary FubllL. State or M 1C 1 „+ Nowy ID 1i9712]2-R My rommWJan expires, AtLechmerrl AEI -15 Page 28 of 28 Damage Table for Sanitary Easement fOr SoLIthern Oaks Golf Course Unit Prime@ per Unit Total 1 fonstruct Ternporxry Tee Brrx for HOW 3 A S 4,500,00 S 18,OD0.00 2 Construct and Ipsi 111 Permanent Tee Box for Hole 3 4 5 9,500.00 S 3$,000.00 3 Remove VVaod Bridge (pemolltion) t S 1,200.00 L,2=00 4 remove All tand.5cape eiernemt5-around Bridge 1 $ I,800.4U $ 1,$i70.CiD 5 Demo and dispose of 5,460 sq ft of concrete 5.960 S 3.75 S 22,350.40 6 puma bridge and ci)orrete wing walls 7. S 1.500.00 S 3. 0.00 7 Pour 7,5DU sgfc of concrete for Cart Path 7,500 $ 6.50 S 48,750.L7a 8-Pipur 1Ca=ete Bridge abutments with wlIng WalLs 2 $ 1,900.09 5 3,600,00 9 Construct 10'z26' wood cart Path bridge 1 5 1j, 25D.i]ii S 9,250.00 10 Sprinkler repair and lnstallatlon at n--w hrldge 1 1.900.00 1,300.00 li Pour Canuate Cart 5mging area 4V420' 4,800 6.50 $ �1,200,00 12 EIi�cxrical Meier fur Pump 1 2.DDO-D0 2,004_t}Q Total 1B0,960,00 Atts&rnant AD2-16 Page 27 of 28 MY.df PC RT WORTH OPPER AND MIDDLE VILLAGE CREEK PARALLEL RF-LMF MAIN-3S7 PAJIT 211 C TY PROif4:i NO.01227 Damage Table for 58nita y Easement for Southern Oaks Coif Course Additional Casts Unit Price i Agreed upon Day Bale Far any rlaV the golf course is nut $ 8,126.00 per day Playable 2 Rate per person for 5prpnMer Repair $25.00 per hour 1400 3 New Sod In"latJ4n and p p work shall be calculated $ 6_50 per square yard 221V231 upon completion and the removal of all equlpmem and u5mperary screening 4 Electrical repMr shall be the invoiced amount ifrom a licensed eleddi:Wn plLFs 5 service charge 5 Expanding the lake/retention pond to be increased to tJ a same sire as its current location 6 Partir,s.agree to test all water walls and iri gat Ion Syrst,ems prior to commencing co5ntruetlarr and then test the same systems after the completion of construction. Any Inoperable equipment shall be rep Faced and or repaired by the City of Fort Worth or the City Of Fart Worth shall pay to have the inoperable equipment repaired. 7 City of Fart worth shall supply Southern Oaks with an equal amoUMt of 1NJ3W that is displaced qua to the decreased size of the pond and due to any lack of access to the water. 8 C" of tort worth agrees that the day rate for any golf course closures not accunng from November 1. through February 2Bth %#tall be one and half times the agreed upon day rate of $8,125.00 which shall total $12,189X0 Altachrnent 2-16 Page 28 of 28 CITY OF FORT %�VRTW LI PPER 4ND MINDME VILLAGE tK EIS RAkALLEL RRI£F MAkN •257 RkRT 2 M Cie,' PROJE:T NO.012Z7 031 S-G+40- t 1 ADDENDUM NO. 1 TO 0NTRACT DO UMENTS ANO SPECII=ICATI0NS FOR CITY OF FORT WORTH UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF SANITARY SEWER MAIN 267 PART 213 CITY PROJECT NO.01227 Addendum Release Make; ►4prJ127, 2020 Pre -Kira Meeting Date, Wednesday April 29, 2020 Revised Bid Date. Thursday May 28, 2D 0 This addendum farms part of the contract documents referent�ed above and modifies the original Contract Documents. Acknowledge recelpt of this addendum by signing and attaching it to the Contract Documents (Inside cover), Note receipt of the Addendum In the BId Proposal and can the outer envelope of your bid, To PROSPECTIVE SiDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall tie modified as required by the ATTACHMENTS ADD-1, ADI-2, AD1-3. AD1-4, ADI-5, A01-6 ATTACHMENT AD1-1, Addendum Scope ATTACHMENT AD1-2, Revilsed Invitation to Bidders ATTACHMENT AD1-3, Revised Specification 0042 43 Prapcsat Form ATTAC HMENT AD 1-4, Revised Specificaticrr 40 45 12 Prequaliftcation Statement ATTACHMENT A01-5, Revised SpecifiWion 33 39 60 Epoxy Liners for Sanitary Sewer Structure, ATTACHMENT A01-6. Revised Standard Product List Please acknowledge rereipt of the Addendurn in tfle following locations 1) In the space provided telow, 2) In the Proposal. 3) Indicate in upper case letters on tha outside of the sealed did envelnpe "RECEIVED & A C KNOWLEDGED ADDENDUro No. 1- Fallure to acknowledge the receipt on Addendum No. 1 could cause the subject bidder to be considered ONON-RE PONSIVE", resulting in disqualification. A signed copy of this addendum shall to placed into the proposal at the drine of bid submittal, All Items in conflict with this addendum are hereby deleted, CITY OF FONT WORTH Lipper and MIdrlIe ` p141pe Parallel Ftibliei Sanitary SawQr AAein, 257 Part 24 F.kpmJecLf 431i%04M1%Spe�= 1na14Fin�1 Pan 2� Spedll g[Ianak4ddenuakAti ntll,m ttiAddendurr� jqp� Clly ?fd�ecl No. �7SZ27 ADDENUUM 1 — PAGE 1 OF 2 0316 -11 THIS ADDENDUM IS MADE PART OF THE SPECIRCATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. PLUM ER ASSOCIATES. INC. By- pg I Tanth Gwrge I. Farah. P_E_ Apii127,2020 *.r..................... Seal *H CITY OF FAT wOR FH WATER DEPARTMENT DIRECTOR CHRIS HARDER, I}_E_ r 6 ; 0 �v1,4 Tony Sho ela, P.E Assimnt Dire -Nor {Water DePQ Receipt Acknowieognd. By; Taw Carnpany Upper urm M104e Maidge Pain6al R+jk f Smt ry Sewer bdW, 267 Part 28 Clly ppoad No_ 01227 spa�J�sGteW3Ia104Q-4i45p�lFdneN--lru l PsrS 20 spuTimmabwmvAf4kndaVWdmrodum �L�4dcl �u i.tloc ADDENDUM 1 T PAGE 2 DE 2 ADDENDUM NO, I TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH UPPER AND M1DDI-E VILLAGE CREEX PAPALLEL RELJr:F SANITAnY SEWER MAIN 257 PART 213 CITY PROJECT NO, 01227 ATTACHMENT AD14 Addendum Scope #tem 1-1 4318-M-01 Specifications, 00 41 13 INVITATION TO BIDDERS. DELETE this section in ft entlrety and replace as shawrk in (ATTACHMENT Apt -2, REVISED IN ITA-PON TO BIDDERS) Item 1-2 Specificatkons, 00 42 43 PROPOSAL FORM_ OELETE this specification In its entirety AND REPLACE with ATTACHMEW AD'I-3 UL.- SPectfications, 0045 12 PREOUALIFICATTON STATEMENT DELETE this specffication In its entirety AND RE:PLAO£ with ATTACHMENT AD1-4 Item 1-4 Specifications, 00 45 40 MINORETY BUSINESS ENTERPRISE SPECIFICATION M13E PROJECT GOALS INSERT'5%0 1n the MBE PROJECT GOALS paragraph, CITY OF FORT YVORTH UPpeF and mwu vane Paraim Reiter Sunliary Smvef MAn_ 25-7 Pan 28 Clay Project No. 01227 F-1prgjdci.%)QZI&D4M14Spec$TjrjajknnaI Part 213 Spa1 111oi1tlansL4ddadddtRGGenduwrl 11AddendU�r�_i AD7-1_do� PAGE 1 OF 2 ATTACHM NTAD1-1 031 &44M l Item 1-�a pe fiicatiorls. 00 45 +41 SMALL BUSINESS ENTERPRISE DELETE this speeiflcAan in its entirety, Item 1-6 Specificatiom, 33 39 60 EPDXY LINERS FOR SANITARY SEVER STRUCTURE DELETE this 5pecificatior1 in Its entirety and REPLAN E with new sp cification ATTACHMENT AD1-5, Item 1-7 Appendix O - 0160 00 PRODUCT REQUIREMENT DELETE and REPLACE 1) City of Fort Worth Water Department SWndard Product Kist (ATTACHMENT AD1 - B) END OF SECTION CFTY Of Fpfk7 WORTH LIPPPF and modle Vftm Faun kel R0I1!1 Sairllary S.evrfr Milira_ Z57 Part 28 Cuy Prow No. 01227 E: 1o�ezl64D31 QaQ44 p11SparEjTjrwk)F�krLW Part 26 1W o —I -AD D-% A= PACE 2 OF 2 ATTA HIMENTAW-1 Dr) 1113-1 INVTFAT1ON TO 310ht .8 Jew 1 of"S I SECTION 1O 11 13 rN-VITATION TO -BIDE ERS 3 RECEIPT OF BID 4 Due to the COVID 19 Emergency dec Iared by the City of Fort Worth and untlI the ernergenr* 5 declaration, as amended. is rescinded. sealed bids felt the construclion of Sanjmry Sower HRia 6 2,*; 7. UPper & Mid die Village Creek Parallel Relief ]4'ltain — Part 2B. City Prajett No.. D1227 7 wi 11 be received by the City of Fort Worth Parcha�ing 0ffce until I :30 P.M, CST, Thtlrsda y. 8 May 28, 2020 as Further descrlbed below,. R 10 City oFFart Worth 41 Purchamrg Division 12 1000 ThrorkmorwTl Strecr 13 Fort Worth. Texas 76102 14 15 Bids will be accepted by. 16 1. US Mail cit the address above, 17 2. By courior, Fed E : or hand delivery front S.30-1 ;30 on ThGtmday5 only W the South End 18 Lobby of City Hall located at 200 Texm tr t, FarT Wortfl. Tcrxas 76102. A Purchasing 19 Deparrinenl staff parson will be available I artept the hid and provide a time stare pM 20 rcreipl; or 21 3. I f the bidder desires I suhniit the bid I.sn a day or time Ulher than this dosignated 22 Thut5dsy, the bidder must contact the Purchasing Dcpartmont during normal working 23 hours a 817-392.2462 to make an appoinimcni to meet a Purchasing parl lent 24 employee aT the South F n d Lobby of City full Iacated al 200 Texas Street. Fora Worlh. 23 Texas 76102. where the bidls) will he received and iimaldate marnped zs �.bvvc. 26 27 Bids tvilI be opened pubI icly and read aloud at 2.00 PM CSC' irT Ilse City Coil ncii Chambers and 28 hroadcast ihrough live sirram a CFW ptlbfic lelevisiota which can he accessed at 29 luip flforlwoT1lit,-xas.Sgvl5wtv1, 'I be general publil~ W i I I nol he alkrwed in the City Count i1 30 ChanlbM 31 33 In addition. in lieu of delivering completed MBE Foml!1 for the prai eel to the Purchasing 0M# e, 33 bidders shall a�mail the completed MBE fern"s to the City Pa'oject Manager do later than 34 2 OO p.m. on the sceond Cily business day a3llcr the bid opening date, exclusive of the bid opining 35 date_ 36 37 38 G F-N ERA DESCRIPTION CIF WORK 34 The major work wiII cons afthe iapproxima1e) f€sllmving; 44 a AppToxilnate ly 2�260 LF of48-inch sanitary sewer pipe (Fihorglam SN72) by open cul. 4T ■ Approximately 0,700 L,F a1-12-inch %aairury sewer pipe (Fiberglass SN721 by op.Cn cut. 42 * Approx]niate iy 270 L F of42-inch smii1wy sewer pipe (i'lhCrgiass SN72) in 70-inch 9lee 1 43 rnvging tv IunnrT Iinc:r or wood box. 44 ■ Thr" 5aniTary sewer C ncrele junction. Ar ctures, 45 . Two inverted siption_9 wi#li 560 LF of 36-inch anti 30.1nch sanitary sewer siphlan pipe 46 [Fibere-Ws 5A172), 47 CITY OF FLIRT WORTH STANDARD L`(}1`1SI'RI.ICTIOh sJ• MFICA- N t]OCIINIEST3 Rmiled Dml"ber 22. 2 U 1 b NamLon SewerMain257—Parl2l1 Cit.v Projw No.- [Ir327 Lrlpo ^llwli"1-RrtApewrw&.Nw 1",:!!P1"1fimrnmrt.W&ndd0:ddb+dnnIIKW4041111_Lw,tiIffl n4$kIjhkhp&I ATTLACHMENTADI-2 p0 11 I1-2 IN V ITA 7TCSN TO WDERS P'W 2 a3 I PREQUALI'FICATION 2 `ilte improvcnieras included in this projccl m us[ be performed by a contractor who iS pre- 3 qualified by the Ciiy at the tii.ne of bid opening_ The procetl=s for quali ficalian and pre- 4 quali ficatioo arc outlined in the Section M 21 13 - UNSTRUC-1-I N TO BIDDERS. 5 6 7 DGCUMENT EXAM] NA'TION AN PROCUREMENTS 4 11it Binding and Cfantract Documents may be e:uvmined or obtained on- Iine by visiting Ole City 9 of Fort Wonh`.-, Purchasing Division wrbsiie at ftVANtivw, For worilitexras.goviourchasin and 10 clicking an thtt link to the advortlsed prnjeet folders on the City's cicetronic document 1 I management and cc I [aborot ion system site. 12 13 The! Contraci I)ocumerits may be downi(mcled, viewed, and pri'nled by interested contraviors 14 aridly suppliers at the t'oI lowing link: 15 16 [lid Document Packrsgc: 17 n+tnc llrl nr4 i;*iSO �Ilrtnrio�k COrCkfStldr Sfaffad7�Sa-4al4-aG79-85e233?.b��. 18 10 Addends 20 httis:llda{s.k+3sQ_a�+i�ri m -hares - 7 �4C�(r - 7a131�a313 21 22 23 Con truct M)cuments mny be downioaded, viewed. and printed by iritereMtd LOniractors un&i)r 24 zupplicrs, The cantrmuter i3 required to fall oitt rind notarize the Certificate of Interested 25 Parties Furor I Z95 aad the farm mLsst be submitted to the Yrojrct -Mn nage ir before the 26 Con Lract w111 he Iffemauted to the City Council, Tlit! 1I11I'M C3[I be obtmimt:d at 27 h s:lfwww-et g.sratc.t]L.0 1295-1nfu-ht 28 24 Spot; i$I Canditions on Souehern Oates Gel Course are ouIIIned in the Dcrcuinenix. Corltractor 30 shall pay special and -Tj ion io ihose requiremenm 31 32 Copies of Ilie Ridding and Contract Documenis may br pclrchued font Piuminer Assnciatrs, 33 1tw., 1320 S. UnivcTsiiy Dr.. Suite 300. Fort Worth, Texas 76 107-5764 34 35 The curl aI-Bidding and Contract Docunlents is' 36 Sc1 of Bidding and CDniract Dnornciu with full size drawings: 3120 37 Set of Binding and Contract DOCumOnLs with halfsixe lIf avaiiablej drawir : No half-size 38 &awings availablk-, 39 40 A 48-hoLir notice rnim be given tD the Engineer prior to picking up drawings and speaiftcetion& 4T 42 PREBID CONFERENCE 43 A prebid con remoce may be held as described in Section 00 21 13 - I N STR u c'n ONS TO 44 BIDDERS lit the following location, date. and time via a web canferencifig applicelion' 45 46 A pmbid caiiferzace will be held online vin a w#b ccnferencing c piicnziorr, invitafions will be 47 distr1bumd dimcily to those who have x;ubmitted Expre-5ions of Interest in the praiect to ihr City 49 Prgjocl MauagreT andlor Ilie Design Enginger, The presentation Siven at the pre bid canferonce 49 and any quesiiotis ant$ answers provided at the prebid confer -nee wili be issued as an Addendum 50 to the cafl for bids, �'i'I'Y i]I� FiIRT w[}i;T'FI NTANDAIRO CON81 MON SPEC'IFICATTON rXKtJMLN'15 Ruvmd Ooccmher 21. 3016 $an Fury Scwo M d Ilk 257 - PAIL -'11 Cis} Prnov NO: G1227 FW04-1"T1 SIP-IhLi{rdiln�l�twxlNoT+ 1ip�krmr vAddYnirAAc4'MMiI%Ajjj V11ILr1.Lu"LUMl4u Jbidd.*+&e ATTAC H M EN T AD 1-2 01)III]-3 INVT ATI(IN TO RIDDR ti Page 3 (Pr] 2 Via Internet Site.- 3 WO.'[lglnUf1.eam1Ft-Wort}-M-257-Pare-2B Via Phone: +1 68-207;4336 United Slates, F Worth [Tol1) Conference ID: 253 799 758# 10 The met!I Ing wi11 be }rr)d on Wednesday April 29. 3t 19:ii0 Alw1. I I MY'S RIGHT TO ACCEPT OR RLIECI" $IDS 12 Ciry reserves the riglu Ire waive irregularilies and 1.0 aC;epI or reject bids. 13 14 Is INQUIRIES 16 Ali inquiries reladve to this prvuurenteni should be oddresscd to the following: 17 ATTn: John R_ Kmvich, P-E,, Cliv of Fort Worth 18 Emad-: John. Kn av'tch0fa wg rinv,or 19 Phone- $17-392-8480 20 ANDIOR 21 Attn; George Farah. P.E.. P1u1nMw Associates, Inc, 2~ Erna: urn am 23 Phone: 8I7-gb6-1700 24 25 EXPRESSION OF iINTE3LSEST 26 To ensure bidders are. kept up to date of any new in#onrnalinn pertinent to this pr6jacI or the 27 CC) VID 11) emergency declaratinn- as amended. ass II may relate ttx this project, bidifus are 28 requested to email Expnntion of Interest its Ihis procurtmenI 8Ei Ilic CiIv Project manager and 29 the Design Cngiacer, The [Itttn.iI should include the hiddcr'R ccmpnny name. contact person, that 30 Individuals enisiI address and Phone number. All Addend Will be distributed directly to those 31 who have expressed an Interesi in Ilie procurement and wile also be posted in the City of Fort 32 Worth's purchasing webstte aI htI]2.//foTrworilitexas.govlpurc; ias3ngl 33 34 ADVERTISEMENT DATES 35 April 16, 2020 36 April 21202D 37 38 FIND OF SECTION CITY Or FORT WOK-n1 `5'TANI}ARD C ONSTRIX-nON SI'WIFICATION DOCUMI-W5 Xc Ww 4 Fkcrm her 212111 n Smn=v 5rwar'M,kul 257 —Pori .1 R City Noll p ton - UILI r rnYramlIWA"�UTr rnphp,A hn''0 AnmPhrwmur.5hiwu61 Lkft14pAalti co 111sy"j1eluu m Iliddrn rwE ATTACH NT AD 1-2 SECTJOH 09 42 A PROPOSAL FERIA FAFr- 281 UNIT PRICE BiD .Il ti al WL1 1411 Iftivd r r I Ld ! Slddees Application Frmcc Mkt IGros,nAn Liiddera Pnord 13Ydlltl 74.1 L%mm;wwR Synr.I.Ialiiim !lmI nh Nu 04�� FLId r Nszlul1' Will Writ{ RILL Yrhu 1 3331 # S I# Amu k LlarYISU 33 3 t 11 €3� 2 JIO 2 35jY �SRk a �ilLwur µipc (;'.Yw ALFTil6 irw-ip mj 1iirITl�hEW nad Accu le Owk1111 S} 3 t 11 Lf 4.740 ] # 4M.bWt +#"Sea'uflrlpgr,QL]-7:}ftrrce►F4X17TMIM11FP41IWn {ALA S 1 4411E IV I'W i!Clpr4 Fwml, for 4JI3pdr rrt;k Ctiaa►L1Kn. J n 42 ]]31 1,1 Lr Ile rA S 5131.4#41 w5r-mrFqwrELINd 5;J_12j, *A V IILoIm r rpri C.-imp 1 Wu1} 131115 L.F 306 A 310-GI v TTcmhTwrµ -mP! 1g LF 13.Ikd T 5251,1F31I Buhvd Wilm Fo1KC,AFelor pu9131 3211 20 LJF 1-1J _ r. 944 L.Gslw Main LYn€c 014 L L] L I 3.Slo 330. 1111 717 IDf'ueuq Ilr OLhcd 11rm OpenCul IIL FM 1117 CrLU 1T kmbLWNYJ 3a 0� tr 12U •I OA 3W-LJ i; 70' IL) [Mil4)174-Pip I41; Otlr_r rhoi.(3pen L'W p1 VwrL;auu AL= Ruud 33 07 N L F 11�u +latl ]3G5.1307 7r No LfdIrI3 T u1me1 J.wwr Illpla % Onkm 11mn <" CIr 0 pwLrrs1 keun H1uu1("anvie tk% Ll1AJ SS 012 L IJ' NO 'L7nlrmlor Lo Txwkk L ln� ]hi taBli d`aLm for unly cnx uT I lr pipe tlWejimk allorm m fiv No* 10 W Nor r;LO''► ff IJN CI I'k IL CAI I I VA1 1.11 ti FOR I AVII AILTIEMNA111. la 1 I QW1 S'rc•CA-FV InmpqIhm 1Saa 11 I.P 3a rtl L7 SMII.OpM rcwzt"lV LI Lin11 1301.11 LF 13,lsl r 0 Mop 5 WkQWrj1T•3&m IItr1t 1]05arr EA 17 14 4g1gUDIM (% mrsl ie Lwmt1 W SS P,4N 33 31 I3 LA I L S 7" DkinYtur lAtaior Dru t MOM" 1130 iG 311 i4 7L1 EA 3 14 9_1Ill$ 11, TFIX A!ludk+le 13-WIn-�i1"J2L} 11A 44 ET ;IM5. I I L02 3' Fxk-rklr W5P lrt 1 W 10, S11 39 -m EA 1 it #154. I n3 51 Laura JL lLtlel46l SS 34 10- 33 19 ill VF y7 11' ]3}4. LW 1 #' p11e&k 51 i4 1k }3 39 20 Ta'L t 20 3305M117 C=rrx {' whr #' M.) 31 as I7 I'A 1 21 ]3111 0112 CpiLmk vol1rr 5. vhL I PS 17 FA I } >'i ~ IMN}m C-cw-n2L (-u%r 17' 14a.l IT EA 23 ml).ami IJdpr ('r emil Uldl (Wier 7WO.200 IL I Ell VP]p,fiQQfr SW+r'a171Ie-ia KrCo IIIXI mPI ama 17,3) 31 11 21 I-S 1 23 Prmi J'N EXAMO PInMAiIk?0431.141}=;tp71 MALIJ# EA - 3A YM.gM Kcmi2wClio 1'I 1mldrnfrianlrltrlliFui6Y1K#SYL LU41 La LA L 27 UM. *11rlrlioell" Magg Jar Lau ISLa 1*133-37 03 41 L# FA 1 y 11 13W.Gt 10 L, I t4m*.m 31 us :4 S 1 i9 3231.0% Lb'(]mr- "CC4 1t312ft I;rS 14 1-U 1301-0jul OAnsiolrkru11qu1Cal 31up3U Ill IM 31 9OW-014 JWK44111 p3ml S- I m *�L Fr9rin 3134.ho F n y 12 I)] taw, ?.J11, &7.1)23 33 39 10, t3 34 20 04 I 33 1139Ml WIN Iu'rlakrHLn 13310 JJI3314.� C1 Ju 14L1,.1S397111 IIL�SS ]3 `i5aYi+R0,bp 13LIRI I 71FOB ) Is ]$ Swtx S 1r1bFdwL, [Sim LISI WA,} 31 ]410 33 34 30 III 37 139.2061 irpiwtw NEWC9141 Mn111uk 91 t5u. 271- IA -W Iu 3.11102a s IA 3>4Jw1 SC.ru uArL innlatMb("tn.374+711 3]1VIa. 3)10M 5 S 3137,Q102 Ur SNINIr 1. It 114* f,'Y 4,2w Alt 3110.010 b=12'R�Ler Iuet Kriw al IL IItirlk FA I pL]u 41 11 L1}.Qlm 13•-) a, 01 rPOWT Ut x Jlamml 3I 111 DO Law 1,29L1 _ 42 ;1 MAIN 1 V-24' BMPF r CR ZUW401 ] I in LID j A I 43 31101110 3t' nrrL LEI= TV= Reakwtl )I -In Ou I!A 441L1 44 031OL I Cu -'= Y uc m Scwvr 1111 ]U U@ Ss MO 4S Q09QWI I Ckwmd Ftood KC i1 1712 It 73 SY k.w +i1 1242.Iisedul •. L bdri1o1L Imil 3. 02 1 4 3Y JP,WiI {Jli'N 111111 Y 16711 EFAMXAA43 A IMUE'n# Al ew l u 6i0114rlrtn 1. "ji SLYIt_I f nulrwritllrwnr %rwYlrnartlmlrw+7w-1ft.,, _ _W. Ad*_."'_k IrMil A1�4YI1�.1A�'#atl4111741'y11, INlf ll ilN l'1�+iI M+'41«w +.�+43bI SSnluwy Sewer Maki 257- Part 28 Cdy Project No.. 01227 ArrAC.#'Ir1iEW AD1-1 SECTION 40 42 d# PROPOSAL FORMf42ART 28) UNIT PRICE BID I I1 v v1r H)i=,4r1n 111 ■1KNIkiiWnlp{1Y141VIKhVIINIR IHIAFII1kWHINOEM1a I.ix ■w i—r Si Ib I'bm 1 *e,l Vj11ek!l 4%J1n1FYW171n!11%r 947q—M114WWAJLw-, AN D41 Wo OkEpito wl. Irr 1 w i Bidder's Application ni n n w it 17 0 C R Mi 41 n IN 11 I1_111 ' R 111W T 11-.k W.q Lk.* • Sanlis y Sewer Main 257- Part 28 City Rra�ect No. 01227 ATTACHMENT AD1.3 I 3 4 5 to 7 12 13 14 Ts 16 l7 14 20 21 22 23 2� W451.-i pmgm I -or I SECTION OQ 45 12 Fl EQVALIFICATION STATE MENT Each Bidder Cor a City prctc=Lncns is regL40 to comp Ic1c Ilie inl:ornsatian be by identifying lice pmquahfied contractors anddor subcontractors whom they intend to utilime for the major work Iypt(s) listed. V14jor Work Frequnlification j trotTtractorlS�abeur�tractor company T furne ype Ex iratlon Date Sewer inWrceptors, 48- inch Diameter avid smaller Sanitary Sti er Manhole aM Struoiura interior Using (V anv n Envirorumerltal, attd Chesterton) Tunnel Ing — 70 " and smaller {Steel Casing ur Tunnel Liner #'W . The -undersigned hareby.mrffiies that the contractors and/orsnbaantractom described in tho tahlc above arw+ catrently pfequaliiied for the wok lyM listed. BM.UER: Company Address CitylSttllip By. (Flue Print) Signature: Tille= (Please Print) Date. END DR SECTION cm or #og-r Wom Sminn- S or Mom 257—IdArl ?.t# STANt}AU CONSTRM'fM V5CIf$W&I'M LiUCLIMENT' i l Jly NfµfkCl µ a M7 Ifcwlsed July i , 2�i a I Pyr,Ry���4r� a74��rr1144xr1Fin71yu�m�nMA��^�14DI4aoglQ_NKF.MGM++iaMwmga ATTACHMENT AD 1-4 333960-I Ll NrsRr- POR SAM TARY 5 r-% R sTR1jcTLmr.-, Page I of; 1 E SECnON 33 39 60 2 LINERS FOR SANITARY SEWER STRt!CTIJRES 3 PART I - GENERAL 4 1.1 SUMMARY 5 & Settii)ri Includes- 6 1. Application of n high -build Cl xY costing system (or modified' polymer liner 7 system, i,e- SpectraShield) ro corttrete utility siructttres such as manholes, lift station wet wells, Jumrioh boxes or aher toncrrte facilities rhal may need pratm ion from corro-Ove materials. This covers rehabifitatiosl of exisCmg somilary 10 newer Structur= a.ud newly tmwffrd Sanitary sewer structures, 11 2, For sanitary sewer inQins 9-tnch diameter and larger. use of a structural finer 12 system. Warren Environmental Sy.mem 301, ARC SIHB by A.W. Chcswrton r3 Company. 18 acceplawe. 14 3. For sanitary sewer mains 8-inch diarE>eter and srrinller, and less than 6-feel in depth. 13 use of a liner system, 5pectraShic]d, is n=piable. 16 B, Deviations from this City ofFalrt Worth Standard Specification 17 None. 18 C. Related Specif iwion Sections include but are niat necemrily Iimited to. 19 I, Division 0 — Bidding Requirements. Contract Forms. and Conditiuns of the 20 Carucci 21 2. Division 1 — Geeoral Requirements ?' 3, Section 33 01 30—Sewer and Manhole Testing 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurerricnl and PayEneni 25 t. Manholes 26 a- l emsureintr11 27 1} Mrasuremcni forIhiS 11em sWI tie per vertical loot orcoal iF%as measured 29 from ?-inched below the bvtlom of the cover (not Emma) To the tup of the 29 bench. This indudrq lining of the bench and invert. thru the use of flow 30 satntml devices (i.e. te131porJry plugs, sand bags}, In ternporarlly blocs flow. 31 However. as a last mart and will~ prior written approval from Water Field 32 Operations. if the flow can not be blocked lempomrily, then tha tining would is stop 3-inches from tine edgy ofthe water in the pipe. 711i5 item cove1-s 111e towl 34 vertical fuotage for the specific bid itemsi u1' variniz inanhole sima I i-c, Q foot 15 diameter. 5 foot diameter. Spcxife Manhole Designs for lines larger than 36- 36 inch, etc.) and specific Types tSland3M Manhole. Drop Manhole. Type "A" 37 Marthole, ShalIew Manhole, incIudling additions[ depth beyond 6 foot). 33 39 CITY 01r Pr RT w[3Rni S hn ¢arl- Seurr Main Zn - Par! 7 $TAk1N ARD cnNs'1'i ix-TioN Sr+t vFic&,naN t]C1C'vmLt NT-q ci6ly PM11594?vin. (11 L7 kvmd Fdwwr� a, S030 ATTAC14MiENT AD1-6 Ji tempo akrJ3IJ314 041kspsrrml ingETinol Nil 2B SpMl9cQ1A"RV+4 *WWLAddeh&rM 1111 39ISQ J.inin ear 5unirar4 a Saw Saudiu zF R+ v 3 :4-2010021 doc ` 33 34 W-2 f FNTFR.q PDX SAMUARY SUMM STRI Ill 1ItF5 Pale 2 ur I I 1 2 b. Payment 3 1) The wort: peTfermcd, and maleri315 fvrnishl:d In accordanec with this Iiem 4 and measured as provided "der "Measurement" wlll be paid for w the unit price hid per vertical font of "[Manhole liner" applied, 6 c, The price bid OW1 Include: 7 1) Removal of roots g 2) Removal orexisting coatings 9 3) Eliminating aT�y lnalcs 10 4) Removal of steps 11 S) Ftepa.irlscal wnnection of Iha exisdng frame to ehimney 12 6) Repairs of any c:= s in the existing strtFctLire chimney, curb-d {some), wolf. 13 bench, mCltldin arly Teplacer 11MI ofdiimaged rebar, pipe 14 7) Surface ifle"ing is 8) FLwo1,;hing and insta11inp Un{s as specified by Ilse Drawings 16 9) Hauling 17 1o) Disposal o1 excess material 18 1 1) Site Clean-up 14 12) Manhole and Inveil Cleaning 20 13) 'Vesting 21 14) Re -Testing 2. Non -Manhole Structures 23 a. lvlcisummenl 24 I ) Measurrlrioni for this Itcm shall be peer square foot of area wbcre the 25 coating is uppiied. 26 b. AayrneM 27 ! ) 'the work performed, and maWri�W furnished in aces:+rdanee with this heart 28 and measured as provided sender "Meui urcment" shall be paid for at the ~snit 29 price bid per squ= foot of "Structure User" appIled . 30 c, The price bid shall Include: 1) Rnt»ovaIorrcob 37 2) Rcisiovak s3(cxjsting coaling , 3 3) Eliminating any leak.~ 14 4) Removal of steps 33 5) Repairlseal connedii= of the exLsting frank# to clvrntley 36 6) Repairs of any cracks in the existing-jinwturc chimney. wrbel (conw), wail. 37 lens#a, including any replacement of damaged reWv. pipe 38 7) Surface cleaning 39 9) Furnishing Iand installiag Liner a�z specified by the Drawings 40 9) Hauling dI 10) Dispersal ofexccss material 42 1 1) Site UaAn-up 41 12) Structure and lavcn Clealling 44 13) Ti' stirab 43 14) Re-Testing46 13 REFERENCES - 47 A. Refcrenec Sland.ards �'TTY(W FORTWORTN SThNOARbCON.iTH XIIIM!NPiCIfICATIC1Ca �I,IL'1J1�it Ni' R&6.1stj I vin"rT A. 2= "�uuuory'LkwCr Mnm �3 7 — Nttl 1 CILy 11pnirm Nu 01227 ATFACHMEKT AD1-6 F-5 V=1.MW5114YANlua1S;Wz011WWirWIPMt18ypmii-KauuncLAddcndmkAdierdiumIU119GO_I.rMMJJIESWQiIUYSCwmt Stivctwgs Wov3 ;#211 fOfW doe 3339Nl-3 UNF IS FOR SANUARYNEUMti7RtrCT{ RB Ppgc 3 yr I 1 1 I . Refercrice mandards Oiled in Baia Speeiflca>Gtion refer to the CUrrt:rli referenuc 2 standard published at the lime of'thv tatesl revision date logged ai the read arthis 3 SPCCificslion, sinless a date b; spocifically cit d, 4 2. A►STM Intemnliorial (ASTMt)- 0, D543; Standard Prixtices for Evaluating the Resistance of Plan ics to Chemical Reagents, 7 b, D638, Slwdnrd Test l erhW for 7-errsi fe Properties of piAsliCS. 8 c. D695. Standard Test 1vlelhod for C,3mpre ssive Properties of Rig1d Ptastirs. d_ D7913, StandArd Test MleIhods f6r Flexural Prapertt of Unreinforced and 10 Roisiforced Plastics and Electrical 1nsuNting Mai.te=rials, i I e. 14060. Standard Test Methad for Abrasion ResisWcc of Organic Coati!tigs by 12 the Taber Abraser_ 13 r D4414. Standard PT-acUce 1br Mieasurerritni of Valet Fillet Thickness by. Nolch 14 Gages. 15 S. D7734. Stand Tear Melhod for ft11-0fT Adhesion strength of Coatings an 16 Concrtw Using Parable Pull -Off Adhesion Testers_ 17 3, E»virunnaenralProtection Agency (E$'A). 18 4. ?DACE Inrernatianal (NA C ). Published standards from Ilie Nariono I Association 19 of C'urrosiori Engineers 24 5. Occupolional Safety and R Ith Adaninislral4m (OSHA). 11mPloy a tmidi safety 21 systern in accnrdatice with Scction 22 fi_ Resmtr" C Caennation and Recovery Act. MTRA). 7-3 7_ The Society fOf F'rotecllve Coadll&"ACE Internationaj (SSf UNACE)_ 24 a. SP 13i1 AC'E No. 6, Surface Preparation oi'Concrete. This includes nkonitoririg 25 1or hydrngerl so] f1de, nietlia'<ne, or low oxygen , Alan includes flnkv con irol 26 equipment_ Surfiare PfcParalior' equipment may include high pressure watet 27 cleaning (3500 psi } and shall be sailed to provide io suFF:kce compAlible for 28 fristulln[ic}n of llic liiser cyst tii, 5urfacc Prepaaution shell produce a clean. 29 ahraided. and sound surfLC!, with no evidence of Wrw concrete, loose brick. �0 louse moriar, oil, grease. rust, scale, other Comam inants or debris, and MR11 31 display A � Wface Pror'le suitable for appIicatian of lice Iiiier gy-;ta:m. 32 b. SAi1I 88, Discontinuity (Moliday) Testing of Now Protecllve Coatings on 33 Conductive Substrates 34 1.4 AIDM IN I STVLATrVE REQUIRE M E N TS ]NOT USMI 35 1.5 SUBMITTALS 36 A SLi bin ittcls stai1 be in arcardance with Sect icxn Ct1 33 llo. 37 3. All submivals shall he approvcd by line Cil)' prior to deIivery, 3g 1.6 ACTION StkRf+ =ALSWUORMATIONAL.SLf8MITTALS 39 01_ Product Daw 40 1 Technical data sheet on each produci used 41 2. Mfarcrial Safely Dao Slicel (M1SDS) for each product used CITY QI FORT WORM !Senalary Smrr Mom ]37—Perk ; 5rk2;t]hRt3l`�xN?i71tUL'flf�T+ VECFFICA-l[7NOOCtW N-r9 ON PffljulNi I ra,�;7 RCVPWO Frhnmry 4, 2i120 ArrACI MEN-r ADi 4 1'�M kj 9S'ti{JaI%WMir%NFmrNkF}raAPjnQ1 Nn M 3Pccdrearirn v+ AdSrundMA.EWMduna 1ti33V&I lanur%rkw3AnLurv9C%kCd Skruclwrta Ras 3 1,4.21) iUU2a.dnc = 13-19W-4 1. NFAS FM wANI'TARY 5 R 5TTtIJMJR S Page 4 & 11 1 3, Copies al indaNridtnl xestiag performed on the co4iing product indicating the 2 product meets She requirelmenu aS specifad herein 3 d_ Technical data siseat and 9m]"I specJfic data for repair materials to be topcoated 4 with the coating product including application, cure time and st3rfucc preparation 6 5. Mtocrial and rnethM for rr~pa.ir of leaks or cracks in the structwe. This appfie!i to 7 rlepair work cm both existing structures, mmiluales arsd new instal led manholes 8 (fncIuding Developer projecis) and -struciures Thm have been idunrifed with cracks. 9 voids. sigmL of infiltration. other struc%ural defocls or ether related construction ! U damagc. 1 I B, Contractor Data 12 1. Current documentation fsorn coating pmducl rrmanufaeturier 0eriifying Contractor's 13 1Jraining (aridfor Iicewcd) as an approved insta.kler and equlpmcnt complies with the 14 Qtlaitty Assurance requirumi:ms specific+! hftin is 2. 5 recent refervnro of Contractor indicating successful application of cording 15 product (s1 of the Samo rtrateriul type as speci ried hercit', appiidd Ly spray 17 application within the mL;nicippl wastewater c nv i rorimtn 1. references shall include Is al lea-t the following: owner those, City inspcelnr name and ]shame number, prnlecr 19 namdnumber, size and hour foo.1age unsanitary sewer main, manhole diametcr, 20 sirucwre dimeasions and number of each, squaw feet (war wr kal feet) of product 21 irs>ialW. contract cost, amd contract dt$ralk)n, Contraoar rnwi demrrnstrale a 2.2 sucxeml'uI hislary of instutIing the product in strun#tires of sign filar size wd scope 2-3 and update this each time the contractor appiiw for and remwvs its PregnalIficution 24 for Itic Wager Daps irtment_ 23 1 For Developer Projects —at Ilie Iimc of Contractor �eicction. the Prcqualii ication 26 statamenl, Section UU 45 12 shall be submitted io the City, 0rariv indicatng the 27 contractor prequalified For ittstalIatian of atruourer+murlhole liner, No other bid 29 submittals shall be accepted that include lining contractors whorc prequrdif cation 29 tram has expired or is fiat err the active controclar list at the time of Cwitractor 30 seiaction. lfthe wbrnitted forms for this project not a4ceptabic, ncC City will refer 31 1a the cuntm motive contractor prequal i ficati ou list; and the CentTactot' Shrill select 32 the appropriate manhole Iining subconirnctor bs d on the project scope of work_ 33 The CaTi tractor shall then provide tits cc iced Prequalificati0n tatcfllent Sec ficrs W 34 45 12 for review and acccpiance. 3s 4. This Spec iiicalion (along with die CCTV 5pecificatiMi) mad The associated 36 submittals inc lWing the work pInn. QAIQC. testing. closeout documcnis..etc. shaii 37 be discussed as part of the Pre -Construction Agenda for each proj"I (Devclpper )B projecp inc Iudt-dk. 39 5. For any prujcc1- DevelUPC r projeCn 111cIUded - I f lbii Contractor Ixrm"ds with 40 applicatkm of an unapptoved lining prod tic t andlor using an UnquaiiftcW 41 subcvntraclor. for lining, thy: City shall recommend either repair andlor removal of 42 ally defective lining material and hmot the Contractor scloct an approved 43 snbcontmcior that can apply the appraved lining rnatcrialF., This work; sha11 &x at no 44 additional cost to the City. VITY LA FORT WORTH STAND AkI3 CXM5TRLJC nPN SPIKIFI A71OW OMLJMfN ,` I rV Md Irrlwx Wr A. - E02{l 5e4HM-y !sewer Fleur 2V — mart 2 Cd}I t're}M No 01227 ATTACHNEWr A01-6 F y+iu)MJ%V1.JISU1411AUIL4pocxll'inui%klaul Poii 2a spccilavlmnA�wImVAIJen4= t133 39 GU—Iinda 1b, Sardlapy SewoT SU uclutc% Re VI �A-3O i IM 1AM. i.l Pt 60 - i LINERS FOR SANITARY SFWF.R 51RCI{"FIJR�ti ire 3 of ! I 1 6. Schedule and 9equEnce of Con5tnxtion — Considering Ihi9 is a ized 2 histi3 ladon performed by only certified app4icators. the sehedulr for Ihis wort: has a 3 lead tittle that shtrli be ineludrtl to the CaTimctor's sA hedule, If the Contractor does 4 rmt provide written notifit:alion and/or Fails to !;clledute the--subcontmetor in 5 advance, the City shall no; be responsible for any additional costs and/or delays 6 caused by the Contractor. Contractor shall prouidc the updated ronmuction 7 schadule and work plan (including ttlahhoIo preparation. repairs, Iining, ieAing. 8 etc,I in aceordancc wiIh Section 01 3? 16 at leas) 1 weak prior to start or lining activities to the City Inspector, City Project'Manwr, Water Field Operations, and TO Wator Capit»1 Projects, Equipment ahalI be on -site and in working order far the 11 test Ing. If the ConTnictor is unable to have egelipmenr ready for testing, the Test Mate 12 -ihall be rescheduled accordingly With the Inspector. The updated construction 13 schedule shall clearly indicate all related co=ruction aavitics at the manhales 14 Wore and alter lining_ All paving adivilles. including any final g'ade a,djustmcm 1 � for manhiales outside pavement, nhall be cornplerrd before Contractor begim 0inhig 16 wark- After Iinar installation, tvnsllractorshall Walt a Ta1nirr = af49 hours I 17 aIlow the linen malt to fully cure before returning tf c sy intern to normal service. is CCTV per Section 33 01 31 shnli he scheduled aflcr the Iining has been completed 19 to document and confirm the manholes have been lined_ 20 1.7 CLOOAEOUT S1JRhLrffAL$ 21 A. Tasting Documentation 22' L firnvidc test results mquiriod in SectieTL 2_4 and Section 3.7 to City, 23 a. f ttclude the following manhole or structure 10tation inthrmatiow 24 f) Existing sanitary Newer mairt/lateral number_ /for Developer Prnjwt, 25 provide propos d sanitary sewer line rlurliber n {dc�sij6rtitlted o'n tlia plans and 26 provide the existing sanitary sewer rnl tin/faleral number pt connection to ti c 27 existing Manhulo (if applieabic), 29 _) Station number 29 3) GIS ID number {if provided during construction). 30 b. Inspection report of each trinnholelNtructure tested (See attached sample reports 31 to be wed for Wet Filin Thickness, Manhole anhole Holiday5park .Deteclinn, and 32 Manhole Adhi*iori Test). 33 1 .8 MAINTENANCE HATFRIA€. SURN=ALS [NOT USED 34 1_9 QUALffY ASSURANCE 35 A. Qualifications 36 1. Contractm 37 a. Be trained by, or how trairdi approved send certi Find by, the coating product 38 manufacturer for the hand Iing, mixing., application and inspcctian afttte cnating 39 pr*dows) to be used nx specifies[ herein 40 b. 1niliale and enforce quality coniml pr�crdur€s conshterll with the coatinp- 41 productfs) manufacturer mcommandwion5 and applicable MACE or S iPC 42 starlllavrds as referenced haulm CITY OF MR7 WOR11 I Sun lure wrwKr Khen 157 —Furl STANDARD {'ON-91RU rON 5FrFCrPTVATir1X DCX-IJMFM 0t}' Proluri Na 111227 F 0jPh%V1I1'6WUI%4Pm lnilffmal Per! 3 30 m)—Limn (nr3nnNAry Sower SLrKtLrrrP Rlcv} 2-4•201A42).doe ]}3960-15 I-ENERS FOR SAKITARY SPWLR STRUC711RU Peru 6 of 1 I t 1.10 DELIVERY, STORAGE, AND HANDILING 2 A. Kecp materials dry, protected from weather and stored under cover, 3 H. Score coating materials between 50 degrets F and 90 degrees H . A C. Do not slarc nrar #lams, heat or string oxidants_ D. WandIr coming ritalerials according to their material safely data slleets, 6 1, t 1 FIELD [SITE] CONDITIONS 7 A. Provide cCtllfoed space entry. flow diversion and/or bypass plans as necessary to perform tltc speci lied work. Active flaws 0iall be diverted with now through plugs i�s {f reVirtd to ensure that 11ow is IrGa+ntained oIT 1ho surfaces to be Iined. 1U 1.12 WARRANTY I I A_ Contractor Warranty I: 1, Contmclor`s Warranty shall be in u.curd.7nce wi11i Division 0, 13 PA11T 2 - PRODUCTS 14 2.1 OWNER-pUPNISFiEI) Iox4 OWN-Si1PPLIED PFtODUCT INOT USED] 15 2.2 EQU PNYI~'INT. PROD UCT '"P ES, MATE Ft1CA1lS 16 A. Ropair and Resurfacittig Products 17 1. Compatible with the specified coating p uet(s) in order I bond effectively, IIILis is forming a cempvaitc systeal 19 2. Used Eirtd applied in accordance with Ilic IaunufacTurer's morl'Imendation s 20 3, The repair and resurfac!ag pruducts in us[ Eneet the following: 21 n. 100 perer-nt solids. i�aluertt=free epoxy grout specifically forni UIwed for epoxy 22 topcoatinr, cam patib11iry 23 b_ F=tory blendcd, rapid szttiug, high early str4:ngth, fibcr reinforced, non -shrink 24 rcpxrr mortar that can be tovieled or pneumatically spray ,applied and 25 specifically form uIsted to be suilabic for tope awing with the 5,peeiiiud coating 26 product used 27 B. C"ming Product 29 1. Capable el' b-ring installed and curing properly within a manhole or concrete utility 29 svironmcrtt 30 2, i esistaitt to al fumts of chemica] or b=criol ogi c al attack found to municipal 31 s nitary sewer systcno; and. capaiblc oC adhering to typical Irtanhole structure 12 s6strates 33; 3. 71ze I W percent solids, solvent -free ultra high -build t �4my sygem shall exhibit thr 34 fbtluwingikearacter tits; 35 a. Application Temperarurr-50 dclrrees F, inininiLun 14 b. Ill ick- ness — 125 trots minimum for ne%vIy Installed htructilms. 25D mils 37 minimum for rclwbiIitatior4 of exiT.t!rig structures (Warrcrt Env ironnitmwi 13 Systcm 301, ARC S11-1B by A_W. Chesterton Coinputty) em oi: w<C o wD;t:ni SAnugry Srwwr M0111 257- Yuri STANDARD coN�rrwjC'noN SPP.CIMA'lMN 170aW7+" Crty hulvin No 012,17 ittvrwa Fdlivatv 4. NN ATTACHMENT A01-6 V Wo1ccB )IM40-UL lnul Pun m Spin EirvatiPn9+Addvmtul,kdckfkduu7 1413117W-Linch Cut Samuary.Srwir Smicrwes Ravi 2-4•.E4 i{7 aKdAX 33390)-7 LINT r3R Witte SANITARY SFWT.R 4TR[KTURFS PjLgc 7 nr 1 I I C, Cclar - Wfsilie. Light Blues, or Beige d, Cum prmive Strength (per ASTM 13695)- 8.800 pu mirrirniAIn 3 e. Tensile Sim ngth (per ASTM 13638) - 7.500 psi m1nimum 4 f. Hardness. Shore D (per ASTM D4541) - 70 minJmum 5 g Abrasion Resistance iper ASTM 04050 CS 17F Wheel) - 80 mg loss 6 ma%dmum 7 h, Flexural Modulus (per ASTM D790)-400,000 psi minimum 8 i. Flexural Slrengxll {pet ASTM D190)- 12,000 pni minimum 4 Adhesion to Concrete, rrlode 0f faiIure (A S TM D454I ): Subs."Tc (concmtb) 10 fai lu rye I I k. Chemical Resistance (p" ASTM D5431020) a.1i typLs ofservlcc Foy- 12 1) (v wilcipul sanitary newer envimnm€n1 1.1 2) Sulf irk acid. 70 perfxnt t4 3) Sodium hydroxide. 20 pf=cc nt i3 4. 0'. The rt ulri-Iayermod iFed polyurea and polyerre[hane Shall Crhihit Ihe roIIowing 16 characteristics: 17 a- Application Tt rFnNmwre-30 degrees r, minimum is in, Thickness - 500 art its minimum (Sp,-+,fra,%hielei) 19 c. Moisture Barrier and FIna I Corrosion FMiTier 20 1) Color - Pink 21 2) Tensile Strength (per ASTM D412) - 2550 pal minimum 77 3) Hardness. Shore D (per A STM D22401- 56 minimum 2.1 4) A brar~ion Resigtance (per ASTM D4060) - 20 ing Ioss inwdmum 24 51 Pcr=nl Elongation (per ASTM D4121- 269 25 d, Surfacer 26 1) Compressive Strength (per ASTM 016 1 )- 100 psi mlliimUm 27 2) Density (per ASTM D1622) - 5 Ibsfcu ft minimum 28 3) Shear Strength (perASTMi C273)-230 psi m1r iimum 29 4) t I6sed Cell Content (per ASTM D1940)- >95% ;0 C. C6ating Applicalion Equipment 31 1. Manufacturer approved heated pturaI voniponuni spray equipment 12 2. Hard to reach areas. primur application prod iQui�h-LIp may be perfgrmed losing hand 33 1001s, 34 3- AppliCOIDr SIVA use approved Tecinity equipment thal is odcgkrOte on size, capaeily, 35 and number sufficient to accomplish the work in a limely manner. 36 2.3 ACCESSORIES SNOT USED) 37 2.4 SOURCE QUALTTY CONTROL 4 A. Coaling Thickncss'ri %ing, 39 1. Film Tbii:kness TCsting for epoxy sy%icnIs 40 u. TAc wet film lhie:luress ptige mcrssurements fret ASTM D4414 - Standard 41 11raoice for Measure onem of Wet I'ifm Thickness by Notch Gages of 3 loptions 42 wiihin Thu manhole. 2 spaced eclktaIly apart slang thy~ wale and i on Ihe-be nch_ 41 I) Document and Riles[ mcr isuramcnts.and provide to file City. 44 2, Thickness TLsting for modified polymer Iiner!i stem E err OF i r1 r W ?RT'l i itwvr Mim 257—r�r 4rANDARDCQNsTp cTior4SPp;cn:icA'rinNDoLLimF�d7,5 CiK-t'znrecrNpG1227 ikm.aa Fct taut} 4, 302#i ATTAdHMENT AD1-4 r;-%PFL lJUCLXVOjINWO-al'SpcoVTinimW111h1 RATr 29 SiOMTrICA1d3MMAdCrd3ViolAddcndum 103 11?(jO Linen rLx Sdnrinry Sewer Strue1wo Fkv32-4-24t(1G2).Jiw 3339N-X UNI=135 VOR SANrr,ARY %-wF:K s mixTuRFS Page 1[ of I I Upcn instal tali orF of the Final Corrosion Bawler insert probe into substrate for 2 dt!p[h of syvcm mcasuremenl a# 3 loc ujomq within the manhole, 2 spaged 3 equally �Ilrart 41ong the wall and I on rite bench. 4 3. Document all toting results and pravidc to the City. 5 B. Non-Cunformixlg Work 6 1. City reserves the right to mgiPirc additianti I testing dcptnding oti the rate of f3iihire- 7 Z City will select testing locations. 8 C. 'resting Frequency 9 1. Prjeds with 10 or Icss rrmanholes and/or StrilctureS lest all. 10 2. Projects with gmarer than 10 Inaoholcs and/or structures, Ica t at Icast 10 and test 25 I 1 percent of mat7heles andlor 5truolure:i after the first J 0, 12 3. Citv w I I I sc]oct the mardiolcs an&& structures to be tested, 13 PART 3 - EXEtL E.MON 14 3.1 INSTALLERS ] 5 A, All installers shall be certified applicators 3approved by the rnanufacturets. Applicator 16 shall use adequate numbet oFski Iled wmianen that have been trained and exgerit=ed for 17 tiro j3ppraved pmdmt. Is 24 3.3 PREPARATION .21 22 23 24 25 26 27 28 29 30 31 32 33 34 �5 A_ Manhole PreWation I . Stop active flows via dammhig, plugging or diverting as required to insure all liquids urc rnsintoined beivw or away from the surfaces to be coated. 2, Maintaiai temperature of the surface to be corded between 40 and 120 degreta F. 3. Shield spe€ified surfaces to avoid exposure of direct sunlight or other intense heat .source a_ Whem vnryirig surface wrnperatum!i do exist. coating inMallatiorl should be schcdxllcd when the temperature ix Cal Ii31g versus rising, B_ surface Prepam.tion Removr, oils, roc3ts, graasa, imompatible existing coal ings., waxes, form release, curing compounds. e#3laresccnce, sealers, salts or either contaminants which may Affe€t the performance and adhesion of the coaling to the substrate. Reprove any s>w ps found in the 51r4ieture. 2_ Remove concrolc and -'or mortur damsg d by corrosion, chemical attack or other means ol'de-gradation so Ihat only sound substratc remains. L'frY (A. F BIr V 0161 I Sma" sc%we? Nl uln 257 — Part ? ,'TANDARD CON."'RUi ION 3PE.0 TIFI A11" D001MITNTri Cty T41UJOLI No [i I:Y7 RnkNed rcWrkQr4'4, _rod ATTACHMENT AQ1-5 F -yAOJOLWQ3 t MQ4ILtipecdTleui%Finm1 pan M Spmricrtiiu0 ddCa4i;kkddurdwn 1ti53 341H1 APA:tx I'm Swnknry Sewer tilruslun:sR0112-4-2LIj09177 AL19 33-19{,p.ro IJNFRk- FOR S*NrFAR ' Sr-WI'R'Mt Ik,'WXLN Puxo U n1' 11 1 3. Surface preparatlon method, or combination of methods, that rney be used include ? high pressure water cleaning, high pressure wWeriett•ing, abrasive blasting. 3 shniblastirig, grinding, scarifying, detergent water cleaning, hot water bi Oting and d othm as described in SSPI<' SP 131.NACE Rio_ 6. 5 4- All methods used shall be perfarmtd in a rnarnnet that providel u lani Form. sotujct. G clout, neutralized, surface suiTablc for the spec iried coating product, 7 3. After completion of surface Preparation, inspect ibr ieaite, cracks, holes, exposcd 8 rchar, rirkg and cover condition, inverf condition, and inletioutlet pipe condition. 9 6. Afi:cr defects in the Wucture have been identified. Seal crcks. repEdr exposed rchar 10 witli iic%v rebar to tneuch existing, repair Iraks and cracks with grout or wlicr i } methods appruved by (lie Manufacturer. A i new rchar shal I be cmhedded in 1 i2 inch epoxy mastic_ Fteplacclscal cannectioji between existing frame end chimney if 13 it is found loose or not attachird_ 14 7 The repair materials shall he trowel or spray applied by Iltc ]tilting Contraclor 15 L51 i I WIr, proper equipment on to 5pixiIied surfacrx_ The egiAipment shall be 16 specially designed to accumIcly ralio and apply the spec Fred In�iieria19 and shell be 17' regularly Maintained and in pauper work- ing arder The Fepair rnarlar and epoxy 18 Napeoui mtul share Ilic Saute epoxy moltix Zn ensure a bonded weld. No 19 ccmcnfi imps repair maicrial. quick settling high strength concrete with Iatex or 2ruring went adtiiIiVes, or gKlxck set illQnqu•s will be allowed. PToper surfice =i pre paralion procodure� niam be f€Pllowed I ensure advquure bond strrngih ID any U surface to be coated. Now cement cure time is at least 30 days prior in wa ing. Th-� 73 repair Materials as specified in this Sed ion shall apply to bolh existing side aares 14 and new installed structures. T3iis includes Developer projects, its Which new 25 insitilled strucItireslinanholer, have boon idoPiIi Ped with either cracks. x-aidk, signs aI' 26 irl riltration, other structural defects or 01ltr:r related constructiun dx mage. 27 3.4 INSTALLATION 28 A, Crentral 29 1 Pf!rromi coat iagallerIhe sewer Iine repi$ccwenllrepairs, glade ad,1tlstnrerlts and 30 grouting rlre complete. 31 2. Perform application protedurlrs per recommendations of Iltc costing product 32 Pnanufacturer, incIudl119 crwiraninental crantrol& product handling, in ixing and 33 appl icadark 34 R Temperature 35 1 _ On I perform applituticn i f surface Ic!Mperature is between 40 and 120 degrees F. 36 '?. Make no appIicatioil if freezing is expected to occur inside the inanhoIe within 24 37 hours after application. 38 C, Inuring #9 1, Spay apply per mnnufact ureF's recornmc]]dailoil n1 a injnirnunj in tilickne-- L'L 10 noltd in Scctlpn 2-2.B. 41 2- Apply coating from bonom of manhole rrame to fhe henclVircu , including the 42 1,cn0Ytro1LQh. CITY 01} } [)RT wORT14 fan i eery Ss uvi �+dbin7 are ]S—P STANDARf!t'C}NSlRtIL'17i�1�tii*f�IFiCI4�iC}DTDM..uMi:NT.9 ['II�i4vlpt 1 0i227 r[ RoX Ghed N'eheunry �. 202ta ATTACHMENT AD1.6- P V1MJM1KVP3I iVWD-0Il5N"T-multiFinal PAU : d 51rcc rlwliaralAddendaLQdandum 1 i33 39 Grp I.,mw,r36 rut 5nnHanr S.ru'A Shicluera Rcr3:4-ZO I'O[r}}.due ` 339 N - 1{I UNI:lk.S MR SAIVI rmty SLV. ER STR KTURlN Poole 10 of 11 1 3. A fter walls are coula d. remove bench c+ovcs-s and spray benchllroug.11 to at lead the 2 same thickness as the walls. 3 4. Apply any topcoal ur ndditianal coats within the prbduct's mcoai window- 4a. Additionol 5urfdcc preparation is required if the rerwat window is exceeded. S 3. Allow A minim urn of 3 hours of c= time or be so hoard 10 10 Lich be1'ore reactivarinR 4 flow. 7 3.5 REPAIR I RESTORATION [NOT USED) A 3.6 RE -INSTALLATION [NOT USED1 9 3.7 F1ELD QUAUTV CONTR0L 10 A, Each stru Mum will be vitunlly inspected by Ilse City the saner day following the II application 12 B, 0roundwaler in#iIira.liors of (lie symrn shalt be •rert),. 13 C. A I J pips con noctiom shall bye opcis and clear. 14 D. The inspector will check for deftcienuies, pinholes. voids. crack['. uncured spots. I5 drlaminationt anti thin xpots- Arty deficiencies irs the liner shal I be marked and repaired 16 according to Lire pros edures outiined by the M anufaciurer. 17 E, If lcdU are detected they will be chipped back, piugged and coated immedin#eiy ss• ith 19 protective epoxy resin coating- 19 1. Maitic repair 24 hours after leak deteclion. 20 p- ?og;IaAalhitionCoalirigTests } G I . After liner installation, o=lucl past -CCTV in accordance with section 33 U1 31- 22 Video camera shall be lowered frain the top ot the. rrsanhole to the inycrt, to video all lined surfaces, prior to beginning pose-01rTV of the main Payment for this 24 work k subsIdiary to the cost Mr the post-C'CTV of the main 25 2. Holiday Detection) Tcsting 76 a- Floliday Detection test ilxc IInor per NACE S IV189—DisconLinuiIy(HolWay) 27 'f esting of N rev Prolec#i%ec Coating-9 on Conductive Substrates, Mark all 28 detected holidays. Repair all holidays in accordance to coaling manufacturer's 29 recornmendations, 30 11 Dor_uwent emd attest all tell results repairs mMe and provide to the City 31 (see atuxched Sam pie struc(urcjrnanhole report). 32 2) For cxample, the rypicA tegliag requiTcmcnt5 are 100 volts per mil to x3 l2,50 yolk- to test I25 mils- Ceritraetor rihall marl any location that sh +� l a 34 spark or polumial roe n pkihole and repair Illcsc locations per nianu1'tseturcr 35 r>:consrssendations. 36 3- Adhesion Tes#ing CITY OF F0lC1' 1WUR'M Snn4wry SX3 .. Mom 257 - Pun 2 STANDARD Q05b'TRtJC7QN 5FECIVIC'A MN FXX_t1M1- M VILy thoieat No 0IZ7 Rcvkred Fvb+nu1rr4, .'Q20 ATTACHMENT A01-9 F.yuxjgCtINjaIZMMi4IZpM-ajnW13Fjrw1Pan 2DSpyjf.jMtW3rWA1WeiWialkdd Wum1131VbU_tjtwh1ap9Wtz4tmpy$ewrj $u—LiL cs JiuyS Z-4.1.0 jtj02 l.duc LINERS FRR NANrTARY SPMER STRi [C-RMES F'nge I I rrr I I t a. Adhesion iesl the liner at a rn inimuTli of three locations (cane aFe8. relict-settlon. 2 and ho11om of the 5tr"ruFc)_ For structures exceeding 6-feet add one additional 3 test for cvtry additional 6-feel, for example- 6-fwt manhole — 3 tests. 5-feel, 1- 4 Inch mianhote thru I ?•feel. 1 1-inch rnanbole — 4 tests. 12-foot 111an]l0le— 5 lests. 5 Etc... Tests performed per ASTJVI D7234— Standard Test Method leer putt -Off 6 Adhesion Stregth of CoMiltgs on Conereiq UMng Portable PL]I-Off Adhesfon 7 Testers, 8 1) The adhesive uS,cd Iv attach Iht dollles !�b;11 have a w,rr.Sit1: strength greaic7r 9 diet the liner_ 10 2) failure L,l'Ilic dolly adhesive Es deemed a note -test and requires retesting, 11 3) 2J3z-6, of the PtIMS Shull exceed 3M psi or concrete failure with mare than 12 1;0% of the 5ubsurfaGe adhered to ilie coating. if over 113" fal1. addit Tonal tek�u ?3 may be regilired by the City, if add]fionW tests faiI the City mat. require 14 removal and replacement of the lJner AT the corltractor'-� expense, IS 4. A bonded Third-parly testing corn puny sha.fI perform the testing. 16 5_ Or Contractor may peribrrrl tecl,, i r imessed by rppresenlative of the coating 17 manufacturer. Coal ing manufacwrer rtpreserrtatiuc to provide rertfficatioii thril 18 IwontmcIor performed lusts in arcordance with noted standards, 19 O. NQn-12nn'otming WnrkE 20 1. City reserves the right 10 require additlonW Iesling depending on the rate afAiIore. 21 21. City W i I I select testin8 locations_ 22 3. Repair all dofects according to the ma nufncturer'S reconi mendmi om. 23 I -I. 're MingPraqu,,ncy 24 I. 1'rojtcts xvith 10 or less manholes andlar structures iw "III. 25 2. Projects witli greater than 10 manholes and{ar struclureS, iC-;I at least 10 and Icst 25 26 percent Qf manholes andYor 91rucrures aRer the first 10, 27 3, City will select the manhOies andlor s1racItices to be tested. 28 1. Test nianhole for final acCtplance according w 5cution 33 01 30. 24 3.8 SYSTEM STARTUP [NOT USP131 30 3.4 ADJUSTING SNOT USED1 31 3.10 l~'LEANYINI ]NOT ISED1 32 3.11 CLOSLOM ACTIVITIES 33 A- provide al! test resuIis from testing per Section 2.4 and app1i€ator certifications per Section 3.1. and in a ordance ;wliil Sqmfloll 17. 35 JIB_ l 1pan lnal compJcrien 0I' the work, the tn ti ni i kicturer andior Ihq testing firm Zvi11 36 priwidt n %vriIIan ccrii f ali0F1 Of PrOpet applicaliorl to the 0ty. 17 C T r cortiiieation wlfl rontirrn that the dcficienI areas -were repo imd �n accordance with 38 tltc:procedure set forth in this Sper iric:aTiarl. The final report W i I I detail the locatiariofthe 34 rep$iN in the structum and description of the repairs_ See attached testing forrns, c'rt'Y ol, rt?Rl' WORTH 5nnnorti' Scut r Msln ? t7 - 11nn 2 STANIMKTI CON5T]7ETCTICIN 9FFCfFTCATION D00rMENTN F'rutM NO III;'7 RtYtstdrehruan 4,200 ATTA6MMIENTADI-5 rAprajootwr} I K 44] ]IkkproP6rirkPCLT'111A1 Ntlf $ IInj Ii}3 39 bQ Llnrra for 5un1iu[4- Sc",cl Simaurr6 Revl 24.:0 1002 � d= T LIMM5 FOR SANTCAR Y KEWER STRIJMJ loft Pugc 12or11 1 3,12 PROTECTION SNOT U5ED1 ? 3.13 MAMTEIwilAKCE SNOT USEDN 3 3.14 ATTACI3 IS [NOT USEDI 4 END OF SECTION Rcvision Log FATE NAME SUMMARY OF CMANGE FLerdl cf clwii'reorit,r[an ih-o skxci ui4 rypwo ofmaaholuuntkrPal 11_ ikialnavjIl uF Ruvsn Lining syAerrt mkd iftbrian oFRlxr-u iSlilold and Women EimtMwrFHuMMJ ♦�-I}�-21} (i J. Ka►sraufcla SYMM" IG1. and ARC * IIM ay A_ - Chametlan Catripfty_ Additiultul,rauri=a ualkk+y onrtrml nud 11cId guufitw cpntrol tc�I mrpjrurrkrrl3� Addad lumir% f ams ror Wct FIUrI'rlrickncs- M'inr11 L HalldaWSpark Dclertlan, and MwFtholr Ad]itsrue (Try UA: FORT iVOKM Ronrrmy ,k wv Marn 757- STANPARID CON WIRUMON 14TCfFlCOVIp1`+1 EXXVME"iS cit4 ;Ntyccl Nu 411227 SI"mcdFebruary4."1 -D ATTAC14MENTA131-6 1r iFVM}"Ik5poFr5Fwa Wl.nAl Pwit 3.0 1k33 V d{I_i.jr=ra IN Saniinir Sewer SimelwemRev3:mayU1i1b dac Cornpany Narne: Phone #: Cell. _ Coating Date: _ Project Narne: Contractor: Owner- Th lckriPss of Epoxy Coating: Location of Structure: Line & Station #: Structure Type: (check one) Inspection Date: Inspection Company: Inspector Name; Manhole Depth: Number of Tests: Test Resulm Com€nents: POST IN TALLAII N MANHOLE ADHESION TEST FORM Other - Work: Crew Leader: MANHOLE INFORMAT)ON W DI MH S' DI MH fi' DI MH 7' ql MH TYPE A FLDW DIV BOX TYPE B FLDW DIV BOX JUNCTION BOX SPHIPHON ENTRY BOX METERING STATION Adhesion Test Results {ASTM D7234} `Non -Manhole Structures may require additional yAretches to indicato testIng location for all testing Procedures. imiude additional sketehey as needed. FORT WoRI Indicate test locations on drawing ATTACHMENT A131-5 POST ii TALLATION FoRTWORI MANHOLE HOLIDAY/SPARK DETECTION TEST FORM Company Fannie: Address: Phone #: cell; Work: coating bate- Crew Leader: Project Marne: Project Contractor. Owner: Thickness of Coating: Location of Structure: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) � 4' pl MH TYPE A FLDW DIV BOX 5' DI NIH TYPE 9 FLDW DIV BOX 6' DI MK JUNCTION BOX _ 7' D1 Mai J SPI41PHON ENTRY BOX — METERING STATION Holiday detection Test Results (NACK SW118S1 Indicate defect locations on drawing Uner MaU!riai: Spark Tester Serial Ft; Voltage Setting; inspeCtion Date: Inspection Company: Inspector blame: Repair Date: Carnments: 'Lyon -Manhole stirurtures may require additional sketches to Indicate testing im-2tion For all te5xinu procedures, include additional sketches as needed. ATTAGHWENT A 01-6 Company Name. Address-, Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Coating: Location of Structure: POST INSTALLATION FORT WOR-] MANHOLE LINER INSPECTION FORM WET FILM TUCK E S Wnrk. Crew Leader: M1ANHOLF INFOAMATMN Prolert #: Line & station #: Other: Structure Type: {check one 4' DI MH TYPE A FLDW DIV Box 5' Dl MH TYPE B FLDW DIV BOX 6' DI MH _ JUNCTION BOX ~ 7' DI MH _ SPHIPHON ENTRY BOX METERING 5TATION Wet Film Thickness Measurements Wet Film Thickness C:auge Per A.STM D4414 at 3 Luealions Within the Manhole Two (2) Spaced Equally Apart Along the Wall € nd One (y) on the Bench Yes / No cture Material: Lining Material: Comments: MH Depth: II,+1H Width: Bench: Mil (Gauge) Invert (Sprayed) *If No, Justify Indicate Measurements on the Diagram Above Yes / No 125 / 250 Yes / *No ATTACHMENT ADf-6 POST INSTALLATION FORT W ! MANHOLE VACUUM TEST FORM Company Name: Address: Phone #: Cett. Work: Coating Date: Project Marne: Contractor: Owner-. Indicate pass/Fail' Location of Structure: Manhole Pour ar Placement Date: Crew Leader: Line & Station #; Other: Structure Type: (check ore) 4' 01 Mai _ 5' DI MH 6' DI MH _ — — 7' DI MH InspeLtion Bate: Inspection Company: Inspector Marne, Repair Date'. Repair Location: Type of Repair: Repait Materials: Comments., 9, TYPE A FIDW DIV BOX TYPE 8 FLD D)V 909 JUNCTION BOA{ SPHIPHON ENTRY BOX METER?NG STATION Vacuum 'Tess Results ATTACHMENT A►D1,5 THIS PAGE IS tNTENI'CONALLY LEFT BLANK FORTWORTH. '4* CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated; September 06, 2019 Sannry Sewer Main 257 - Pert 2B ATTACHMENT AD1-6 The Fart Worth Water Department's Standard Products List has been developed to minimize the subinittal review of products Which meet the Fart Worth Water Department's Standard Specifications during utility construction projects. When TechnicaI Specifications for specific products. are included as parr of the Construction Contract Docurnews, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fart Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements ofthe'recimical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fart Worth Water Department's Standard Products List. EInilafy Sewer Main 257 - pay# 2B ATTACHNIENT A01.6 Table of Content (Click on items to ga directly to the page) Items Page A- Water & Sewer 1. Manhoics & B slComponents .............................................. - Manholes BSc DA!iesfFihcrglass ........................................ ,_............. 2 3. MenhoIcs & Basc�fFrame.$ & CuveFrs/R"regular ............................... 4, Mianivics & BaseVFrumes & CtrvorWR.nund ......... ............................. 4. . Manholes & BasesjFmnje�i & CovcrVWawr Tight & Pressure Tight[ ., 5 6. Munljolcs : Ba9u-slPrecast Concreti2 ... ........... ................ ..., .............. d 7, ManheIes Bmcsl Rehab Sysic eCemenlitious ....... .:... .6 7 8. matihoics & Ba►ses drab ystemslNonCementitious ......................... 9 9, Manhole Insert (Field Operat ions Use Only) „ .............................. •• 9 10. Pips Casing Spacer...............................................................,..,.............10 I. I. PipeslDoctile Iron .... ............................. --- .................................. .......11 12. Utility Line Marker,....................._F_......................................................4 12. B. fewer 13. ..................................................... 13 14. Coatings/Pulyurethanc ...... ................................................... .....I..... 1.4 1 S. Combination Air Vnlvcs ............. ........................... .. . . . ................ 15 16. PipcsfConcrete .................................................. ..: ....................... 16 Saniury Sewer Main 257 - Fart 2B ATTACHMENT AaI-S 7. Pi.ppc Enlargement Sysiem (Method) 17 18, PipcOFiberg Jw Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.................................. . ........................................ 19 20. Pipcsf? C (Pressure Sower).........................,......................._............. 20 2 1 - PipcOPVC*...... ............ ..................... ,.,.+.........::........... ...2E 2.2, Pipcs/Pr-hahJCEPP.....................................:......:.+: ................... --...... 22 23. Pipe-dRchzb/Faid & Form :.:............................. ................................. 23 4. Piposl pen Prefilc Lame tAmeter .....,.,.......................................... 24 C. Water 25. Appurtenances ....... . ......... . .................. ....... ................. .2-5 26, BQ11s. Nuts. and Gaskets .................................. �.......... ......+.,...,,,........... 26 27. Combination Air Releasc VjnJvc ..... . . .............. ...... 27 28. Dry Barrel Fire Hydrnnis...................................... . ............ , -6. s 29, Meters ....... :.... ................. ....................... 30. PipeslPV (Pressure Water ................................ .».... ,... ..... 30 3 E . PipcslVaIves & FittingsMued Ic Iron Fitiih9$....................................... 31 32. Pipes/Valves & PitkingslResflicm SeaLed Gate Valve .......................... 32 33. PipcgVaIves & FittingvfIRtMbber Seated B-Utterf!y Valve .... ....... 33 34. Polyethylene E=.ncasemeni .......... , t........ . ..... ...................... ,a. ........ 4 35, Sampfing Stations .................................... ...+......... ................................. 35 Sanitary Sower Main 2W- Part 213 ATTACFlMENT A014 m rYf Z UJ 10 7 e F w G7G �6j R. m t 'ram m ro a. FG +i a� 7 ki In F- -C, a 6 r1 t Z F G v ap Q s R r, CL t- 4n cqlip c� F w d4 � E fT 23. R6 C. 1F F4 nU s� Q Erl N3 10 m ca V R 0 w bl ta r{� m N m CL zw iu C L wj O+ s 9 z CC ma ml Lh - :tp C 4 f \ I ■ m 0 vi e r 4 Q w r F-4 L40 CL Q 0011 U-1 INVITATION TO BIDDERS Page 1 of 3 1 2 TrhA4T- n' 40W mD u tk9 1 3 4 ILOQ - - V 1 City of Fort Wort 11 12 10nn�roe I --I I-- 'S t Tv1T�3 GrGGL 13 � + tzr +>^ Texas 76102 14 15 Bids will be aeeepted 16 T—L1� 1a I at ads^ 17 2. icc1,'._efy 40 8-;30 1 -Zn O '§'t,,,H„1ayS ORIY ., the S6t,st, Eft 18 , 19 a4ment staff per -son will be available to vccpt t f�-im�. - - - -e time stamped 20 21 3. i f the 1 idder- deses L,..,,,1...,,;t the E.i o„ Tad� . +P� time 6� . + e desi;�f.4eu if wav VaV uvi 'µ V UµVA-AAAL L�liG V 22 Tmirsday, 24 employee a� the South End bebby of CRy Hall leea+ed at 200 Texas Street, 25 Texas 76102, where the bid() will be r2F.6wi..c'li-and imeA ato stamped . .,1 eve 26 27pene d ,.,,1,t; t., a read aloud at 100 Pe� tt,e n;+.. r ,;t Chambers a. a 28 29 .The general ptiivrrc= will not �vo allowed in the GAy Getinei 30 Chambers, 31 32 In addit4on, in lieu of delive6ng reompleted NIBE forms for the prej eet to the PuEehasing Offiee-, 33 bidders sha4l 0 mail the eempleted MBE forms to the City Pfojeet Manager no Wer- than 34 , exelusive of the bid Pm-p- 35 date- 36 37 38 39 'T'1.e major- ,_,orL t ,41 e-Emsist of the (app aN .+e) F ttr..,,iftg 40 ,1,r4^,••i atel y 2,260 Y F o f Af3- ineh �an4tary sower `Fiber-14g aa's-'viv'7 "11by epen eut. 41 0 pp-- . Let„ Cl -7no > > f 42 ineh r;+ „ so . (-Fiberglass S1.r72by opm + 42 * AppFex�imately 270 T of 42 iineh sanitary sew—"-- (Fiberglass SN724 in:70 ineh steel 43 yµUUAg VA LLL1111G1 44 45 Q Two Y_,e'h�^t~on with 56n r F v f 36 ine and 30 ineh wait.,, , 1., p.� ...� .. ..-.... � ..�..�. .. .. .. ......J �i�.AAv.aA NAND 47 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 22, 2016 11Ftw-fs,ftw,ap !4arelpmjects103181040-01VSpe sTitWTinal Part 2B SpecificationslConfarmedlAddend= 1100 11 13 Invitation to Bidders.doc 0011 13 -2 INVITATION TO BIDDERS Page 2 of 3 Az.i �� 1_� 2. .`tea, r Ue 8 9 of Feft Alefth's 10 ' 12 13 , 14 15 16 Bid ri.,,.,,,, ents Pa6kage; 17 httesM 18 19 Addends 20 h�a.,-lI.4..e s �cn t,.4er1, . Ire; `���n�n�� i��a_A[,c.l-270n c..12hb;hRl �en3�-�-Qo���o�Qrov��.�^o, �-�—�oo�—o�-ri--oaz on 21 22 23 Co 24 suppliers. i%h dE 25 nfl 27 . 28 29 30 . 31 32 , 33 ,Suke 300, 34 35 36 37 38 dfawings aveilable. 39 40 . 41 42 43 44 leef4ian, date, 45 46 , 47 43 r« 4iO the , f g at pFeb;a n ene 49 the be issued Addendum and any questions and answffs pr-evided at w4l as an 50 te thO Gall feF bidS. 51 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 22, 2016 11Ftw-fs,ftw.apailsharelprojects103181040-01lSpmslFinallFinal Part 2B 8pe6ficationslCmformaMddeudum 1100 11 13_invitation to Biddess.doc 00 11 13 - 3 INVITATION TO BIDDERS Page 3 of 3 1 j r;., Tr,i-.OFROt Site- 2 _ 3 4 sr,e S 6 7 GeR nee m: 2c31 ^inn 758, 9 The meetingYA11 UV 1Gi4,,-13 ed„esda > April 29, ,1 n..nn n 4 • 10 GUY, Tu— AG—C a 1QA'Y 11 fit ++�> �} 4.�_+4 F-es vG� the v >^t A1S314 �V YY C41v o o ,E.,,.i+;,. rd to aeeept ,. �,�� 12 13 14 15 16 At4n����T;G4y��-row 17 Email. 18 Phone; 817 -394 19 AAMLOR 20 AAn : Gear-ge Faft-&, P.P., Asseeiatesr 21 Email-.- gfqffth64)pl 22 23 24 26 , 27 28 , 29 indi-N4"s email addr-ass All Addenda be distributed difoot4y apA phone number, wi4l to the-Je 30 who have expressed an interest in the --,,--A —.11 -1— u- F-6 proeu v y -Wdd AAA u11G vit-f of 31 Wefth' Yv t,µaVAR<A..SuI� .ask >, vrc�trsrcc-uc�rccp, •to F 1,tt,.�,.t.�.,,,.ti,tev.,. csv�rcrrcvnar�o�crmarazY�r . ��.,.r >^.,singr 32 33 34 April 16, 35 Apfil , 2020 36 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 22, 2016 15Ftw-fs.ftw.apakbarelprojects103I81040-0IISpe4,.s\Final\Final Pad 2B Specifications\ConformedlAddendum INK 11 13 Invitation to $idders.doc Oft II 5-1 JNMA"ON+TO pIDDW page I of 3 t S)E C-HON 00 11 I3 2 WVUATION TO EMDRkS 1 3 RF.CEIFT OF R m5 4 Due to 1hi C Ti719 Eme .envy declare4 by the City of Fail Worth and until the emergency 5 dcc[ tration. as amended, is.resainded. sealed bids for the cosWruttlon of Sanitary Sewer Mans 6 237, Upper & MiddIt Village Creek Parallel Relief l sdm — PArt 2B, CJty fro'jmt No., 01227 7. will be received by the City of Fort Wirth NrCI)Wang Offiicc until 1:30.P.M. CSC". Thursday, 9 May 2n, 2020 as further describod below: 9 10 City or Fort Worth I I Purchasing Division 12 1000 Thmclmorton tenet 13 Fort \Vorth, Texas 761 )2 [4 15 Bids -wilt be accepted b_ 16 1. US Dail at the eddreas above, 17 2_ BY ctluries', FedEx or hand delivery From 8:10-1:30 on Thursdays only at tilia soLith End Is Lobby of City Hall located at 200 Texas Street, Tart Worth, Texas 76102, A Purchasing 19 Department staff pc1_von will be available to accept the bid and provide a time starnped 20 receipt.. txr 21 3. if the bidder desires [o �ubmil the bid on a day or time other than the designated 22 Tbursd.sy. the bidder m-osl- contact the Purchasing Department during norms I working 23 hours at 8 t 7-392-2462 to make ran appointment to meet a Purchasing Department 24 ern ptoyea at the South End Lobby of City Hall located at 200 Texas Strco. , Fort Worth, 25 Texas 76102, why the hid(s) wilI be received and time/date stamped as above. 26 27 Bids wlI1 bu npcned publicly and read aloud at 2,00 PM CST in the City Council Chambers and 28 broadcast through live stream and CFW public television which can be accessed at 29 hyp J1 aMmdh Pe ens. ylfwtvY. The general public will not he allowed in the City Conn -oil 30 Chambers. 31 32 In addidorl, in lick ofdeliv€ring cmnpll~ted N413E forms for the project to the Pumllasing Office, 33 bidders shalI a-rnaiI the eumpleted N4BF., forma to the City Project Manager no Iawr than 34 2,00 p.m. -on the second City busincss day after the hid opening dale, exclusive of the bid opening 35 date, A 37 38 GENlFRA.L DES RIMON OF W(1ll1 39 The major wane will consist of the {aXroximate} following: 40 • Approximately 2,260 LF of 48-inch sanitsry sewer pipe (Ffbergiass SN72) by open cut_ 4I + Approximately 9,7U0 LF of 4 -inch sanitay sewer pipe ( iberghm71) by ripen cuL 42 * Approximately 270 LF I2f4 -inch sanitary sewer pipe (Fiberglass SN72) in 74-inch steel 43 easing or tunnel Iiner or wood box. 44 • T hTee son itary sewer concrete junction structurlm 45 is Two inverted siphons with560 LF of36-inch and 30-inch sanitary sewer 4iphon pipe 46 (Fiberglass N"72). 4-7 ' OF ART WORTF1 STANPARD CON sTRUC' or4 05CMCAIION OW m EKTs Rvvpse4 i lk<embu Zt, 2016 Smnita►y+ tCftr t4En 257- t'al t 29 Ci Y Frojeel No. ID 12 -7 Fy�Jrd lIPUNO1 s0WkR"PUt20 LtiiL:eon 11 iajh,, mb Jae ATTACHMENT A131-2 ild 11 11 -2 irrWVATTON7 } HTDDM lla$4+Of3 1 PRE UAL[FICAT1ON 2 The improvements included in this project must he performed by a contracts;r whir i:c pre- 3 quEdifled by the City at the iC ne of bid opening. The procedures for qualification and pre- 4- qualification are outlined 1n flt 'Section 00 21 13 — IN TRUCTIONS -ro 131DDEltS_ S d 7 DOCUMXNT E 1 IINAT'10N AND PROCUREMENT $ H. The Bidding and Contract Dmurnettt3 may be exarnintA or obtained on -lore by vi-qiting the City 9 of Fort Worths Pumhasing Division webs ile at hap. flwiyw. i'aT 'ortht"is, ov�hastin and 10 clicking on the Iink to the advertised project folders uti the City's c1ectronic docame"T 1 I managernertt and collaborodon system site. 12 13 The Contract Documents may be downloaded, viewed, and printed by interested conumctors 14 andlor suppliers at the following Iiatk- 15 16 aid DacumenlsPackage. 17 hops /1idoCLb3fiQ,aukodesk.coMJL% 6U f [a Zd 57-35a0-4a1 - 9 t8 19 Addcnda- 20 hitns:IldoEs.h360_at�t�d�sls��rrwls�raresl7�s0a(}���44hGd-87fZ-t}a13hb5h31ad 2i 22 23 { ante t Dr uments may be dowtdvaded, viewed, and printed by imerested contEactors and/or 24 �iupplim. The contractor Ms required to fiH ant aad aotitrize the Certifkate oflntorested 25 Purdea Farm 1295 aad the Form mint be-mbmitted to thr Project Muoager ber"isre dke 26 contract will be pr cotcd to the City Council. The farm caa he ohtalacd at 27 bt#:l}ww.ethic.latc.t�.nsf#r1191t1(u.i . 28 29 Special Conditions on Southern Oaks Goff Coarse are outlined in site Documents. Contractor 3o AW1 pay special attention to those requirements. 31 32 Copii�--s of the Bidding and Contract Documents may be pwchased from Plummer Associates, 33 Inc„ 1320 S. UniVersity Dr_, Salta 300, fort LNort,h Texw 76107-5764 34 35 The ckW of 13idding and Contract Documtnts is, 36 Set of 13iddin g and Contract Documcn% with fiLEl size drawin : 120 37 Set of Bidding and Contrael Doc wncnW with half size (if available) drawings. No half-si3o 39 dra ings.available. 39 40 A 49-hour notice mum be given to the Engineer prior to picking up drawings Arid Specifications. 41 42 PREBID CONFERENCE Al A p€cbld conference way be hclrl as described in Section 00 21 13 - INSTRtJC'I'1ONS TO 44 BIDDERS at the following location, date. and Bette via web conferencing Arpplit:Aiaw 45 46. A pmbid cartferince.wi11 be held online via it web conferimcing applicadun, invitations will be 47 distributed directly to those who have submitted lrxptessiom ofi:nturu l in the projnet tuthe City 48 Project Iti amger amYor the Design Engin r. The presentation given st the prr id-conferenee 49 and any quastiong and answers provided at the prebid conference will be isivad as un Addendum 5a to the call for bids_ CITY OF FORT WORT11 RevL*4 a«r-mru 2.2,1Q116 s m"y $awn Kidn 257- Pat2t3 City Meet No.: 01227 fly;[ff .%3[j06.(kLUA F,o.1" rwj IRVgWL-)m4 LI I1_"Wr Fn B.*sdo- ATTACHMENT AD 1-2 Oq 11 13 -3 JNVITA.lION TO $IDCIM page 3 of 3 t 2 Vin ITTtMet Site: 3 hilps:JJtiiivurl.comlFt-Wc)rth..kl-257-Part-2B 4 5 Via Phone, (i +l (382-207-4336 United States, rurt Worth (Toil) 7 s canere�,ce IU_ 253 799759#. 10 The meeting wi1I be held rm Wcdncsday April 29, at I0:bti AM i 1 C:I7M RIQHT TO ACCEPT OR REJECT Flips 12 City runrves the right to vmive irregularities and to smcpz or reject bids, 13 14 15 INQUTII` ES 16 All inqulHes relative to this-procur meat should be addressed to ft- following, 17 Attre John R. Kasavich, F.E., City of Fort Worth L8 EmaiL Job n,Ka�g nh(afori-worthgov._—m 19 Phone. 80-392-8480 20 AND/OR 21 Ann. George Farah; P.E.. Plot mor Assaoiatesi Inc. 22 Email; .farah a` nlununer_co i 23 Phone, 817-806-1700 24 25 EXPRESSION OF INTERSEST 26 To ensure bidders are Inept up to dal uF any new ulftarmaticn pertinent to this project or the 27 COVED 19 eTmerb,e-=y d€clam6on. aS amended, as iI may relate to this prioject. bidders are 2� requested to email Expressiom nF intemst in this procurement to the City Project Manager and 29 the Design Engineer. The email should include the bidder's company nwne, snnt=t person, that 30 individuok email address and phone number. Ail Addenda wiJJ be dis1Hbuted directly io Ihm;e 31 -rho hlive expressed an inter" in the prmtireymew and will also be pa and in the City of Fort 3z Worth's purcliwing w-ebsite at http:Jlfr)rtworthtexa%gov/purchasing/ 33 34 ADVERnSEMY,INT D A T FS 35 April 16, 2020 36 Apr3] 23,.2020 17 38 FEND DN SEC`110.N MY OF FORT WORTH STANDAK) CUN SMUC-RONS VFCMCAT1QMDOUM 13 Ravised ❑wember 22, 24Ifi SS3MFtUyy Sousi Main 257—dad to crty prrojsci mD n 122} Q:pwku%3irvk*I.iP-.rj;"-FnmE ftm ]6�&�Aaimtlum 15Ao4•'_M I L Ea RTMUMM WdM&* ATTACHMENT A€71-2 PA p 3 4 n err -OF Min 4 re ay GO; Ili kn .3 �i r rr . a,.., taa..ea'e6 H*.-E.�.+r 4.. ..a,.__a l — _t ..c+_li; la _ r. - ut ., 2 51, '-ir['v' 44 PurvhI gp'lvOian 44 rFed&j20 , 77 7{eeeEM; im S TJr 2 i'$:;r. aiiis� t' r""'r t4TFf'C>; , .. cca ,.....F ..�.._.._ , ib „sh live ueam Flma - ...t4 14me ..r,_.:... �.._ w4ti '- ---. 1..� .. 38 Hi$ in lion lapdeHveping o@mrieied MBE fom'. Be. �}pl- �_g a- 44L r i # 'Ti • • 4-3 e"Jig Of 1AAAF I 'I 44 • Tkl 8 _ +' ; y T air rs L`7�op C-qmmrrr.�vt:tor r,.,-r.rr... A'tr nY._ivirrtier_ r.rru ,rr� ern GtrPFF�r_m rcr �S OF�Lgr..�14 kx —"­dri f?@;_ 6%4 N MWER PRE Q ULAm'6lRGA-R ON - y f� ei T 3P'$ y a r 9 044LO14 woo rIPweh&tlm' -I$ �il E S - - rrrr, �-r.r owed; an ya {,,,yam! 29 94 Ti +j r� �FY�}�hL TJT.rf+.r4iva W ux } �' +, j��y 44 1�' i £ y w - im-4u Ed 49 N„i i,— R'.x rrraYrY.V.I rI1 nmllnor rn___ 9 am:F i T"45oh - 4 l5 V� Phone! 2 9 CfPTI f.•:.._.. _ Uh 'h tie ;nn ;680 4 ff OR REJECT BID 44 -14 -�? ,utr.` La A44)�QR 23 4416y. 81'7 iartr_ i�nel 24 46 Ex r r t - .. , li'cadr�'sr+i s i te Gi !y Af FfA 33 Apm i 3 ap- Yi\i5 cne*,�roarn�Av � rn y`rrc 1011 pill DMTATION To BMDERS Pale I of � 1 SECTION 00 11 13 2 FNVITATION TO BIDDER 3 3 RECEIPT OF BED 4 Due to the C OVID19 Emcrgency declared by the City of Fort worth and until the emergency 5 declarwict, as amended, is rrescind4 sealed bids 1br the construction of San Itary* Sewer Main 6 257, Upper Middle Yltlage Creek Parallel Relief Main — part 213, City project No.: 01227 7 will be rec6vded by the City of Fart Worth P'urthasing Of Eco until 1:30 P.M. CST, Thursday, S June 4, 20220 ss fah desoribvd below: 9 10 City of Fort Worth 11 Purchasing Divi.sicni 12 1 C1 0 Throamorton Street 13 Fort Worth, Texas 7102 14 t5 Bids will be aecept by: 16 1. US Mail at the address above, 17 2, By Donner, FcdE-x or hand dehvmy from 8:30-1-30 ors Thursdays only at the South End 18 Lobby of City WJ Ic ate at 200 Tex as Street, Fort Wurth, Texas 76102. A Putehusing 19 Dgaxtment staff`pman will be available to accept the bid and provi& a time stamper! 20 receipt; or 21 3. If the bidder desires to submit the bid on a clay or time other than the designated 22 Thursday, the bidder must contact the Purchasing Department during normal wurJdng 23 hours at $17-392-2462 to malts an appoin"ent to moot a Purchasing Deparlmeot 24 employee at the South End Lobby of City Mall located at 200 Texas Street' Fort Worth, 25 "Texas 76102. whem the bid(s) will be receive and timeldate Aamped as abav?�. 26 27 Bids will be opened Publiely and read aloud at :00 PM CST'in the City Council Chambors.and 28 broadcast thrmugh live strew and CFW public tele*ion which can be ar sad at 29 llt�:} f4 ttl'I s.gaV fwtvf, The general public will not be allowed in the City C:ouncit 36 Cb mbem. 31 32 In addition, in lieu of delivering completed MBE Forms for the project to. the Pier haling Office, 33 bidders shall C- aril the completed MBE foams to the City Project Itidanager no later than 34 2,00 p.m, on the second City businm &Yafter the bid opening data, exclusive of the bid opening 35. die, 36 37 38 GENERAL DESCRIMON OF WORK 39 Tbc major vvwkwi71.consist of the (approximotel following; 40 • ApproxinWely 2,260 LF of 48-i mh sanitary se►Ver pipe (Fiberglas SN72) by open cut. 41 + 'Approximately 9,700 LF off -i-nch sm3itary sewer pipe (Fi7aerglass SX72) by open cut. 42 • Approximately 270 LF of 42-inch sanitary sewer pipe (Fiberglass SN72) in 70-in011 steel 43 casing or tunnel liner or woad box, 4�4 + Three saxtitfry sewer caner junction -structures; 45 r Two invertW siphons with 560 Li -6f36-inch and 30-in6 sanitary sewer siphon pipe 46 (i`bwglass SIN72). 47 CITY OF PORT WURTH ' 7ANFIJARD CONSTRUCTION $FFt7FICATDN DOCU1MUM Revised Ddemmber 22, 2(335 5ffniiwy Souher &tam 257— I'M 2R City FM :l NO.: 01227 rra is�+o � �.►np rPin TO5i rEm n2�uek-ff'6dA1a-w5—SW DMN I Ga_lHoLu6&be1d&.i. ATTACHi4+ENJ' 3- PAGE 1 OF 3 Colt111.2 NV rl`AT' UN To amoetes pmse2 of-] PREQUALIFICATION 2 The improvements included in this project mint be performed by a conuwtor wbo iL� prc- 3 qualified by th-a City at the time ofbid opening_ The procedures for qualifi cafion and pre- 4 [qualification are ou0i.ued in the Swion 00 21 13—INSTRUCTIONS TO BMDERS. 5 5 7 DOCUMENT EXA1V, M TION AND PROCUREMENTS 8 The Bidding antJ Contract Da=cnts rr-sLy be examined or of Wned on -fine by visiting the City 9 of Fort Worth's llwchasatg Div iMan weW ite at h `JJwww foMyorffitexas. ggvl basinW and to Clicking on the hnk to the advertised project folders on the City's electronic document 11 management and collaboralion Mtem site. 12 13 The Contract Documents may be downloaded, vie ed, and printed by interested contruc tom 14 aadltrr supphers at the foilowzug link: 15 16 Did Doenmcnts Packager 17 iltlDs•fl�ocs_� G�.aotodesk,aomishareslafia2cS57-35a0�a,ah79-8582213��e 18 �, 19 Addenda= 20 httas'11docs-b 60.autodmk.co 1 haresl75aaC56a-117&46d.,$2f2-6al3bb5l 3-3a 21 11 23 Ccntrui Documents may be d wuloaded, viewed, and printed by interested conncton aadlor 24 suppliers. The contractor Is required to 11U out -And notarize the Certificate oflntercated 25 parties Farm 1295 and the form must be mhmkUd to the Project Manager before the 26 contract will be presented to the CIly CGuneif. The Corm can he obtained at 27 s.l w, te.Mn0terl 295-1nfo.htm . 28 29 Special C mditions on Southern Oaks Golf C our w = outlined in the Documents. ,Conwigir 30 shall pay special a n-don to those requiremems. 31 32 Copies of the Bidding and Contr t Dtx i kwents may be purchased from i'lln=er Associates, 33 [nc., 1320 S. Univenity Dr., Suite 300, Fort Worth, Texas 76107-5764 34 35 7he cast of Bidding and Contract Docwnentr, is: 36 Set of Bidding wid Contract Doct rnmts with.iull size dm inp: S 120 37 Set of Bidding and Contract Drx:t+ments with half Biro (if available) drawings: No half site 39- drawings avtulable. 39 40 A 49-hour tlotice mint be given to the En&!r-r prior ro picking up drawinps and 4Tm1fcations, 41 42 PREB D CONFERENCE 43. A prebid conference may be held as desm-bcd in Section 00 21 13 - INSTRUCTIONS TO 44 BIDDERS at the following location, datz, and time via a web conferencing application: 4S 46 A pr6id oon eirenee will be held online via s web cnnferuming application, invitations will be 47 distributed directly to those who have submitted Exprmions ofiutorest iv the project to the City 48 Project Manager and/or the Design Engineer. The presclitation given at the prebid confemnl= 49 and any questirtna and amwers provided at the prebid conCermce.wili bi-, issued as an Addendum sa to the sell for bids. i n'Y OF FORT WORM S;ANr3ARD CONSTFLUCMI7 SPEC[FiCATMN DOCURfNrS Rovmad 2016 Siutituy Sowchio[o 237 —Ran ze City Pnr act No.; 01227 y..�aat sak d, ATTACHMENT AD3- PAGE 2OF3 OG 11 13 -3 INVITA-noN To inbiD K9 p4itc 3 of 3 Via Internet Site: bttm./Itinyurl,orth-h+[-U5 -P7 art-2B 5 Via Phone: 6 + 1 h82-207-4336 Uait A States, Fart W.o rth (Toll) 7 s Untll'enerSce ID: 253 799 7584 9 to 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 IU meeting will be held on Wednesday April 29, At 10:00 AM. CM'S RIGHT TO ACCEPT OR REJECT BLOB City resmNcs the sigh[ to waive irrmgularities and to amept or n-ject bids, INQUIRIES All inquiries relative to this procurement. slhould be addressed to the following; Attn: JohnR- Kasi ich, P.E., City of Fort Worth Email; John.Knavicb0iartwoftm Phone: 817-392-WO ANDIOR Attu: George Farah, P.E., Plummer Aswciat$,°., Inc. Email; fefupbkolumrner,cprn Phone' 817-806-1700 EXPRESSION OF EV ERSEST To ensure bidders are kept up to date of "ynew fiffurmation pertinent to this project or the COVID 19 emergancy declmdon, as am ended, as it may relate to this pro}e]c bidders are requested to cm ail Expressions of Interest in this procurement to the City Prgject Manager and the Design ],engineer. The email should include the bidder's company name, contact person, that individuals ema17 address and phone number- AU Addenda wRl be diat6buted direL:dy to those who lave expressed an interest iu the pr �trement and will also be posted in tits twine of For# Wunb's purchasing website at httpJlfo:rtworthtexas.gavlpvrchasiog} ADV1(s,RT1 SENIENT DATES Ap, 1 16, 2920 Apri 1212020 END OF SECTION � rry O1' PORT WORTH t-,TANDAKV.CONS'I UC'-TIDN MCWICAMN 0000MENTS Rovl=d DeWnt 22 2016 Switnry 5aworMain257—PM20 city Pmoa NU : 01227. F_*q'vcb'N3 L"MJ; owlSFnd lYli a�$p �LriGCMhdOald#A 35hR'I C4111#_#�+4�donto dldds &r ATTACH M ENT AD3-� PAGE= 3 OF 3 0021 13 INSTRUCTIONS TO BIDDERS Page I of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined'. Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these .INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalifcation at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are available by accessing all required files 39 through the City's website at: https://apps.fortwortht.. _4i.gov/Pro*ectResources/ 40 41 3.1.1. Paving — Requirements document located at; 42 43 02-Construction Documents/Contractor Prequalification/TPW Paving Contractor 44 Prequalification Program 45 46 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 47 48 02-Construction Documents/Contractor Prequalification/TPW Roadway and 49 Pedestrian Lighting Prequalification Program CITY OF FORT WORTH Sanitary Sewer Main 257 --- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised Marcie 9, 2020 11FrW-FS.FTW.APAMRAREIPROJECTS103185040-011SPECSTINAL. FINAL PART 2B SPECIFICATIONSIDWISION OD100 21 13 INSTRUCTIONS TO BIDDERS.DOC 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 2 3.1.3. Water and Sanitary Sewer — Requirements document located at; 3 4 02-Construction Documents/Contractor Prequaliftcation/Water and Sanitary Sewer 5 Contractor Prequalification Program 6 7 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 8 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 9 45 11, BIDDERS PREQUALIFICATIONS. 10 11 3.2.1. Submission of and/or questions related to prequalification should be addressed to 12 the City contact as provided in Paragraph 6.1. 13 14 15 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 16 bidder(s) for a project to submit such additional information as the City, in its sole 17 discretion may require, including but not limited to manpower and equipment records, 18 information about key personnel to be assigned to the project, and construction schedule, 19 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 20 deliver a quality product and successfully complete projects for the amount bid within 21 the stipulated time frame. Based upon the City's assessment of the submitted 22 information, a recommendation regarding the award of a contract will be made to the 23 City Council. Failure to submit the additional information, if requested, may be grounds 24 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 25 notified in writing of a recommendation to the City Council. 26 27 3.4. In addition to prequalification, additional requirements for qualification may be required 28 within various sections of the Contract Documents. 29 30 3.5. Special qualifications required for this project include the following: 31 32 3.5.1.Prequalification for Tunneling Contractor 33 3.5.2.Prequalification for concrete lining contractor 34 3.5.3.Prequalification for Sanitary Sewer Interceptor 60-inch and smaller. 35 36 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 37 38 4.L Before submitting a Bid, each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents (including "technical data" referred to in 42 Paragraph 4.2. below). No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto, shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 47 site conditions that may affect cost, progress, performance or furnishing of the 48 Work. 49 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 %WIV-FS.FTW.APALSnkREIPROJECTS103 181040-01\SPECSTINAL1FINAL PART 213 SPECIFICATIONSIDIVISION 00100 21 13 INSTRUCTIONS TO BIDDERS.DOC 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress, performance or furnishing of the Work. 3 4 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 5 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, 6 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 7 Nondiscrimination in Federally -assisted programs of the Department of 8 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 9 affirmatively insure that in any contract entered into pursuant to this advertisement, 10 minority business enterprises will be afforded full opportunity to submit bids in 11 response to this invitation and will not be discriminated against on the grounds of 12 race, color, or national origin in consideration of award. 13 14 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 15 contiguous to the Site and all drawings of physical conditions relating to existing 16 surface or subsurface structures at the Site (except Underground Facilities) that 17 have been identified in the Contract Documents as containing reliable "technical 18 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 19 at the Site that have been identified in the Contract Documents as containing 20 reliable "technical data." 21 22 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 23 the information which the City will furnish. All additional information and data 24 which the City will supply after promulgation of the formal Contract Documents 25 shall be issued in the form of written addenda and shall become part of the Contract 26 Documents just as though such addenda were actually written into the original 27 Contract Documents. No information given by the City other than that contained in 28 the Contract Documents and officially promulgated addenda thereto, shall be 29 binding upon the City. 30 31 4.1.7. Perform independent research, investigations, tests, borings, and such other means 32 as may be necessary to gain a complete knowledge of the conditions which will be 33 encountered during the construction of the project. On request, City may provide 34 each Bidder access to the site to conduct such examinations, investigations, 35 explorations, tests and studies as each Bidder deems necessary for submission of a 36 Bid. Bidder must fill all holes and clean up and restore the site to its former 37 conditions upon completion of such explorations, investigations, tests and studies. 38 39 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 40 cost of doing the Work, time required for its completion, and obtain all information 41 required to make a proposal. Bidders shall rely exclusively and solely upon their 42 own estimates, investigation, research, tests, explorations, and other data which are 43 necessary for full and complete information upon which the proposal is to be based. 44 It is understood that the submission of a proposal is prima -facie evidence that the 45 Bidder has made the investigation, examinations and tests herein required. Claims 46 for additional compensation due to variations between conditions actually 47 encountered in construction and as indicated in the Contract Documents will not be 48 allowed. 49 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 1 TW-PSHFW_APAIISHAREIPROJF.CTS103JS1040-011SPECSIFINALIFINAi PART 2B SPECIFICATIONSIDWISION 00`00 21 13 INSTRUMONS TO BIDDERS.DOC 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 2 between the Contract Documents and such other related documents. The Contractor 3 shall not take advantage of any gross error or omission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfillment of the intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of 8 9 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 10 the site which have been utilized by City in preparation of the Contract Documents. 11 The logs of Soil Borings, if any, on the plans are for general information only. 12 Neither the City nor the Engineer guarantee that the data shown is representative of 13 conditions which actually exist. 14 15 4.2.2. those drawings of physical conditions in or relating to existing surface and 16 subsurface structures (except Underground Facilities) which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 19 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Those reports and drawings may not be part of the Contract 21 Documents, but the "technical data" contained therein upon which Bidder is entitled 22 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 23 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any "technical data" or 25 any other data, interpretations, opinions or information. 26 27 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 28 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Documents and applying the specific means, methods, techniques, sequences or 31 procedures of construction (if any) that may be shown or indicated or expressly required 32 by the Contract Documents, (iii) that Bidder has given City written notice of all 33 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 34 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 35 etc., have not been resolved through the interpretations by City as described in 36 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 37 and convey understanding of all terms and conditions for performing and furnishing the 38 Work. 39 40 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 41 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 42 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 43 Documents. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 1VFTW-FS.FTW.APALSHAREIPROJECTS503181040-OILSPECS\FINALIPINAL PART 2B SPECIFICATIONSDTVISION MOD 21 13 INSTRUCTIONS TO BIDDERS_DOC 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 2 5. Availability of Lands for Work, Etc. 3 4 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 5 access thereto and other lands designated for use by Contractor in performing the Work 6 are identified in the Contract Documents. All additional lands and access thereto 7 required for temporary construction facilities, construction equipment or storage of 8 materials and equipment to be incorporated in the Work are to be obtained and paid for 9 by Contractor. Easements for permanent structures or permanent changes in existing 10 facilities are to be obtained and paid for by City unless otherwise provided in the 11 Contract Documents. 12 13 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 14 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 15 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 16 the award of contract at any time before the Bidder begins any construction work on the 17 project. 18 19 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 20 way, easements, and/or permits, and shall submit a schedule to the City of how 21 construction will proceed in the other areas of the project that do not require permits 22 and/or easements, 23 24 6. Interpretations and Addenda 25 26 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 27 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 28 received after this day may not be responded to. Interpretations or clarifications 29 considered necessary by City in response to such questions will be issued by Addenda 30 delivered to all parties recorded by City as having received the Bidding Documents. 31 Only questions answered by formal written Addenda will be binding. Oral and other 32 interpretations or clarifications will be without legal effect. 33 34 Address questions to: 35 36 City of Fort Worth 37 200 Texas Street 38 Fort Worth, TX 76102 39 Attn: John R. Kasavich, P.E. Water Department 40 Fax: 817-392-8195 41 Email: John.Kasavich@fortworthgov.org 42 Phone: 817-392-8480 43 44 45 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 46 City. 47 48 6.3. Addenda or clarifications may be posted via the City's electronic document management 49 and collaboration system at BIM 360. 50 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 1TTW-FSYTW..APA11SHARETROJECTSM181040-0 MPECSIFINALIAINAL PART 211 SPECMCATI0NS\1)ngS10N 001002113 FNSTRUCITONS TO BIpp£RS.UOC 0021 13 INSTRUCTIONS TO BIDDERS Page 6of10 1 6A. A prebid conference may be held at the time and place indicated in the Advertisement or 2 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions. 13 14 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 17 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution. 21 22 8. Contract Times 23 The number of days within which, or the dates by which, Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. 27 28 9. Liquidated Damages 29 Provisions for liquidated damages are set forth in the Agreement. 30 31 10. Substitute and "Or -Equal" Items 32 The Contract, if awarded, will be on the basis of materials and equipment described in the 33 Bidding Documents without consideration of possible substitute or "or -equal" items. 34 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 35 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 39 Conditions and is supplemented in Section 0125 00 of the General Requirements. 40 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 29 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 55FIW-FS.FPW.APAIISHARESPROJECTS103185040-015SPECSIFINAL\nNAL PART 2B SPECIFICATIOWDIVISION 00100 21 13 INSTRUCTIONS TO BIDDERS.DOC 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 2 11. Subcontractors, Suppliers and Others 3 4 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 5 12-2011 (as amended), the City has goals for the participation of minority business 6 and/or small business enterprises in City contracts. A copy of the Ordinance can be 7 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 8 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 9 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 10 Venture Form as appropriate. The Forms including documentation must be received 11 by the City no later than 2:00 P.M. CST, on the second business day after the bid 12 opening date. The Bidder shall obtain a receipt from the City as evidence the I3 documentation was received. Failure to comply shall render the bid as non- 14 responsive. 15 16 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 17 or organization against whom Contractor has reasonable objection. 18 19 12. Bid Form 20 21 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 22 obtained from the City. 23 24 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 25 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 26 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 27 price item listed therein. In the case of optional alternatives, the words "No Bid," 28 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 29 written in ink in both words and numerals, for which the Bidder proposes to do the 30 work contemplated or furnish materials required. All prices shall be written legibly. 31 In case of discrepancy between price in written words and the price in written 32 numerals, the price in written words shall govern. 33 34 12.3, Bids by corporations shall be executed in the corporate name by the president or a 35 vice-president or other corporate officer accompanied by evidence of authority to 36 sign. The corporate seal shall be affixed. The corporate address and state of 37 incorporation shall be shown below the signature. 38 39 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 40 partner, whose title must appear under the signature accompanied by evidence of 41 authority to sign. The official address of the partnership shall be shown below the 42 signature. 43 44 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 45 member and accompanied by evidence of authority to sign. The state of formation of 46 the firm and the official address of the firm shall be shown. 47 48 12.6. Bids by individuals shall show the Bidder's name and official address. 49 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 11FTW-FS.FM.APAIISHARETPOJECTS�031 SW40-011SPECSTINALIFINAL PART 2B SPECIEICATIOWDIVISION 00100 21 13 INSTRUCTIONS TO BIDDERSDOC 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 1.2.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated 2 on the Bid Form. The official address of the joint venture shall be shown. 3 4 12.8. All names shall be typed or printed in ink below the signature. 5 6 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 7 which shall be filled in on the Bid Form. 9 12.10. Postal and e-mail addresses and telephone number for communications regarding the 10 Bid shall be shown. 11 12 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 13 Texas shall be provided in accordance with Section 00 43 37 --- Vendor Compliance 14 to State Law Non Resident Bidder. 15 16 13. Submission of Bids 17 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 18 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 19 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 20 envelope, marked with the City Project Number, Project title, the name and address of 21 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 22 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 23 envelope with the notation "BID ENCLOSED" on the face of it. 24 25 14. Modification and Withdrawal of Bids 26 27 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 28 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 29 must be made in writing by an appropriate document duly executed in the manner 30 that a Bid must be executed and delivered to the place where Bids are to be submitted 31 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 32 are opened and publicly read aloud, the Bids for which a withdrawal request has been 33 properly filed may, at the option of the City, be returned unopened. 34 35 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 36 time set for the closing of Bid receipt. 37 38 15. Opening of Bids 39 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 40 abstract of the amounts of the base Bids and major alternates (if any) will be made available 41 to Bidders after the opening of Bids. 42 43 16. Bids to Remain Subject to Acceptance 44 All Bids will remain subject to acceptance for the time period specified for Notice of Award 45 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 46 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 47 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 V\FTW-FS.FTW.APAZSHARETROJECTS103181040-01%SPECSTINALIF'INAL PART 2B SPECIFICATIOWDIVISION 00\00 21 13 INSl'RACTIONS TO BIDDERS.DOC 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 2 17. Evaluation of Bids and Award of Contract 3 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 4 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 5 and to reject the Bid of any Bidder if City believes that it would not be in the best 6 interest of the Project to make an award to that Bidder, whether because the Bid is 7 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 8 meet any other pertinent standard or criteria established by City. City also reserves 9 the right to waive informalities not involving price, contract time or changes in the 10 Work with the Successful Bidder. Discrepancies between the multiplication of units 11 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 12 between the indicated sum of any column of figures and the correct sum thereof will 13 be resolved in favor of the correct sum. Discrepancies between words and figures 14 will be resolved in favor of the words. 15 16 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 17 among the Bidders, Bidder is an interested party to any litigation against City, 18 City or Bidder may have a claim against the other or be engaged in litigation, 19 Bidder is in arrears on any existing contract or has defaulted on a previous 20 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 21 Bidder has uncompleted work which in the judgment of the City will prevent or 22 hinder the prompt completion of additional work if awarded. 23 24 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 25 other persons and organizations proposed for those portions of the Work as to which 26 the identity of Subcontractors, Suppliers, and other persons and organizations must 27 be submitted as provided in the Contract Documents or upon the request of the City. 28 City also may consider the operating costs, maintenance requirements, performance 29 data and guarantees of major items of materials and equipment proposed for 30 incorporation in the Work when such data is required to be ,submitted prior to the 31 Notice of Award. 32 33 17.3. City may conduct such investigations as City deems necessary to assist in the 34 evaluation of any Bid and to establish the responsibility, qualifications, and financial 35 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 36 organizations to perform and furnish the Work in accordance with the Contract 37 Documents to City's satisfaction within the prescribed time. 38 39 17.4. Contractor shall perform with his own organization, work of a value not less than 40 35% of the value embraced on the Contract, unless otherwise approved by the City. 41 42 17.5. if the Contract is to be awarded, it will be awarded to lowest responsible and 43 responsive Bidder whose evaluation by City indicates that the award will be in the 44 best interests of the City. 45 CFFY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 11FTW-FS FTW APAILSHARE1PROJECTS1031$1040-QIISPECSIFINALSFINAL PART 2B SPECEECATIONS\DMSION 0010021 13 INSTRUMONS TO BIDDERS 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 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7.1. The contractor is required to till out and sign the Certificate of Interested Parties Form 1295 and the form most be submitted to the project Manager before the contract will be presented to the City Council. The form can be obtained at titti2s://vv-w-w.ethtes.staite.tx.uns/data/forms/1295/1295.f2di 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 01227 Revised March 9, 2020 \TTW-FS PTW APAIV9HAREIPR0JFCTS103 I RW40-01LSPECSIPINAI.IFINAL PART 2B SPECIFICATIOWDIVISION 00100 21 13 tNSTRUCTIONS TO BIDDI?RSDOC SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 00 41 00 BID FORM Page 1 of 3 FOR: Sanitary Sewer Main 257, Upper & Middle Village Creek Parallel Relief Main - Part 213 City Project No.: 01227 Units/Sections: ALL 9. 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, 4cknowledgernents and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 HATEXAS BIDS1Ft Worth - Upper & Middle Village Creek 2131 Copy of Addendum 3 00 41 00_00 43 13_00 42 43 00 43 3700 45 12_00 35 13_131d Proposal Workbook 5-19-2020 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. PlrequaHficaVon The Bidder acknowledges that the following work types must be performed only by prequalifred 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. li ilme 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 {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions.. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Arnount 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 H:ITEXAS BIDSIFt WWh - Upper & Middle Village Creek 2B1 Copy of Addendum 3 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook 5-19-2020 0041 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. 7o f144r 0&3 7. Stdl Su53milt gal This Bid is submitted on .tune 4, 2020 by the entity named below. Respectfully submitted, By: (Signature) Andrew McCulloch (Printed Name) Title: Vice President Company: Mountain Cascade of Texas, LLC Address: 11729 E. PM 917 Alvarado, TX 76009 State of Incorporation: Texas Email: jasonw@mountaincascade.com Phone: 817-783-3094 END OF SECTION Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3.- Addendum No. 4: Corporate Seal. - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 HATEXAS BIDS1Ft Worth - Upper & Middle Village Creek 213k Copy of Addendum 3 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bld Proposal Workbook 5-19-2020 SECTION 00 42 43 PROPOSAL FORME {PART 213) UHIT PRICE WD Bidder's AppHeation 09 4a 43 BID PRCPOSAL pazb I ot3 P3ujeet Stem Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No, Measure Quantity 3331.45I4 48" Sewer Pipe (Class SN-72), including Embedment 2,270 -fZ V4 • % ��� 460 . do 1 and Acceptable Backfill 33 31 13 LF D 3321.4501 42" Sewer Pipe (Class SN-72), including Embedment 9,740 � g 2 and Acceptable Backfill 33 31 13 LF 9999.0001 42" Sewer (Class SN-72) Carrier Pipe by Other Than 31p 3 Open Cui 33 31 13 LF S 350.00 S 108,500.00 3331.4414 36" SawerPipe (Class SN-72), for Village Creels Crossings, 1 and 2, Including concrete encasements and 8" Concrete 560 4 Pad, and rooter 33 31 13 LF S 537.00 S 300,720.00 3331.4401 30" Sewer Pipe (Class SN-72), for Village Creel 5 Crossings, 1 and 2Including Concrete Encasement 33 31 I3 LF 560 S 510.00 S 285,600.00 6 3331.4401 30" Sewer Pipe (Class SN-72), at Station 23C+80 33 31 13 LF 26 S 250.00 S 6,500.00 7 3305.0109 Trench Safety 3305 10 LF 13,156 S 1.00 S 13,I56.00 8 323I.0211 Barbed Wire Fence, Metal Posts 32 31 26 LF 3,550 S 6.00 S 21,300.00 9 0241.C500 Remove Fence 024113 LF 3,550 $ 1.00 S 3,550.00 3305.11 IT 72" OD (70.25" ID) Casing By Other Than Open Cut at 120 10 FM 1187 (TxDOTRoadway) 33 05 22 LF S 1,300,00 S 156,400.00 3305.I 112 72" OD (70,25" ID) Casing By Other Than Open Cut at 190 Sin 316 *11A Burleson Retta Road 33 0522 LF Ab hin 3305.1307 70" ID (Min) Tunnel Lines Plate By Other Phan Open 33 p5 21 LF 190 *11B Cut at Burleson Retta Road (Alternate to 11A) S .1,200.00 $ 22S,000.00 *Contractor to provide Unit Price/Bid Value fOl- only one of the pipe Imatcrial alternates for Itern 11. DO NOT PROVIDE UNIT PRICE/BTD VALUTS FOR EACH ALTERNATE. 12 33C1.0001 Pre -CCTV Inspection 33 01 31 LF 12,600 S 2.00 S 25,200.00 13 330L0002 Post-CCTVInspection 330131 LF 12,800 5 1,00 S 12,500.00 I4 3305.0115 Vacuum Excavation 33 05 30 EA 17 S 600.0C 5 10 200,00 9999.0002 Connect Proposed 48" SS Pipe to Existing 48" SS FRP 15 Pipe (Sta 155+20) 33 31 13 EA I S 3,600.00 S 3,600.00 16 9999.0003 T Diameter Exterior Drop Manhole 33 39 10, 33 39 20 EA 2 S 22,CCO.00 S 44,000.00 3339.1105 5' Type A Manhole (Including Iined DIP vent piping, 17 Frame and cover and invert grouting, etc ifrequircd) 33 39 10, 33 39 20 EA 14 S 15,300.00 S M4,200.0C 3339.11102 T Exterior Drop Manhole (Larliding lined DIP vent 18 piping, Frame and cover and invert grouting, etc ifrequired) 33 39 10, 33 39 20 EA I $ 18,3Q0.00 S 18,300.00 19 3339.1103 5`; xtra Depth Manhole 33 39 10, 33 39 20 VF 97 S 328.00 $ 31:816.00 3339.1001 4' Manhole (Incliding lined DIP vent piping, Frame and 20 cover and invert grouting, etc if required) 33 39 10, 33 39 20 EA I S 13,000.00 S 13,000.00 21 3305.C112 Cancrete Collar (4' Dia.) 33 05 17 EA I S 350.00 $ 350.00 22 3305.0112 Concrete Collar 5' Dia,) 33 05 t7 EA I5 S 350.00 S 5,250.Q6 23 9999.0004 Concrete Collar (T Dia.) 33 05 17 1 EA 2 S 350.00 S 700.00 9999.0005 Odor CanttcI Unit (Wagcr 2050-200 TP), Licluding 24 concrete Pad, Connections, valves, DIP pipes, DIP fittings EA 6 S 15,000.00 S 90,000.00 9999.0006 Sewer TieInReconstruction 25 (8" PVC S➢R 35, Sta 196+32, Offset 17.51) 33 31 21 LS 1 5 I,200.00 S 1,200.00 26 9999.0007 Cut and Plug Existing Pipe (Sta .187+84.5I, 196+32.57) 0241 14 EA 2 S 1,000.00 S 2,000.00 9999.0008 Remove Existing Pipe Inside of Manhole (Sta 27 187+84.51) 0241 14 EA 1 S 1,000.00 S 1,OQO.QO 28 9999.0009 Abandon 8" Sanitary Sewer Line (Sta 196+32.57) 0241 14 EA 1 S 200.00 S 200.00 9999.0010 Install 8" Pipe Stubouts with PVC PIugs at Sta. 29 240+27-57 and 256+30.28 Ref. parcel 58 Esmt Agreement) 33 31 13 EA 2 S 90.00 $ 180.00 30 3305.01IC Utility Markers 33 0526 LS 1 5 2,000.00 S 2,000+00 31 .3231.0306 16' Gate, Steel 3231 26 EA 14 5 1,300.0C S 18,200,00 32 3301.0101 Manhole Vacuiun Tesdag 33 0130 EA 18 $ 200.00 S 3,600.00 33 W99.0011 Junction and Siphon Box Testing 33 3960 EA 7 S 900.00 S 6,300.00 3339.2001 Sanitary Sewer Junction Box #3 (Ste. 226+67,92), 34 Including Mud Slab, Conc. Encasement at Connections 33 39 10, 33 39 20 LS I S 165,000.00 S 165,000.00 3339.2001 Sanitary Sewer Junction Box 44 (Sta. 230+80.66), 35 Including Mud Slab, Conc. Encasement at Connections 133 39 10, 33 39 20 LS I S 4C,000.00 S 40,000.00 3339.2001 Sanitary Sewer Junction Box #5 (Sta, 283+90.11), 36 including Mud Slab, Conc. Encasement at Connections 33 39 I0, 33 39 20 LS I S 115,000.00 S 115,000.00 3339.2001 Sanitary Sewer Siphon Box #3 (Sta 227+13?5} �1C 1, 37 Including Mud Slab, Conc. Encasement at Conner#ions 33 39 10, 33 39 20 LS 1 S 132,000.00 S 132,000.00 Rid w",&5aok crIY OF FORT wORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F.-Rtviml 291_0 E 20 HATEXAS na)S%F1 Worth - Uppu & Midda ViM,W C-k ZM ATTACI1TdENT All3-3 116 <' 13 ¢ro raoros:u, raga � of3 SECTIOM 09 42 4.2 PROPOSAL FORM (PART 2B) UNIT PMCE B0 Bidder's Appflcatioh Project item Information Bidder`s Proposal Bidlist Description Specification Uo t of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 3339.2001 Sanitary Sewer Siphon Box #4 (Sta 229+62,93) VC1, Including Mud Slab, Cone. Encasement at Connections to Mainline 38 33 39 10,33 39 20 LS 1 S 145,000.00 S 145,000.00 3339.2001 Sanitary Sewer Siphon Box 45 (S(a. 271+67.50) VC 2, p��j . L4 8e 4 1 ir, ®� " -8 39 Licluding Mud SIab, Cone. Encasement at Connections to Mainline 33 39 La, 33 39 20 LS 1 6� 3339.2001 Sanitary Sewer Siphon Box 16 (Sm. 274+73) VC 2, �'q ry� 40 Including Mud Slab, Conc. Encasement at Connections to Mainline 33 39 10. 33 39 20 LS 1 p ! 3137.0102 Large Stone Riprap, dry, including geotextile fabric, 41 rock for bedding, at all depths and gradation 31 3700 CY 4,200 S 115.00 S 483,000.00 3110.0102 6"42" Dtanaeter Tree Renxoval (All Perna, Esmts, 42 Except Par 61) 31 LO 00 EA 165 S 10.00 S 1,650.00 3110.0103 12"-18" Diameter Tree Removal (AIl Perm. Hsmts. 43 Except Parcel 6I) 311000 EA 55 $ 10.00 S 550.00 3110.OI04 I8"-24" Diameter Tree Removal (All Perm. Esmts. 44 Except Parcel 61) 31 1000 EA 35 S 10.00 S 350.00 3110.0105 24" and Larger Tree Removal (All Perm. Y-, suits. Except 45 Parcel 61) 31 10 OO EA 15 S 10.00 S 150.00 46 0330.0001 Concrete Encase Mainline Sewer Pipe (49", 42") 03 3000 CY 260 S 125.00 S 32,500.00 3136.0102 Twisted Oebieu Baskets Including epoxy coated wire, 47 gabion rack, bedding stone, geotextile fabric 31 36 00 CY 120 S 255.00 S 30,600.00 48 9999.0012 Gravel Road Repair 32 11 23 SY 1,440 S 13.00 S 18,720.00 49 3292.0400 Seeding, Llydrolnulch (Bermuda) 32 92 13 SY 90,000 S 1.00 S 90,000.00 50 3M5.0t04 Ground Water Control 33 05 10 LS 1 S 7,000.00 S 7,000.00 3339.0002 Epoxy Structure Liner (Warren Environmental, 51 Chesterton, or Approved Equal) 33 39 60 SF 7,100 S 17.00 S 120,700.00 3339.0061 Epoxy Manhole Liner (4' Diameter Manholes) (Warren 52 Environmental, Chesterton, or Approved Equal) 33 3960 VP I I S 270.00 S 2,970.00 3339.0001 Epoxy Manhole Liner (5' Diameter Manholes) (Warren 53 Environmental, Chesterton, or Approved Equal) 33 39 60 VT 195 S 290.00 S 56,550.00 9999.0013 Epoxy Manhole Liner (7' Diameter Manholes) (Warren 54 Environmental, Chesterton, or Approved Equal) 33 39 60 VF 30 5 340.00 S 10,200.00 9999.0014 Tree Protection Temporary Construction Fence (3,700 55 LF) 31 25 00 LS I S 70,000.00 S 70,000.00 9999.0015 Temporary (20 00 to 3000) Volt Live -Wire Pence (Parcel 60) or Match existing Fence Voltage, as Directed by the City 56 and Private Property Owner 99 99 00 LF 2,900 S 3.20 S 9,280.00 9999,0016 Temporary (2000 or 3000) Volt Live -Wire Fence (Various Locations), as Directed by the City and Private Property 57 Owner 99 99 00 LE 6,000 S 3.20 S 19,200.00 9999.0017 Temporary Barbed -Wire Fence (Tor Security Purposes 58 at Various Locations), as Directed by the City 99 99 00 LF 4,000 S 3.50 $ 14,000.00 59 3125.0101 SWPPP ? I acre 31 25 00 LS I S 63,000.00 $ 63,000.00 60 3471.0001 Traffic Control 34 71 13 LS 1 S 7,000.00 S 7,000.00 9999.0018 Parcel 46 Property Sits Requirements (Ref. Esmt. 61 Agreements) LS 1 1 S 5,000.00 S 5,000.00 Caliper 62 9999.0019 Tree Planting on Parcel 46 (Ref. Esint. Agreements) Inch 60 S 275.00 S I6,500.00 9999.0020 Parcet 58 Property Site requirements (Ref. F_snut 63 Agreements) LS I S 5,000.00 S 5,000.00 9999.002I Parcel59 Property Site Requirements (Ref. Pant. 64 Agreements) LS I S 5,000.00 S 5,000.00 9. 022 Parcel 60 Property Site RcquirrAncrits (1 et. Esmt. 65 Agreements) LS 1 S 25,000.00 S 25,000.00 66 9999.0023 Pre -Construction Topographic Survey All Parcels) 01 7123 LS 1 S 10,000.00 $ 10,000.00 67 9999.0024 Post -Construction Topographic Survey (All Parcels) 01 71 23 LS 1 S 10,000.00 $ 10,000.00 68 9999.0025 Construction Staking 19999.0026 01 71 23 LS I $ 42,000,00 S 42,000.00 69 Construction Survey (As -Built Survey) 01 7123 LS 1 S 1,000.00 S 1,000.00 70 3110.0101 Site Clearing 31 10 W LS 1 S 38,000.00 S 38,000.00 71 3110.0102 V-12" Diameter Tree Removal (Parcel 61 Perm. Esnnt,) 31 1000 EA 24 S 10.00 S 240.00 3110.0103 12"-18" Diameter Tree Removal (Parcel 61 Perm. 72 Esmt.) 31 1000 EA 6 S 10.00 S 60.00 ➢id Warkkok CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fn Revised20120t!0 BITE AS➢1D5,t%voAb- UppxSNHdd1,Village Creek'_➢\ ATTACHMENT AD3-3 SEC.TION00 h243 PROPOSAL FORM (PART23) U,NkI T r' G�(--l- tl=— B I SkIA"ar's.. AppAFlyxaflan 6042- 3 Bn PROI'OS AI_ P"ge3 nr3 Project heln Intornalimt Bidder's Proposaf Bidlisl Description Specification Unit of Bid Unit Price Bid Value heal No. Section No. Nicas= Quantity 3110.4104 18 "-24" Diameter Tree Removal (Parcel 61 reran. 73 Esmt.) 31 10 04 EA 2 .S 10.00 S 20.00 74 3110.0105 24" and Larger Tree Removal (Parcel 61 Perm. Esrnt.) 31 14 00 EA 2 S 10.00 S 20.00 3110.0102 6"-12" Diameter Tree Removal (Parcel 61 Temp. 75 Esrnt.) 31 10 00 EA 45 S I0.00 S 450.00 3110.C103 12"-18" Diameter Tree Removal (Parcel 61 Temp. 76 Esmt.) 31 10 CC HA 7 S 10.00 S 70,00 3110.0104 18"-24" Diameter Tree Removal (Parcel 61 Temp. 77 Eslnt.) 3 t le 00 EA 3 S 10,00 S 30.0C 9999.0027 Chain Link Pence (6' Eeight) with Mesh Screen at 73 South eta Oaks Golf Course 32 31 13 LF 3,480 S 9.00 S 31,320,00 79 9999.0028 1 rigation Repairs at Southern Oai s Golf Course LS 1 S 26,000.00 S 26,000.00 9999.0029 Golf Course Cart Path Temporary Bypass grave road 8 80 ft. wide, lncluduae Plaoluau for Golf Cart Traffic Control 32 11 23 SY 600 S 65,00 S 39,000.00 9999.CC30 Temporary Safety Fencing around Golf Course Cart 81 Path Tcm orary Bypass LS 1 S 1,300.00 S 1,300.00 82 9999.0031 Cart Path Repair on Southern Oaks Golf Course 03 3000 SY 60 S 60.00 S 3,600.00 83 9999.0032 Grade Restoration on Southern Oaks Golf Course IS 1 S 18,C00.00 S 18,000.00 9999.0033 Tree Mitigation per City of Fort Wortb Urban Forestry Ordinance for trees identified to be be protected and need to be Caliper 84 removed on Southern Oaks Golf Course as directed by tlxe City. Inch 740 S 100.00 S 74,000.00 9.999.0034 Install Temporary Drainage Culverts, (2) 12" PVC pipes to maintain site drainage dndng Temporary Galf Course Cart IS 85 Bypass LS 1 S 2,600.00 2,600.0C 86 9999.CC35 Construction Allowance (As Directed by the City) LS I S 200,000.00 S 2CC,000.00 9999,0036 Parcel 36 Property Site Requirements (Ref. Esmt. 87 Agreements including Resprig Coastal Hayfield) LS 1 S 14,000.00 S 14,000.00 9999.0037 Parcel 37 Property Site Requirements (Ref. Eslnt. 88 Agreements includirw Resprig Coastal Hayfield) [ s S 14,004.p0 S 14,000.00 33C3.0001 Bypass Pumping at 7 locations (Sta 187+84+47, 196+32.57, 196+32.57 Offset 171, 226+67.92, 230+80.70, 89 230+80.70 Offset 26', 283+90.11) 33 03 10 LS I S 120,000.00 S 120,000.00 TOTAL T-71 JgLp Ali bid !tents shall be.in accordanceuvith plants and spec§fixations, All items shall be complete and in plane. X1 items shall be independent of depth. AP items shalt ba furnished and installed. All items stroll inc€ride materials and laW, END OR SECTION Bid workbook CrIY ON FORT WORTE Sr'ANI7ARD CONs:rRUCTION SPECIFICAi iCN DOCL'6{ENTS Form Rv,i.d 30V000 fell'LXAS olnSlf 1 W"ith - Unyar 3 Middle vill:�e Creek ^_J31 ATTACHMENT AO3-3 SECTION 00 42 43 PROPOSAL MATERIAL SUPPLIER INFORMATION FORM The pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that bids are submitted. HOBAS Pipe USA Name of Pipe Manufacturer Centrifugaliy Cast FRP and Fittings Type of Pipe (Pipe Material) 1413 Ew Richey Road Houston, Texas 77073 Home Office Address of Manufacturer 1413 E. Richey Road Houston, Texas 77073 [T:281.821.2200] [www.hobaspipe.com] Location of Plant in which pipe and fittings are to be manufactured. SANITARY SEWER MAIN 257 PART 2B CITY PROJECT NO. 01227 PAGE 4OF4 F:\projects\0318\040-OS\Specs\Final\Final Part 2B Specification s\D ivision OC\00 42 43 Pipe Material Supplier Inforrnation.docx SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 1 of 1 That we, (Bidder Name) Mountain Cascade of Texas, LLC hereinafter called the Principal, and (Surety Name) LIBERTY MUTUAL INSURANCE COMPANY a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) OF THE TOTAL AMOUNT BID and No/100 Dollars ($----------- ----- .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Sanitary Sewer Main 257, Upper & Middle Village Creek Parallel Relief Main - Part 2B 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 4st day of June , 2020. By: Mountain C Cade of Tex LLC #M04 1_ (Signature and Title of Principal) *By: LIBERT " INSWRANCE COMPANY S. Nicole Evans, Attorney in ra>lt (Signature of Attorney -of -Fact) "Attach Power of Attorney (Surety) for Attorney -in -Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECEFICATION DOCUMFNTS Form Revised 20110527 Copy of Addendum 3 00 41 00_00 43 13_00 42 43 00 43 3700 45 12_00 35 13_Bid Proposal Workbook 5-19-2020 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 Casuaity Insurance Company VVest American Insurance Company POWER OF ATTORNEY Certifoate No: 8196953 - 325022 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"j, pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Carolyne Emery, S. Nicole Evans, Frances M. Murphy, Bradley N. Wright all of the city of San Francisco state of California 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 5th day of October , 2018 . rA N 0) c 12 State of PENNSYLVANIA ss 3 County of MONTGOMERY Liberty Mutual Insurance Company P� tNSLrgq ��v INsrj �MSOgq The Ohio Casualty Insurance Company J oRPOaar �' J oRPDRap 4p oRPORgr y West American Insurance Com an P Y 53 �04 Q3 t v a3 om 1912 n o 1919 1991 ° Q s� �� SACHl3`�� as O yAM4ya ,dam �s �N6as r C �,yr 'k * �� By; /•� David M. Carey, Assistant Secretary On this 5th day of October , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 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 duiy 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. COMMONWEALTH OF PENNSYLVANIA �7 Notarial Seal O�' _ Teresa Paste a, Notary Public a� Lipper MerianFwp., Montgomery County ay; My Commission Expires March 28, 202i d t za,,r � , rR Teresa Pastella, Notary Public f q �^"` `=�' P Mentzer, t'ennsyivania Association of Notaries � Pp��� 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: Q) I ARTICLE IV — OFFICERS: Section 12. Power of Attorney. ED 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 v may prescribe, shall appoint such attomeys-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 m 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 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 Beard, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE 3011-- 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 attomey, 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 attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bands, shall be valid and binding upon the Company with the same force and effect as though manually affixed. f, 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 AtIci 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 th,'s 1 st day of ?UNE , 2020 . ti 1NStJ ASV iNgU 5NSU jp'UORpo��'QyC yJPuoRPongr�9y `4F•G°avorq� +y�, . 1912 n o 1919 c> 2i 1991 By: `��?�'SacHes Ada 03`yxamp��`da� �s �MnrANh da Renee C. Llewellyn, Assistant Secretary a N ca T LMS-12013 LMIC DCIC WAIL Multi Co 062018 b be tv TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty [Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1 -800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:llwww.tdi.state.b(.us E-mail: ConsumerProtection &-tdi.state. tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIG-3500 Page 1 of 2 Rev. 7.1.07 CO 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of Slate hAre or BEank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Stets Here or Blank , our principal place of business, are not required to underbid resident bidders. �. The principal place of business of our company or our parent company or majority owner is in the State of Texas.0 BIDDER: Mountain Cascade of Texas, LLC 11729 E. FM 917 Alvarado, TX 76009 0 III�I ,�3�-i11 Y C/]I By: Andrew McCulloch (Signature) Title: Vice President Date: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Copy or Addendum 3 00 41 0000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 5-19-2020 0035 13 BID FORM Page 1 of 1 SECTION GO, 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.ustforms/C;10.pd htto://www.ethics.state.tx.ustforms/CIS. odf 21 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary 0 CIS Dorm is on File with City Secretary ❑ CIS Form is being provided to the City Secretary tirODER: Mountain Cascade of Texas, LLC By. Andrew McCulloch 11729 E. FM 917 Signature: Alvarado, TX 76009 0 Title: Vice President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy of Addendum 3 CO 41 00_00 43 13_00 42 43_00 43 37 CO 45 1200 35 13 Bid Proposal Workbook 5-19-2020 For vendor dahg bu ss ness wRh gocall govsrmmental eirlitty This questionnaire reflects changes made to the Raw by H.B. 23, 84th Leg., Regular Session. � OFECEUSE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who pate Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 476.006, Local Government Code. An offense under this section is a misdemeanor. ji Name of vendor who has a business relationship with local governmental entity, 2 ❑ Cheep this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Karne off Total government officer about whom the information is being disclosed. Name of Officer 4J Describe each employment or other business Wationship 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 13 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? EJYes F�No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F-1 No 5 Describe each employment or business relationship that the vendor named in Section f maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Signature of ve r doing business with the governmental entity 15ate Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 L 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 3 l 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) CIassified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (S) 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.statc.tx.usltaWcrmit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalifi cation. 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 1 hv-&.#iw.apai\share5projects103185040-01\Spec \Final\Final Part 2B SpeciFcationsWivision 00100 45 11_Bidders Prequalificatiom.doc 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 (3) Submission of an equipment schedule which indicates equipment under 2 the control of the Contractor and which is related to the type of work for 3 which the Contactor is seeking prequalification. The schedule must 4 include the manufacturer, model and general common description of 5 each piece of equipment. Abbreviations or means of describing 6 equipment other than provided above will not be accepted. 7 8 3. Eligibility to Bid 9 a. The City shall be the sole judge as to a contractor's prequalification. 10 b. The City may reject, suspend, or modify any prequalification for failure by the 11 contractor to demonstrate acceptable financial ability or performance. 12 c. The City will issue a letter as to the status of the prequalification approval. 13 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 14 the prequalified work types until the expiration date stated in the letter. 15 16 17 18 19 20 END OF SECTION 21 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 SVFtw-fs flw_apailshare�prpiecYs103I61040-0115pecslFinallFinal Part 2B Spmflfi auvnsMMsion 00100 45 11_Bidders Prequalifications.doc 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 .TO 0045 12 - 1 PREQUALIFICATION STATEMENT -t' I SECTION 50 45: 2 PREQUALIFICATIQN 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 maj or work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sewer Interceptors, 60- inch Diameter ®t le —wow, ae, and smaller Sanitary Sewer Manhole and Structure Interior Lining e 44ale4gi.,11^1dr d 1-d. (Warren Environmental Tunneling— 84" and smaller The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. 13fDDER: ,GS A dmgr Zze By: d /W AW4 Company (Please Print) ZO r FW �/7 Signature: Address A /, Alil - f�9, T.�' Title: �1 Tel Ajr— City/State/Zip (Please Print) Date: ' f& Aw END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 tlFtw-fs.ftw.apaishare,projectsl03131040-0i;5pec5iFinallFinai Part 2P SpeciticationsMivision 00',0045 122 q¢alincation Statement.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 W. 0045 12 - 1 PREQUALEFICATION STATEMENT Page 1 of 1 1 PR G'Q TAT FW A TION C„T A TER R 2. r ., �lif a� �,smo vim. .uv v.� �.. vvx. iuv wa vvxxa�cuij''�ra""m-c CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fs.ftw.apai\sharelprojects\0318\040-01\SpecsVPinallFinaI Part 2B SpccificadcuB\ConformedlAddmdum IM 45 12_Precualificatim Statement.doc 1 2 3 4 i 6 7 8 9 f0 1� 12 13 14 15 16 17 .18 19 20 21 22 23 24 M �5 1'_ -1 PREwALj:F11 AnON 5rATEMENT Page I of I SECTION 00 45 12 � PRE UALIFICATTORI STATEMENT Ear,h 8iddcr for a City prucu=ient is required to camplete the information beIc%v by idcn f*Lg the PrNualffied contractors andlur st'b0r1ntracWr.% whom they intend to utitize for the major work typc(s) Gsted. Major Wok conuactorl ubcontmaor Company N`aule l"r i>rication Ex iration Date Tvrw Sewer lnterceplrlr5, M- inch U=uIer and smaller S" tmy Sewer Manhole and trunt'ure Interior Lining (Warren EnviranTne rtw 1, and Chesterton Tunneling — 70" a>ad .smaller (Steel Casing i Tunnel Lines Mee). The under3igned hereby certifies that the cunbuctm muVar sukanuaawrs described in the table ubovc arc c;urnwly precivalified for the work typos listed. REDPER: Company Address Citylstat Zip By, (Please Print) 5 igrlatvre= Title: (Please Print) Datt, END OF SECTION coy ckF FoKr wimcp Sim" 5"vr MWn 257—Part 28 STANDARD COMMUCTION SPF,C fRCA110N W(UNEE 1'M City ProjectNrt 01227 Fxlvlaedlut;+ t,2011 P. +q�=IIW31rYas4ulL crFuiePfyuli•vilDEpenrxnumio- nteLLi���I L0:4 4041 ATTACHMENT AD 1-4 FoRTWowrtj 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" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable --- Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ® Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Ptw-fs.kiw.apa�lsharelprojects103 181040-011SpeeslFinallFinal Part 2B SpecificationslDMsiun 00100 45 13 Bidders Prequaliflcation ApplicationAuc 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving 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 CTIY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharelprojects103181040-011Specs\FinalTinal Pan 2B SpecificaiiorslDiv sion 00100 45 l3_Bidders Prequalification 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 1 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: construction work has your organization (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? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftwds.ftw.apailsbarelpmjecis103 181040-015Spem\Fina]Tinal Part 2B SpecificationslDivisian MUG 45 13 Bidders Pregmlification Apphi tion_doc 0045 13 - 5 BIDDER PREQUALWICATION APPLICATION Page 5 of 8 In what other lines of business are you financially interested?. 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY I DETAILED ADDRESS i 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 YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 51Ftw-fs_fwapahl welprojects\03161040-0I15pecs\FinaffmalPart 26$pecificationslDivision 00t004513_BiddersPrequalificationApplication,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 LIABILIT`it CO1M[PA1Y 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Utw-fs.itw.apailsharelprojects193 181040A11Spec TinalTina] Part 2B Specifications\Division 00100 45 13_Bidders Prequalification Application.doc 14. Equipment 0045 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 lI 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.$w.apailshuelprojects103181040-0i\Spec %Final%Final Part 2B Spedficatioms Division 00\00 4513 Bidders Prequalification Application doe 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PR EQUALIIFICATION 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 parry 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 1Puubtic must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.t{w,apwlsharelproiects103181040-0IlSpecslFinallAinal Pan 213 SpeciScations\Dmsion 00100 45 13_Bidders Prequahfication Application.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 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER`S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01227. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Mountain f Texas, Company 11729 E. FM 917 Address By: Andrew McCulloch (Please Prii Signature: Alvarado, TX 76009 _ Title: Vice President City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TAR -RANT § BEFORE ME, the undersigned authority, on this day personally appeared Andrew McCulloch , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Vice President for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN TINDER MY HAND AND SEAL OF OFFICE this gth day of May , 2020. i - ~�WAfdDA SUE..iARRELL m0aL6B^r8� t `�... L®Ry �aoa .. M. NoterV pufalic, State of Texas Camrn. I^xpiras oo-29-2024 N ry a Ic in an ar the State of Texas °p�iaesba�" END OF SEC 1CIOl\ CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNo.: 01227 Revised July 1, 2011 \Wtw-fs.iiw.apailsharelprojects\03181040-01%Spec TinalTPinal Part 2B SpecificationslDivision 00\00 45 26 Contractor Compliance with Workers Compensation Law.doc v'a 45 40 Minority Business Enterprise Goal ATTACI- MENT 1A Page 1 of 4 City of Port wolth Minority Business Entewpri_--e OFFEROR COMPANY NAME: Check applicable dock to describe Mouritall7 Cascade of Texas Offeror — MlWIDBE NON—ti1sIMBE J6/4/2020 — PROJECT NAIVE: Sanitary Sewer Main, Upper & Middle Village Creek Parallel Relief Main - Part 213 Bill o%�T City's MBE- Project Goal: Offeror's MBEProject Commitment: PROJECT NUMBER 5 % 12.12 % 01227 Identify qlj subcontractors/suppliers you MH use on this projecL 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, i (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 Tarrant, --Dallas, Denton Johnson Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier; means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered I" tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. ATTACHE14TIJ A➢I-5 Rev. 2110115 FORT WORTH ATTACHMENT 1A Pays 2 of 4 Offerors are required to identity ALL subcontractors/suppliers, regardless of status; i.e:,, l-Ai'loniy -.roil ii�ii h11E�, MBE firms are to be listed first, use additional streets if necessary. 'lease Mote that only certified MBEs will be counted to meal an MBE goal. SU13CONTRACTOWSUPPL.IER fNCT'RGA ° Company !Marne r �- � � m � �K _... rDetail Detail Address i TeleplionefFax e Subcontracting Supplies 1 1N Dollar Amount Work Purchased Email r B B E B 13 Contact Person E AEA Transportation1 ,Off Haul _ � $144,820.00. ..._ 2300 Valley View Lane Trucking Irving TX 75062 972.255.7100 Alex Noriega Spooner and Associates 1 Surveying $63,995.50 309 Byers Street, #100 Euless, TX 76039 817.685.8448--� i Eric Spooner BCAC Underground LLC 1 Manhole $213,105.00 7500 Rosewood Ave Coating Fort Worth, TX 76116 � � c � 214-415-6869 Ben Goodall J.E. Guzman 1 Concrete $608,250.00 Construction, Inc. Structures 2911 S. Peachtree Rd� Balch Springs, TX 75180 214-309-3955 Javier Guzman LP Sundanee 1 Tunneling $279,000.00 Construction 1388 South I.H. 45 Ferris, TX 75125 (214) 837-6100 Jim Ryan JM Materials 2 Aggregates $239,537.25 PO Box 2107 Decatur, TX 76234 ❑ � � 940.427.2033 Julian Gonzales ATTAEHEMTW AU1-5 Rev. 2/10/15 FQR H ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status, i.e., jAinui ,t ,i-I-AHEs. MBF firms are to be fisted first, use additional sheets if necessary. Please note that only ceRtified MBEs will be counted to meet an MSS goal. SUBCONTRACTOR/SUPPLIER NCTRCA N Company Marne T n Detail Detail Address t Telephone/Fax Subcontracting Supplies Nq vst Dollar Rrnount Work Purchased Email r B B 8 E 1 Contact Person E Guff Coast Grouting Inc. 1 Cellular/ $32,640,00M�Y._ PO Box 1149 Abandonment Huffman, TX 77336 ❑ Grouting 281.225.4684 David Holt Ortega Land Clearing, 2 Tree Clearing $36,650.00 LLC 3708 Stone Creek Pkwy Z ❑ Fort Worth, TX 76137 361-728-3151 Joshua lvy HOBAS Pipe USA 1 Pipe and Fittings $1,893,729.00 1413 E Richey Rd ##3508 Houston, TX 77073 ❑ ❑ V 214.885.3760 Brad J. Hunemuller ACT Pipe & Supply 1 Manholes, $249,252.40 1888 W Northwest Hwy Valves & Dallas, TX 75220 ❑ ❑ Appurtenances 214-325-9942 Steve Randall GJ Seeding Hydromulch/ $75,900.00 1080 S Burleson Blvd Hay Sprigging Burleson, TX 76028 el ❑ 817-821-3848 Gayle Juraschek ❑ ❑ ATTACHFMTN A➢1-S Rev. 2/10/ 15 FoRT WORTH ATTACHMENT 1A Page d oM Total Dollar Amount of MUM Subcontractors/Suppliers Total Dollar Amount of Non -MBE Subcontractors/Suppliers TOTAL DOLLAR AN1C7`UNT OF ALL, SUPiC ONTR CTOR,",l�U[3t'[.IEir.; $ 2,731,721,90 3,97,141.90 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a it"etiuesf for Approval of Change/Addition farm. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination, By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBEs) 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. Authirized Signature Senior Project Manager Title Mountain Cascade of `texas Company blame 11729 E FM 917 Address Alvarado TX 76009 Citylstatelzip Printed Signature Contact Namerritie (if different) 3170 733a3094 Telephone and/or Fax jasonw@mountaincascade..com E-mail Address 6/5/2020 Date ATTACHEMTN AU7-5 Rev. 2/10115 Doty of Fort Forth MUnDrity Business Enterprise Specifications SPE-CrAL 114STRUCTIO S FOR OFFERORS FUGAIIOW OC FOB ICY )f Phe total dcrtlar vat+ of the contract ws 50,0641.01 or rreere, then a MBE subcontracting anal us appUical�le- POLICY STATEMENT ENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (10BE) 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. M85- PR®JECT COALS The City's MBE goal on this project is 5 % of the base bid value of the contract. 1 Noly. If botch MBE and SBIE subcontracting goals are established for this project, then an Offeror must submit bode a MBE Utilization [Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $5o,oUo.o1 or more inhere 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: I. Most or exceed the above stated MBE goal through MICE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3• Good !mitt Effort documentation, or; 4. Prima Waiver documentation. SUBMITTAL Of REQUIRED DOCUMENTATION The applicable documents roust be received by the by the assigned City of Fort Worth Project io.anager or Departrneni Designee. whirl» the follovuing P1mes allocated, in ordir ter lha entire.bid 1? be LonsldeW responsive io ILhr 3pDdfPca6cmn_ The Offeror shall EMAIL the MSS; docuiTtentati-ml :o lho _assF ncd Cily of Fcr[ i�rnrl7 k=rolcu;I Manager err Depariment,,f]e;#igopp_ A faked.cgpy-.iv 1�..nat..he apted. 'FAILUKE TO COMPLY WITH THE CI'7Y'S BUSINESS DIVERSITY EW'TER'PR1BE ORDINANCE, WELL RESULT Ikl THE BID 13154NG CONSIDERED NON-14E5PONSfVE TO-5PEC0CATIDN9. FAJLURE 70 SUBMtT TA REQL1101) MBE DOCUMENTATION WILL RESULT Jai tHE 611) BEING CQNSIJ)Ei41=1} NON-17ESI�.CrNSIVt_ A SECOND FAILURE WILL RESULT IN THE OFFEROR R ING DF94 lJI J_flr=0 FOR A PERIOD OF ONE YEAR- THR€E FAILURES IFi A FIVE YEAR PEFNOD WILL RESU:L7 IN A DrISCIOALIFIC,ATIDhi 1PIERiGG OF THREE YEARS - Any questions, please contact the Office of Business Diversity at (817) 392d2674.. Office of Business Diversity EPnaT mwbeoffice@fortviorthtexas.gov Temporarily Revised April 6, 2020 due to COVID19 Emergency Phone: (817) 392-2674 ®---"�-� ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., 9V nbr~ty and rind-MM. 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. N Company Name i n Detail � :� ®ell Address b B g Subcontracting Supplies TeleEron /Fax E E M worlt Purchased Dollar Amount Contact Person h E I ED El Rev. &15119 ATTACHMENT 1A Page 4 of a_ Total Dollar Amount of ME Subcontractors/Suppliers Ef-= Total Doilar Amount of Non-KRE Subcontractors/Suppliers 4 . TOTAL DOLLAR AMOUHT OF ALL SUBCONTRACTORS/SUPPLIERS hoe $�►tfeXor will lot real e additions, delftl[�rs; ortiC�sfiifiJtiors to this mortified Fist wii►c�bt the prioirptroval of tit, Offige of Business Diversify through the. submittal of a Request for A:�l=��ev��' �� ��aavr��`�c�afit�on . � ..Ar�y unjustified change r deletion hail be a ►v:aterial breach of contract. and may result in debarment in accord with, the procedures ou- 11ined in the ordinance. The Offerer shall submit a detailed explanation of how the requested changeladdition or deletion will affect the rson-ornilled MBE veal. if ?he detail explangitipn is not sub mitt�e.d. it will affect the final corriplia ace deterraiinaijon. By affixing a signature to this fore, the Offeror further agreas to provide, directly to the City upon request, complete and accurate information regarding actual work pefformed 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 lawns 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 tirne not less than one (1) year. Authorized Signature TWe company Name Address citylstate/zip Office of Business Diversity Email: mwbeoffice@forbuorthtexas.gov Ph©ne: (817) 392-2674 Printed Signature. — Contact Na erritde (if different) Tedephons andfor i:w.-[ E-mail Address Date Rev. 5115l19 Q R-F WO T ICI City of Fort Worth Wnorfty Business Enterprise Sped ications Pirern.s..Contractglr VVaa -*ver F®rlrh ATTACHMENT I Page 1 of 1 OFFEROR COMPANY NAME: Check applicable bou to describe Offeroes C,araft fioro PROJECT NAME: M! IDBE NON-Ns/VWDBE BID DATE City's M131= 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 1C. This form is only applicable ifkgh answers are yes. Failure to cornpleto this fort?} in its antirety and be raceived by the Purchasinq Division no latter than 2:00 la.m..__9n the second City business Slav after bid opening, exclusive of the bid opening date, will result iin the bid being considered non -responsive to laid specifications. Will you per roan this entire contract without subcontractors? 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 operational profile of your business_ . NO WE 11 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 Jaws 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 Office of Business Diversity Email: mwrbeoffice*ibftmrthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 6115119 ATTACHMENT I Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Checks applicable box to describe Offeroes Certification PROJECT NAME: -- BID DATE City's MEE Project Goal: Offwor's MEE Project Commitment: PROJECT NUMBER % % I: the Offeror slid not meet or exceed the MSS subcontracting goal for this project, the Offeror Must complete this fora. If the Offeror's method of compliance with the I BE 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 velth each item, I thru Ibelow, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or (knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division nc later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this prcject, regardless of whether it is to be provided by ai MBE or non -MBE. (DO NOT MST NAMES OF 1=iR On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. additional sheets, if I List of Subcontracting Opportunities II 1_ist of Supplier Opportunities Rev. 5115If 9 ATTACHMENT tC Page 2 of 4 2.) Obtain a current (root more than two (2) months old from the said open date) list of TEE subcontractors and/or suppliers from the City's Office of Business Diversity. ❑ Yes Date of (Listing ❑ No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to laid opening by maul, 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 (VIBE 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 BABE 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 IMBE 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" ❑ Cho documentation may render the GFE nonresponsive.) 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 and/or "undeliverable message" documentation may render the GFE nonresponsive.) El No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method mtl9t be applied to the applicabie contract, The Offonar rlyuaf document that either at least two aftempts were made using two of the four m+elihods or that at least one successful contact was made using one of the four methods in order to deemed responsive to the Good Faith Effort requirement. MOTE: The Offeror must contact the entire MBE list specific to each subcontracting arld supplier opportunity to be in compliance with questions 3 thru 6, a.) Did you provide plans and specifications to potential MBEs? ❑ Yes ❑ No I$a) Did you provide the information regarding the location of plans and specifications in order to assist the MSEs? ❑ Yes ❑ No Rev. SM 6119 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? ❑ Yes (if yes, attach all copies of quotations.) ❑ No 10.) Was the contact information on any of the listings not valid? (If yes, attach the information that was not valid in order for the Office of Business Diversity to address ❑ Yes the corrections needed.) 11.yaubrnit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. please use additional sheets, if necessajy, and attach. Company Name Telephone Contact Person Sco a of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feet will further explain your good and honest efforts to obtain MSEc 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 work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a Material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (t) year. Rev. 6115119 ATTACHMENT IC Page 4off4 The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted) in goad faith. It is understood) that any MBE(s) listed in Attachment II C will be contacted and the reasons for not using them will be verified by the Dity's Office of Business Diversity. Authorized Signature Title Company Name Address Citylstatelzilp Office of Business Diversity Email: mwbeoffice@fortworthtexas.god Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Cate Rev. 5I16/19 Joint Venture Page 1 of 3 JILPOPRTAVORTH CITY OF FORT WORTH GIBE Joint Venture Eligibility Form All questions must be answered; use `NIA" if not applicable Name of City project: . A joint venture form must be completed on each project RFP/Bid/Proj ect Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail 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 joint venture MBE Non -MBE E firma Fame• Fftsffiess : Business Address: City, State, Zip: Telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status: Name of Certifying Agency: 2. Scope of work ertformrnied by the Joint Venture: Describe Me scolRe of work of the MBE: Describe the scope of work of the non -MBE: Rev. 5/16119 Joint Venture Page 2 of 3 3. What is the percentage of MEE participation on this joint venture that you swish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this 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 Office of Business Diversity 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 Office of Business Diversity 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. 5115119 Joint Venture Pane 3 of .� 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 n_on-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature o€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 Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (S-1) Rev. 5115119 00 45 41 Beall Business Enterprise Goal r��5- i 11_rt�,��,t Z��iTi�� F^iRT .P,G�! vrf.�aFA f: 'yefAF4T11"^, i E�i�1 5 FORT WORTiFy City of Fm Small�.A�1?1 ATPliR�T'P__GI�ls2 kY�1,.�50�Q<4 ter,'` OF-e4 APPI The -Gies -SB1= Beal eR this ejeeA me - % Of*8 baE; bid 1 9-f+h,9. tF 1 l+itilsix.='�4 .ti.t� n -cv.2 nCDC Mxirrl��s�vsF, h., dog-�+d r9os 5 4 �r 59,i�i ..f . e.#64•1! 5 illim-11.1 owl Nil t _ _ _ ■ _ �_JUTAWTIMIEEWZ tr-R"A l--T-A'WW -!• _ 2, ATTACHMENT 1A Page 1 of 4 RRnn WON m nnr leon rpm IC R+� to re�e� -R t ,-.:1. ..•J. i'r� I ar. OM�.n r i'o-- ry �. 9.f, �ii�.bs ac-l�d rJ � , .. �'T� FY[.'"'IT[7'�^'vc�-i���c:� a lr�•-+a=r sir—� ur :riti�•+--r•a.`�"�"`rr'cvn_-� 3-�i+-��: xc'� 1-As r -11�.2 C"h `_-:,^v--n--.,•.a-�--�-'P-��-��r��*�r-i��cirrcr-,�ir,� ed„,�-,ro,F�S��`'J`I'E��'(s`-"'�'�'.?'�,.Si��irrn'�fC��-•- T•rha ,.-, 4e;J QRG1rr aq4coeo GF ran FG R;a4 fC-GA,_ra+ lh fhe SIRE hFFf'(&) li__#oLQ. irn fti& 9wtN r �e� 9�.r.,�,rss. tin. .4:r..a4_&J. �S„l,l�ri-; 4-41li--j .2A TTf.�[i.T[I'44 �FFp]S GT'G OL3LIL*T1 'fir 6�'I�'�S3OF ����T�.+QfS ���4 �'ii'ca�►tis"vr�'�,s--rn II♦♦::..,,n ��a�rg�i,T,.F, �xy♦i��'r5= yF y�'.�'�—��-`t57C-7�"f'41^^�,'F .�i•�PFc2'li'� ;- �7" ITC1'P.--Ffi�f${' LY'i' Fill .v.., �r��.,..b.. ..:.J.•, a 3i,.h ...i,... ..:..1.� r..a nd wd Ts„•, !n � ,..,# YC�• ..•e��r_._,^ .,F .. .•I. �.. e"ti7"�4 4TrTr'P � 7[%'Rri: r#ale .r t„� ei,rii ,:n;mi ir-r �aari+FCi -- .. S �� •,,,. rr- i•,-• ,{�.. .i I� ' �=,- ;•-1 r_ .ri,- _1 - i. is .� 1. Y .0 r• -1• - 1 o. 1�, E' r. ,.1 _- - - ¢*Wi�-.*Ji$i , vK r'E " Ilr Lrlzo "iar� rti+�r-ra,pr�+iri ti'+q -r _�+cf =ta� 3wrirr @EN?El V 46 i19 #: 4A —sag Z*Q-"-,-Tip- •• �c�nr"va'zg ti-ai c, r, + �. �r:iw o #m.+.� r. r. 4^. �1 F r. r•+� _ - - .' ; 4l. ik e4- �. Rev. 5115119 FORT WORTH ` IV— T^= =.. &OEM is he - Noted Am% use addWonal sheels 9 nesessapy. Please Reis that 9Rly rOFtwf'Bd —WWEZW� ill b8 GGURt8d to FReet aR §LgE gOSI. Rrr�w rirrnra�c� rnes� o�� �aDow dSubse Is Mi ;A "O'1:1 El El 1:1 El ❑ ❑ FORTWORTH Page a of 4 FORT 1©RT tits 10MIKAFMA d The Offer,9F Mill i-# make ad„ - T= - - OWSWUNSRO-is two SeAled Wvk e- pFM-F A Wal —��,w�xa n.�--�.;.--•^,',-='�-�:f+—� ..- ._ �F£•h=^ ---.-...--�-�riz-:—=',�ii�'i$sk�r#R ,T`in��--in—_�? {'3!• I�e`� �r3Q. ��' 'b�45��i'--�}c�t--�vt , q„ aV°V+.=fk-3#i-+ 5�c3�4f�S{—n��g£se^ai- +•` i•n-#��+94=?- � r v v 1t v now i JXa-. gOV FOR-UM"ORTH .... I. I ElTrm If's Trr"n. -V;Tr. -MMMM Wrrw4mmm, ,-MiNWAAjq� -- --------------- ------- L 04 r—.WT-44s Page 4 of 4 ---------- — ---------- MMMOM M ex: 1 ...... .......... T . ............. ....... & Fill I N AuthWiZed SigffltWe T4#e Gempany Namee Qfflee ef Business Diver-sity Emaili Fnwbeeffiee@feF�*oeftl4tei�ar,.ge Phenei (817) 392-2&74 PNRted Sign Genta Bt Nam e4# dgefer4) Fe*-N*WA9,ff RAw—V44DO city 4flhw,w," Small R-6 runasum Enter R7nr� rnaa raawiN i1EAnAC: V E n,r�n� nnnernp`Y� R [E1 AP 4L .,.���• ��„,�,.,,� *PTYtT7 Fa use- t iks -+ ra€ar 4 qan v+x-�szi��vri� e���c�vr.���il�f -Jiq ❑ ��,;3,,.,. .,a_�,,s,�rctrc r.....,. a.,,, a .a.s•...a .,,.,.iy,s.. _,,..a n:.,,....s....,.a°--:,r,.� ZF RE •AAR-d8id6:� ❑ Y"9'� ll�ary - Ii � 0ln�v'"�'v¢Rf�'s •...'..per+�'�a ❑ 4'YW� NOT& p6 Pie . nt mi Qt �Q be 1-13"ORGO wit Sa PAPAISM494 L'e - - - - _ — - _ i.. T`i" Add city/statelzap 2 ®ate deiFit Ve e G T:J OF FO�T9'4� �u5d 7�1'A7'a T7[r t P� mail Ge1 Non-SOF. fGuAftess n u-^_n H-me^ ^^^ A Gity, ""oaa*, 7;cp: 9 mail �E�H�Ai i i8B9iiHi�e 8f Joint Venture Page 2 of 3 kr� "In a and d-e The City's Office of Business Diversity will review your joint venture submission and will have final Rev. 5115119 Joint Venture Panes Z M'A _ w _ iPlil�!RR7!!�!!!�lS7f!•_i,ROOM C _ Gaffifnissian 2 SECTION 00 52 43 AGREEMENT 005243-1 Agreement Page 1 of 6 3 THIS AGREEMENT, authorized on 06/23/20 _is made by and between the City of forth 4 Worth, a Texas home rule municipality, acting by and is its duly authorized City Manager, 5 ("City"), and Mountain_ Cascade of Texas, LLC, authorized to do business in Texas, acting by 6 and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 1.3 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 Sauita[y Sewer Main 257, Upper and Middle Tillage Creep Parallel Relief Main —1Part 2B 16 City Protect Nuunnbero 01227 1.7 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 Seven Million, One Hundred Forty -Two Thousand, 20 Three and no cents Dollars ($7,142,003,00). 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 4.3 For Southern Oaks Golf Course: Damages CITY OF FORT WORTH S S Main 257, Upper and Middle Village Creek Parallei Relief Main -Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised 11.15.17 00 52 43 - 2 Agreement Page 2 of 6 38 The City has negotiated two windows for certain construction with the landowner. Contractor 39 shall commence and complete creek crossing work in Village Creek at Southern Oaks Golf 40 Course either between November 1, 2020 and February 8, 2021 or between November 1, 2021 41 and February 28, 2022 as specified in the Appendix GC-4.01. Contractor recognizes that time is 42 of the essence for completion of this specific work. Failure to adhere to the selected window will 43 cause City to suffer financial penalties for business disruption of Southern OaIcs Golf Course up 44 to Twelve Thousand One Hundred Eighty Nine Dollars and Zero Cents ($12,189.00) for each day 45 past February 28 of the selected window. Contractor understands and/ accepts the 46 responsibility fov these datuages should they be incurred. 47 Contractors disruption of play on the Golf Course (disruption of golf cart paths, greens, tee boxes 48 such that they are unpassable or unplayable)during the selected construction window, will cause 49 City to suffer financial penalties for business disruption of Southern Oaks Golf Course in the 50 amount of Eight Thousand One Hundred and Twenty Six Dollars ($8,126.00) per day. 51 Contractor understands and accepts the responsibility for these damages should they be 52 incurred. 53 Article 5. CONTRACT DOCUMENTS 54 5.1 CONTENTS: 55 A. The Contract Documents which comprise the entire agreement between City and 56 Contractor concerning the Work consist of the following: 57 1. This Agreement. 58 2. Attachments to this Agreement: 59 a. Bid Form 60 1) Proposal Form 61 2) Vendor Compliance to State Law Non -Resident Bidder 62 3) Prequalitication Statement 63 4) State and Federal documents (project specify"e) 64 b. Current Prevailing Wage Rate Table 65 c. Insurance ACORD Form(s) 66 d. Payment Bond 67 e. Performance Bond 68 f. Maintenance Bond 69 g. Power of Attorney for the Bonds 70 h. Worker's Compensation Affidavit 71 i. MBE and/or SBE Utilization Form 72 3. General Conditions. 73 4. Supplementary Conditions. 74 5. Specifications specifically made a part of the Contract Documents by attachment 75 or, if not attached, as incorporated by reference and described in the Table of 76 Contents of the Project's Contract Documents. 77 6. Drawings. 78 7. Addenda. 79 8. Documentation submitted. by Contractor prior to Notice of Award. 80 9. The following which may be delivered or issued after the Effective Date of the 81 Agreement and, if issued, become an incorporated part of the Contract Documents: 82 a. Notice to Proceed. 83 b. Field Orders. CITY OF FORT WORTH S S Main 257, Upper and Middle Village Creek Parallel Relief Main -Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.' 01227 Revised 11.15.17 00 52 43 - 3 Agreement Page 3 of 6 84 c. Change Orders. 85 d. Letter of Final Acceptance. 86 87 Article 6. INDEMNIFICATION 88 6.1 Contractor covenants and agrees i o indem>r Wy, hold harmless and defend, at its own 89 expense, the city, its officers, servants and employees, from and against any and all 90 claims arising out of, or alleged to arise out of, the work and services to be performed 91 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 92 under this contract. This indemnification provision is specifically intended to operate 93 and be effective even if it is alleged or proven that all or some of the dlg>rnmgK being 94 sought were caused, in wtiole or in part, by any act, omission or negligence of the eity. 95 This indemnity provision is intended to include, without limitation, indemnity for 96 costs, expenses and legal fees incurred by the city in defending against such claims and 97 causes off actions. 98 99 6.2 Contractor covenants and agrees to indemnify and held harmless, at its own expense, 100 the city, its officers, servants and employees, from and against any and all less, damage 101 or destruction of property of the city, arising out of, or alleged to arise out of, the work 102 and services to be ]performed by the contractor, its officers, agents, employees, 103 subcontractors, licensees or invitees under this contract. This indemnification 104 provision is specifically intended to operate and he effective even if it is alleged or 1.05 proven that all or som, a of the damages being sought were caused, in whole or in part 106 by any act, omission or nealiEence of the city. 107 1.08 Article 7. MISCELLANEOUS 109 7.1 Terms. 110 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 111 have the meanings indicated in the General Conditions. 112 7.2 Assignment of Contract. 113 This Agreement, including all of the Contract Doculn.ents may not be assigned by the 114 Contractor without the advanced express written consent of the City. 115 7.3 Successors and Assigns. 1I6 City and Contractor each binds itself, its partners, successors, assigns and. legal 117 representatives to the other party hereto, in respect to all covenants, agreements and 118 obligations contained in the Contract Documents. 119 7.4 Severability. 120 Any provision or part of the Contract Documents held to be unconstitutional, void or 121 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 122 remaining provisions shall continue to be valid and binding upon CITY and 123 CONTRACTOR. CITY OF FORT WORTH S S Main 257, Upper and Middle Village Creek Parallel Relief Main -Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised 11.15.17 005243-4 Agreement Page 4 of 6 124 7.5 Governing Law and Venue. 125 This Agreement, including all of the Contract Documents is performable in the State of 126 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 127 Northern District of Texas, Foil Worth Division, 128 7.6 Authority to Sign. 129 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 130 than the duly authorized signatory of the Contractor. 131 132 7.7 Prohibition On Contracts With Companies Boycotting Israel. 133 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 134 Code, the City is prohibited from entering into a contract with a company for goods or 135 services unless the contract contains a written verification fi-om the company that it: (1) 136 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 137 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 138 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 139 certifies that Contractor's signature provides written verification to the City that 140 Contractor. (1) does not boycott .Israel, and (2) will not boycott .Israel during the term of 141 the contract 142 143 7.8 Immigration Nationality Act. 144 Contractor shall verify the identity and employment eligibility of its employees who 145 perform work under this Agreement, including completing the Employment Eligibility 146 Verification Forin (1-9). Upon request by City, Contractor shall provide City with copies of 147 all 1-9 forms and supporting eligibility documentation for each employee who performs 148 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 149 establish appropriate procedures and controls so that no services will be performed by any 150 Contractor employee who is not legally eligible to perforin such services. 151 CONTRACTOR SHALL INDEMNIFY CITE' AND 14OtLD CITY HARMLESS 152 FROM AN`li' PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 151 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EN PLOY EES, 154 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 155 Contractor, shall have the right to immediately terminate this Agreement for violations of 156 this provision by Contractor. 157 158 79 No Third -Party Beneficiaries. 159 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 1.60 and there are no third -party beneficiaries. 161 162 7.10 No Cause of Action Against Engineer, CITY OF FORT WORTH S S Main 257, Upper mid Middle Village Creek Parallel Relief Main -Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised 11.15.17 00 52 43 - 5 Agreement Page 5 of 6 163 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 164 sureties, shall inaintain no direct action against the Engineer, its officers, employees, and 165 subcontractors, for any claim arising out of, in connection with, or resulting from the 166 engineering services performed. Only the City will be the beneficiary of any undertaking by 167 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 168 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 169 in any way responsible for those duties that belong to the City and/or the City's construction 170 contractors or other entities, and do not relieve the construction contractors or any other 171 entity of their obligations, duties, and responsibilities, including, but not limited to, all 172 construction methods, means, techniques, sequences, and procedures necessary for 173 coordinating and completing all portions of the construction work in accordance with the 174 Contract Documents and any health or safety precautions required by such construction 175 work. The Engineer and its personnel have no authority to exercise any control over any 176 construction contractor or other entity or their employees in connection with their work or 177 any health or safety precautions. 178 179 SIGNATURE .PAGE TO FOLLOW 180 CITY OF FORT WORTH S S Main 257, Upper and Middle Village Creek Parallel Relief Main -Part 2B ,STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised 11.15.I7 RO 52 43 - 6 Agreement Page 6 of 6 181 182 IN WITNESS WHEREOF, City, acid Contractor have each executed this Agreement to be 183 effective as of the date aibscribod by the City's designated Assistant City Manager ("Effective 184 Date"). 185 Contractor: City of Fort Worth Mountain Cascade of Texas, LLC By: ^"Ffr 17OlCD*) Dana Burghdoff By: Assistant City Manager (Signature) Date Jul 10, 2020 Andrew L. McCulloch Attest: d (Printed Name) City Secretary Title: Vice President (Seal)� Address: 11729 East F'M 917 - "F M&C 20-04 11 Date: 06/23/20: Form 1295 No. 2020-6286�1 186 187 188 189 190 191 192 City/State/Zip: Alvarado, TX 76009 Contract Compliance Manager: By signing, I acknowledge that I any the person 7/1/20 responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting 1egnire€gents. .iol Kasavicli, P.E, Project Manager Approved as to Form and Legality: _ 6 D91-k (Jul 10, ZOM U09 CDT) Douglas W. Black Senior Assistant City Attorney APPROVAL RECOMMENDED: �w e/,I..,�ii��n Chris Harder, P.E. Water Department Director CITY OF FORT WORTH S S Main 257. Upper and Middle Village Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 1 I.15.17 i T y 5 E`CrRVT,A PA' F111 IWORTH, "fix Cily Projeol No.: 01227 t 2 3 4 5 6 7 SECTION 00 6113 PERFORMANCE BOND 0061 13 - 1 PERFORMANCE BOND Page 1 of 2 Bond No. 070212140 Issued in Duplicate THE STATE OF TEXAS § § KNOW ALL BY THESE P RESENTS: COUNT)( DE TARRANT § That we, Mountain Cascade of Texas, LLC known as 8 "Principal" herein and Liberty Mutual Insurance Company , a corporate 9 surety(sureties, if more 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 Foil Worth, a I 1 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Seven Million One Hundred Forty -Two Thousand Three 12 sum of, and 001100 .Dollars 13 ($ 7,142,003.00 ��, lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which suns well and truly to be trade, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 23rd day of June 2020, 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 Contitct designated as Sanitary 8mver Main 257, Upper & 22 Middle Village Creek Relief Maia r — Part 2.B, City Project lain.: 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. cn-Y OF FORT WORTH sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July I, 2011 f:\protects'.47?810A4-OILSpecs\Final5nal Part 213 61 13_keriprnv'uiee Ba�td.tbt 006113.2 PFRFd)11MANCE- BOND Page 2 of 2 1 This bond is shade 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 tine Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 2nd day of July 6 2€?20 . 7 8 9 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 29 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 ATTEST: (Princip ) Secretary Vd ess as to Principal PRINCIPAL: Mountain Cascade of Texas, LLC Name and Title Address: 11729 East FM 917 Alvarado, TX 76009 SURETY: Liberty Mutual Insurance Company BY: i ignat Joshua Sanford, Attorney -in -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 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 persons 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 prier to the date the Contract is awarded. CITY UP FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATTQN DOCLUENTS City Project No.: 01227 Revised July 1, 2011 F.4grojccis103I8Wk0.OliSpexsiFinahHitcsi Pate 28 spmificalionsUyidon OM 61 12 Ptffi � nond.doc 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 Vilest American Insurance Company POWER OF ATTORNEY Certificate No:8202409-985949 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, Aiza Anderson, Samuel E. Begun, Bryan M, Caneschi, Saykham Chanthasone, Lorina Monique Garcia, Danielle D. Johnson, Michelle Anne McMahon, Tanya Nguyen, Donna M. Planeta- Joshua Rebecca M. Stevenson, Eric all of the city of Hartford state of Connecticut each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of October , 2019 . (b N c C State of PENNSYLVAN!A ss n County ofMONTGOMERY Liberty Mutual Insurance Company P� t5u,� P'Zy INsp X'. 58SU`�a The Ohio Casualty Insurance Company j=GOxPok, y �om =GaNP�ggT�o�$Cs ¢ =Gn�ro�yro�nm West American Insurance Company 1912 �I o 1919 1991 0 r ist, �� O a o _ dal BSACHUg�.AD O m'yAMP`�� a �s �HBIANA �a� � By: David M. Carey, Assistant Secretary W C M rn c 0 On this 23rd day of October , 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 N W therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 02 do O � C (0 mN O) N f4 � C) o._ E w? 0 to 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. COMMONWEALTH OF PENNSYLVANIA ��}} ",�' �� Notarial Seai iyryS2 Pa5telEa, Notary Pu61iC Lipper MerionTwp., Montgomery County By: My Commission Expires March 26, 2021 �- eresa Pastella, Notary Public -IRY y Member, Rennsylvania associa on of No pries 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 attomeys-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 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 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 attomeys-ln- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2nd day of July , 2020 . ix J PG n Ro'Lfi � p'cOSPot��p yn GP2o roky�Qy� 1912 0 1919 Y g O y w 0 Q O `44cHUs��a3 SOS HAMP`�N`,aLS '<s r'YbIATtP ,aa$ �y �, Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIL Multi Co_062016 1 2 3 4 5 6 SECTION 00 6114 PAYMENT BOND t10 61 N - 1 PAYMENT BOND Page 1 Of2 Bond No. 070212140 Issued in Duplicate THE STATE OF TEXAS § § KNOW ALL BY THESE PRESEN S: COUNTY OF TAIZRANT § 7 That we, Mountain Cascade of Texas, LLC Icnown as 8 "Principals' herein, and Liberty Mutual Insurance Company , a 9 corporate surety (sureties), duly authori7.,ed 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, Seven Million One Hundred Forty -Two Thousand Three 12 in the penal sum of an imp Dollars 13 ($ 7,142,003.00 ), lawful honey of the United States, to be paid in Fort North, 14 Tarrant County, Texas, for the payment of which sure well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has eniered into a certain written Contract with City, awarded the 18 23rd day of June 1 20.20 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 as defined by lave, in the prosecution of the Work as provided for in 21 said Contract and designated as Sanitary Suer Main 257, Upper & Middle Village Cheers 22 Relief Main — Part 2R, City Project No.: (11227. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal snail pay all monies owing to any (arid all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Mork under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 29 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 Sever Main 257 — Part 2B STANDARD CONSTRUCTION SP1 CIFICATION DOCUMENTS City Project No.: 01227 Revised futy 1, 2011 F:lprojee1st03 €eSOSiI AIVSPecs�PinnfiFims€Pan 20 SPeoficatiotrsVvirim MOD 61 A—PaymcM %nd.dns 2 3 4 5 G 7 8 9 1© 12 0061 14 - 2 PAYMENTBOND Page, 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duiy authorized agents and officers on this the 2nd day of Jul , 2020 ATTEST: zneipal) Score W "asto cipal It ATTEST: ( Suety) Secretary i Witness as to Surety, Ian Williams PRINCIPAL: L: Mountain Cascade of Texas, LLC BY: \ Signatur _.._. Name and Title Address: 11729 East FM 917 Alvarado, TX 76009 SURETY: Liberty Mutual Insurance Company BY: - r Joshua anford, Attorney -in -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: (617) 357-9500 Note: if signed by an officer of the Surety, there must be can 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''ORT11 Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCDON SPECIFICATION DOCUMENTS City Project Na.: 01227 Revisal ,July 1, 2011 V;�Pmjaets1fl M40-03%Sp=TinaiiI4is Pan 2BSpc6fiMin AVivisionGSWO6114_PaymeneHoed-dot m c t'a �O o- N> N m �.y OP ai O 02 cm ai N mP l0 ` � G L g 92 44 SURETY This Posner 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: 8202409-985949 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, Aiza execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of October , 2019 . Liberty Mutual Insurance Company Pv INSU� PVqY IAISV SNSUR9 The Ohio Casualty Insurance Company �J c°yiPO7gr n eJ c°rpOfr'r�y �Po°`�O�4r Rc, West American Insurance Company Fo fi ra1312 0 0 19190 UJ1991 0 2 ar p d % Y��9ssacFuS .dam SO t��hA mP`'�.Qif ems, ,aD David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 23rd day of October , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance d Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes —F j therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W 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. COMMONWEALTH OF PENNSYLVANIA Notarial Seal iereaa Write,€a, Notary ery o ilpper Merlon Twp., Montgomery County By: "j .y`"' My commEssion Expires March 28.2021 ry r°r Teresa Pastella, Notary Public Membsr. Pennsylvania Association of Notaneg 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 attomey, 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 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 atfomeys-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 attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 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 2nd day of July , 2020 . P� INSLp- P�ZY INS& VNS{/R w 'Z11Py =c°pa�.k9�b° 1, �h,�=c°xP°ry�T�rn 1912 01 o 1919 1991 d�a �SackuS aL yGy �aatPy���a�0 l hnrawA L lay. N Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC CCIC WAIC Multi Co 062018 0061 [9-1 MAINTENANCE BOND Page [ of 3 Bond No. 070212140 1 SECTION Oil 61 19 Issued in Duplicate 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL. BY THESE PRESEhl7 S: 6 COUNTY OF TAltRe4 NT § 7 That we Mountain Cascade of Texas LLC , known as 8 "Principal" herein and Liberty Mutual Insurance Company a corporate surety 9 (sureties, if more 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 I 1 municipal corpporation created pursuant to the laws of the State of Texas, known as "City" herein, Seven iIMillion One Hundred Forty -Two Thousand 12 in the sum of Three and 00/100 Dollars 13 ($7,142,003.00 ), 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 18 WHERE AS, the Principal has entered into a certain written contract with the City awarded. 19 the 23rd day of June , 20 2_20_-a, which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to f rnish 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 V l age Creek Relief Main --Part 28, City Project No.o 01227; and 25 26 1J HI'SMEA.S, 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 wo[2TH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECWICAT[ON DOCUMENTS City Project No.; 01227 Revised July 1, 2011 PpwjectsT31 M040-0ASpm\FhiaWina1 Part 28 5pe ifkatiors\Dkisiun OV60 61 14 Atsint�e Hond.doc 0661 i9-2 MAINTENANCE BOND Page 2 of 3 1 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 7 8 9 10 11 12 13 14 15 16 17 18 19 PROVIDE, D, I-IOWEVE R, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being home by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Port Worth Division; and PROVIDED FITIITFIEfL, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF PORT WORTH Sanitary Sewer Main 257— Part2B STANDARD CONSTRUCTION SPECIFICAVON DOCUMENTS City Project Na.: 01227 Revised July 1, 2011 F'tp�ajecaxiU31614A0-tFILSpees7FinaI1€ ino7 Pan 23 SPtditxi0m\D vision 00\00 61 19 i+Wsllena Bonidoc 0061 19-3 MAINTFNANCL BOND Page 3 of 3 1 1N WITNESS WHEREOF, the Principal and the Surety have each SIGNER and SEALED this 2 instrument by duly authorized agents and officers on this the 2nd day of 3u1Y 3 2020 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ATTEST: (Pr )ry 'ecreta - kc'L� W h ss as to Principal ATTEST: (Surety SecreAty- ;dn ss as to Il'sams PRINCIPAL: Mountain Cascade of Texas, LLC Name and Title Address: 11729 East FM 917 Alvarado, TX 76009 SURETY- Libeq 10utual Insurance Company BY: ignature llua Sanford, Attorney -in -Fact Name and Title Address: 175 Berkeley Street Boston, NIA 02116 Telephone Number: (617) 357-9500 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing; address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY Of FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 P.lprnjeets4fl3i8�04D-a€\Specs ntti4Fimal Part 2B spacificatiansil mian OOM6) €9 Aiaituenance BanQ.doc N L U f° 7 Tr o A u UR Ty 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:8202409-986949 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, Aiza all of the city of Hartford state of Connecticut each individually if there be more thar 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 Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seats of the Companies have been affixed thereto this 23rd day of October , 2019 . ttvS t r fH5 Liberty Mutual Insurance Company ,Mau P� 2q P4 L a Rq The Ohio Casualty Insurance Company �J 4oRPoa�r yC 5J coRPo�r�y �P pRPtl�r y West American Insurance Company Y41312� 0y1919I Q 1991 a d� SS4cHU5" ,dD O �'yAMPs��,da� +�s h�3ANP ,aa By: to David M. Carey, Assistant Secretary :3 State of PENNSYLVANIA County of MONTGOMERY N On this 23rd day of October 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 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 —r j therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W 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. COMMONWEALTH OF PENNSYLVANIA //�� Notarial Seal Teresa Pasteila, Notary Public Upper Marion Twp., Montgomery County By: My Commission Expires March 26, 2021 r� sit- Teresa Pastella, Notary Public �I Member. Pennsylvania A --- i.i— of No€cries a; 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 .G Company, and West American insurance Company which resolutions are now in full force and effect reading as follows: a3 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 v may prescribe, shall appoint such attomeys-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 N L 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 v be as binding as it 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 )till — 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 atlorneys-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 attomey, 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 attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 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 2nd day of July 2020 . 4Ns!!Rq P,IY INS&, SPSUR `J aoRPORar 2� yJ GORPaT Pgy `GP oos vaRyr 4yC 1912 01 o 1919 0 1991 01 2 2 O d D Yd 9S'yACHUs� Aa y0� hAMPs�� a �ND%P aS9 �y- 'A - _ a Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC MUM Co D62618 Alutu l SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd_, Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (I I I -IA) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www_tdi.texas_gov E-mail: ConsumerProtection tdi_texas_ ov PREMIUM OR CLAIM DISPUTES. - Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446- If the dispute is not resolved, you may contact the Texas Department of Insurance_ ATTACH THIS NOTICE TO YOUR POLICY. - This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 LMS-15292 10115 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una quej a: Listed puede llamar al numeto de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd_, Ste_ 400 King of Prussia, PA 19406-2755 Puede comunicarsc con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P_ O_ Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: ham://www_tdi.texas.gov E-mail: ConsumerProtection tdi_texas. ov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si ticna una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o pnmero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE "ISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 00 6l 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE EN® OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-&.ftw.apailshereVprojacts503161040-011SpemTinaRFinal Pan 2B SpeoificationADmsion 00/005125 Certificate ofinsarance.doc POLICY NUMBER: A,,CC06�'":806 COMMERCIAL:, GENERAL L.IAi3ILITY CO 20 10 04 `13 THIS ENDORSEMENT CHANGES T"E POMP, PLIZASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON O ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insures! Parson(s) ---- - Or Organizations; I Location(s) Oi Covered Ooerations As Required by Written Contract As Required by Written Contract Subject to policy terms and conditions Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I A. Section It — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 0413 0 Insurance Services Office, Inc., 2012 Pane 1 of 2 G. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance. If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: I. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of insurance shown in the Declarations. Page 2 of 2 @ Insurance Services Office, Inc_, 2012 CG 20 10 0413 POLICY NUMBER: A1CGO69"1808 CO MERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS N D RSEMENT CHHANGES THE POLICY. PLEASE'_' READ IT CAREFULLY. ADDITIONAL MURED - OWNERS, LESSEES OR CONTRACTORS - COS! PL FTED OPERATIONS This endorsement modifies insurance provided under the following: COIAMERC;AL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) (Location And Descri Lion Of Completed Operations As Required by Written Contract. Subject to policy terms and conditions. As Required by Written Contract. Information required to complete this Schedule, if not shown above, uvill be shown in the Declarations_ A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injun)" or "property damage" caused, in whole or in part, by "Your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract ' or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance - If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 'I, Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shogun in the Declarations. CC 20 37 04 13 @ Insurance Services Office, Inc., 2012 Page 1 of 1 COLD REPUBLIC GEN, ER T, L WgSURA;4GE CORPORA IOK! CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional! Insured Perzoxr�s) Or Organlzation(s)' As required by written contract. Subject to policy terms and conditions Larcation(s) of Covered Operations As required by written contract InfonTalion rewired to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance proWded try this endorsement is primary insuranceand we Will not seek contribution from any other insurance of a litre hind available to the person or organization shown in .the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above forthe sameoperation and job location. If so, we will share with that. other Insurance by the method described in paragraph 4.c. of Section IV Commercial General Liability Conditions. All other terms and conditions remain unchanged. named insured ountain Cascade, Inc. dba Mountain Cascade of Texas LLC Policy Number %A,1CGD&911806 Endorse ant No. Policy Period 10/01 /19 to 10101 /20 Endorsement Effective Date" 10/01/19 Rroducees Name' Aliiant Insurance Services, Inc. Producer Number., VUT..RIZ!ED REP ESENI 1 ATIVE CG LN GN O029 09 08 10101119 DATE POLICYNUMBER, A I CC°C69" 11866 COMMERCIAL GENERAL LIABILITY CG 24 04 06 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY . MST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section FV — Conditions: We waive any Tight of recovery we may have against the person or organization shown in the Schedule above because of payments we maize for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 06 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 -0 POLICY NUMBER: A`! CAC69118C6 COMMERCIAL AUTO CA 20 4.9 02. 99 THIS, ENDORSEMENT C14AGE THE POLICY. PLEASE READ IT CAREFULLY, This endorsement modifies insurance provided ender the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE fORM TRUCKERS.COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies persons) or organization(s) who are "insureds" tinder the Who Is An insured Provf lion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the Inception date of the policy unless another date is indi- cated below. Endorsement Eff6ctive: 10101//9 Counierst ned By: ~ P Named Insured: vOuntain cascade, Inc. � J dba A OUntain Caacade caf Texas LLC (Authorized Re reserttative SCHEDULE Name of Person(i) or Organization(s)a WHERE REQUIRED BY NRITTE�1, (:!OXTRA.CT. (if no entry appears above, information eeguired to complete this endorsement will be sham In'the Declarations as applicable to the er oots dement.) Each person or organization shown i-: the Schedule is an "insured" for Liability Coverage, but only to the extent teal person or organization ,qualifies as an insured" under the 1"o Is An Insured Provision contained: in Section It of the Coverage Form. CA 20 48 0.2 99 Copyright, Insurance Services Office, lnc,, 1998 Page I of i C] POLICY NUMBER: R,CA06`-1'.806 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER F TRANSFER F RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the. endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named insured: Mountain Cascade, Inc. dba Mountain Cascade of Texas LLC Endorsement Effective Dade: 10/01/19 SCHEDULE Narne(s) Of Persons; Or Organization(s)- WHERE REQUIRED 8Y WRITTEN CONTRACT. Information required to complete this Schedule if not shown above, will be shown In the Declarations. The Transfer Of Rights Of Recovery Against.Othi- ers To Us Condition does not apply to the persons} or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cidene or the "loss" under a contract with that person or organization. GA 04 44 031 0 ©Insurance Services Office, Inc., 2009 Page f of 1 0 OLD REPI.ISM GENERAL INSURANCE CORPORAMN WAIVER OF OUR RIGHT TO RECOVER FROt1+'i OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MDDIFIES INSURANCE PROVibED UDDER THE FOLLOWING: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have the right to recover our payments From anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement frorn us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. ]darned Insured Mount-Cin Casca a, Inc aba Mountain Cascade of Texas TjLC Policy Number AI CW06911806 Endorsement No 000 Policy Period 10101/19 to 10/01/20 Endorsement Effective Date: 10101 /2019 Prcducees Name., Alliant Insurance Services, Inc. Producer Number, c.. 10/01/19 �. 1'DATE w+C 99 03 15 (Cs91o6) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febaimy 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters ........... ................ .:............................................................................................ 7 2.01 Copies of Documents ....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent .............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points—___—, ------ ....... . ........ ___ ...... ....... .11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................1.6 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to .Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fel rwy 2, 2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project ScheduIe..........................................................................................................................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 tndemni#ieation......................................................................................................................... 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebRwy2,2016 Article 10 -- Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work...............................................................................................38 I0.02 Unauthorized Changes in the Work...................................................................................•.......39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process............................................................................................................. 40 Article 11 Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 1104 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; Febft any 2, 2016 Article 17 —Miscellaneous ......................................................................... 17.01 Giving Notice......................................................................... 17.02 Computation of Times........................................................... 17.03 Cumulative Remedies............................................................ 17.04 Survival of ObIigations.......................................................... 17.05 Headings................................................................................. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb n=y 2, 20 i 6 ............................................ 62 ............................................ 62 ............................................ 62 ............................................ 62 ............................................ 63 ............................................ 63 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE t — 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 perfor ned. 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. BIM360 — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn ry2,2016 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 Tune —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor ---The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehw y 2, 2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkvy 2, 2016 00 72 00 - I GENERAL CONDITIONS Page 4 of 63 38. Final Inspection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award --The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnguy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 5 of63 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 f the Contract Documents as being mished 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: Febnmry 2, 2Q 16 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70, Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.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 Adjectives: C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkay 2, 2016 007200-1 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 detennination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Finnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. U less stated otherwise in the Contract Documents, ;.cords or phrases that have a well knowm technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELI11UNARY 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 CONSTRUCTION SPECIFICATION DOCUN ENTS Revision: Febnmy 2, 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 Mork 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. ARTICILE 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: Febnmy Z 2016 007200- 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the 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. Deference 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 i. 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: Febavuy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 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 6.1 8.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 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: Feb wxy 2, 2016 007200- I GENERAL CONDITIONS Page 1 I 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 BIM 360 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 parry makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision; Febnay 7- 2016 007200- 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data' is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Revision: FeU;ua y2, 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: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. if an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy 2, 2016 00 72 00 - l 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: February2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 15 of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmazy 2, 2016 007200- 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BOLDS 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. 1f 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. 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 DOCLT&ffiNTS Revision: Febnjmy2, 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. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION .DOCUMENTS Revision: Febmary2,2016 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. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2, claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSEEKLITIES 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: Febmazy 2, 2016 00 '72 00 - 1 GENERAL CONDITIONS Page 20 of63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform. Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business bays prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb my 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 01 32 16. 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-equai" 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; CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb my 2, 2016 00 72 00 - I GENERAL CONDITIONS Page 22 of63 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 DOCUNIENTS Revision: Febnmy2,2016 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 6.05.8. 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 indemntr� 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: Febnmy 2, 2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to famish 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 I5.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feba ly2,20I6 00 72 DD - 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehuary2,2016 007200-1 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 1 Ith 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, ]tight to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. if a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. E. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2,2016 00 72 00 - 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. 1f 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 arid/or access to permiits 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: FebnoW 2, 2016 0072W-I GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or casement 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmvy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 29 of63 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy 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 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F- Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F'ebnmry2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. if City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in, the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as� to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb army 2, 2016 007200-1 GENERAL CONDITIONS Page 32 of63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkry2,2016 007200-1 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; the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of 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 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 worm and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS IN FM1[N CATION _ROVISION IS EPECLUCALLY i_NTENTDEI)_T® OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGE, D ®I8 PROVEN THAT ALL OR SOME OF T���UGTWFRF�ALSD.�MLEEId�� Q� LAM BY. ANY ACT OMISSION OR NEGLIf ENCE _LIM 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 oven 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 INDENWIFICATIO LPROVISION I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND DE EFFECTIEVE ZVENAF IT IS ALLEGED OR PROVEN THAT Ai 7 OR SOME OF THE DAMAGES BEING SOUGHT WERE CA4TSEID IN WHOLE OR 1"ART, lay AV ACT QM JSSIQN GR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seat shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this ]Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febuary2, 2016 00 72 00 - 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 Word. at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Revision: Feixuxy 2, 2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. if City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in SuppJementary Conditions: 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 S — CI<TY'S R ESPONSfB1r ITi ES 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: Febnimy 2, 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 007200-1 GENERAL CONDITIONS Page 38 of63 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 WORTIf STANDARD CONSTRUCTION SPECIFCCATION DOCUMENTS Revision: FebmW 2, 2016 0072W-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra kATork whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnimy2, 2016 007200-1 GENERALCONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felm my2,2016 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 111— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY ME, ASUR E, MENT 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 11.01.B, 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 11.0 LB, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebrLmy2, 2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 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 11.01.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 12.0l .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.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision. February 2, 2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2, there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febaay 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work clone for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fel»iwy 2, 20 1 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. ARTICILE 12 — Cif ANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMIE 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: 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.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01. A A and 11.0I .A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnrffy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.013; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2,2016 007200- 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRLTCTION, REMOVAlr. 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS Revision: Febnory 2, 20I6 00 72 00 - I GENERAL CONDITIONS Page 49 of 63 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. 13. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstructions (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fchuay2,2016 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 1.3,07, 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 ofDefective 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 Iimited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy 2, 2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2, 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; C. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnimy 2, 2916 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 c. 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 14.02.13.4.a through 14.02.B.4.e or Paragraph 15.02.A.. 2. 1f 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn my 2, 2016 00 72 00 - ] 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feanoy 2, 2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage CIaims 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 othcr requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retannage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felxumy2,2016 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. ARTICILE 15 — SUSPENSION OF WORN 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. CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnsazy 2, 2016 007200-] GFNERAI CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020- I2-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FefaRrary 2, 2016 007200-1 GENERAL CONDITIONS Page 59 of63 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. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such: claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. tf 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 W ORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry 2, 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 list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febu ry 2, 20I6 007200-1 GENERAL CONDITIONS Page61 of63 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): I. 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. C. 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. ART Iiii E 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy 2, 2016 007200- T GENERAL CONDITIONS Page 62 of63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other parry to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if- 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. MY OF FORT WORTH STANDARDCONSTRUCTTON SPFCERCATTON DOCUMENTS Revision: February 2, 2016 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: Febnixy 2, 2016 007300-1 SUPPLEMENTARY CONDITIONS Page l of 5 1 S1ECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL 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 Supplementary Conditions 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 [Month Day, Year this document was prepared]: Outstanding Right -Of -Way, and/or Easements to He Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. 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. CITY OF FORT 'WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 22, 2016 F:Sprojects503185040-0iSSpeesTinallFinal Part 2B SpecificwwnsWivinon 00100 73 00_Supplemantary Conditions.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 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 SC-4..01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or (relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of [Month Day, Year this document was prepared] EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT XTO Energy North of Burleson Retta Road ROW 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 CM3 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 listed 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" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 22, 2016 F;Npmjom1 03181040-011Spm\Fina[\Final Part 2R SpecificationslDivision 00100 73 00_Supple rotary Conditions.doc 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of $100,000 each accidentioccurrence $100,000 Disease - each employee $500, 000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 7 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance 8 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 9 minimum limits of: 10 11 $1,000,000 each occurrence 12 $2, 000, 000 aggregate limit 13 14 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 15 General Aggregate Limits apply separately to each job site. 16 17 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 18 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 19 20 SC 5.04C., "Contractor's insurance" 21 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 22 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 23 24 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 25 defined as autos owned, hired and non -owned. 26 27 $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 28 least: 29 30 $250, 000 Bodily Injury per person / 31 $500, 000 Bodily Injury per accident / 32 $100,000 Property Damage 33 34 SC-5.0413., "Contractor's Insurance" 35 36 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 37 material deliveries to cross railroad properties and tracks 38 39 None 40 41 SC-6.04., "Project Schedule" 42 43 Project schedule shall be tier 3 for the project. 44 45 SC-5.07., "Wage Rates" 46 47 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 48 Appendixes: 49 a 131M 360 Location, Resources/02-Construction Documents/Specifications/Div-00/General 50 Conditions 51 CITY OF FORT WORTH Sanitary Sewer Main. 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 22, 2016 F:lprojectsN03181040-0I\Specs\Fina]\FinaI Part 2B SpecificationsWivision 00100 73 00_Supplementary Cond tions.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 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 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 licenses required by the Contract to be acquired by the City: 1. TxDOT Utility Permit and Right of Way Access Permit FM 1187. 2. Tarrant County Right of Way Access Permits for Rendon Rd., McPherson Rd., and Burleson Retta Rd. 3. XTOIBarnett Gathering 3' Party line Crossing Agreements 4. Tarrant County Utilities Company Permit 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 [Month Day Year this document was prepared]: Outstanding Permits and/or Licenses to Be acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION <If there is none then write "None"> 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 SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" 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 Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 01227 Revised January 22, 2016 F: pro3ects103181040-01\Spe TinalVFtna1 Part 2B SpecificationslDhision W100 73 00_Supplementary Conditions doe 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 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 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 22, 2016 F:lpmjects103I W4MIO SpecsTina]Tinal part 2B Specifical;onslDivision 00\00 73 00_Supplemmta y Conditions.doc 1 2 3 PART 1- GENERAL 4 1.11 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 01 1100- 1 SUMMARY OF WORK Page 1 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 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 [MOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Ftw-fs.fiw apailsharelprojects10318 5040-011Spea Tina[\FimI Part 2B SpedficationslDivision 01101 11 00_Somnary of Work.doc 011100-2 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 2S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 AFtw-&fiw.apaAsharelprojects103 I K040-0hSpe=Tina1Tina1 Part 2B Spe6ficationslDivision 011011100_Su wy of%rk.doc 1 2 3 4 5 6 7 8 7 01 1100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUT31MITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVER', 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 I SUMMARY OF CHANGE ti CITY OF FORT WORTH Sanitary Server Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-fs,ftw.apailsharelprojects103 TSN040-0iSSpecslFinal%.al Part 2B SpwiticationsWMsion 01W11100_Scm yofWork,doc 01 25 00 - 1 SUBSTITUTION PROCEDURES Page I of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PAI3T 1 - GENERAL 4 11.11 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 I c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division I — General Requirements 19 11.2 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 REQUIRIEMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 \Ttw-fs.tiw.apailshmeVprojects1031 BV040-01LSpeoTinal5Fina1 Part 213 Specifica#iunslDivision W01 25 00_Substituiion Procedu s.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 34 4) Product experiPnCe 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.- 01227 Revised July 1, 2011 \Ttw fs.Rw.apaiNsharelpmjects103185040-WSpe TinaiTinal Pact 2B Speci&c onsMiviswn OB01 25 00_Substiumon Procedures doc 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if.- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SI7BMITTALS/lNFORMATIONA.L SUBMITTALS [NOT USED 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE I3 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 l . 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 ffANDLING [NOT USED] 25 11.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED1 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fs.ftw.apaiLshareNprojects103 IMM-01LSpe \FinalTinal Part 2B SpemflicationslDivision WWI 25 00—Substitution Procedures.doc 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT .A, 2 RE, QUEST 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 1Ttw-is.@w_ap.\shuelpmjectslD3161040 011Spec Tma1Tina1Part 2B SpecificationsWivi inn WOI 25 00_Substitntion Pmcedues_doe 01 31 19- 1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 013119 2 PRECONSTRUCTION- MEETING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after -the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Sanitary Sewer Main 257— Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 17, 2012 \Ttw-B.ftw.apailshare4proiects\0318V040-021Spe Tina[\Final Part 2B Specifications�Division 01101 31 19_Preconstrudion Meetings doe 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1.6 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 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 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 £ 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. MIWBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 .Revised August 17, 2012 1Ttw-fs.ftw,apailshare5?rojects503161040-011Spee \Final\FinalPart 2BSpecificadomWivision011013119_PreconAmctianMeetings.doc 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 ]PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 MCI END OF SECTION Revision Log I DATE NAME SUABIARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257—Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised August 17, 2012 k\Ftw-fs.ftw_spai\share\projects\031M040-01\Spem\17inaVinaI Part 2B SpecificationsMivision 01501 31 19_Preoonstruction Meedags.doc 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION Of 31210 2 PROJECT MEETINGS 3 PAIN 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees CITY OF FORT WORTH Sanitary Sewer Main 257—Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 \Ttw-fs.ftw.apailshuelprojects103184040-015Spe TinalTinal Part 2S Specificatio&Division 01\01 31 20 Project Meetings.doc 013120-2 PROJECT MEE'rINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general, the neighborhood meeting will occur within the 2 weeks following 6 the pre -construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include, but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings, prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations, problems, conflicts 33 c. Items which impede construction schedule 34 d. Review of off -site fabrication, delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress, schedule, during succeeding Work period 40 L Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 m. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 4tw-Cs,Rw,apail5WCAprojects103181040-01VSpe \FinalTinal Part 2B Specffi a ionsMivision 01101 31 20 Project MeathW doc 013120-3 PROJECT MEETINGS Page 3 of 3 1 o. Review monthly pay request 2 p. Review status of Requests for Information 3 6. Meeting Schedule 4 a. Progress meetings will be held periodically as determined by the Project 5 Representative. 6 1) Additional meetings may be held at the request of the: 7 a) City 8 b) Engineer 9 c) Contractor 10 7. Meeting Location 11 a. The City will establish a meeting location. 12 1) To the extent practicable, meetings will be held at the Site. 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [MOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVER', STORAGE, AND HANDLING [NOT USED] 19 1.111 FIELD [SITE] CONDITIONS [NOT USED] 20 11.12 WARRANTY fNOT USED] 21 DART 2 - PRODUCTS [NOT USED] 22 PART 3 - EXECUTION [MOT USED] 23 24 25 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City .Project No.: 01227 Revised July 1, 2011 \1Fiw-fs.ftw.apOshwe\projects\03181040-011speoTirlaAFina] Pays 28 SpemrxanonsMivision 01\01 31 20 Project Meetings.doc 01 32 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PkRT1 - 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. i8 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Definitions 1. Schedule Tiers a. 'Kier I - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F 1pmjects103IM040-011Spec Tina[Tmat Part 2B Spee fications\Division 01101 32 16—Construction Progress Schedule dot 013216-2 CONSTRUCTION PROGRESS SCHEDULE 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 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost -loaded baseline Schedule using approved software and the 11 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 treat 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 COLT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-: 01227 Revised July 1, 2011 F:lprojeds103181040-014SpecsTinaRFinal Part 2B Specificationslbivision 01101 32 16_Construction Progress Schedule, dos 0132 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to tape 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: i 1 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled I3 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) Avaiiable 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 iatest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:Spmjects103181040-011SpecsTinaltFinai Part 2S Spadficationsoivision 01101 32 l6_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 salve 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 L. The City administers and manages schedules through BIM 360, 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. CrFY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:4pxojects103181040-011Speo\Fina[\Final Part 2B SpecificationslDMsion 01101 32 l6_Constmcdon Progress Schedule.doc 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 11.6 ACTION SUBMITTALSITNFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.€1 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 [RIOT USED] PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F,lprojects103181040-011Spec FinalTinal Part ZB Specificationswivision 01%01 32 16_Construction Progress Schedule doe 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 0I 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 0172 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: I 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORtMATIONAL SUBMITTALS [NOT USED) 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, .AND HANDLING [NOT USED] 31 1.11 FIELD [SITE1 CONDITIONS [NOT USED] 32 1.12 WARRANT` [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 UFtw-fs.ftw.apai'�shweVprojeds103181040-0i\SpeaTina1\Finn1 Part 2B SpedfkationsMMsion 01101 32 33 Premnst-oon Video.doc 013233-2 PRE.CONSTRUCTION VIDEO Page 2 of 2 I PART 2 - PRODUCTS [NOT USED) 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUNBIARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Maim 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 1\Ptw-fs.9w apailshare\projects\03181040-01\Spor TinallFinal Part 2B Speciftcations\©ivision 01101 32 33 Preconstructiou Video.doc 013300-I SUBMITTALS Page l of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section. Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1..2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is copsidered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES (NOT USED] 22 11.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination L Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Vprojects103181040-ollSpo�\F,nalTinal Part 2B SpeciFcationsOMsion 01\01 33 00 Subm ttals_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. Submittal 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 1. 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. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 1/2 inches x 11inches. 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 F:4pmj ects10318V040-01VSpecs\FinaRFinal Part 2B SpecifimtionsUvision 01101 33 00_Submittakdoc Sanitary Sewer Main 257 — Part 213 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 5. 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 Iines 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lprojects10318V0 l)-OlVSpecslFina]Tinal Part 28 Spedficatioms Division WWI 33 00—Submittais.doc 013300-4 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 1. 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 BIM 360 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) 1f Contractor requires more than 1 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised Deceniber 20, 2012 VApmjects503181040-01\SpecsTina6Fina1 Part 2B Specifications\Division 01101 33 00_Sub-t tals.d c 0133 00 - 5 SUBMITTALS Page 5 of 8 1 d. Samples 2 1) 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, 10 Contractor shall submit more than the number of copies listed above. I I 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 i CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FApwjects103 13\040-011Spe TffiaTTinal Part 2B SpecificationsWMsiw OW 3300WSubmittals.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 013300-6 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) Reuubmittal 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) barked with revision triangle or other sircilar inethod 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 F:lpmjects10318V040-01\SpecsTinallFinal Part 2S Specifics OnsMivision 01101 33 00_Submittals.doc Sanitary Sewer Main 257 — Part 2B City Project No.: 01227 013300-7 SUBMITTALS 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 specifically 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. Ceaifcation 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 SUBMTTALS [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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 FApcoje&A31 9}040-OMpec Tina[\Final Part 2B Spe fiA bunslAivision 01\01 33 00_Submittals.doc 013300-8 SUBMITTALS Page 8 of 8 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY Y [NOT USED] 3 PAIN 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I2/20/20I2 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Sanitary Sewer Main 257 --- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:Iprojects103181040-011SpecsWinallFinal Part 2B SpecificalionsOivision 01101 33 00_Subminals.6oc 01 35 13- 1 SPECIAL PROJECT PROCEDURES Page I of 8 I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 b. 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 WAw-fs.tlw.apailsharalprojectsW318V040-011SPe TinatTinal Part 2B Spe iticatioms Division 01101 35 13_Special Project Procedu cs.doc 013513-2 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. All 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 1. 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 R. 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Tli$.ftw.apaiksbuelprojectsN0318\040-011SpecsTiz a TinaI Part 2B SpecificationslDivision 01\01 35 13_Special Project Procedures, doc 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 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 lines, or raise or 11 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 1 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. 41 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 1227 Revised December 20, 2012 11Ftw fs.ftw.apaiWwelprojects10318104"1\SpeoTina[TimI Part 213 SpeciflcationsWivision 01101 35 13Special Project Procedvres.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 1. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 4tw-& ftw.apai4sU 6projects5031 M040-911Spec TindTinal Part 2B Specificatiow\Di"sion 01\01 35 13_Spocial Project Procedur .doc 01 35 13 - 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 c. 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. Bust Control 46 1. Use acceptable measures to control dust at the Site. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\Rw-fs.ftw.apai\sharelprojects 03161040-015SpemTina1\Fina1 Part 2B SpecificationsSDmsion 01107 35 13_SpecW Project Rocedures.doc 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 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 SUIIMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [MOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 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 8/31/2012 D. Johnson 1.4.13 — 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-ts.ftw,apailshuelpmjects103181040-011Spe Tina]Tinai Part 2B Specificetions\Division 01101 35 13_Specia] Projmt Procedwes.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 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Miapsco 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: Alma <CONTRACTOR'S SUPERINTENDEN > AT' �TELEPHOWE NO > OR Alba <CITY INSPECTOR> AT < TELEPHONE NO > AFTER 4:30 PAS OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF PORT WORTH Sanitary Sewer Main 257 --- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ptw-fs.{iw.apwAsha elpwjectsW l M040-01%SpecsWinaffinal Part 2B SPecifieationslDivision 0I101 35 13_Special Project Pmcedwes.doc 0 z 3 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH gm via. xxxx PM NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO 1UTILMI IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR `PIVVATEIR SERVICE WIl L BE INTERRUPTED ON EETVMEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: . MIL AT (CONTRACTORS 5UPEtUNTENDEKT) (TELEPHONE NUMBER) OR MR. AX (CITY ]INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL RE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 kTit Ts.$w.apailsharelprojects103IS5040-0I1SpemTinallFM Pert ZB Spccifxations\Division 01101 35 l3_Special Project Proced"es.doe 014523-1 TESTING AND INSPECTION SERVICES Page 1 o€2 I SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART t - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAVMENT 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 I9 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT (USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's BIM 360 site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 R\pmj ectskW M040-MSpecsWinaffiaai Part 2H SpmficadonsMjvision 01101 45 23 Testing and lnspwion 5ervices.doc 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 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/INIFOITMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS fNOT 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 [S11TE] 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F.Spmjects103161040-011SpecstiFinallFinal Put 211 Specifications0ivision 01101 45 25 Testing and Inspection Services.doe 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 I SECTION Ot 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings I 1 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 i)1[ RES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMEN7TS 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 51Ftw-A.ftw.apm\Sharelprojec4s103I81040-011Spec Tina[\Fina] Part 28 Spe fflcadonslDivision OR01 50 00_Temporwy Vacihties and Controtdoc 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 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. EIectric 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 \Ttw-£a@w_apailshorc�pmjects503181040-01LSpemWinalWinal Part 29 SpecificationsVDiviswn 01101 50 00 'Temporary Facilities and Contml.dac 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 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 project. 6 a. Contractor remains on -call at all times 7 b. Must respond in a timely manner S 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 11.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 OELI'VERY, 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 PANT 3 - EXECUTION [NOT USE, 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. CLFY OF FORT WORTH Sanitary Server Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fs.ftw.apailsha 0projWsW318N040-011Spe slFinahFinal Part 2B Specifwabons\])Msion 01101 50 00_Temporary Facilities and Coniroi_doo 1 2 3 4 5 6 7 8 9 16 11 12 13 14 15 16 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of4 3.5 [REPAIR] 1 [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL INOT USED] 3.8 SYSTEM[ STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [RIOT USED] 3.11 CLOSEOUT A.CTIVITILES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 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 Sanitary Server Main 257 — Part 26 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-£c.fiw.apailshwelpro3ects103181040-011SpecslFinaUinal Part 2B Spe fflutionsWivisioa 01\01 50 00_Te pamy Facilities and Controldoc 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION Of 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1- 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 i 1 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 FApmjects%03181040-011Sp=\Fi W1Fina1 Part 213 Specifics um\Divisioa 01101 55 26 Strew Use Permitdoc 01 55 26 - 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: S 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 BIM 360 website. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F;Vproiects103161040-011SpecsTinalTina1 Part 2B SpecificationsWivision 01N01 55 26_Wea Use Pmwt,doc 1015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 IJ2 WARRANTY [NOT (USED] 9 PANT 2 - PRODUCTS [NOT USED] 10 PANT 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NA&M I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 F:lproject 03185040-01LSpa TinalTinaI Part 2S SpeciFicatiomMivision 01101 55 26_Street Use Pemik&c 015713- 1 STORM WATER POLLUTION PREVENTION Page I of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1- 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 I I 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 NTtw-fs.tiw.a*\shwe�projects10316104"I1Spe TinalTFinal Part 2B SpeciBcations\Diwsion OR01 57 23_Storm Water Pollution Prevention,doc 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 l 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 31 25 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) TCEQ Notice of Change required if making changes or updates to NOI 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 01 33 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 Utw-fs,iw.apai\sharelpmjects103181040-011Sp=TinalTinak Par[ 2B SpeciScationslDwision 01101 57 13_Storm Water Pollution Prevention_doo 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 a) City Project Manager will forward to the City Department of 2 Transportation and Public Works, Environmental Division for review 3 B. Modified SWPPP 4 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 5 in accordance with Section 01 33 00. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT (USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 11.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 .1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PAIN 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fs.ftw.apai share5projects10 I M40-011SpecsTinaffinal Part 2D Speci&a6onslDivision 07101 57 ]3_Storm Water Pollution P e ntion.doc 0158 13- 1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 IPART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Port 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 A11DMINISTRATWE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [RIOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD (SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCT'S [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fs.ftw.apailsharelprojects103I91040-011Specs\Final\Final Part 2B SpeciticationsWivision 01101 58 13_Teml owy 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 [NUT USED] 7 2.4 SOURCE QUALITY CONTROL [NUT USED] 8 PANT 3 - EXECUTION 9 3.1 INSTALLERS [NUT USED] 10 3.2 EXAMINATION [NUT USED] 11 3.3 PREPARATION [NUT 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 3.7 1F'IELD JORI SITE QUALITY CONTROL [NUT USED] 23 3.8 SYSTEM STARTUP [NUT 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 [NUT USED] 32 END OF SECTION 33 CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 UF'tw-S.flw.apai5shareVpmjects103181040-01LSpecslFina]1Final Part 2B Specifrcario&Division 01\01 58 13_Temporary Project Signage-doc 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 \Ttw-fs.ftw.apailshuelprojectsW3]8104"JNSpecTinafTinal Part 2B SpecificatioasSDivision 01\015913 Temporary Project SignMe.dac 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page i of2 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 I — 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 BIM 360 as follows: 16 1. Resources102 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 20I2 R�proiec[s10319VAO-011SpecslFinalTinal Part 213 Specific tionADmsion 01\016000_Pmduct Requinments.doc 016000-2 PRODUCT REQUIREMENTS Page 2 of 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PAIN 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 F:lpwjects10318i040-011Specs\Finallrinal Part 2B SpecificatiooslDivision 01\01 60 00_Pmduct Requimments.dac 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 I 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 RE, QUIiREMENTS [NOT USED] 22 L5 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 Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 \Ttw-(s.ftw.apaz}sharelprojects%03181040-03NSpec TmaRFina1 Part 2D SpecificationslDivision 01\01 66 00 Product Storage and Handling Requirements.doc 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off. -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Sanitary Sewer Main 267 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fs.fha.apaiNshwelprojects103181040-011Spec Wina]Winal Part 2B Specifications\Division 01101 66 00_Product Storage and Handling Requirements.doc 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 L12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.11 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAID 1 RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Ni on -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 1�Ftw-fs.ftw.apailsharelpmjects1031S5040-011SpeoTinalTinat Nit 2B SpeciEcatiom\Division 01501 66 002foduct &orwe and Handling Requirements-doc 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 \Wtw-fs.ftw.apaiWme\projects103181040-015Specslri aPFinal Part 2B Specifications\Division 01W1 66 00_Product Storage and Handling Requirements.doc 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page I of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - 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 I 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 3I 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 OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-fs.fkw.apailsharcVpmjects1031 9V040-01VSpar TjnalTinal Par! 2B SpecificationslDlvision 01101 70 00_Mobilintion and Remobilizationdoc 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 Port 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 1.1.A.2.a.1) 45 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftx-$.flw.apailshwelpmjeasl03181040-011Spee TinallFinal Part ZB SpwficationslDivision 01101 70 W_Mobili=ion and Remobili=iondoc 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 I d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 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 IS and shall not be paid for separately. 19 c. The price shall include. 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price per each "Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section I.1.A.4.a) 36 2) Demobilization as described in Section I.I.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 JNOT USEDI 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 PORT WORTH Sanitary Sewer Main 257 — Past 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw,apails wvr piojeets\031&\040-011Spem\Fi W\Fina]Part 2B Specificatiuns\Division 01101 70 00—Mobilization and Remobiliz tion.doc 01 7000-4 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 PANT 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-f's.Nw.apai\sbare\projects103 i 85040-01lSpeo\Fina]Tina] Part 2B SpecificationsVDivision 01\01 70 00_Mohdinlim and Remnbilintion_dpc 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item sball be paid for at the lump sum price bid for "Construction 20 Staking". 21 2) Payment for "Construction Staking" shall be made in partial payments 22 prorated by work completed compared to total work included in the lump 23 sum item. 24 c. The price bid shall include, but not be limited to the following: 25 1) Verification of control data provided by City. 26 2) Placement, maintenance and replacement of required stakes and markings 27 in the field. 28 3) Preparation and submittal of construction staking documentation in the 29 form of "cut sheets" using the City's standard template. 30 2. Construction Survey 31 a. Measurement 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item are subsidiary to the various Items bid and no other compensation will 36 be allowed. 37 3. As -Built Survey 38 a. Measurement 39 1) Measurement for this Item shall be by lump sum. 40 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 F:lprojects503181040-011.Spcc$TinalWinal Part 2B SpecificationsWivision WN01 71 23_Cons"cuon Staking and Survay.doc 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 b. Payment 2 1) The work performed and the materials furnished in accordance with this 3 Item shall be paid for at the lump sum price bid for "As -Built Survey". 4 2) Payment for "Construction Staking" shall be made in partial payments 5 prorated by work completed compared to total work included in the lump 6 sum item. 7 c. The price bid shall include, but not be limited to the following:: 8 1) Field measurements and survey shots to identify location of completed 9 facilities. 10 2) Documentation and submittal of as -built survey data onto contractor 11 redline plans and digital survey files. 12 13 1.3 REFERENCES 14 A. Definitions 15 1. Construction Survey - The survey measurements made prior to or while 16 construction is in progress to control elevation, horizontal position, dimensions and 17 configuration of structures/improvements included in the Project Drawings. 18 Contractor's surveyor shall be responsible for recovering and verifying all 19 horizontal and vertical control as referenced on the plans. Field notes documenting 20 this verification shall be provided to the City Inspector. Additionally, the contractor 21 surveyor shall locate vertical control established at CP 41501/2-inch iron rod at N 22 6910746.444, E 2350622.255, Elev 596.928 and insure that vertical control is 23 consistent with the vertical control on this contractor's contract. 24 2. As -built Survey —The measurements made after the construction of the 25 improvement features are complete to provide position coordinates for the features 26 of a project. 27 3. Construction Staking -- The placement of stakes and markings to provide offsets 28 and elevations to cut and fill in order to locate on the ground the designed 29 structures/improvements included in the Project Drawings. Construction staking 30 shall include staking easements and/or right of way if indicated on the plans. 31 4. Survey "Field Checks" — Measurements made after construction staking is 32 completed and before construction work begins to ensure that structures marked on 33 the ground are accurately located per Project Drawings. 34 B. Technical References 35 1. City of Fort Worth — Construction Staking Standards (available on City's BIM 360 36 websitc) 01 71 23.16.01_ Attachment A —Survey Staking Standards 37 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 38 on City's Buzzsaw website). 39 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 40 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 41 Surveying in the State of Texas, Category 5 42 43 1.4 ADMINISTRATIVE REQUIREMENTS 44 A. The Contractor's selection of a surveyor must comply with Texas Government Code 45 2254 (qualifications based selection) for this project. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 F.Vprojects1031 BV04MIO SpecsWinallFina7 Part 2B Speci6ca[iu&Division 01101 71 23_Constraction Staking and Suey.dao 01 7123 -3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1.5 SUBMITTALS 2 A. Submittals, if required, shall be in accordance with Section 01 33 00. 3 B. All submittals shall be received and reviewed by the City prior to delivery of work 4 1.6 ACTION S1I1BM ITTALSIIIIoIF®RMA7C'IONAL SUBMITTALS 5 A. Field Quality Control Submittals 6 1. Documentation verifying accuracy of field engineering work, including coordinate 7 conversions if plans do not indicate grid or ground coordinates. 8 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 9 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). I0 1.7 CLOSEOUT SUBMITTALS 11 B. As -built Redline Drawing Submittal 12 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 13 constructed improvements signed and sealed by Registered Professional Land 14 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 Attachment A 15 — Survey Staking Standards) . 16 2. Contractor shall submit the proposed as -built and completed redline drawing 17 submittal one (1) week prior to scheduling the project final inspection for City 18 review and comment. Revisions, if necessary, shall be made to the as -built redline 19 drawings and resubmitted to the City prior to scheduling the construction final 20 inspection. 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Construction Staking 24 1. Construction staking will be performed by the Contractor- 25 2. Coordination 26 a. Contact City's Project Representative at least one week in advance notifying 27 the City of when Construction Staking is scheduled. 28 b. It is the Contractor's responsibility to coordinate staking such that construction 29 activities are not delayed or negatively impacted. 30 3. General 31 a. Contractor is responsible for preserving and maintaining stakes. If City 32 surveyors are required to re -stake for any reason, the Contractor will be 33 responsible for costs to perform staking. If in the opinion of the City, a 34 sufficient number of stakes or markings have been lost, destroyed disturbed or 35 omitted that the contracted Work cannot take place then the Contractor will be 36 required to stake or re -stake the deficient areas. 37 B. Construction Survey 38 1. Construction Survey will be performed by the Contractor. 39 2. Coordination 40 a. Contractor to verify that horizontal and vertical control data established in the 41 design survey and required for construction survey is available and in place. 42 3. General CITY OF FORT WORT14 Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 F1pmje t9103I85040-01SSpocs\Fina1Tina1 Part 28 SpecificationslDivision 01101 71 23—Construction Staking and Bur y.duc 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 a. Construction survey will be performed in order to construct the work shown on 2 the Construction Drawings and specified in the Contract Documents. 3 b. For construction methods other than open cut, the Contractor shall perform 4 construction survey and verify control data including, but not limited to, the 5 following: 6 1) Verification that established benchmarks and control are accurate. 7 2) Use of Benchmarks to furnish and maintain all reference lines and grades 8 for tunneling. 9 3) Use of line and grades to establish the location of the pipe. 10 4) Submit to the City copies of field notesused to establish all lines and 11 grades, if requested, and allow the City to check guidance system setup 12 prior to beginning each tunneling drive. 13 5) Provide access for the City, if requested, to verify the guidance system and 14 the line and grade of the carrier pipe. 15 6) The Contractor remains fully responsible for the accuracy of the work and 16 correction of it, as required. 17 7) Monitor line and grade continuously during construction. 18 8) Record deviation with respect to design line and grade once at each pipe 19 joint and submit daily records to the City. 20 9) If the installation does not meet the specified tolerances (as outlined in 21 Sections 33 05 23 and/or 33 05 24), immediately notify the City and 22 correct the installation in accordance with the Contract Documents. 23 C. As -Built Survey 24 1. Required As -Built Survey will be performed by the Contractor. 25 2. Coordination 26 a. Contractor is to coordinate with City to confirm which features require as -built 27 surveying. 28 b. It is the Contractor's responsibility to coordinate the as -built survey and 29 required measurements for items that are to be buried such that construction 30 activities are not delayed or negatively impacted. 31 c. For sewer mains and water mains 12" and under in diameter, it is acceptable to 32 physically measure depth and mark the location during the progress of 33 construction and take as -built survey after the facility has been buried. The 34 Contractor is responsible for the quality control needed to ensure accuracy. 35 3. General 36 a. The Contractor shall provide as -built survey including the elevation and 37 location (and provide written documentation to the City) of construction 38 features daring the progress of the construction including the following: 39 1) Water Lines 40 a) Top of pipe elevations and coordinates for waterlines at the following 41 locations: 42 (1) Minimum every 250 linear feet, including 43 (2) Horizontal and vertical points of inflection, curvature, etc. 44 (3) Fire line tee 45 (4) Plugs, stub -outs, dead-end lines 46 (5) Casing pipe (each end) and all buried fittings 47 2) Sanitary Sewer 48 a) Top of pipe elevations and coordinates for force mains and siphon 49 sanitary sewer lines (non -gravity facilities) at the following locations: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 F:lprojects103161040-01\SpecsTinallFinal Part 2B Spmfications%Division 01101 71 23_Constmetion Staking and Suwey.doc 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 (1) Minimum every 250 linear feet and any buried fittings 2 (2) Horizontal and vertical points of inflection, curvature, etc. 3 3) Stormwater — Not Applicable 4 b. The Contractor shall provide as -built survey including the elevation and 5 location (and provide written documentation to the City) of construction 6 features after the construction is completed) including the following: 7 1) Manholes 8 a) Rim and flowline elevations and coordinates for each manhole 9 2) Water Lines 10 a) Cathodic protection test stations 11 b) Sampling stations 12 c) Meter boxes/vaults (All sizes) 13 d) Fire hydrants 14 c) Valves (gate, butterfly, etc.) 15 f) Air Release valves (Manhole rim and vent pipe) 16 g) Blow off valves (Manhole rim and valve lid) 17 h) Pressure plane valves 18 i) Underground Vaults 19 (1) Rim and flowline elevations and coordinates for each 20 Underground Vault, 21 3) Sanitary Sewer 22 a) Cleanouts 23 (1) Rim and flowline elevations and coordinates for each 24 b) Manholes and Junction Structures 25 (1) Rim and flowline elevations and coordinates for each manhole 26 and junction structure. 27 4) Stormwater — Not Applicable 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITIE] CONDITIONS [NOT USED] 30 IA2 WARRANTY 31 PART 2 - PRODUCTS 32 33 34 35 36 37 38 39 40 41 42 43 44 A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 PiprojectsW318104a-0ASpemTina1\Fi" Part 213 Specifcations\Division W01 71 23_Construction Staking and Sur ey.doc 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of8 1 5. Digital survey files in the following formats shall be acceptable: 2 a. AutoCAD (.dwg) 3 b. ESRI Shapefile (.shp) 4 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 5 standard templates, if available) 6 6. Survey files shall include vertical and horizontal data tied to original project 7 control and benchmarks, and shall include feature descriptions 8 PART 3 - EXECUTION 9 3.1 INSTALLERS 10 A. Tolerances: 11 1. The staked location of any improvement or facility should be as accurate as 12 practical and necessary. The degree of precision required is dependent on many 13 factors all of which must remain judgmental. The tolerances listed hereafter are 14 based on generalities and, under certain circumstances, shall yield to specific 15 requirements. The surveyor shall assess any situation by review of the overall plans 16 and through consultation with responsible parties as to the need for specific 17 tolerances. 1.8 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft, vertical 19 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 20 1.0 ft. tolerance. 21 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 22 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 23 walkways shall be located within the confines of the site boundaries and, 24 occasionally, along a boundary or any other restrictive line. Away from any 25 restrictive line, these facilities should be staked with an accuracy producing no 26 more than 0.05ft. tolerance from their specified locations. 27 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 28 electric lines, shall be located horizontally within their prescribed areas or 29 easements. Within assigned areas, these utilities should be staked with an 30 accuracy producing no more than 0.1 ft tolerance from a specified location. 31 e. The accuracy required for the vertical location of utilities varies widely. Many 32 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 33 should be maintained. Underground and overhead utilities on planned profile, 34 but not depending on gravity flow for performance, should not exceed 0.1 ft. 35 tolerance. 36 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 F:lprojects103 181040-011SpecslFinal\Final Part 2B Speeification Division 0l101 71 23_Consvnc[ion S[aldng and Sw ey.doc 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 2 specifications or in compliance to standards. The City reserves the right to request a 3 calibration report at any time and recommends regular maintenance schedule be 4 performed by a certified technician every 6 months. 5 1. Field measurements of angles and distances shall be done in such fashion as to 6 satisfy the closures and tolerances expressed in Part 3.1.A. 7 2. Vertical locations shall be established from a pre -established benchmark and 8 checked by closing to a different bench mark on the same datum. 9 3. Construction survey field work shall correspond to the client's plans. Irregularities 10 or conflicts found shall be reported promptly to the City. 11 4. Revisions, corrections and other pertinent data shall be logged for future reference. 12 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 APPLICATION 16 3.5 REPAIR / RESTORATI®N 17 A. If the Contractor's work damages or destroys one or more of the control 18 monuments/points set by the City, the monuments shall be adequately referenced .for 19 expedient restoration. 20 1. Notify City if any control data needs to be restored or replaced due to damage 21 caused during construction operations. 22 a. Contractor shall perform replacements and/or restorations. 23 b. The City may require at any time a survey "Field Check" of any monument or 24 benchmarks that are set be verified by the City surveyors before further 25 associated work can move forward. 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIEILD loRl SITE QUALITY CONTROL 28 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 29 City in accordance with this Specification. This includes casements and right of way, if 30 noted on the plans. 31 B. Do not change or relocate stapes or control data without approval from the City. 32 3.9 SYSTEM STARTUP 33 A. Survey Checks 34 1. The City reserves the right to perform a Survey Check at any time deemed 35 necessary. 36 2. Checks by City personnel or 3'd party contracted surveyor are not intended to 37 relieve the contractor of his/her responsibility for accuracy. 38 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Devised February 14, 2018 F:lpmjects103181040-011SpecsTinal�Fina1 Parr 2B Specificatioos\Division 01101 71 23_Construction Staking and Svrvey.doc 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 1 3.9 ADJUSTING [NOT USED] 2 3.10 CILEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2114/201,8 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised February 14, 2018 F:4projects103Ia5040-01`Sp.uffinsWnal Part 2B SpecificationslDivision W01 71 23_Constmcdon Staking and Su eyAoc 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PAIRT I - 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 I — 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 [NTOT 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 [MOT 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 RTtw-fs.ftw.apalshare\projects103181040-011Spe Tina]TinalPart 213SpecificationslDivision011017423_Cleaning.doc 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNED -FURNISHED [oR1 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 PANT 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [RIOT USED] 20 3.7 FIELD [oRJ SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.1.0 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 N\Ftw-fs.ftw.apai\share\projectsN0318104"1\Specs\Fina]\Final Part 2B SpecificationsWivision 01101 74 23_Cleanin&&c 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 Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fs.flw.apalsbme\projects103181040-011SpecsTinaITina1 Part 28 Specificatiom\Division 01\01 74 23_Cleaning.doc 1 2 3 4 5 6 7 8 9 10 017423-4 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. 3.11 CLOSEOUT ACTIVITIES [NOT (USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] LEND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised 7uly 1, 2011 1Wtw-:fs.ftw.apailshaelprojects103185040-01 LSpec FinaMnal Part 28 Specificatiow\Division 01101 74 23_Cleaning.doc 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART I - GENERAL 4 1.1 SUMMARY SIECTION 0177 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July?, 2011 \Ttw-fs.Bw.apailshuelpmjects10319\040-011SpeeslFinallFina] Part 2B SpecificationslDi6sion 01101 77 19_Closeoul Requiwments.doc 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT[` SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 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 C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment CITY OF FORT WORTH Sanitary Sewer Main 257 = Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fs ftw.apatlshare�projects' 03185040-011Specs\Fina[Tina1 Part 2B SpecificationslDivision 01\01 77 19_Closeout Requirements doe 017719-3 CLOSEOUT REQUR?EM) NTS Page 3 of 3 1 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 E. 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 11 e. Pipe Report (if required) 12 £ 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 I RESTORATION [NOT USED] 19 3.6 RE-INSTA-LLATION [NOT USED] 20 3.7 FIELD [oR1 SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3A3 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION ,SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 5�F'tw-fs.tlw.apaiVsharelpmjects103161040-P11SpecslFinaAPinal Part 2B Spe fflcationslDivision 01M 77 19_Closeoui Pequi ments.doc 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 5 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 ]PART I - GENERAL 4 1.1 SUMMARY ARY 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 to 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 [RIOT USED] 22 1.4 ADAHNISTRATIVE 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 11.5 MAINTENANCE MATERIAL SUBMITTALS [RIOT 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Piw-$.ftw.apai\sbweVpmjectsV0318104"1ISpe Tina]Tinal Part 2B SpecificationADivision 01\01 78 39_Projw Reeord Documents.doo 017839-2 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, make 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 14 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] KIAMIKI 311VQ1.1�1111111L91-0 21 2.1 OWNER -FURNISHED [oa] 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised Suly 1, 2011 \Ttw-rs_[iw_apailshare4pmjects103I=40-0i5Spec Firuffinal.Part2RSpecifications\DivisionOR017834_ProjectRecordDoc nts.doc 01 78 39 - 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 [MOT 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 01 7123, 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 11Ftw-fr.ftw.apailsharelprojects1031&1040-011Specs\FinnlWinal Part2B Specification\Di"sion 011017839_Pwject Record Boca ts.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 01 78 39 - 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 1 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] 3AO CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3A2 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] TEND OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 VTtw-fs.ftw.apailshare5projects103 181040-011SpecelFinallFinal Part 2B SpeciScations\Division WWI 78 39_Pmject Record Docummts.doc 017939-5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised July 1, 2011 15F[was.Rw,apailshare5prp}ec1s103161040-0115pecsVFina3lFinal Part 2B Specifics ons\Division 01\01 78 39 pnjcct Record MQumen[s.doc 1 2 3 PART I - GENERAL, 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 033000-1 CAST -IN -PLACE CONCRETE Page I of 2b 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 is B. Deviations from this City of Fort Worth Standard Specification 19 1. Added 2.2 K 2: Added PVC material to Waterstops section. 20 2. Added 2.2 K 3:Added Hydrophilic material to Waterstops section. 21 3. Modified 2.2 P 2 a: Modified minimum compressive strength. 22 4. Added 2.2 P 3: Added concrete mixture for concrete fill within structures. 23 5. Added 2.2 P 4: Added concrete mixture for mud/seal slabs. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 26 2. Division 1 — General Requirements 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Cast -in -Place Concrete 29 1. Measurement 30 a. This Item is considered subsidiary to the structure or Items being placed. 31 2. Payment 32 a. The work performed and the materials furnished in accordance with this Item 33 are subsidiary to the structure or Items being placed and no other compensation 34 will be allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Cementitious Materials 38 a. Portland cement alone or in combination with 1 or more of the following: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 033000-2 CAST -IN -PLACE CONCRETE Page_2 of 26 1 1) Blended hydraulic cement 2 2) Fly ash 3 3) Other pozzolans 4 4) Ground granulated blast -furnace slag 5 5) Silica fume 6 b. Subject to compliance with the requirements of this specification 7 B. Reference Standards 8 1, Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. American Association of State Highway and Transportation (AASHTO): 12 a. M 182, Burlap Cloth Made from Jute or Kenaf. 13 3. American Concrete Institute (ACT): 14 a. ACT 117 Specification for Tolerances for Concrete Constriction and Materials 15 b. ACT 301 Specifications for Structural Concrete 16 c. ACT 305.1 Specification for Hot Weather Concreting 17 d. ACT 306.1 Standard Specification for Cold Weather Concreting 18 e. ACT 308.1 Standard Specification for Curing Concrete 19 f. ACT 318 Building Code Requirements for Structural Concrete 20 g. ACT 347 Guide to Formwork for Concrete 21 4. American Institute of Steel Construction (ATSC): 22 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 23 5. ASTM international (ASTM): 24 a. A36, Standard Specification for Carbon Structural Steel. 25 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 26 Hardware. 27 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 28 Materials for High -Temperature Service and Other Special Purpose 29 Applications. 30 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 31 Concrete Reinforcement. 32 c. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 33 Concrete Reinforcement. 34 £ C31, Standard Practice for Making and Curing Concrete Test Specimens in the 35 Field. 36 g. C33, Standard Specification for Concrete Aggregates. 37 h, C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 38 Specimens. 39 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 40 Beams of Concrete. 41 j. C94, Standard Specification for Ready -Mixed Concrete. 42 k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 43 Mortars (Using 2-inch or �50-milimeter] Cube Specimens) 44 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 45 in. C 171, Standard Specification for Sheet Materials for Curing Concrete. 46 n. C 150, Standard Specification for Portland Cement. 47 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 26 I p. C219, Standard Terminology Relating to Hydraulic Cement. 2 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 3 Pressure Method. 4 r. C260, Standard Specification for Air -Entraining. Admixtures for Concrete. 5 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 6 Curing Concrete. 7 t. C494, Standard Specification for Chemical Admixtures for Concrete. 8 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 9 Pozzolan for Use in Concrete. 10 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 11 Concrete. 12 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 13 Use in Concrete and Mortars. 14 x. CIO 17, Standard Specification for Chemical Admixtures for Use in Producing 15 Flowing Concrete. 16 y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 17 Concrete. 18 z. C 1064, Standard Test Method for Temperature of Freshly Mixed HydrauIic- 19 Cement Concrete. 20 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 21 bb. E1155, Standard Test Method for Determining Fr Floor Flatness and FL Floor 22 Levelness Numbers. 23 cc. F436, Standard Specification for Hardened Steel Washers. 24 6. American Welding Society (AWS). 25 a. DI.1, Structural Welding Code -Steel. 26 b. D I A, Structural Welding Code -Reinforcing Steel. 27 7. Concrete Reinforcing Steel Institute (CRSI) 28 a. Manual of Standard Practice 29 8. Texas Department of Transportation 30 a. Standard Specification for Construction and Maintenance of Highways, Streets 31 and Bridges 32 1.4 ADMrNIS T RATIVE REQUIREMENTS 33 A. Work Included 34 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 35 including shoring, reshoring, falsework, bracing, proprietary forming systems, 36 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 37 blockouts, sleeves, pockets and accessories. 38 a. Erection shall include installation in formwork of items furnished by other 39 trades. 40 2. Furnish all labor and materials required to fabricate, deliver and install 41 reinforcement and embedded metal assemblies for cast -in -place concrete, including 42 steel bars, welded steel wire fabric, ties, supports and sleeves. 43 3. Furnish all labor and materials required to perform the following: 44 a. Cast -in -place concrete 45 b. Concrete mix designs 46 c. Grouting CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 26 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 11.6 ACTION SUBMIT7TALS/INFOiIMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACT 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 11.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACT 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No_: 01227 Revised December 20, 2012 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 26 1 LIG DELIIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISRED OROWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERLALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists, the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements, products that 17 may be incorporated into the Work include, but are not limited to, products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form -Facing Materials 23 1. Rough -Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2, Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. 3/-inch x %-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal, PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form -Release Agent 33 a. Commercially formulated form -release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form -facing materials, formulate with rust inhibitor. 37 5. Form Ties 38 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 39 plastic form ties designed to resist lateral pressure of fresh concrete on forms 40 and to prevent spalling of concrete on removal. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised Decewbcr 20, 2012 033000-6 CAST -IN -PLACE CONCRETE Page 6 of26 1 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 2 of exposed concrete surface. 3 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 4 diameter in concrete surface. 5 d. Furnish ties with integral water -barrier plates to walls indicated to receive 6 dampproofing or waterproofing. 7 C. Steel Reinforcement 8 1. Reinforcing Bars 9 a. ASTM A615, Grade 60, deformed 10 D. Reinforcement Accessories 11 1. Smooth Dowel Bars 12 a. ASTM A615, Grade 60, steel bars (smooth) 13 b. Cut bars true to length with ends square and free of burrs. 14 2. Bar Supports 15 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 16 reinforcing bars and welded wire reinforcement in place 17 b. Manufacture bar supports from steel wire, plastic or precast concrete according 18 to CRSI's "Manual of Standard Practice," of greater compressive strength than 19 concrete and as follows: 20 1) For concrete surfaces exposed to view where legs of wire bar supports 21 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 22 Class 2 stainless -steel bar supports. 23 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 24 concrete blocks on bottom where base material will not support chair legs 25 or where vapor barrier has been specified. 26 E. Embedded Metal Assemblies 27 1. Steel Shapes and Plates: ASTM A36 28 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 29 Stud Welding Division or approved equal 30 F. Expansion Anchors 31 1. Available Products 32 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 33 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 34 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 35 G. Adhesive Anchors and Bowels 36 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 37 into hardened concrete or grout -filled masonry. 38 a. The adhesive system shall use a 2-component adhesive mix and shall be 39 injected with a static mixing nozzle following manufacturer's instructions. 40 b. The embedment depth of the rod shall provide a minimum allowable bond 41 strength that is equal to the allowable yield capacity of the rod, unless otherwise 42 specified. 43 2. Available Products 44 a. Hild HIT HY 200 45 b. Simpson Acrylic -Tie CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 7 CAST -IN -PLACE CONCRETE Page 7 of 26 1 c. Powers Fasteners AC 100+ Gold 2 3. Threaded Rods: ASTM A 193 3 a. Nuts: ASTM A563 hex carbon steel 4 b. Washers: ASTM F436 hardened carbon steel 5 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 6 H. Inserts 7 1. Provide metal inserts required for anchorage of materials or equipment to concrete 8 construction where not supplied by other trades: 9 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 10 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 11 washers. 12 1) Provide 3/-incb bolt size, unless otherwise indicated. 13 b. In horizontal concrete surfaces and whenever inserts are subject to tension 14 forces, provide threaded inserts of malleable cast iron furnished with full depth 15 bolts. 16 1) Provide Y44-inch bolt size, unless otherwise indicated. 17 1. Concrete Materials 18 1. Cementitious Material 19 a. Use the following cementitious materials, of the same type, brand, and source, 20 throughout Project: 21 1) Portland Cement 22 a) ASTM CI50, Type I/1I, gray 23 b) Supplement with the following: 24 (1) Fly Ash 25 (a) ASTM C618, Class C or F 26 (2) Ground Granulated Blast -Furnace Slag 27 (a) ASTM C989, Grade 100 or 120. 28 2) Silica Fume 29 a) ASTM C 1240, amorphous silica 30 3) Normal -Weight Aggregates 31 a) ASTM C33, Class 3S coarse aggregate or better, graded 32 b) Provide aggregates from a single source. 33 4) Maximum Coarse -Aggregate Size 34 a) Y4-inch nominal 35 5) Fine Aggregate 36 a) Free of materials with deleterious reactivity to alkali in cement 37 6) Water 38 a) ASTM C94 and potable 39 J. Admixtures 40 1. Air -Entraining Admixture 41 a. ASTM C260 42 2. Chemical Admixtures 43 a. Provide admixtures certified by manufacturer to be compatible with other ad- 44 mixtures and that will not contribute water-soluble chloride ions exceeding 45 those permitted in hardened concrete. 46 b. Do not use calcium chloride or admixtures containing calcium chloride. CrrY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 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 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 26 c. Water -Reducing Admixture 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) TCMiraDRI; Mirastop 2. Polyvinyl Chloride: a. Material Requirements: 1) Waterstops shall be extruded from an elastomeric polyvinyl chloride com- pound containing the plasticizers, resins, stabilizers, and other materials necessary to meet the requirements of these Specifications and the require- ments of CRD-0572. No reclaimed or scrap material shall be used. 2) Tensile strength of finished waterstop: 1,400 psi, minimum. 3) Ultimate elongation of finished waterstop: 280 percent, minimum. 4) Minimum thickness shall be 3/8-inch. 5) Waterstops shall be provided wifh a minimum of seven ribs equally spaced at each end on each side. The first rib shall be at the edge. Ribs shall be a minimum of 1/8-inch in height. b. Construction Joints: Waterstops shall be centerbulb ribbed type and 6-inches minimum in width, unless shown otherwise. c. Expansion Joints: Waterstops shall be centerbulb ribbed type and 9-inches minimum in width, unless shown otherwise. The centerbulb shall have a mini- mum outside diameter of 7/8-inch. d. Available manufacturers: 1) Vinylex. 2) Greenstreak Plastic Products Company 3. Hydrophilic Waterstop Materials a. General Material Properties: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2 City Project No.: 01227 033000-9 CAST -IN -PLACE CONCRETE Page 9 426 1 1) Hydrophilic waterstop materials shall be bentonite-free and shall expand by 2 a minimum of 80 percent of dry volume in the presence of water to form a 3 watertight joint seal without damaging the concrete in which it is cast. 4 Provide only where indicated in the Contract Documents. 5 2) The material shall be composed of resins and polymers which absorb water 6 and cause an increase in volume in a completely reversible and repeatable 7 process. The waterstop material shall be dimensionally stable after repeat- 8 ed wet -dry cycles with no deterioration of swelling potential. 9 3) Select materials which are recommended by the manufacturer for the type 10 of liquid to be contained. 11 b. Hydrophilic Waterstop: 12 1) The minimum cross -sectional dimensions shall be 3-16-inch by N-inch. 13 2) Product and Manufacturer: Provide on of the following: 14 a) Duroseal Gasket, by BBZ USA, Inc. 15 b) Adeka Ultraseal MC-2010M, by Asahi Denka Kogyo K.K. 16 c) Hydrotite, by Greenstreak Plastic Products Company. 17 c. Hydrophilic Sealant: 18 1) The hydrophilic sealant shall adhere firmly to concrete, metal and PVC in 19 dry or damp condition. When cured it shall be elastic indefinitely. 20 2) Product and Manufacturer: Provide one of the following: 21 a) Duroseal Paste, by BBZ USA, Inc. 22 b) Adeka Ultraseal P-201, by Asahi Denka Kogyo K.K. 23 c) Hydrotite, by Greenstreak Plastic Products Company. 24 d) SikaSwell S, by Sika Corporation. 25 d. Hydrophilic Injection Resin: 26 1) Hydrophilic injection resin shall be acrylate-ester based. The viscosity 27 shall be less than 50 cps. The resin shall be water soluble in its uncured 28 state, solvent free and non -water reactive. In the cured state it shall form a 29 solid hydrophilic flexible material which is resistant to permanent water 30 pressure and shall not attach bitumen, joint sealants or concrete. 31 2) Product and Manufacturer: Provide one of the following: 32 a) Duroseal Inject 1K/2K, by BBZ USA, Inc. 33 b) Sika Injection 29, by Sika Corporation. 34 L. Curing Materials 35 1. Absorptive Cover 36 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 37 approximately 9 ounces/square yard when dry 38 2. Moisture -Retaining Cover 39 a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 40 3. Water 41 a. Potable 42 4. CIear, Waterborne, Membrane -Forming Curing Compound 43 a. ASTM C309, Type 1, Class B, dissipating 44 b. Available Products 45 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 46 2) Burke by Edoco; Aqua Resin Cure 47 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 033000-10 CAST -IN -PLACE CONCRETE Page 10 of26 1 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufman Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc.; 1100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick., galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5, Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C 15,0, portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 033000-11 CAST -IN -PLACE CONCRETE Page 11 of26 1 1) Product of underlayment manufacturer recommended for substrate, condi- 2 tions, and application 3 d. Aggregate 4 1) Well -graded, washed gravel, I/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C109/C109M 9 2. Repair Gverlayment 10 a. Cement -based, polymer -modified, self -leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150, Portland cement or hydraulic or blended hydraulic cement as 15 defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate, conditions, 18 and application 19 d. Aggregate 20 1) Well -graded, washed gravel, 1/8 to IA inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C 109 24 ®. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 26 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other than portland ce- 46 ment in concrete as follows, unless specified otherwise: 47 1) Fly Ash: 25 percent 48 2) Combined Fly Ash and Pozzolan: 25 percent CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 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 033000-12 CAST -IN -PLACE CONCRETE Page 12 of26 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 4,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size 3. Proportion concrete mixture for concrete fill within structures as follows: a. Minimum Compressive Strength: 3,500 psi at 28 days. b. Maximum Water-Cementitious Materials Ratio: 0.50. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2 City Project No.: 01227 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 26 1 c. Slump Limit: 4 inches or 8 inches for concrete with verified slump of 2 to 4 2 inches before adding high -range water -reducing adminture or plasticizing ad- 3 mixture, plus or minus 1 inch. 4 d. Aix Content: 6 percent plus or minus 1.5 percent at point of delivery for 3/4- 5 inch nominal maximum aggregate size. 6 4. Proportion concrete mixture for mud and seal slabs as follows: 7 a. Minimum Compressive Strength: 2,000 psi at 28 days. 8 b. Maximum Water-Cementitious Materials Ratio: none. 9 c. Slump Limit: none. 10 d. Air Content: none. 11 e. Coarse Aggregate: Any size that meets ASTM C33. 12 Q. Fabricating Reinforcement 13 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 14 R. Fabrication of Embedded Metal Assemblies 15 1. Fabricate metal assemblies in the shop. Holes shaII be made by drilling or 16 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 17 accordance with AWS D1.1. 18 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 19 All other metal assemblies shall be either hot dip galvanized or painted with an 20 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 21 installed in accordance with the manufacturer's instructions. Repair painted 22 assemblies after welding with same type of paint. 23 S. Concrete Mixing 24 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 25 ASTM C94, and furnish batch ticket information. 26 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 27 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 28 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 29 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 30 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 31 batch machine mixer. 32 a. For mixer capacity of I cubic yard or smaller, continue mixing at least 1-1/2 33 minutes, but not more than 5 minutes after ingredients are in mixer, before any 34 part of batch is released. 35 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 36 seconds for each additional 1 cubic yard. 37 c. Provide batch ticket for each batch discharged and used in the Work, indicating 38 Project identification name and number, date, mixture type, mixture time, 39 quantity, and amount of water added. Record approximate location of final 40 deposit in structure. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of26 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 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 A. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - I/1000 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 -I 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 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus I 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. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 15 CAST-LN-PLACE CONCRETE Page 15 of26 1 c) Maximum difference in height between risers in a flight of stairs - 3/8 2 inch. 3 d) Maximum difference in width between treads in a flight of stairs - 3/8 4 inch. 5 2) Grooves 6 a) Specified width 2 inches or less - 1/8 inch. 7 b) Specified width between 2 inches and 12 inches - 1/4 inch. 8 3) Vertical alignment of outside corner of exposed corner columns and control 9 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 10 4) All other conditions - 3/8 inch in 10 feet. 11 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 12 as follows: 13 a. Class B, 1/4 inch for smooth -formed finished surfaces. 14 b. Class C, 1/2 inch for rough -formed finished surfaces. 15 4. Construct forms tight enough to prevent loss of concrete mortar. 16 5. Fabricate forms for easy removal without hammering or prying against concrete 17 surfaces. Provide crush or wrecking plates where stripping may damage cast 18 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 19 horizontal to 1 vertical. 20 a. Install keyways, reglets, recesses, and the like, for easy removal. 21 b. Do not use rust -stained steel form -facing material. 22 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 23 required elevations and slopes in finished concrete surfaces. Provide and secure 24 units to support screed strips-, use strike -off templates or compacting -type screeds. 25 7. Construct formwork to cambers shown or specified on the Drawings to allow for 26 structural deflection of the hardened concrete. Provide additional elevation or 27 camber in formwork as required for anticipated formwork deflections due to weight 28 and pressures of concrete and construction loads. 29 8. Foundation EIements: Form the aides of all below grade portions of beams, pier 30 caps, walls, and columns straight and to the lines and grades specified. Do no earth 31 form foundation elements unless specifically indicated on the Drawings. 32 9. Provide temporary openings for cieanouts and inspection ports where interior area 33 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 34 securely braced to prevent loss of concrete mortar. Locate temporary openings in 35 forms at inconspicuous locations. 36 10. Chamfer exterior corners and edges of permanently exposed concrete. 37 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 38 bulkheads required in the Work. Determine sizes and locations from trades 39 providing such items. 40 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 41 sawdust, dirt, and other debris just before placing concrete. 42 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 43 leaks and maintain proper alignment. 44 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 45 written instructions, before placing reinforcement, anchoring devices, and 46 embedded items. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 033000-16 CAST -IN -PLACE CONCRETE Page 16 of26 1 a. Do not apply form release agent where concrete surfaces are scheduled to 2 receive subsequent finishes which may be affected by agent. Soak contact 3 surfaces of untreated forms with clean water. Keep surfaces wet prior to 4 placing concrete. 5 B. Embedded Items 6 L Place and secure anchorage devices and other embedded items required for 7 adjoining work that is attached to or supported by cast -in -place concrete. Use 8 setting drawings, templates, diagrams, instructions, and directions furnished with 9 items to be embedded. 10 a. Install anchor rods, accurately located, to elevations required and complying 11 with tolerances in AISC 303, Section 7.5. 12 1) Spacing within a bolt group: 1/8 inch 13 2) Location of bolt group (center): '/z inch 14 3) Rotation of bolt group: 5 degrees 15 4) Angle off vertical: 5 degrees 16 5) Bolt projection: ± 3/8 inch 17 b. Install reglets to receive waterproofing and to receive through -wall flashings in 18 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 19 shelf angles, and other conditions. 20 C. Removing and Reusing Forms 21 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 22 compressive strength. 23 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 24 Work that does not support weight of concrete may be removed after cumulatively 25 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 26 concrete is hard enough to not be damaged by form -removal operations and curing 27 and protection operations are maintained. 28 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 29 that supports weight of concrete in place until concrete has achieved at least 70 30 percent of its 28-day design compressive strength. 31 b. Do not remove formwork supporting conventionally reinforced concrete until 32 concrete has attained 70 percent of its specified 28 day compressive strength as 33 established by tests of field cured cylinders. In the absence of cylinder tests, 34 supporting formwork shall remain in place until the concrete has cured at a 35 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 36 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 37 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 38 listed time period. Formwork for 2-way conventionally reinforced slabs shall 39 remain in place for at least the minimum cumulative time periods specified for 40 1 -way slabs of the same maximum span. 41 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 42 removal. Reshores shall remain until the concrete has attained the specified 28 43 day compressive strength. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page I7 of26 1 d. Minimum cumulative curing times may be reduced by the use of high -early 2 strength cement or forming systems which allow form removal without 3 disturbing shores, but only after the Contractor has demonstrated to the 4 satisfaction of the Engineer that the early removal of forms will not cause 5 excessive sag, distortion or damage to the concrete elements. 6 e. Completely remove wood forms. Provide temporary openings if required. 7 f. Provide adequate methods of curing and thermal protection of exposed concrete 8 if forms are removed prior to completion of specified curing time. 9 g. Reshore areas required to support construction loads in excess of 20 pounds per 10 square foot to properly distribute construction loading. Construction loads up 11 to the rated live load capacity may be placed on unshored construction provided 12 the concrete has attained the specified 28 day compressive strength. 13 h. Obtaining concrete compressive strength tests for the purposes of form removal 14 is the responsibility of the Contractor. 15 i. Remove forms only if shores have been arranged to permit removal of forms 16 without loosening or disturbing shores. 17 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 18 delaminated, or otherwise damaged form -facing material will not be acceptable for 19 exposed surfaces. Apply new form -release agent. 20 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 21 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 22 exposed concrete surfaces unless approved by Engineer. 23 D. Shores and Reshores 24 1. The Contractor is solely responsible for proper shoring and reshoring. 25 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 26 and reshoring. 27 a. Do not remove shoring or reshoring until measurement of slab tolerances is 28 complete. 29 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 30 Locate and provide adequate reshoring to support construction without excessive 31 stress or deflection. 32 E. Steel Reinforcement 33 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 34 reinforcement. 35 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 36 before placing concrete. 37 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 38 materials that would reduce bond to concrete. 39 3. Accurately position, support, and secure reinforcement against displacement. 40 Locate and support reinforcement with bar supports to maintain minimum concrete 41 cover. Do not tack weld crossing reinforcing bars. 42 a. Weld reinforcing bars according to AWS D I A, where indicated. Only steel 43 conforming to ASTM A706 may be welded. 44 4. Installation tolerances 45 a. Top and bottom bars in slabs, girders, beams and joists: 46 1) Members 8 inches deep or less: f3/8 inch CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 18 CAST -IN -PLACE CONCRETE Page 18 of26 1 2) Members more than 8 inches deep: t1/2 inch 2 b. Concrete Cover to Formed or Finished Surfaces: t3/8 inches for members 8 3 inches deep or less; f1/2 inches for members over 8 inches deep, except that 4 tolerance for cover shall not exceed 1/3 of the specified cover. 5 5. Concrete Cover 6 a. Reinforcing in structural elements deposited against the ground: 3 inches 7 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 8 c. Grade beams and exterior face of formed walls and columns exposed to 9 weather or in contact with the ground: 2 inches 10 d. Interior faces of walls: I inches 11 e. Slabs: 3/4 inches 12 6. Splices. Provide standard reinforcement splices by lapping and tying ends. Comply 13 with ACI 318 for minimum Iap of spliced bars where not specified on the 14 documents. Do not lap splice no. 14 and 18 bars. 15 7. Field Welding of Embedded Metal Assemblies 16 a. Remove all paint and galvanizing in areas to receive field welds. 17 b. Field Prepare all areas where paint or galvanizing has been removed with the 18 specified paint or cold galvanizing compound, respectively. 19 F, Joints 20 1. General. Construct joints true to line with faces perpendicular to surface plane of 21 concrete. 22 2. Construction Joints: Install so strength and appearance of concrete are not 23 impaired, at locations indicated or as approved by Engineer. 24 a. Place joints perpendicular to main reinforcement. Continue reinforcement 25 across construction joints, unless otherwise indicated. Do not continue 26 reinforcement through sides of strip placements of floors and slabs. 27 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 28 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 29 Offset joints in girders a minimum distance of twice the beam width from a 30 beam -girder intersection. 31 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 32 beams, and girders and at the top of footings or floor slabs. 33 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 34 with walls, near corners, and in concealed locations where possible. 35 f. Use a bonding agent at locations where fresh concrete is placed against 36 hardened or partially hardened concrete surfaces. 37 3. Doweled Joints: Install dowel bars and support assemblies at joints where 38 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 39 bonding to 1 side of joint. 40 G. Waterstops 41 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 42 forma continuous diaphragm. Install in longest lengths practicable. Support and 43 protect exposed waterstops during progress of the Work. Field fabricate joints in 44 waterstops according to manufacturer's written instructions. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 26 1 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 2 locations indicated, according to manufacturer's written instructions, adhesive 3 bonding, mechanically fastening, and firmly pressing into place. Install in longest 4 lengths practicable. 5 H. Adhesive Anchors 6 1. Comply with the manufacturer's installation instructions on the hole diameter and 7 depth required to fully develop the tensile strength of the adhesive anchor or 8 reinforcing bar. 9 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 10 loose material from the hole, prior to installing adhesive material. 11 1. Concrete Placement 12 1. Before placing concrete, verify that installation of formwork, reinforcement, and 13 embedded items is complete and that required inspections have been performed. 14 2. Do not add water to concrete during delivery, at Project site, or during placement 15 unless approved by Engineer. 16 3. Before test sampling and placing concrete, water may be added at Project site, 17 subject to limitations of ACI 301. 18 a. Do not add water to concrete after adding high -range water -reducing 19 admixtures to mixture. 20 b. Do not exceed the maximum specified water/cement ratio for the mix. 21 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 22 that no new concrete will be placed on concrete that has hardened enough to cause 23 seams or planes of weakness. If a section cannot be placed continuously, provide 24 construction joints as indicated. Deposit concrete to avoid segregation. 25 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 26 pressures, 15 feet maximum and in a manner to avoid inclined construction 27 joints. 28 b. Consolidate placed concrete with mechanical vibrating equipment according to 29 ACI 301. 30 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 31 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 32 layer and at least 6 inches into preceding layer. Do not insert vibrators into 33 dower layers of concrete that have begun to lose plasticity. At each insertion, 34 limit duration of vibration to time necessary to consolidate concrete and 35 complete embedment of reinforcement and other embedded items without 36 causing mixture constituents to segregate. 37 d. Do not permit concrete to drop freely any distance greater than 10 feet for 38 concrete containing a high range water reducing admixture (superplasticizer) or 39 5 feet for other concrete. Provide chute or tremie to place concrete where longer 40 drops are necessary. Do not place concrete into excavations with standing 41 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 42 with its outlet near the bottom of the place of deposit. 43 e. Discard pump priming grout and do not use in the structure. 44 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 45 within limits of construction joints, until placement of a panel or section is 46 complete. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 26 1 a. Consolidate concrete during placement operations so concrete is thoroughly 2 worked around reinforcement and other embedded items and into corners. 3 b. Maintain reinforcement in position on chairs during concrete placement. 4 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 5 d. Slope surfaces uniformly to drains where required. 6 e. Begin initial floating using bull floats or darbies to form a uniform and open- 7 textured surface plane, before excess bleedwater appears on the surface. Do not 8 further disturb slab surfaces before starting finishing operations. 9 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 10 concrete work from physical damage or reduced strength that could be caused by I 1 frost, freezing actions, or low temperatures. 12 a. When average high and low temperature is expected to fall below 40 13 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 14 temperature within the temperature range required by ACI 301. 15 b. Do not use frozen materials or materials containing ice or snow. Do not place 16 concrete on frozen subgrade or on subgrade containing frozen materials. 17 c. Do not use calcium chloride, salt, or other materials containing antifreeze 18 agents or chemical accelerators unless otherwise specified and approved in 19 mixture designs. 20 7. Hof -Weather Placement: Comply with ACI 305.1 and as follows: 21 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 22 placement. Chilled mixing water or chopped ice may be used to control 23 temperature, provided water equivalent of ice is calculated to total amount of 24 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 25 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 26 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 27 dry areas. 28 J. Finishing Formed Surfaces 29 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 30 with tie holes and defects repaired and patched. Remove fins and other projections 31 that exceed specified limits on formed -surface irregularities. 32 a. Apply to concrete surfaces not exposed to public view. 33 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 34 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 35 texture matching adjacent formed surfaces. Continue final surface treatment of 36 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 37 indicated. 38 K. Miscellaneous Concrete Items 39 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 40 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 41 specified, to blend with in -place construction. Provide other miscellaneous 42 concrete filling indicated or required to complete the Work. 43 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 44 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 45 corners, intersections, and terminations slightly rounded. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 033000-21 CAST -IN -PLACE CONCRETE Page21 of26 1 3. Equipment Bases and Foundations: Provide machine and equipment bases and 2 foundations as shown on Drawings. Set anchor bolts for machines and equipment 3 at correct elevations, complying with diagrams or templates from manufacturer 4 furnishing machines and equipment. 5 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 6 43@ 16 inches on center set at middepth of pad. Trowel concrete to a dense, 7 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 8 during pouring of concrete fill. 9 4. Protective slabs ("Mud slabs").- Normal weight concrete (2500 psi minimum.) with a 10 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 11 L. Concrete Protecting and Curing 12 1. General: Protect freshly placed concrete from premature drying and excessive cold 13 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 14 ACI 305.1 for hot -weather protection during curing. 15 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 16 supported slabs, and other similar surfaces. If forms remain during curing period, 17 moist cure after loosening forms. If removing forms before end of curing period, 18 continue curing for the remainder of the curing period. 19 3, Unformed Surfaces: Begin curing immediately after fmishing concrete. Cure 20 unformed surfaces, including floors and slabs, concrete floor toppings, and other 21 surfaces. 22 4. Cure concrete according to ACT 308.1, by 1 or a combination of the following 23 methods: 24 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 25 with the following materials: 26 1) dater 27 2) Continuous water -fog spray 28 3) Absorptive cover, water saturated, and kept continuously wet. Cover 29 concrete surfaces and edges with 12-inch lap over adjacent absorptive 30 covers 31 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 32 retaining cover for curing concrete, placed in widest practicable width, with 33 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 34 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 35 during curing period using cover material and waterproof tape. 36 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 37 receive floor coverings. 38 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 39 receive penetrating liquid floor treatments. 40 3) Cure concrete surfaces to receive floor coverings with either a moisture- 41 retaining cover or a curing compound that the manufacturer certifies will 42 not interfere with bonding of floor covering used on Project. 43 c. Curing Compound: Apply uniformly in continuous operation by power spray 44 or roller according to manufacturer's written instructions. Recoat areas 45 subjected to heavy rainfall within 3 hours after initial application. Maintain 46 continuity of coating and repair damage during curing period. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of26 1 3.5 REPAIR 2 A. Concrete Surface Repairs 3 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 4 Remove and replace concrete that cannot be repaired and patched to Engineer's 5 approval. 6 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 7 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 8 water for handling and placing. 9 3. Repairing Formed Surfaces: Surface defects include color and texture 10 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 11 projections on the surface, and stains and other discolorations that cannot be 12 removed by cleaning. 13 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 14 more than 1/2 inch in any dimension in solid concrete, but not Iess than 1 inch 15 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 16 with water, and brush -coat holes and voids with bonding agent. Fill and 17 compact with patching mortar before bonding agent has dried. Fill form -tie 18 voids with patching mortar or cone plugs secured in place with bonding agent. 19 b. Repair defects on surfaces exposed to view by blending white portland cement 20 and standard portland cement so that, when dry, patching mortar will match 21 surrounding color. Patch a test area at inconspicuous locations to verify 22 mixture and color match before proceeding with patching. Compact mortar in 23 place and strike off slightly higher than surrounding surface. 24 c. Repair defects on concealed formed surfaces that affect concrete's durability 25 and structural performance as determined by Engineer. 26 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 27 for finish and verify surface tolerances specified for each surface. Correct low and 28 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 29 a sloped template. 30 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 31 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 32 or that penetrate to reinforcement or completely through unreinforced sections 33 regardless of width, and other objectionable conditions. 34 b. After concrete has cured at least 14 days, correct high areas by grinding. 35 c. Correct localized low areas during or immediately after completing surface 36 finishing operations by cutting out low areas and replacing with patching 37 mortar. Finish repaired areas to blend into adjacent concrete. 38 d. Repair defective areas, except random cracks and single holes 1 inch or less in 39 diameter, by cutting out and replacing with fresh concrete. Remove defective 40 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 41 inch clearance all around. Dampen concrete surfaces in contact with patching 42 concrete and apply bonding agent. Mix patching concrete of same materials 43 and mixture as original concrete except without coarse aggregate. Place, 44 compact, and finish to blend with adjacent finished concrete. Cure in same 45 manner as adjacent concrete. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,; 01227 Revised December 20, 2012 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 26 1 e. Repair random cracks and single holes 1 inch or less in diameter with patching 2 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 3 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 4 bonding agent. Place patching mortar before bonding agent has dried. 5 Compact patching mortar and finish to match adjacent concrete. Keep patched 6 area continuously moist for at least 72 hours. 7 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 8 adhesive and patching mortar. 9 6. Repair materials and installation not specified above may be used, subject to 10 Engineer's approval. 11 3.6 RE -INSTALLATION (NOT USED) 12 3.7 FIELD QUALITY CONTROL 13 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 14 inspecting agency to perform field tests and inspections and prepare test reports. 15 B. Inspections 16 1. Steel reinforcement placement 17 2. Headed bolts and studs 18 3. Verification of use of required design mixture 19 4. Concrete placement, including conveying and depositing 20 5. Curing procedures and maintenance of curing temperature 21 6. Verification of concrete strength before removal of shores and forms from beams 22 and slabs 23 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 24 according to ASTM C 172 according to the following requirements: 25 1. Testing Frequency: Obtain I composite sample for each day's pour of each 26 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 27 each additional 50 cubic yard or fraction thereof. 28 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 29 not less than 1 test for each day's pour of each concrete mixture. Perform additional 30 tests when concrete consistency appears to change. 31 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 32 each composite sample, but not less than 1 test for each day's pour of each concrete 33 mixture. 34 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 35 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 36 test for each composite sample. 37 5. Compression Test Specimens: ASTM C31. 38 a. Cast and laboratory cure 4 cylinders for each composite sample. 39 1) Do not transport field cast cylinders until they have cured for a 40 minimum of 24 hours. 41 6. Compressive -Strength Tests: ASTM C39; 42 a. Test I cylinder at 7 days. 43 b. Test 2 cylinders at 28 days. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sanitary City Main No.Part 2 : City Project N: 01227 Revised December 20, 2012 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 26 1 c. Hold 1 cylinder for testing at 56 days as needed. 2 7. When strength of field -cured cylinders is less than 85 percent of companion 3 laboratory -cured cylinders, evaluate operations and provide corrective procedures 4 for protecting and curing in -place concrete. 5 8. Strength of each concrete mixture will be satisfactory if every average of any 3 6 consecutive compressive -strength tests equals or exceeds specified compressive 7 strength and no compressive -strength test value falls below specified compressive 8 strength by more than 500 psi. 9 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 10 within 48 hours of testing. Reports of compressive -strength tests shall contain 11 Project identification name and number, date of concrete placement, name of 12 concrete testing and inspecting agency, location of concrete batch in Work, design 13 compressive strength at 28 days, concrete mixture proportions and materials, 14 compressive breaking strength, and type of break for both 7- and 28-day tests. 15 10. Additional Tests: Testing and inspecting agency shall make additional tests of 16 concrete when test results indicate that slump, air entrainment, compressive 17 strengths, or other requirements have not been met, as directed by Engineer. 18 Testing and inspecting agency may conduct tests to determine adequacy of concrete 19 by cored cylinders complying with ASTM C42 or by other methods as directed by 20 Engineer. 21 a. When the strength level of the concrete for any portion of the structure, as 22 indicated by cylinder tests, falls below the specified requirements, provide 23 improved curing conditions and/or adjustments to the mix design as required to 24 obtain the required strength. If the average strength of the laboratory control 25 cylinders falls so low as to be deemed unacceptable, follow the core test 26 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 27 approved by the Engineer. Core sampling and testing shall be at Contractors 28 expense. 29 b. If the results of the core tests indicate that the strength of the structure is 30 inadequate, any replacement, load testing, or strengthening as may be ordered 31 by the Engineer shall be provided by the Contractor without cost to the City. 32 11. Additional testing and inspecting, at Contractor's expense, will be performed to 33 determine compliance of replaced or additional work with specified requirements. 34 12. Correct deficiencies in the Work that test reports and inspections indicate does not 35 comply with the Contract Documents. 36 D. Measure floor and slab flatness and levelness according to ASTM E 115 5 within 48 37 hours of finishing. 38 E. Concrete Finish Measurement and Tolerances 39 1. All floors are subject to measurement for flatness and levelness and comply with 40 the following: 41 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 42 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 43 both directions, lapping straightedge 3 feet on areas previously checked. Low 44 spots shall not exceed the above dimension anywhere along the straightedge. 45 Flatness shall be checked the next work day after finishing. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of26 1 b. Slabs shall be level within a tolerance of + 1/4 inch in 10 feet, not to exceed 3/4 2 inches total variation, anywhere on the floor, from elevations indicated on the 3 Drawings. Levelness shall be checked on a 10 foot grid using a level after 4 removaI of forms. 5 c. Measurement Standard: All floors are subject to measurement for flatness and 6 levelness, according to ASTM E1155. 7 2. 2 Tiered Measurement Standard 8 a. Each floor test section and the overall floor area shall conform to the 2-tiered 9 measurement standard as specified herein. 10 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 11 solute minimum surface profile that will be acceptable for any 1 test sample 12 (line of measurements) anywhere within the test area. 13 2) Specified Overall Value. The specified overall FF/FL values represent the 14 minimum values acceptable for individual floor sections as well as the floor 15 as a whole. 16 3. Floor Test Sections 17 a. A floor test section is defined as the smaller of the following areas: 18 1) The area bounded by column and/or wall lines 19 2) The area bounded by construction and/or control joint lines 20 3) Any combination of column lines and/or control joint lines 21 b. Test sample measurement lines within each test section shall be 22 multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a 23 spacing to be determined by the City's testing agency. 24 c. The precise layout of each test section shall be determined by the City's testing 25 agency. 26 4. Concrete Floor Finish Tolerance 27 a. The following values apply before removal of shores. Levelness values (FL) do 28 not apply to intentionally sloped or cambered areas, nor to slabs poured on 29 metal deck or precast concrete. 30 1) Slabs 31 Overall Value FF45/FL30 32 Minimum Local Value FF30/FL20 33 5. Floor Elevation Tolerance Envelope 34 a. The acceptable tolerance envelope for absolute elevation of any point on the 35 slab surface, with respect to the elevation shown on the Drawings, is as follows: 36 1) Slab -on -Grade Construction: ± 3/ inch 37 2) Top surfaces of formed slabs measured prior to removal of supporting 38 shores: t 3/ inch 39 3) Top surfaces of all other slabs: f N inch 40 4) Slabs specified to slope shall have a tolerance from the specified slope of 41 3/8 inch in 10 feet at any point, up to 3/ inch from theoretical elevation at 42 any point. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 03 30 00 - 26 CAST -IN -PLACE CONCRETE Page 26 of 26 1 3.8 SYSTEM STARTUP [NOT USED 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Defective Work 5 1. Imperfect or damaged work or any material damaged or determined to be defective 6 before final completion and acceptance of the entire job shall be satisfactorily re- 7 placed at the Contractor's expense, and in conformity with all of the requirements of 8 the Drawings and Specifications. 9 2. Perforrn removal and replacement of concrete work in such manner as not to impair 10 the appearance or strength of the structure in any way. 11 B. Cleaning 12 1. Upon completion of the work remove from the site all forms, equipment, protective 13 coverings and any rubbish resulting therefrom. 14 2. After sweeping floors, wash floors with clean water. 15 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.141 ATTACHMENTS [NOT USED] 20 21 22 END OF SECTION CTION 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 3A.C.1 — Changed 75% to 70% CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 033413-I CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PAIRT 1 - 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: 1 I 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 17 a. This Item- is considered subsidiary to the structure or Items being placed - is 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 28 29 30 31 32 33 34 35 36 B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \W w-g.NY.Wmlzhacelpmjects507181040-011SpecslFi WTinal Part 2B SpecificationslDivision 03103 34 13—Contmlled Low Slmgth 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 01 33 00. 6 13. 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. 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 1.11 FIELD CONDITIONS [MOT USED] 23 1.12 WARRANTY [NOT USED] 24 FART 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 1T low 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.fiw.apailshueVprojects1031 S\W-011Spee Tina]Tinal Pact 2B Spe6fic lionslDivision 03103 34 13_Controiied Low Strength Material_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. e. 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 300 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Ttw-fs.ltw.apai5sha e�projects103181040-011Specs5Fina]Tina1 Part ZB Speci6cationslDivision 03103 34 13_Controiied Low Strength Matenal 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: "Pest 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 new 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-: 01227 Revised December 20, 2012 1Ttw-fs.ftw.apailshwelprpjK[S\03181040-OBSpee TinalTinal Part 2B Specifications\Division 03\03 3413 Controlled Low Strength Matenal CLSM.doc 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED) 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift 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 t 1 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \T:w-S.$w.apai\shareNprojects503161040-011Specs\Final\Final part 2S SpecificationsVDivision 03\03 34 l3_Controlled Low Strength Material 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 20 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 6. 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 — Pad 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 NWtw-fs.ftw.apailshue5projecis103181040-011Spee TinallFinsl Part 2B SpecificationslDivision 03103 34 13_Contmlled Low Strength Material_CLSMdoc 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [MOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.144 ATTACHMENTS [NOT USED] 8 9 10 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 END OF SECTION I Revision Log I DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 VTtw-fs.ilw.apaiVIrarelptajcaA03 Ia5040-02\SpmTina1Tina1 Part 2D SpecificationslDivision 03103 34 13_Conttralled Low Strength Materiad_CLSM.&c 033416-1 CONCRETE SASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART 1- 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 I — 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 V1Ftw-fs_fiw.apailsWor pwject61031 9V040-WSpeWina[Winal Part 2B Speci£icatinns Dmsion 03\03 34 16_Concrete Base Mawerial for Trench Repair, doe 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 2 Cement Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NUT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALSIINFQ?II1V ATIONAL 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 [NUT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELfVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 .FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PAIN 2 - PRODUCTS 18 2.1 OWNER -FURNISHED OR OWNER -SUMP "LIED 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 I1 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 NTtw-fs.ftw.apalcharelprojects193161040-011Specs\Fina1Tina1 Part 2B SpeciGcationslDivision OR03 3416 Concrete Base Material for Trench Repay.doc 0334 16 - 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 318 inch. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTAILLERS [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 3I concrete mixture up to 25 cubic yards, plus I set for each additional 50 cubic yards 32 or fraction thereof. 33 2. Slump: ASTM C 143; I test at point of placement for each composite sample, but 34 not less than l 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 —Pan 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 kTtw-fs_ftw apai4sharelprojects10318iQ40-Q11SpecslFinailFinai Part 211 SpeciEcatians\Division WW3 34 16_Concreto Base Material far 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 3.9 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 UFtw-rs,ftw.apai5shareNprojects503181040.011Specs\Fina6Fioal Part 2B SpecificationslDivision 03W3 3416_Concrete Base Material For Trench Repair_due 067400-1 FIBERGLASS REINFORCED PLASTICS FABRICATIONS Page I of 4 1 SECTION 06 74 00 2 FIBERGLASS REINFORCED PLASTICS FABRICATIONS 3 PART i - GENERAL 4 1.1 SCOPE ®11♦ WORK 5 A. Furnish all labor, materials, equipment and incidentals required and install 6 fiberglass reinforced plastic (1FRP) grating, plate and structural support 7 systems and as specified herein. Provide all necessary support framing, 8 grating and connections for grated floor systems identified in the Drawings. 9 1.2 RELATED WORK 10 A. The Contract Documents are complementary; what is called for by one is as 11 binding as if called for by all. 12 B. It is the Contractor's responsibility for scheduling and coordinating the Work of 13 subcontractors, suppliers, and other individuals or entities performing or 14 furnishing any of Contractor's Work. 15 1.3 SUBMITTALS 16 A. Submit, in accordance with Section 01 33 00, complete shop drawings showing 17 materials, properties and details of fabrication, framing plans, connections, 18 construction and installation items under this Section. Submittals shall include the 19 following: 20 1. Two sets of samples for review in representative sizes as acceptable. 21 Samples shall be representative of construction, workmanship, 22 appearance and surface finish of the manufactured items which are 23 proposed. Samples shall be from plant production. Resubmit until 24 accepted. 25 2. Certified test data based on tests of actual production samples which 26 demonstrate that the products conform to the stress and deflection 27 requirements specified herein. 28 3. Submit calculations for all FRP shapes and grating member sizing 29 sealed by a registered professional engineer licensed in the State of 30 Texas. Calculations will be retained for file purposes only. 31 B. The Engineer may reject any item which does not meet the standards of the 32 representative tested or submitted samples. 33 1.4 RE FERENCE STANDARDS 34 A. American Society for Testing and Materials (ASTM) 35 1. ASTM D349 - Standard 'Pest Methods for Laminated Round Rods 36 Used for Electrical Insulation. 37 2. ASTM D638 - Standard Test Method for 'Tensile Properties of 38 Plastics. Sanitary Sewer Main 257 — Part 2 City Project No.: 01227 067400-2 FIBERGLASS REINFORCED PLASTICS FABRICATIONS Page 2 of 4 1 3. ASTM D790 - Standard Test Methods for flexural Properties of 2 Unreinforced and Reinforced Plastics and Electrical Insulating 3 Materials. 4 4. ASTM D792 - Standard Test Methods for Density and Specific 5 Gravity (Relative Density) of Plastics by Displacement. 6 B. American Iron and Steel Institute (AISI) 7 C. Where reference is made to one of the above standards, the revision in effect at 8 the time of bid opening shall apply. 9 1.5 QUALITY ASSURANCE 10 A. The fiberglass reinforced plastic components manufacturers shall be experienced 11 in the manufacture of items of similar size and quality and shall present proof as 12 required of successful installations involving the items under similar conditions 13 to this project. 14 B. The work of this Section shall be completely coordinated with the work of other 15 sections. Verify at the site both the dimensions and work of other trades 16 adjoining items of work in this Section before fabrication and installation of 17 items herein specified. 18 C. Furnish to the pertinent trades all items included under this Section that are to be 19 built into the work of other sections. 20 PART 2 - PRODUCTS 21 2.1 MATERIALS AND PROP1ERTIES 22 A. Resin for FRP components shall be an acceptable vinyl ester, integrally resistant 23 without applied coatings to ultra -violet radiation, and to all chemicals present in 24 each of the respected facilities identified in the Drawings. 25 B. Provide compatible and equally resistant resin as acceptable for shop and field 26 sealing of cut edges. 27 C. Minimum physical properties for pultruded structural FRP shapes and plates 28 shall be as follows: 29 1. Tensile Strength (coupon) 206,200 INN/sq. m (30,000 psi) — ASTM 30 D638 31 2. Tensile Strength (full section in bending) 137,800 kN/sq. m at 24 32 degrees C (20,000 psi at 75 degrees F) 33 3. Modulus of Elasticity 1.58 x 107 kN/sq. m at 24 degrees C (2.3 x 106 34 psi at 75 degrees F) 1.24 x 107 kN/sq. In at 52 degrees C (1.8 x 106 psi 35 at 125 degrees F) — ASTM D790 36 4. Barcol Hardness — 50 37 5. Water Absorption — 0.75 percent (by weight) — ASTM D349 38 6. Specific Gravity —1.66 — ASTM D792 Sanitary Sewer Main 257 — Part 2 City Project No.: 01227 067400-3 FIBERGLASS REINFORCED PLASTICS FABRICATIONS Page 3 of 4 1 D. FRP components shall have integral colors selected by the Owner from standard 2 resin colors. 3 E. Stainless Steel 4 1. Shapes — A1SL Type 304 5 2. Fasteners and components —'Type 18-8. 6 2.2 GRATING 7 A. FRP grating shall be one of the following or equal. Provided pedestrian rated panels 8 except at areas where vehicle traffic requires heavy duty, high load capacity. 9 1. Duradek by Strongwell, 10 2. Safe-T-Span by Fibergrate 11 B. FRP deck shall be one of the following or equal. Provide gritted/non-slip 12 surface. 13 1. Safplank by Strongwell 14 2. 1Dynadeck by Fibergrate 15 C. Outer surfaces, cut edges, or any surfaces that are exposed to air during cure 16 shalI be finished so as to obtain complete cure of the resin without air inhibition 17 by coating the surface after initial cure with resin containing paraffin. Softening 18 or tackiness of any surface under an acetone test will be considered evidence of 19 incomplete cure. 20 D. Factor of safety shall be 5 based on ultimate stress. Grating shall be a minimum 21 of 1-1/2-in deep, and have either a T-bar or rectangular bar shape. 22 F. 1-bar shaped FRP grating shall be constructed of straight parallel bearing bars 23 and composed of a glass fiber and thermosetting resin pultruded composite. The 24 bearing bars to be placed edgewise and joined by structural crossties every 25 12-in, maximum. Crossties shall be 3/8-in diameter fiberglass rod with glass 26 fiber reinforced plastic or stainless steel ferrules and polypropylene spacers. The 27 upper bar surface shall have a coarse quartz/epoxy grit surface to provide skid 28 resistance. 29 F. Rectangular shaped FRP grating shall be constructed of straight parallel bearing 30 bars and cross bars composed of glass fiber and resin, compression molded at 31 high temperatures and pressure. No dry glass fibers shall be visible on any 32 surface of bearing bars or cross bars. Bearing bars shall be spaced on 1-in 33 centers and cross bars spaced on 6-in centers. Top surfaces shall have grit 34 surface for skid resistance. 35 G. The FRP grating shall meet the following loading requirements: 36 1. In addition to the dead load of the grating (and FRP plate where 37 indicated) the grating shall be capable of supporting a uniform live load 38 of 100 psf while maintaining a deflection of less than L/300. Grating 39 shall also be capable of supporting a concentrated live Ioad of 200 40 pound per foot transverse to the span. 41 H. Provide structural FRP angle frames, structural support shapes, grit impregnated 42 plate where required and appurtenances as shown. Sanitary Sewer Main 257 — Part 2 City Project No.: 01227 067400-4 FIBERGLASS REINFORCED PLASTICS FABRICATIONS Page 4 of 4 1 I. Provide FRP angle frames continuous around the grated openings and trenches in 2 order to present an even and flat support for the grating except as otherwise shown. 3 The angles and anchors shall be as per the manufacturer. 4 J. FRP grating shall be securely attached to supporting members and angles. 5 Attachment to FRP supporting members shall be either stainless steel or FRP with 6 stainless steel fasteners. Each grating panel shall be attached to supporting 7 members at a minimum of four locations (two each edge). All materials and 8 incidentals required for attaching grating to angle frame and supports shall be 9 furnished and installed under this Section. 10 K. Coordinate the layout of grating panels with work of other Sections to provide 11 openings for approved mechanical equipment, operators, gates and other items 12 which require penetrations or openings in the grating. Grating panels shall be 13 further subdivided and supported to provide maximum panel weight of 110 lbs. 14 2.3 STRUCTURAL SHAPES 15 A. Structural shapes shall be pultruded and shall be design by a registered 16 professional engineer to withstand all loads posted in the Drawings. 17 B. Provide one of the following; 18 1. Dynaform by Fibergrate. 19 2. Extren Series 625 by Strongwell. 20 PART 3 - EXECUTION 21 3.1 INSTALLATION 22 A. All components shall be installed in full accordance with the Drawings, the final 23 shop drawings and manufacturer's recommendations by mechanics skilled in the 24 installation of this type of work. 25 B. Fabrication and placement tolerances shall be in accordance with the tolerance 26 stated for similar metal framing and assemblies in Section 05 50 00. 27 Elul) OF SECTION Sanitary Sewer Main 257 — Part 2 City Project No.: 01227 311000-I SITE CLEARING Page [ of 5 1 SECTION 31 10 00 2 SITE CLEARING 3 PART 1- GENE11Af, .!, fiE&11004loil M11"1 5 A. Section Includes: 6 1. 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. lie 2 13 LP.M'nval UCIC' SQ}.tier« 1-2 PR.1CF r1NT �PAYNT ENT FR CEDURE , fart A. Item 1. C , 14 Rand legal dispo;rd of s11ri3te trash, 0re5, c6ustruclif3n dehns, avid 15 d -- 16 C. Related Specification Sections include but are not necessarily limited to 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 02 41 13 — Selective Site Demolition 20 4. Section 02 41 14 — Utility Removal/Abandonment 21 1.2 PPACE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Site Clearing 24 a. Measurement 25 1) Measurement for this Item shall be by lump sum. 26 b. Payment 27 1) The work performed and the materials furnished in accordance with this 28 Item shall be paid for at the lump sum price bid for "Site Clearing". 29 c. The price bid. shall include: 30 1) Pruning of designated trees and shrubs 31 2) Removal and disposal of trees, structures and obstructions 32 3) Backfilling of holes 33 4) Clean-up 34 2, Tree Removal (typically included in "Site Clearing", but should be used if "Site 35 Clearing" is not a bid item) 36 a. Measurement 37 1) Measurement for this Item shall be per each. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each "Tree Removal" for: CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: U1227 Revised December 20, 2012 1Ttw-fs.ftw.apailsharelprojeas1031 M40-0 MpecsTinalTinal Part 2B SpecificationslConforme&Addendnm 2\31 10 00—Site Ciearing.doc 311000-2 SITE CLEARING Page 2 of 5 1 a) Various caliper ranges 2 c. The price bid shall include: 3 1) Pruning of designated trees and shrubs 4 2) Removal and disposal of structures and obstructions 5 3) Grading and backfilling of holes 6 4) Excavation 7 5) Fertilization 8 6) Clean-up 9 3. Tree Removal and Transplantation 10 a. Measurement 11 1) Measurement for this Item shall be per each. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 15 a) Various caliper ranges 16 c. The price bid shall include: 17 1) Pruning of designated trees and shrubs 18 2) Removal and disposal of structures and obstructions 19 3) Moving tree with truck mounted tree spade 20 4) Grading and backfilling of holes 21 5) Replanting tree at temporary location (determined by Contractor) 22 6) Maintaining tree until Work is completed 23 7) Replanting tree into original or designated location 24 8) Excavation 25 9) Fertilization 26 10) Clean-up 27 1.3 REFERENCES [NOT USED] 28 1.4 ADMfNSTRATIVE REQUIREMENTS 29 A. Permits 30 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 31 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 32 B. Preinstallation Meetings 33 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 34 City Inspector, and the Project Manager for the purpose of reviewing the 35 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 36 prior to the meeting. 37 2. The Contractor will provide the City with a Disposal Letter in accordance to 38 Division 01. 39 1.5 SUBMITTALS [NOT USED] 40 1.6 ACTION SiJBMITTAES/INF®l[1MATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apai\share\projects103181040-0115pecs\Final\Final Part 2B Specifications\Confomtc&Addmchim 2\31 10 00_Site Clearing.doc 3I 10 00 - 3 SITE CLEARING Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HA DL1NG [NOT USED] 3 1.11 FIELD CONDl TlIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PANT 2 - PRODUCTS [NOT USED] 6 PANT 3 - ]EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION G � 10 A. All trees identified to be protected and/or preserved should be clearly flagged with 11 survey tape. 12 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 13 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 14 saved. 15 3.4 INSTALLATION 16 A. Protection of Trees 17 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 18 defer to the Drawings for tree protection details. 19 2. If the Drawings do not provide tree protection details, protected trees shall be 20 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 21 the corners located on the canopy drip line, unless instructed otherwise. 22 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 23 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 24 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 25 form the enclosure. 26 4. Do not park equipment, service equipment, store materials, or disturb the root area 27 under the branches of trees designated for preservation. 28 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 29 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 30 the tree. 31 6. 'Frees and brush shall be mulched on -site. 32 a. Burning as a method of disposal is not allowed. 33 B. Hazardous Materials 34 1, The Contractor will notify the Engineer immediately if any hazardous or 35 questionable materials not shown on the Drawings are encountered. This includes, 36 but not limited to: 37 a. Floor tiles CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharelprojects103 181040-011SpecsTivalTinal Part 2B Sped£caticns\Conformed\Addend= 2131 10 00_Site Clearing.doc 311000-4 SITE CLEARING Page 4 of 5 1 b. Roof tiles 2 c. Shingles 3 d. Siding 4 e. Utility piping 5 2. The testing, removal, and disposal of hazardous materials will be in accordance 6 with Division 1. 7 C. Site Clearing 8 1. Clear areas shown on the Drawings of all obstructions, except those landscape 9 features that are to be preserved. Such obstructions include, but are not limited to: 10 a. Remains of buildings and other structures 11 b. Foundations 12 c. Floor slabs 13 d. Concrete 14 e. Brick 15 f. Lumber 16 g. Plaster 17 h.'Septic tank drain fields 18 i. Abandoned utility pipes or conduits 19 j. Equipment 20 k. Trees 21 1. Fences 22 m. Retaining walls 23 n. Other items as specified on the Drawings 24 2. Remove vegetation and other landscape features not designated for preservation, 25 whether above or below ground, including, but not limited to: 26 a. Curb and gutter 27 b. Driveways 28 c. Paved parking areas 29 d. Miscellaneous stone 30 e. Sidewalks 31 f Drainage structures 32 g. Manholes 33 h. Inlets 34 i. Abandoned railroad tracks 35 j. Scrap iron 36 k. Other debris 37 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 38 maintain traffic and drainage in accordance with Section 02 41 14. 39 4. In areas receiving embankment, remove obstructions not designated for 40 preservation to 2 feet below natural ground. 41 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 42 6. In all other areas, remove obstructions to 1 foot below natural ground. 43 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 44 off to ground level. 45 a. Removal of existing structures shall be as per Section 02 41 13. 46 D. Disposal CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1\Rw-fs.f<w.apai\share\projects10318\040-01\Spec&Tinal\Final Part 2B SpecifiudonslConformed\Addendum 2131 10 00_Site Clearing.doc 311000-5 SITE CLEARING Page 5 of 5 1 1. Dispose of all trees within 24 hours of removal. 2 2. All materials and debris removed becomes the property of the Contractor, unless 3 otherwise stated on the Drawings. 4 3. The Contractor will dispose of material and debris off -site in accordance with local, 5 state, and federal laws and regulations. 6 3.5 REPAIR [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] I 1 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE (NOT USED] 15 3.14 ATTAC11MENTS [NOT USED] 16 17 18 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address CrrY Of FORT WORTH ISanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 I\Ftw-fs.ftw.apai\sharelprojects103181040-0 MpecsTinaRFinal Part 2B SpecificadonslConfomcdWddend= 2\31 10 00 site Clearing.doc 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 5 1 SIECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART 1 - 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 Iines, 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 1 — General Requirements 19 3. Section 31 24 00 — Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per cubic yard of "Unclassified Excavation by .Plan". 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 42 4) Dust Control CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 1Wtw-rs,flw, apat sharelprojects103I81040A15Spec Tina]Tinal Part 28 SpeciFicationsWivision 31131 23 l6_Unelassificd Excavation.don 3123 16 - 2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 5) Reworking or replacing the over excavated material in rock cuts 2 6) Hauling 3 7) Disposal of excess material not used elsewhere onsite 4 8) Scarification 5 9) Clean-up 6 2. Excavation by Surveyed Quantity 7 a. Measurement 8 1) Measurement for this Item shall be by the cubic yard in its final position 9 calculated using the average end area or composite method. 10 a) The City will perform a reference survey once the Site has been cleared 11 to obtain existing ground conditions. 12 b) The City will perform a final post -construction survey. 13 c) The Contractor will be paid for the cubic yardage of Excavated material 14 calculated as the difference between the two surveys. 15 d) Partial payments will be based on estimated plan quantity 16 measurements calculated by the Engineer, 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" will be paid for at the unit 20 price bid per cubic yard of "Unclassified Excavation by Survey". 21 c. The price bid shall include: 22 1) Excavation 23 2) Excavation Safety 24 3) Drying 25 4) Dust Control 26 5) Reworking or replacing the over excavated material in rock cuts 27 6) Hauling 28 7) Disposal of excess material not used elsewhere onsite 29 8) Scarification 30 9) Clean-up 31 1.3 REFERENCES [NOT USED] 32 A. Definitions 33 1. Unclassified Excavation — Without regard to materials, all excavations shall be 34 considered unclassified and shall include all materials excavated. Any reference to 35 Rock or other materials on the Drawings or in the specifications is solely for the 36 City and the Contractor's information and is not to be taken as a classification of 37 the excavation. 38 1.4 AIIMINSTRATLVE RE, QUILREMENTS 39 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 40 01. CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 11Ftw-fs.ftw.apai\sha elp-jectsN03181040 IO Spe \Fina]Tinal PaH 2B Specifications\Diwsmn 31\31 23 16_UnclassiFied E=avation.dac 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.5 SUBMITTALS [NOT USEDJ 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [1\TOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUIIMITTA.LS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement, then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 l . Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 28 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 1Ttwds.flw.apailsharelprojects103161040-011Spec FinallFinal ParE 2B Specifications\!)Msion 31131 23 1fi Unclassified Pxcavation.doc 3123 16 -4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PAIN 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 NIL, 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. 1S 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 L 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 - Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 1rFtw-is.Hw.apailsba e\pmjects103281040-Ol%pe \Final4Final Par[ 2B SpeciliwtionslDivision 3012316 Unclassified Bxcavation.doc 3123 t6-5 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 31 24 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED1 19 3.14 ATTACHMENTS [NOT USED] 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 —Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised January 28, 2013 11Ftw-fs.kiw.apailsharelprojects503ISS640.014SpeC5lFinallFinal Part 23 Specifcatioms Division 31\31 23 16 Unclassified Excavatinadoc 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Page I of 9 I SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PAIR I - 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 PRACE 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 PIan>_ 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 lump 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 51Fiw-fr.ftw.apai\share\projects%03181040-015SpemTinallFinal NAM SpecificationslDivision 3 A31 25 00_Ewsion and Sediment Control.doc 312500-2 EROSION AND SEDIMENT CONTROL PW2of9 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. 10 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 (NOT) 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 SUITMTTT.BLS[IN)<+'ORMA►TIO11 AL SUBMITTALS [RIOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 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 [oRl OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TAPES 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailsbwelprojects103181040-01VSpe Tina[\FinaS Part 2B Spacificatiaws Division 3M1 25 00 $rosiou and Sedimenl ConiroLdoc 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 1) Types 1, 2 and 4 Rock kilter 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 21/2 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. Ceotextile 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 D. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds, per ASTM D4632 33 2) Puncture Strength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of 600 psi, per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 36 E. Embankment for Erosion Control 37 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 38 embankment to meet the intended use. 39 F. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 44 1 to fill sandbags. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 20I2 45Ftw-fs.liw.apai5slwve profecus 03181040-01lS[ eaTin24Tinal Part 2B Spe fficationsWivision 3I13 i 25 00_Erosion and Sediment C ntwLdoc 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 .9.4 nd Cn^_qrhAtinn Sieve # Maximum Retained % by Weight) 4 3 percent 100 80 percent 200 95 pe ent 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 1.3 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 US1EDI 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 1. Develop and implement the project's Storm Water Pollution Prevention Plan 33 (SWPPP) in accordance with the TPDES Construction General Permit TXR1500O0 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 4Iw-fsfTw.apai' shvclpm3ecis103185040-OilSpems FinalTinal Part 2B Specificatio.A)ivision M3I 25 L 0 Emsion and Sediment Contml.doc 312500-5 EROSION AND SEDWENT CONTROL Page 5 of 9 1 I . 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 l I 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Ftw-fs.ftw.apailsharelprojects%03181040-011Spe Tina6Fina1 Part 2B SpecificationsWivision 3 1\3125 00_Frosion and Sediment Control.dac 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 I (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 be at 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2B City Project No.: 01227 11Ftw-fsA.v_apai slweNproiects10316V040-01VSgee TmaAFinal Part 2B Spe jfi ationsMivision 3I13I 25 00 Fjosion and Sediment Contml.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. I9 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 directions. 26 4. Offset subsequent rows of sandbags 1/2 the Iength 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1\Ftw-rs.ftw.apailsharelprojects103IM40-01lSpemTina1Tjna1 Part 2S SpecificationslDivision 31131 25 00 Emsion and Sediment Contmldoc 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 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 REPAIR/RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD Lott] SITE QUALITY CONTROL [NOT USED[ 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEAit tNG 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 USEDI 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Ftw-fs,ftw.apailsharelprojectsko3181040-DlLSpec Fi alTmal Par[ 2B SpeciScationsl©ivision 3W 1 25 00 Fm8ioa and Sediment Contm[.doc 312500-9 EROSION AND SEDIMENT 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] 6 END OF SECTION rl Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Ttw-B.ffw.apailshuolprojecis403 M040-01%pemTinahFinal Part 2B SpeciRcations\Division 31131 25 00_Emsion and Sedimunt Contml.doc 1 2 3 1PART 1 - GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 t4 31 36 00 - 1 GABIONS Page I of 6 SECTION 3136 00 GABIONS A. Section Includes: 1. Furnishing and installing gabions and gabion mattresses. 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 3123 23 — Borrow 4. Section 3124 00 — Embankments 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 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Utw fs.ftw.apahshweVrojectsM I81040-DISSpm\Fi dTinal Part 2B Spedfications0ivision 31131 36 00_Gabions,doe 313600-2 GABIONS Page 2 of 6 1 3) Grading and backfill 2 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-411-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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.8 CLOSEOUT SUBMITTALS [NOT USED] 29 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.10 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 FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Etw-S.fiw.apa�lsharelprojec1s103381040-031SpecslFnalSFinal Part 2B Speufications%Division 31V31 36 00 Gabions doc 313600-3 GABIONS Page 3 of 6 1 PART 2 - PRODUCTS 2 2.1 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 9 10 11 12 C. Welded wire gabions and gabion mattresses. Furnish welded wire gabions and gabion mattresses with Style 5 PVC wire coating in accordance with ASTM A 974. D. Twisted wire gabions and gabion mattresses. Furnish twisted wire gabions and gabion mattresses with Style 3 PVC wire coating in accordance with ASTM A 975. ll'able 11 Minimum Panel -to -panel Connection Strength ....Application Strength lip/ft 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 3/8 inch. 23 2.3 ASSEMBLY OIL FABPJCATI+C; N TOLERANCES [NOT USED] 24 2.41 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 51Ftw-fs.fiw.apai5shwelpmjects103 I SW40-OASpecsFinalTinal Part 2B Speci6CationMivision 31\31 36 00 Gabions.doc 313600-4 GABIONS Page 4 of 6 1 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 1. 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 C1TY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-S.ftw.apaiLsbmelprojocts103 161040-0115pm\Fina[\Final Part 2B Speeificarions\Mvision 31\31 36 00 Gabions.dvc 31 36 00 - 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. II 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. Join 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 Iayer in all front and side gabion units, 41 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 20I2 51Ftw-fs.ftw.apai\d a e5pmjecis103185040-011Spo TinaTTinal Part 213 SpecificationsVDivision 310136 00 Gabions,doc 31 36 00 - 6 GABIONS 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 1 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 USEDI 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.141 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-£slaw apailshare pmjects103181040-011Spem\Finat%Final Part 213 Speci6cafionsWiv sion 31131 36 00 Cabions.doc 31 37 00 - 1 RIPRAP Page 1 of 12 I SECTION 3137 00 2 RIPRAP 3 PART I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Delete Paragraph 1.2 A. La. in its entirety and replace with "Measurement for this 9 Item shall be by the cubic yard specified of material complete in place. Volume will 10 be computed on the basis of the measured area and type, verified by field 11 measurements." 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 03 30 00 — Cast -In -Place Concrete 16 4. Section 3125 00 — Erosion and Sediment Control 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. Measurement for this Item shall be by the face square yard to the depth 21 specified of material complete in place. Volume will be computed on the basis 22 of the measured area and type, verified by field measurements. 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured as provided under "Measurement" will be paid for at the unit price 26 bid per square yard of "Riprap" installed for: 27 1) Various types 28 2) Various thicknesses 29 3) Various void -filling techniques 30 3. The price bid shall include: 31 a. Furnishing, hauling, and placing riprap 32 b. Filter fabric 33 c. Expansion joint material 34 d. Concrete and reinforcing steel 35 e. Excavation of toe wall trenches, as applicable 36 f Excavation below natural ground or bottom of excavated channel, as applicable 37 g. Shaping of slopes, as applicable 38 h. Bedding 39 i. Grout and mortar 40 j. Scales 41 k. Test weights 42 1. Clean-up CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.; 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharelprojects103181040-OASpecs\Final\Final Part 2B SpecificatiorB Division 31131 37 00—Riprap.doe 31 37 00 - 2 RIPRAP Page 2 of 12 1 1.3 REFERENCES 2 A. Reference Standards 3 L 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 C 136-06, 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 SUIIl"6 ITTALSANFORMATIONAL 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailshareNprojectsk03l81040-011Specs\Fiaal\FinaI Part 2B Specifications\Division 310137 00_Riprap.doc 3 4 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 313700-3 RIPRAP Page 3 of 12 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 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 1 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 1/3 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 Rirprap Gradation Requirements 'I hictmess Maximum Size lb. 90 percent Size' lib. 50& Size' 11b. 8 percent Size, Minimum 1b. 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in, 1,000 550-950 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 IIFtw-fs,firv.apailsharelprojects103I81040-011Specs\ ina1\Fina1 Part 2B Specifications\Division 31131 37 00_Riprap.doe 313700-4 RIPRAP Page 4 of 12 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs. flw.apai\share\proj ects\0318\040-011SpeesTinalTinal Part 2B Specifications\Division 3I U 137 00—Riprap.doc 1 2 313700-5 RIPRAP Page 5 of 12 Table 2 Ro+ldlino gfrnnp. Gr-nlrlatinn Sieve Size (Square Mesh Percent by Weight 1Passin 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 Riprap 4 1. 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 PAIN 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 bald 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 f4 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apai%sharelprojectsk03l81040-01\Specs\Fit)alkFinal Part 2B Specifications\Division 3l131 37 00_Riprap.doc 31 37 00 - 6 RIPRAP Page 6 of 12 1 5. Immediately after the finishing operation, cure the riprap according to Section. 03 K 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, Mediuln, 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 Iighter 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- 21 shaped pins with legs at least 9 inches long. Space nails or gins 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 embankment upward with the larger 31 stones in the lower 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 FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 I1Ftw-fs.ftw.apailsharelprojects103181040-011SpecslFinallFinal Part 2B SpecificationslDivision 310137 00—Riprap.doe 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 large 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 Iarger 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharelprojects10318\040-0118pecslFinalTinal Part 213 S.pecificationslDivision 31131 37 00_Riprap.doe 31 37 00 - 8 RIPRAP Page $ 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 Riprap 13 1. Construct special riprap according to the Drawings. 14 3.5 REPAIR [NUT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NUT USED] 18 3.9 ADJUSTING [NOT USER] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USER] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USER] 23 3.14 ATTACHMENTS CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0I227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharelprojects103181040-011SpecslFinallFinal Part 213 SpecificationslDivision 31131 37 00_Riprap.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 ff V&S LN Figure 1 - Large store riprap, dry or grouted. souk when 1'-6" Alin Sla of Upright awes of stone Perpendicular to slops 313700-9 RIPRAP Page 9 of 12 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 llFtw-fs.frw.apailsharelprojects103181040-011Specs\Fina1\Final Part 2B SpeciBcations\Division 31131 37 00_Ripmp.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 e Grout "how' ;side fied Fiatp ��ifl � Siope of �Iokonkm ant s r-6 a" *in Figure 2 - Medium stone riprap, dry or grouted. Mortar whenViKifisd � 11-6 w Figure 3 - Medium stone riprap, mortared. 31 3700 - 10 RIPRAP Page 10 of 12 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharolprojects103181040-011Specs\Final\Final Part 2B Specifications\Division 31131 37 00—Riprap.doc 1 2 3 4 5 6 31 3700- 11 RIPRAP Page 11 of 12 Grout when (more than one rack depthl — a of T-6 a via Figure 4 — Block stone riprap, dry or grouted. Figure 5 — Slab stone riprap CrN OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 IIFtw-fs.flw.apailsharelpirojects103181040-011Specs\Final\Final Part 2B Specifications\Division 31131 37 00—Riprap.doc 31 37 00 - t 2 RIPRAP Page 12 of 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3A.B. defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailsharekprojectsk03I81040-0IISpecs\Final\Final Part 2B Specifications\Division 3I131 37 00—Riprap.doc 2 3 PART I - GENERAL 4 1.1 SUMMARY SECTION 32 31 13 CHAIN LINK FENCE AND GATES 323113-1 CHAIN LINK FENCE AND GATES Page I 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 10 4. On utility projects: 11 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 1 - General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Chain Link Pence 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 28 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1\Ftw-fs.Rw.Vailshwe\projects103181040-01\Spec Final\Final Part 2B Spem6c9ionslDmsion IZ32 31 l3_Cham Link Fence andGates.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: I 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 at the time of the latest revision date Iogged at the end of this 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 51Ptw-fs.ftw.apailshar projects103185040-01\SpecswiinallFinal Part 28 SpecificationslDMsion 3Z32 31 ]3 Chain Link Fence and Cralm doc 3231 13 -3 CHAIN LINK FENCE AND GATES Page 3 of 7 1 1.4 ADMINISTISATIt1E REQUIREMENTS [NOT 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 SUBMIITTALS/INE®ItMATIONAL 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 [1NTOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED [NOT USED] 17 2.2 MANUFACTURED UNITS / MATERIALS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvanized coated chain link fencing. 2. Approved Manufacturer or equal: a. Allied Fence, Inc. b. American Fence Corp. c. Anchor Fence, Inc. d. Master Halco, Inc. B. Materials 1. Chain Link Fence a. General I ) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3) Post tops, rail end, ties and clips may be of aluminum. 4) Use only new material, or salvaged/existing material if approved by City or noted on Drawings. b. Steel Fabric 1) Fabric a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1VFtw-£s.Hw.apailshueVprojectsV03185040-01%Spe TinallFinal Part 2B SpecificationslDivision 3292 31 13_Chain Link Fence and Crates.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 323113-4 CHAIN LINK FENCE AND GATES Page 4 of 7 Residential: match existing or both top and bottom selvages knuckled (2) Furnish 1-piece fabric widths. 2) Fabric Finish: Galvanized, ASTM A 392, Class 1, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged. d) Furnish I -piece fabric widths. d. Steel Framing 1) Steel pipe - Type I a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 30,000 psi d) Sizes as indicated e) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface area 2) Steel pipe - Type II a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on Drawings d) Protective coating per ASTM F 1043 (1) External coating Type B (a) Zinc with organic overcoat (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II b) Minimum yield strength: 45,000 psi (310 MPa) c) Sizes as indicated on Drawings d) External coating per ASTM F 1043, Type A (1) Minimum average 2.0 oz/ftz of zinc per ASTM A 123 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on Drawings d) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area e. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 51Ftw-fsftw apa,lshare4pwjects103181040-011SpeoTinATinal Part 2B SpecificetionsDivision 32M 31 13_Chain Link Fence and Gates,doc 323113-5 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) 1 518 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 11 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 of 3,000 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 V\Ftw-Cs.ftw.apaiWwelpwjeM%031SW40-0PSpecs\Fina1\Fina1 Part 2S Specifications\Division 32132 31 13_Cham Link Fence snd Gates_dm 32 31 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 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 A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 5. Bracing a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,; 01227 Revised December 20, 2012 \Ttw-fs,flw_apaAsharelpmjects10318\040 OMpe \FinahFinal Part M Specificatiow\Division 32\32 3113 Chain L ak Fence sad Gates.&c 3231 13 - 7 CHAIN LINK FENCE AND GATES Page 7 of 7 I 1. Fabric 2 a. Install fabric on security side and attach so that fabric remains in tension after 3 pulling force is released. 4 b. Leave approximately 2 inches between finish grade and bottom selvage. 5 c. .Attach fabric with wire ties to line posts at 15 inches on center and to rails, 6 braces, and tension wire at 24 inches on center. 7 2. Tension (stretcher) bars 8 a. Pull fabric taut. 9 b. Thread tension bar through fabric and attach to terminal posts with bands or 10 clips spaced maximum of 15 inches on center. 11 3. Accessories 12 a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 13 b. Fasteners: Install nuts on side of fence opposite fabric side for added security. 14 c. Slats: Install slats in accordance with manufacturer's instructions. 15 C. Wrought Iron Installation: install per Drawings 16 D. Steel Tube Fence: install per Drawings 17 3.5 REA PAIR/RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP ]NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES jNOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT (USED] 26 3.14 ATTACHMENTS [NOT USED] 27 28 29 END OF SECTION Revision Log DATE NAME SLTNffvLkRY OF CHANGE 12/20/2012 D. Johnson 1.I.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 gFtw-$.fiw.apailshare\projects\0318\040-01LSpe \FinalTinal Part 2B SpeciiicationsOivision 32\32 31 13_Chain Link Pence and Gates.doc 4 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 32 3126 WIRE FENCE AND GATES 32 3126 - 1 WIRE FENCE AND GATES Page I of 6 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 I0 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: 2I 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 22 2. Division I - 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 Item 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 Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 I\Ftw-fs.liw.apai4sbarelpmjects103185040-011Spem\FinalTinal Part 213 SpecificalionslDivision 32\32 3126_Wire Fence and Cr trsdoc 323126-2 WIRE FENCE AND GATES Page 2 of 6 1 a. Measurement 2 1) 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, backfllling, and disposal of surplus material 12 4) Removal and trimming of brush and free limbs 13 1.3 REFERENCES 14 A. Reference Standards 15 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) Melded, 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw fs.Bw.apaiWwe\projects50318V040-0155poc \Fina[\Final Part 2B Spedfications\Division 32132 3126 Wire Fence and Gates,doc 323126-3 WIRE FENCE AND GATES Page 3 of 1 1.4. ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTAILSANF®i2MATI©NAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USER] 5 1.5 MAINTENANCE MATERIIAL, SUBMITTALS INOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 lPART 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 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 Maim 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 VTt w-£s.Hw.apaiLshmelpmjects103161040-0115pe \Fina]Tinal Part 28 Spe6fi"iiow0ivision 32132 31 26_Wire Fence and CWes.doc 1 2 3 4 5 6 7 8 9 10 323126-4 WIRE FENCE AND GATES Page 4 of 6 'fable 1 Minl mntm Retenttian nff PrPgPrv5mtiv/P Penta- Prodnct chlorophenol AWPA (Ib./cu. ft.) Standard for AwPA Preservative (mlpq) Treatment Standard Wire fence posts (round)' 0.4 C5 1. Retention determined by assay (0 to 1.0-inch 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 splutters, cutting the ends square. 11 D. Gates and Gateposts: Furnish materials to the required dimensions. 12 E. Barbed and Smooth Wire: ASTM A 121, Class 1 13 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 14 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 15 F. Wire Mesh: ASTM A 116, Class 1 16 1. Top and bottom wires: at least 10 gauge wire 17 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 1/2 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 NTtw-fs.ftw.apailshuelp jecis10316104M]� SpecslFina[Tinal Part 2B 5peciflicarionstiD-swn 32132 312,6 Wire 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 snatch 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 P. 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 REPAIR/RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [MOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.110 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3A4 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\Ft v-fs.ftw.apailshueNprojectsN033 MO40-01LSl>ecslFinallFinaI Part 2B Specifica ionslDivision 32132 31 26_Wire Fence and Gates.doc 323126-6 WIRE FENCE AND GATES Page 6 of 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. 7ohnson 1.I.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-rs.itw.apaiLshareVpmjects5031MO40-011Spoc Finai\Final Part 2B Spe fflcationsmmsion 32532 31 26 Wire Fence and Cwes doc p 3 PART 1 - 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 lines 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 4Ttw-fslaw.apaiVs uelprojects10319\040-0155peaslFina]Tinal Part 2B Specificafi=s Division 32W 31 29_Wood Fence and Gates.doc 323I29-2 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 Steel 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 REQUIREMENT'S [NOT USED] 11 11.5 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/INF®Rl!' ATIONAL SUBMITTALS iLS [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 [NUT 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 28 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw fs.ftw_ap lshare5pmjects503181040-01\Spems FinalTinal part 2B Specifications\Division 32192 31 29 Wood Fence and Gates.doc 3231 29 - 3 WOOD FENCE AND GATES Page 3 of 5 1 2. Steel Posts 2 a. Steel pipe - Type 1 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 -clipped galvanized with minimuln average 1.8 oz/ftz of coated surface 8 area. 9 b. Steel pipe - Type 11 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 07/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 II 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/ftz 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 S\FYw-fs.ftw.apaiLshareSprojectsNO3l8kO4O-OlVSpecsTina]Tina1 Part 2B Specific wm\DMsion 32132 31 29_Wood Pence and CramAvc 323129-4 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 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A. Wood Fence Framing 1. Steel Posts are required for all required screening fences. 2. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 3. Space line posts uniformly at 10 feet on center. 4. Set all posts in concrete. a. Drill boles in firm, undisturbed or compacted soil. b. Drill bole diameter 4 times greater than outside dimension of post (minimum 12 inches). c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. f. Trowel finish around post. Slope to direct water away from posts. 5. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. B. Slats 1. Place slats approximately 1 inch above the ground, and on a straight grade between posts by excavating high points of the ground. 2. fasten slats to top and bottom railings with 2 galvanized screws designed for wood fence construction at both the top and bottom rail. CITY OF FORT WORTU Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Ptw-fs.ftw.apailsharelpmjects103181040-01\Spe \Fina]Tinal Part 2B Specifications\Division 32132 31 29 Wood Fence and Gates.doc 323129-5 WOOD FENCE AND GATES Page 5 of 5 1 3.5 REPAIR/RESTORATION ]NOT USED] 2 3.6 SSE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL (NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT (USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.112 PROTECTION ]NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1\Fiw-fs.ftw,apailshare\pmiects103IS1040-011SpecslFina"mal Part 2B Specii5cations\Division 32532 31 29_Wood Fence and Gates.doc 3291 19- 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND F1N1SH1NG OF PARKWAYS 3 PART 1 - 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 I - 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 18 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 S1ITI1MITTALSANFORMATIONA rL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.€1 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUA.IATY 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.Rw.apai\shaceVpmjects10318104M1\SpecsTina1Tinai Part 2H Spec ficationsWivision 32132 91 19_Topsoil Placement and Finishing of Pazkways_doe 3291 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNED-SUPIPLIE1DlPROIDUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Topsoil 6 L 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 backf ll 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 NFtw-fs.ftw.apailshwelpmjects1031$5040-011Spec T\P RFina] Part 2H Specifica[ionsOivision 32132 91 19_Topsoil Pia einent and Finishing of Pwkw ys_dot 3291 19 - 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 REPAIR/RESTORATION] [NOT USED] 10 3.6 RE -INSTALLATION SNOT 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 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. Log I DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01227 Revised December 20, 2012 \\Ftw-fs.ftw.apailsharelpmjects103185040-01%SpecsTinallFinaI Part 2B SpecifiCations%Dmsion 32132 91 19_Topsod Placement and Finishing of Pwkw ys.doc 3292 13- 1 HYDROMULCHING, SEEDING AND SODDING Pagel of8 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART 1 - 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 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division I - 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) Robing 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 — Pat 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11F1w-fr.flw.apaz'VshazelpmjectsV03161040-011Speu54kiaallFinal Part 2B Specifieawnsl M$ion 32\32 92 13_FRydromulching, Secdmg 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 INF®RPVIATIONAL 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-h.#iw.apai5share�projocts193161040-01VSpecs5FinallF.al Part 2B Specifications\Division 32\32 92 13 Hydromulching, 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. )3ermudagrass) 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 Reds 17 1) St. Augustine grass sod: clay or clay loam topsoil 18 2) Bermuda grasses and zoysia grasses: sand or sandy Ioam 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 Finn 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) ]ohnsongrass 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01227 Revised December 20, 2012 ❑Ftw-Ls.Rw.apaiVshwelprojects\D318104"11SpemTina[\Final Part 2B SpecificationsWivision 32132 92 13_Hydwmu[ching, Seeding and Sodding.doc 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 1 2) Plant 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. PLSIAcre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Gram.a* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 7 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 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia Galva 5.0 Butterfly Weed flsclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnat fda 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tincioria 8.0 Scarlet Sage Salvia coccinea 13 *not to be planted within ten feet of a road or parking lot or within three feet of a 14 walkway 15 16 e. Temporary Erosion Control Seed 17 1) Consist of the sowing of cool season plant seeds. 18 3, Mulch 19 a. For use with conventional mechanical or hydraulic planting of seed. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01227 Revised December 20, 2012 VTtw-fs.Hw.apailshwelpmjeets103 IM40-0I1Spec Fina]Tinal Part 2B Specificationslbivision 32132 92 13 Hydromulching, Seeding and Sodding, doc 329213-5 HYDROMnCHING, SEEDING AND SODDING Page 5 of 8 1 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 I3 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 IPA1BT 3 - EXECUTION [NOT USED] 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED) 29 3.3 1PRElPARATION 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 CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1VPtw-fs.ftw.apailshazelprojects10319�04M]7 SpemTina15F'inal Part 2S SpecificationsOivision 3Z32 92 13_Hydroroulching, Seeding and Sodding.doc 329213-6 I- YDROMULCHING, SEEDING AND SODDING Page 6 of 8 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 e. 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 I 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 31 construction. 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 C= OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01227 Revised December 20, 2012 kTl-fs.ftw.apaikbareVprojects103181040-01%5puc TinalTinal Part 2B Specificatian Uvision 32W 92 13_Hydmm 1chir1g, 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 11 1) Uniformly distribute in the quantity specified over the areas shown on the 12 Drawings or as directed. 13 S. 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 stared of turf as defined in 17 3.13.13. 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 RE1PAIR/RESTORATION [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 [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 3.12 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-Cs.Hw.apaiLsbareNprojects103181040-011SpecslFinWTina? Part 2 J Specifications\Division 32132 92 13_Hydrorai&hing, 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 Rally 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] 9 10 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Wtw-fs.flw.apailsh.e\projects\oil Ek04O-Dl\Specs\FinalTinaI Part 2B $pecificawl sl4ivision 3Z32 92 13_Hydromui lting, Seeding aad Sodding.doc r 1 2 3 PART 1 - GENERAL 4 1.1 5LT11'Il!'iARY SECTION 32 93 43 TRELS AND SHRLMS 0 3? 93 _S3 - I TRFF e4ND 9FM Foie I of $ S A. Section includes: 6 1, Tree and shrub planfon g and Mainftnance within'str�et tight -of way and easements. 7 2. Tree- rmoval and transplant is to be performed in acwr ce with Soetim 31 10 00 6 8. Deviations from this City of Fnrt Worth Standard Specification 9 1, None, 10 C_ Related Speciftcatioa Sections include, but are not neoassariiy limited to: i I I. i]ivlsion 0 -Bidding RegWrnmenm, Con#ract Form%, and Conditions of the C ontract U 2, Division 1 - Cteneral Requtremenus 13 3- Secti6n 31 10 00 — Site Clearing 14 4. Secdon 32 92 13 - Rydramulching, odiug and Sodding 15 5. Sectiaan 32 91 19 - Topsoil Placement and .Punishing of Parkways 16 1.2 PRICE AND PAYNIENT PROCEDURES 17 +A, Meaiuremern and Payment 18 1. Plant Tree 19 1a Mfanmement 20 1) -Measurement tnr this Item shall be per each by caliper Inch. 21 b. Paymaut 22 1) The work performed and materials furnishcd in nwrdance with this ltem 23 and measured as provided under 1Measuremesrl" will be paid for at the snit 24 price bid per each tree to be Planted t y caliper inch. 25 c, Thn price bid shall include_ 26 1) Furnishing and installing [tree 27 2) Howling 2-8 3) Grading and back5l1ing 29, 4) Excavation 30 5) Fertilization 31 6) Wner 32 7) removing and dispo�ing of surplus rnaieria] 33 1.3 REFERENCES 34 A. Reference SWdards 35 1, Refc-r=oc stench &-Citt:d hi this spct:ifieatiun refer to the current reference standard 36 publishad-a1 tho time of the latest revision date logged at tk» end of this 37 9pecificatkm, unless aelate is specifically cited. 38 2, American National Standards Incfitute (ANSI): 39 a. ANSI Z60 _ 1, American Standard fbr hirxrsery Stack trT'w" O RT WORTH Sawtuy Steer Mnin 257 — Part 3e STANDARD CONSTRUCnON S PMTFIC,A',TZON DOCUKENTS laity PM;*cL h1n U 157.7 Rxvrsmd Deecffd3u A, Al9, Attachment ADD 4 F. hF 1PjC Q31 OW-0 I lSl WSTiwdlFmrl Prot 2H ZI 7 4' 43—Tarn and Shrutnxroc Page 1 of 8 0 to z a6ed DPP- qq P49 00,if-[ V f6 ZCu" F V1 �7l�V1+ua1 47 S FGd�d k f�tiC�ul�l; 4 lo-l}trl� .b-ZOVJuawq99 [1O'C'4'CMq=mQp&Lhad .4-alil Lptj Bakke ld 51J �?rd:YWL-K QmcuV;]i'm7u5 h1{?Ll.7fE7 isms ll-dvc k if •adpiis p.rrgaa Ao.4W ao •sagauejq 9 'Eaajq. �Xuq �ftwvp ul sM laouaur q-;)ns ut.sgnn?s 20 saa4 aij-pTj}q -ia puaq imi oc c Sc -oo e1MIJI ax �=Jd auTud lbu 0a -al}S in palms alfgiA pue liLoAil P IuT inp uogBrou sp uaaag s ramium polom I s t�avxaa�nba I arWwuj pm o iois 'j aasna � }ttu us 3o amvu pur Fqi gj : Z f `j42!;;,A 2[ !mogs S=!Muol ifd!io pa[aqu; Slin.T u. sliapapm pagwtd MAllau 'y Of -fJO Atlop Fmp 5upmoo a []��1uid ash C G 7=a uUl mixt psre Pm!m)oq jo uogigu2 sap 31 algtaal gts}.tuaq ggl jowdlalEm paq w ,{[aannas ip .m gnzgs pus± Can gcmo lagEl Z LZ •saPzjogzrrR ft!uiLlAaw Aq paimb!wa se uoiyaac� 3u sawng!ya:) ql!m scan digs ' [ 9z quomannb9 anMdaaay PUB fJansja(I •g iZ •'3uyyjasld jn aurt4 *Xjoq 5aauljluua uro.J -4s uraat$ aanieluoa 2A01= Jou O❑ •y ifZ •aai.id ilun u! i � 0u ga.^ ILL[ 'lals*m-4 f413 Aq tanoadde Zz �sudn pan+o� �q ll!� Pns.#};gads uEgx aped sag �� a��s .�[ �o sQOrsrg tL�grts 'q iZ 're sa w oZ lualEnrnbojo eb't1 an# jesodoid LUTA% a"dol /Ljgp:ge[rana-uou jaiomm )Iwgns -R 6T a[q�0 S1 X0u si. Ia!a�qem 2u!4iMd pats gads 4ta�{n+ rC�t� �q pan0ldds� ssaTun pa�roua� lob+ � L L Sli�[Ff[}I�l� •� �l ,,if nm Su!luuld pm 2c rmpuul tt! pzt letoads m&d Vpuvj T �[ suopeatj!Mno g ar •-�gnags pap scars Su! sTxa 0111m in10 � l 61 wa�j.o[ic sat"[1ar uo4�+n1}suou!uut8aq of io»d aao1}; lug a�.*a}+apoI uotiump,[ao� -fit lI a:7NYims-sv ia3srk ,L ONI s"IY.Lnwo Iis ,inO'3so-ij v t s -s#uamarmbsu uo!razads {n suuopoo �w.4 ad. ti qwa imp iaT[ddns wag uoMympaD llmgaS mp pall V 9 S`IYl3 wmis ` vmoLLVKHOAM 9"1 s io h%a -03 E 3agp !ignd uuf ulN '9LCsl 'uanw01anliAailuU'Hl �qlJOJPIS 91 [. `PMU OH 'f Bj° C=ffyd S'gnluls QN-V MILL t faFfizf 9:910-3 TREa AND &MUB5 1 1.11 FIELD Cor+mMON [ qT TJS Dj 2 1-12 WARRANTY 3 A. Warranty Period: 12 months afker jab acceptance 4 D. Warrant trees against defects including. 5 1. Deaih 6 2. Unsatisfactory growffi 7 3. Lass of shape dim to improper pruning, m$irltenance, or weather conditions 8 C. plumb leaning trees during warranty period- 9 D. Remove -and replace tret�s found to be dead dLTft warranty lsariod. 10 L Remove and. replace trees which are in doubtFid cotifton at end of warranty pedod, or I 1 whc�n approved by City. CxWnd warranty period For Irees for full growing season. 12 PART 2 - PRODUCTS I 2.1 av NER-FURNISEE D PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 1. Gc ncral 16 a. Plants shah be true to spiecies and variety specified, grown under climatic 17 conditions similar to those in the locality of thIc miect for at fees# 2 years and S havt been freshly dug during the most'recent. favorablE harvest season. 19 h. A]I plant names and dascriptio#ts sre As defined ill� Hartys third 20 C. All plants axe to be grown and harvested in accordance with the American 21 Sla dar-dfor Nrmvery Stock 22 d. Unless approved by the City Farester, pltmrs shall have been gr6wn in a latitude 23 not more than 200 miles north or south of (he latitude of the Project unless the 24 pravertaace of the plant t be documeri.VM to be compsl.ible with the latitude 25 and cold hardinem wneF of the plauft location. 26 2. Frees 27 s. Provide Container grown trws which are straighI and syrnmetrical -and have 28 persistently preferred retain leader, ?9 b_ Mark the trees north orientatlon in the nursery 1�ar all deciduous Irees gro"ro in 30 thc� Geld with a t-inch diarneler.5put of white paint on the tree -trmk within the 31 bottom twelve inches of the trunk. 32 c_ C rown shall be in good nycrall proportion 'to entire height of tree with 33 bramhing configuration as rmommended by ANSI Z60.1 fur type aud.species 34 5Nc i fi e4 35 d. Tracts tlosignated as balled and buriapped (t3&H) shall he properly dug with 36 firm, natural balls of sod retnlning as many fibrous reats as possible, in sizes 37 and g apes as specified in the Amgricrm SraiuiC a7rdfar Nurse7y Stock. Uls shall 38 be firmly wrapped with nonsynthctic, rottable burlap and secured with nails and 39 heavy. nomynthetic, rottable twine. '1'he roof collar shalt be apparent at swrrw,e 40 of ball, 'frees with 10am. broken, p o sed, or mamtfactgred root bal Is will not 41 be accepted, r_=ept with special wri"n approval befi= planting, 42 e. Where clump is spedfied, furnish plash hwftminimum of tln'ee stems 43 originating from corninon base at ground line. = OF FORr woRni swum Scww Main 2.7 -Fm 2� STAN r)ARa C4NTMUCn0N 5 rF.�lr•'ICA715#a 1X?CtfMENTS �y �r�. n Retread Deeem�#" 2A ZX2 Attachment AD2-4 F.*oJee�03ISW40tIiSpud�Oinm[%VjnW F'Nn 2B Spmjr"[oonG�AddendslA ftd dum 2%32 RA 4t TmELa j ;5Euub2dac Page 3 W 8 129143-4 TREE5 AKD SHRUBS Papa4of�l 1 r, Mi��ure trees by average caliper of trunk as follia s: 1) For it 1 up to 4 inchos. or ICYS in dimcum measure caliper 6 nOws A above top of root ball. 4 2) For trunks more than 4 inches, measure caliper 12 irwbt� s above top of root S ball- - 4 3) Cali f measurements 7 it) By diameter tape muasLttre 8 b) Indicated calipers on Drawings are minimuun 9 c) Averaj, rig of plant caliber: not permitted IQ g. Tices shall conform to following requirements: I t) Heutlthy 12 2) Vigoroxis stock 13 3) Grown inrecWi=dunursery 14 A) Fm of: Is. a) Disease 16 b) Insects 17 c) Eggs 1$ d) Larvae 19 e) Defec#s such as: 20 (1) ,Knots. 21 () Mart -scald 22 (3) lajuries 23 (4) Abrasions 24 (5) Disfigurement 25 (6). Borers and infest ions 26 ;. Soil Produwks 27 a Topsail: See 32 91 19_ 28 b- meat mass, mulch and fertilizer: Use material recommended by City Forester 29 for establishment of healthy stock after replanting. 3G 4. Makes s,nd Guys 31 a. Provide minim= 9-foot long steel T-stakes and 1 inch wide plastic tree-ct . 32 b- Wh= applicable for anchoring trcec, use wood deadmew 33 l) Mi mLum: 2�iinch by 4--itch sock �4 ) Miuimuum: 36 inchor, lung and buffed 3 feet. 3 S 3) Provide white surveyor's plastic tie for fiagpi ng trft guys. 36 5. Free Wrap. Twine and Seal 37 a. Wrap 39 l) Fiat quality 39 2) Bituminous impregnated tape 40 3) Cunuga4ted or crepe paper. Specifically mantifactumd for tree wrapping and 4 L having qualities to resist insect infestation 42 b. Twine 43 1) Lightly tamd, =diuum�cparse sisal (lath) yarn 44 ) Do not use nails or stapivs to Amen %rapping 45 c. Seal; Commercially available tree wound dressing specifically produced for use 46 in seal in&tme cuufs and wounds 47 6. Water: clean and free of industrial wastes or other substances harmful to the growth 48 of the to CrrYOFFORT W(3RTH sukiiaiV lzmvrMairtO57-=Part3,A. STANDARD c:dNMVCTTCN 5F'ECIPICATION DOC4Jhffi4TS Ci-Sy f4oioCc-No O1227 Kcvimd Dcr=t=M.MiI }AM�ment A1D2-4 F ktrrojecje%o� IRNL "I ZpcmlFaiel%FaMj Ynn 3H 202 93L 43 Trft;tl and Rumba dor Page 4 of 8 r 32 93 43 - 5 TF.EEW AND SP1p URS Pn�D.; 5 of � 1 23 CE 50RIE-S [NOT USED] 2 2.4 SOURCE QUALITY CONTROL 3 A. Ncajfy City, prior to insWlation, of location where trees that have been Aected rot 4 planting racy be inspected- 5 & P ant twftrial will be inspected for comphanee with following aquirement s, 6 1. Genus, species+ variety, size and quality. 7 2_ Size and con&Hon of balls and roof, systems, insert, injuries and Iatent defects 9 PART 3- E ECTMON [NOT USED1 9 3.1 1N.9TAT.i: RLS [NOT MUSED] 10 3.2 EXAMINATION [NOT USED] 11 33 >F'II EPARAMN 12 A. General 13 1. Schedula work sa that planting can procod rapidly as pordons of site become 14 ayailable, Is 2. Plarst trees after final grades are estabIish'ed and prior to seoding or sodding. 16 3. When Planting of trees ocCurs'after seeding work, protect seeded areas and 17 promptly repair damage to seeded areas resulting from tree planting operations in H. cornplianoe WiiJh requiremeius of Section 32 92 13. l9 4. Layout individual Trees at locations shown on Drawing. 24 5. In case of conflicts, notify City before proceeding with work. 21 Stake trees for City approval_ 22 14. Preparation of Planting Soil 23 1. Before mixing, clean topsoil of roots. plants. sod, stones; clay lumps, and other 24 extranwusm arterials harmful or toxi c to plant growth. 25 2. Strip and utilize 4 inch layer of top soil from existing gerund. 26 3, belay mixing of fertilizer when planting will not fallow placing of platting sail 27 within 48 hours. 22 4, lneorporate amendwents ilAD soil as prat of soil preparation process prior to floe Z9 gradizig, fertilizing, and planting. 30 5_ Broadcast or spread am i mfinents evenly at specified rate over planting area 31 - . Thoroughly incorpwatc amandments into top 3 or d inches of sail until 32 a#imeAdments are pulverized and have Ncnrne 11ottt090100u5 layer of topsoil ready 33 For planting. 34 3.4 INSTALLATION 35 A. Planting 36 I. Excavate pits, beds, or tren6es with vMical sides and with bottom ofexi�avation 37 raised rainimum of inches at center forproper drainage. 39 2., Provide following minim Lun widths, 39 a. 15 g0lon containers or larger. I feet wider than diamefer of root ball CITY.U' FQRT WOM SM" $4N+9f h1am 2�7 — FM 2B STANDARD CONST1iUUMN SPECIFICXrIO I tH [T1l - Crty "pal Nu.: T112.27 acvi� Dmm bu 2-0, 012 Attachment AD2-4 F' rtoperisVG31S F40-0 I S5pec9WfnaTTM@1 NO 2B 5ptc&catrm&Wdendm 1AiJdcndLcc Z3Z 5143 hats And Shrotmdoc Page 5 of 8 -�19341-6 TREES AND SIIRUH:3 $ageGnfY t l3_ 1 and 5 WIo1a eonEairwrs_ 6 inches wider than diameter of mot hall 2 3. When conditions dctrimenvd to plant growth an encountered,such as un tisfsvtvrry soil, olrstruciitm5, of adverse drainage contlltion5, p9lify f~4belUM 1 +4. Deliver times after prepar$iioris.far planting have tx•,ert cumpiet 'and pikat 6 immediately. 7 5. When pluming is delayed more than 6 hours after delivery 8 u. Sat try and shrubs in ltade. g h. Frottet frain weathzr and mechanuesl fin4D, 1 c, beep roots moist by covefing with mulch, burlap. mr whor acceptable mean. of 1 retsg moisture, and water as needed_ l2 6, Lift plantsxmly from the t o tom of the root hails ur with belts or rifling harnesses of 13 sufficient wid1h not to damagc Ilse root balls. Do not lift U=s by their trunk as a 14 lever in posiiiuning or moving the tree in the planting aspa. 15 7_ Remove plasilc, paper, or ribrous pots from the containerized plans rntswrial_ Pull 16 roots out of tht root mat, and cut circling roots with a sharp knife. TAosea the 17 potting mediwtm and shake away frarn the root mat_ Immediately after Mmovutg the U container, install the plane such that the roots do not diy out, Pack planting mix 14 around tilt cxpascd roots while pltintirtg. 20 R. Cut ropes or strings from die top of rota balls and trees after plane has been set. 71 Remove burlap or clut$ wrapping and any wire baskets from arawi d top tsar[ of 22 balls. Dn nut turn under wW bury portion& of burlap td Lop of hall_ Set balled and .23 burlapped trees in the hole with the north marker €xirng north. '24 +3_ Set root bull urn urAa urbed sail in center of pit or txcnch and plumb plant. 25 1U. Plooe plants at Icvel that, after settlemem, urihl.ral rahtiGmhip 0f plzint crown with 26 ground surfke will be established, 27 L I. When nett place additional bwkfiII around base and sides ofbal1, ant] work each 28 layor to sortie ba,ckfib and eliminate voids and sir pockets. 29 11 Whert excavation is approximately 23 full. water thoroughly before placid 30 rmnaLader of baekfill. 31 13. repeat waerir g until nto more water is absorbed_ 32 14. Dish lop of backfill to iillow far mulching. 33 15_ Mulch pits. Ur mches and planted areas. A a. All trees. shrub; and other plantings will he mulched with niulch previously 35 approved by the City Forester. The mulch on trees and shrubs shall be to the 36 depths shown an the drawing_ Mulch must not be placed within 3 hwhes ofnlic 37 truffles of ftes and shrubs: 38 16. Provide 2 to 4 inch tbiclta}ess of mulch. wodC ir&ortop -of backfill, and finish level 39 with 4aoorrt finish grades. 40 17. Cover midre root ball. 41 is. !}mne Cal' OF FORT WORrm Sammy Scmr Misi6 70 - Part n FTi4NRARLD CONMUCt1CN SPECMCATION DO['iJls EW9 City Pfopsc: ?ti o ; (i 1 :27 RwindT%v mba2V.2I12 AUachment At)2-4 1±.�xpja=T3lt.'yXr)F OkM SpacajrWTwol Pmt-2$ Spmi5MhOOAAdd4nFWaIA4dmEd=2133 A 43—Trm and. 9hrL;bs,doe Page 6 cf 8 32 93 43 - 7 AXF,'4 Rf3WS Page 7 0fa 1 a. plants shall not be.heavcly pruned at the time of PIXIring. Pnming is rquired at 2 pianting to correct defects in the tree structure. Including removal 6f injured 3 branches, double leaders, Nvalerspro uts, suckers, and interfering branches. 4 Healthy lower branches: and interior small twigs should not be removed except 5 as nee story to clear walks and roads: In no case should more then 1/4 of the 6 bram;hing structure be removed. Retain the normal shape of the plant, 7 b, All pruning shall he c6mpleted using clean sharp tools. All cuts shall ire clean 8 and smooth, with the Turk intact with no rough edges or teat. 9 c. Except in circumstances dictated by thin needs of specific pruning practices, tree to paint sball not be used. The rise of tree paint shalI be only wart approval of the tl Ciry Furestcr. 'free paint, when required, shall be paint specifically formulated 12 and manufactured for horticultural use_ 13 19. Pn me trees to retain required height and spread, 14 20_ Do gut cart tree leadtts. and remove naiy injured and dead branches from flowe Ting 1.5 trees, 1'6 21, remove ,and replace excessively pruned or misformod stuck resulting fro= 17 improper pruning. is 22. Inspect tree irunl3 for injury, improper p wing and insect infesmtiion and take 19 -carxecfive measures. 30 23. Guy and slake trees immediWely after pia.niftig. 21 B. Moving ]Exisxi ng -'rees 22 i . Cbordinate tree moving and re planting with City Forester during dormant: growill 23 Masan, 24 2. Provide tree spade of adequate size a,; directed by City Forester_ 25 3.5 REPAM(USTORATION FNOT USED) 26 3.6 R&INSTALLATION f MOT USIKDI 27 3.7. FMLD QUALrrV CONTROL 28 A, City tray reject unsalisfaclary or d6caive material at anytime during progress of work, 29 A. Rumove rejected trees immediately from site and replace with specified materials. 30 C. Plant material not installed in accorQanoe with Ihese Specifications will be rejected. .3.1 D. An inspectiao ro'determine tmal acceptance will be condlzcted by City at end of 12 32 month maintenance period, 33 E_ Warranty periods provided for in par aph 1,12A. 34 3.9 SYSTEM STARTUP [NOT USID] 35 :3.9 ADJU WG [NOT USED] 36 3.14) CLEANING 37 A. ,Deering planting -work, troop pavements clean and work area in orderly condition. 33 B. Dispose of excess sail arid waste in approved Iocaiion 39 C. Waste !Material Disposal: (fin -site burning of comhusti!ble clemd mflterials shall not be 40 penvdtted, CrIY OF FUkT WORTlf Samna 'iawer Main 257 — fait 215 'rFANl7ARO C0NS'r$1J0FM)N i?E(:>xTCAT10N DOCLrmFNTS City I2MFEn N4 412Z7 RoV isad.Dd*=bCt 2S1, 2U 12 Attachment AD2-4 F-%Pr0jWh I I N 7a31 �3�kmalg root pert 211 y;J IlicQUtm0AddorWaVM.p dum W2 !93 +43 Troes mW ShTub6.doc Page 7 of 8 33 93 #3 - II TRFTS AND 9HRU Pago 9 of 8 1 3.11 CLOSEOUT AC'TIVM. [NOT[3SKDj 2 3.12 PROTECT ON 3 A, Protect pi nt4 work and mawrial9 from damage due to planting operations, 4 9. Wintain pzotection dieing irWallasion and maintenance period, 5 C. Tma. repair, or replace damaged planting, wor1- 6 3.13 MAIN'TSE~.INA.NCE 7 A. Maintenance Period 5hWI be 12 months after tuml aceeptahcc_ 9 B, During the mainw ianc;c period if a work schedule and Frequency are no sho%%M on the 9 DraV trigs, peffbFm the rninirequirments shown below: 16 1. Waler tried to fn11 depth a minimuni of orttre mh week or as rNuired to mainmin 1.1 healthy, vigorous gm th_ 11 2. Prune, cultivate, and weed as requfty l for healthy grwMh. 13 3. 'Restore planting sauccr5. 14 h. Tighten are repair stake and guy support& 9nd reset trees and shrubs to proper 15 gWes or vertical po%ifion m require, 16 S. Restm or replace damaaged wrappings. P G. Spray as required to keep trees and shrubs-&w-.of inseots and disease. is 7, Contractor stall replace any plant that does not : w` Ne_ it sh it be replaced as soon 19 as it is determined nn longer a]ive. Contmaor is io mainta�n new plants as 20 described above until growth is established and maintcasnce Nr ed expires unless 21 waived by the City. 22 3.14 ATTACHMENTS [NOT USKAy 23 24 25 26 ?7 28 30 ?1 END OF SECTION revision Log DATE NAME SiTl4 MA1tY OF CRANGE I IA—Pa}ucul Itew reauved bur tree ruffWv21 end UwafiP 1B60n: dww Items -arm t0 �e perhmed in ne rdroa&L wiffi Ssc#ian J l ID OG- moaoil D. ]ahnaan 3, 13 A— n�a�£Zd mvintananoe parted ro n 1� rnon�ss altar fuel acccplance 3 _ B J%— WOW nu"tanema pu iod TNuimnscrit CfTY 0FTORT -WORTH 5ad42Ey $cwefMom2S7 - Fort M STAKDARDC0N9TFU3'r10N'SPECIF;J:]AT1QNDOCUMIEFF5 CayPwpciNv_- 01227 Rcvlwd ism= ov 20, WTLZ Attarhm enl A02-4 F-lppojwtpW3IgvAo-at%spoc:%wmallN4.IPart113-Sprpkfwgim.LLld."VLWmduinZ3329143TiemsodMvUh&doc Page 8Of8 33 01 30 - 1 SEWER AND MANHOLE TESTING Page I of 5 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 1.1 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are�not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 — General Requirements 23 3. Section 03 80 00 — Modifications to Existing Concrete Structures 24 4. Section 33 04 50 — Cleaning of Sewer Mains 25 1.2 PIUCE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 20 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 34 main (pipe) complete in place, and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each vacuum test completed. CITY OF FORT WORTH Sanitary Sewer Main 25.7— Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Wtw-fs.ftw.apalshwelprojeds10318104"11SpecslFinahFinal Part 2B SpeciticationslDivision 33\33 01 30_Sewer and Manhole Testing doc 330130-2 SEWER AND MANHOLE TESTING Page 2 of 5 1 c. The price bid shall include: 2 1) Mobilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFERENCES [NOT USER] 6 1.4 ADMINISTRATIlVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00. 9 B. All submittals shall'be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Reports 13 1. All test reports generated during testing (pass and fail) 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Certifications 17 1. Mandrel Equipment 18 a. If requested by City, provide Quality Assurance certification that the equipment 19 used has been designed and manufactured in accordance to the required 20 specifications. 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USER] 22 1.11 FIELD [SITE] CONDITIONS [NOT USER] 23 1.12) WA_RRAR`TV tNOT USED] 24 PAIN 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION (NOT USED] 28 3.3 PREPARATION 29 A. Low Pressure Air Test (Pipe) 30 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 31 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 32 B. Deflection (mandrel) test (Pipe) CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Ttw-fs.ftw.apa�jshareVproiectsV03181040-014SpecsTka]Tinal Part 213 Spedfia iions\Division 33133 01 30_Sewer and Manhole Testing.doc 330130-3 SEWER AND MANHOLE TESTING Page 3 of 5 1 1. Perform as last work item before final inspection. 2 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3 3. Materials 4 a. Mandrel used for deflection test 5 1) Use of an uncertified mandrel or a mandrel altered or modified after 6 certification will invalidate the deflection test. 7 2) Mandrel requirements 8 a) Odd number of legs with 9 legs minimum 9 b) Effective length not less than its nominal diameter 10 c) Fabricated of rigid and nonadjustable steel 11 d) Fitted with pulling rings and each end 12 e) Stamped or engraved on some segment other than a runner indicating 13 the following: 14 (1) Pipe material specification 15 (2) Nominal size 16 (3) Mandrel outside diameter (OD) 17 f) Mandrel diameter must be 95 percent of inside diameter (1D) of pipe. 18 C. Vacuum test (Manhole) 19 1. Plug Iifting holes and exterior joints. 20 2. Plug pipes and stubouts entering the manhole. 21 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 22 is drawn. 23 4. Plug pipes with drop connections beyond drop. 24 5. Place test head inside the frame at the top of the manhole. 25 3.4 INSTALLATION 26 A. Low pressure air test (Pipe) 27 1. Install plug with inlet tap. 28 2. Connect air hose to inlet tap and a portable air control source. 29 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 30 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 31 psig. Minimum permissible pressure holding time per diameter per length of pipe 32 is computed from the following equation: 33 34 T = (0.0850*D*K) 35 Q 36 Where: 37 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 38 K = 0.000419*D*L, but not less than 1.0 39 D = nominal pipe diameter, inches 40 L = length of pipe being tested (by pipe size), feet 41 Q = 0.0015, cubic feet per minute per square foot of internal surface 42 5. UNTI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 43 through 60-inch based on the equation above. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Fhv-£.tlw.apailsharelpmjects103185040-D155pecs5Final\Final Past 213 SpecilicationslDivision 33133 0130 Sewer and Manhole Testing.doc 330130-4 SEWER AND MANHOLE TESTING Page 4 of 5 1 6. Stop test if no pressure loss has occurred during the first 25 percent of the 2 calculated testing time. 3 B. Deflection (mandrel) test (Pipe) 4 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 5 ensure that maximum allowable deflection is not exceeded. 6 2. Maximum percent deflection'by pipe size is as follows: 7 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 IS through 3 0 4.0 Greater than 30 3.0 8 9 C. Vacuum test (Manhole) 10 1. Draw a vacuum of 10 inches of mercury and turnoff the pump. 11 2. With the valve closed, read the level vacuum level after the required test time. 12 3. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 13 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 14 ** For manholes over 18 feet deep; add "T" seconds as shown for each respective 15 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 16 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 17 seconds. 40-+-6(5)=70 seconds) 18 19 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 20 failed the test. 21 3.5 REPAIR 1 RESTORATION [NOT USED] 22 3.6 RE -INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL 24 A. Non -Conforming Work 25 1. Low pressure air test C117Y OF FORT WORTH Sanitary Sewer Main 257 — Part 211 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apx Nsharelprojects103181040-011Spe Tina(1Final Part 2B SpecilicationslDivision 33133 0130_Sewer and Manhole Testing.doc 3301 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 5 1 a. Should the air test fail, find and repair leak(s) and retest. 2 2. Deflection (mandrel) test (Pipe) 3 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 4 b. Uncover overdeflected pipe. Reinstall if not damaged. 5 c. If damaged, remove and replace. 6 3. Vacuum test (Manhole) 7 a. Should the vacuum test fail, repair suspect area and retest. 8 1) External repairs required for leaks at pipe connection to manhole. 9 a) Shall be in accordance with Section 03 80 00. 10 2) Leaks within the manhole structure may be repaired internally or 1 I externally. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADSUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTYVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACRTMENTS [NOT USED] 19 N11 21 END OF SECTION Revision Log DATE NAW- I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.$w.apesbaro�projuctsN03191040-01\Spe \Fina]TinaI Part 2B SpecificaFions\DMsion 33133 01 30—Sewer and Manhole Testing.doc 330131-I CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 1 SECTION 33 0131 2 CLOSER CIRCUIT TELEVISION (CCTV) INSPECTION 3 P ART 1- GENERAL RAL 4 1.1 SU11i+t1VIARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects all (existing: Pre -CCTV, proposed: Post -CCTV) main 9 shall be inspected. 10 B, Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 03 10 —Bypass Pumping of Existing Sewer Systems 17 4. Section 33 04 50 — Cleaning of Sewer Mains is 5. Section 0132 16 — Construction Progress Schedule 19 1.2 PRICE .AND PAYMENT PROCEDURES 20 A. Pre -CCTV Inspection 21 1. Measurement 22 a. Measurement for this Item will be by the linear foot of line televised for CCTV 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video log. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under "Measurement" will be paid for at the unit price 28 bid per linear foot for "Pre -CCTV Inspection". 29 1) Contractor will not be paid for unaccepted video. 30 3. The price bid shall include: 31 a. Mobilization 32 b. Cleaning 33 c. Digital file 34 B. Post -CCTV Inspection 35 1. Measurement 36 a. Measurement for this Item will be by the linear foot of line televised for CCTV 37 Inspection performed following repair or installation determined from the 38 distance recorded on the video log. 39 2. Payment CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F:\pmiects\0318\040-OINSpec TinallFinaS Pert 2H Specifications\Divisiun 33133 01 31_Closed Circuit Television (CCTV) Inspe tton.doc 33 01 31 -2 CLOSED CIRCUrF TELEVISION (CCTV) INSPECTION Page 2 o f 7 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under "Measurement" will be paid for at the unit price 3 bid per linear foot for "Past -CCTV Inspection". 4 l) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. City of Fort Worth Water Department 15 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program (CCTV Manual). The CCTV Manual is available for download on 17 BIM 360. Location: Resources170 — Inspection ToolslStandard Construction 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on BIM 360. Location: Resources170 -- Inspection TooIslStandard 20 Construction. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Sanitary Sewer Lines 24 a. Meet with City of Fort Worth Water Department staff to confirm that the 25 appropriate equipment, software, standard templates, defect codes and defect 26 rankings are being used, if required. 27 2. Storm Sewer Lines 28 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 29 confirm that the appropriate equipment, software, standard templates, defect 30 codes and defect rankings are being used, if required. 31 B. Schedule 32 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 33 per Section 01 32 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 11.5 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 P:lprojects1031 KO40-01VSpee Tina[\Fiva]Part 2B Specifiction&Otvision 33133 01 31_Closed Circuit Television (CCTV) Inspeution.dw 3301 31 -3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 1 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 Audio/Video (.wmv) format for City Inspection review. 4 D. If inspected with other software provide video data in Windows Media Audio/Video 5 (.wmv) format. Provide CCTV log in EXCEL spread sheet format The CCTV spread 6 sheet log can be found on BIM 360. Location: Resources170 — Inspection 7 ToolslStandard Construction. 8 E. Inspection Report shall include: 9 1. Asset 10 a. Date 11 b. City 12 c. Address and/or Project Nlame 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 1,2" dfetc...) 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 h. 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 In. 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F;lproject8103181040-011Spe TinalTinal Part 213 SpecificationslDivisian 33133 01 31_Closed Circuit Television (CCTV) inspection. doc 330131-4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 1 I . 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 Inspector 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 BIM 360. Location: Resources170 -- Inspection ToolslStandard 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 shcct{s). 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVER', STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Equipment- 1. Closed Circuit Television Camera 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F:lprojects103161040-01\Spema Fina[TinaI Part 2B SpecificationslDivision 33533 01 31_Closed Circuit Television (CCTV) Inspection.doc 330137-5 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. I 1 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. All 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 INSPIECTION (CCTV) 42 A. General CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F:lprojects503185040-011SpecsTin lTiaal Part 213 Spec &moas\Divisi0n 3393 01 3I—Closed Circuit Tele sioa (CCTV) Inspection. doe 33 01 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 6. Pan and tilt the camera to provide additional detail at: 11 a. Manholes, Include condition of manhole in its entirety and interior corrosion 12 protection (if applicable) (Camera should pan the entire manhole from top as 13 well as while lowering into manhole, also show complete view of invert) 14 b. Service connections, Pan the Camera to get a complete overview of service 15 connection including zooming into service connection Include location (i.e. 3 16 o'clock, 9 o'clock, etc...) 17 c. Joints, Include comment on condition, signs of damage, etc... 18 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 19 joints, obstructions or debris (show as % of pipe diameter). If debris has been 20 found in the pipe during the post -CCTV inspection, additional cleaning is 21 required and pipe shall be re -televised. 22 c. Infiltration/Inflow locations 23 f. Pipe material transitions 24 g. Other locations that do not appear to be typical for normal pipe conditions 25 h. Note locations where camera is underwater and level as a % of pipe diameter. 26 7. Provide accurate distance measurement. 27 a. The meter device is to be accurate to the nearest 1/10 foot. 28 8. CCTV inspections are to be continuous. 29 a. Do not provide a single segment of main on more than 1 USB drive. 30 b. A single segment is defined from manhole to manhole. 31 B. Pre -Installation Inspection for Sewer Mains to -be rehabilitated 32 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before 33 rehabilitation work. 34 2. If, during inspection, the CCTV will not pass through the entire section of main due 35 to blockage or pipe defect, set up so the inspection can be performed from the 36 opposite manhole. 37 3. Provisions for repairing or replacing the impassable location are addressed in 38 Section 33 3120, Section 33 3121 and Section 33 3122. 39 C. Post -Installation Inspection 40 1. Complete manhole installation before inspection begins. 41 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 42 0450. 43 D. Documentation of CCTV Inspection 44 1. Sanitary Sewer Lines CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F:lprojects10313\040-011SpecslFina[Tinal Part 2$ Spedfications0ivision 33\33 01 31_Closed Circuit TQ10w ion (CCM Inspeclion.dac 330131-7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 1 a. Follow the CCTV Manual (CCTV standard manual supplied by City upon 2 request) for the inspection video, data logging and reporting or fart 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 / RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED 10 3.7 FIELD [oe] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [RIOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3A0 CLEANING 14 A. See Section 33 04 50. 15 3.111 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 (PROTECTION [NOT USED] 17 3.13 MAINTENANCE jNOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 20 21 `x END OF SECTION Revision Log DATE NAME SUli71V1ARY OF CHANGE 12/20/2012 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various — Alternative to CCTV Manual, modified submittal detail requirements CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised March 3, 2016 F:%projects103181040-011Spem\Fina]Tmal Part 2B Speci6cadoaslDiviston 33133 01 31_Closed Circuit Television (CCTV)Inspection.doc 33 03 10- 1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 1 SECTION 33 03 10 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART 1 - GENERAL 4 1.11 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 ARID PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by lump sum. 18 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 L 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 PORT WORTH Sanitary Sewer Main 257 -- Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1IFtw-fs_ftw,apailSl�2rClprojacts1U31S1040-DllSpecsLFinallFinal Pact 2B SpecificationslDicision 33133 03 10—Bypass Pumping ofP.xisdng Sewer Syste=doc 2 3 4 5 6 7 8 9 10 11 12 13 14 15 33 03 10-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1.4 ADMINIST1tATIVE REQUIRE, MENTS A. Coordination 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabilitating any facilities. 2. City reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. 3. Review bypass pumping arrangement or layout in the field with City prior to beginning operations. Facilitate preliminary bypass pumping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with City staff. 5. Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: a. Personnel on site 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 SUBMITTALS/INFORMATIONAL SiJBMITTALS 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.fcw.apolshwe5prorectsk03161040-01\Specs\FizWTinaI Part 2B Specifications\DMsion 33133 03 19 Bypass Pumping ofExisting Sewer Systems-doc 3303 10 - 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 [NUT USED] 4 IJO 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 [oRJ OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT 10 A. Pumping 11 L Provide equipment that will convey 100 percent of wet weather peak flow 12 conditions. 13 2. Provide fully automatic self priming -pumps. Foot -valves or vacuum pumps are not 14 permitted for priming the system. 15 3. Pumps must be constructed to allow dry running for periods of time to account for 16 the cyclical nature of sewer flow. 17 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup 18 pumps on line, isolated from the primary system by valve. 19 5. If multiple pumps are required to meet the flow requirements, provide the necessary 20 fittings and connections to incorporate multiple discharges. 21 6. Noise levels of the pumping system must follow the requirements of the City noise 22 ordinance for gas wells. 23 B. Piping 24 1. Install pipes with joints which prevent the incident of flow spillage. 25 C. Plugs or Stop Logs 26 1. Plugs 27 a. Select a plug that is made for the size and potential pressure head that will be 28 experienced. 29 b. Provide an additional anchor, support or bracing to secure plug when back 30 pressure is present. 31 c. Use accurately calibrated air pressure gauges for monitoring the inflation 32 pressure. 33 d. Place inflation gauge at location outside of confined space area. Keep the 34 inflation gauge and valve a safe distance from the plugs. 35 e. Never over inflate the plug beyond its pressure rating. 36 2. Stop Logs 37 a. Use stop log devices designed for the manhole or sewer vault structure in use. 38 b. If applicable, obtain stop logs from City that may be used on specific structures. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 5Ttw-fs.8w.apaiWwelprojeCtSk03 151040-0l1Specs\FiDalTina1 Part 2B SpeciEeationslDivision 33133 03 10 Bypass Pumping ofExisting Sewer Syste doc 330310-4 13YPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL tNOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPA1tATION 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City.Project No.: 01227 Revised Decmber 20, 2012 %%Rw-fr.Hw.epailshareVpmjects%03181044-011Spec TinallFinal Part 2D SpwificationslDivision 33W 03 10_$ypass Pumping of Existing Sewer Systems.doc 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 1 3.5 REPAIR 1 RESTORATION [NOT USED) 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD loR] SITE QUALITY CONTROL 4 A. Field [OR] 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 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES 1 I 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 IR 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CIIANGE 12/20/2012 D. Johnson 1.6 — Clarified submittals required for 18" and larger lines CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 4Ttw fs, nw.apailshwelprojects1031S1040-Dl\Spe TinalTinal Part 2B SpecificationsMivision 33\33 03 10 Bypass Pumping of Existing Sewer Systems.doc 330450-1 CLEANING OF SEWER MAINS Page 1 of 5 1 SECTION 33 04 50 2 CLEANING OF SEWER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 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 i — General Requirements 14 3. Section 33 0131 — 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 SUBMITTALSANI+ORMAT'IONAL SUBMITTALS [.NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NTOT 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 ❑Rw-fr.Nw.apaiLshmeNpmjects103 181040-MSp=TinaliAinal Part 2B Spmfkations\Division 33133 04 50_Cleaning o£Sewer Mairmdoc 330450-2 CLEANING OF SEWER MAINS Page.2 of 5 I PART 2 - PRODUCTS [NOT USED] 2 2.1 OWNER -FURNISHED toR] OWNER -SUPPLIED PRODUCTS 3 2.2 PRODUCT TYPES 4 A. Use only the type of clearing 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 jNOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 ERECTIION/INSTALLATION/APPLICATION [NOT USEDI 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 AD.IUSTING [NOT USED] 18 3.10 CLEANING 19 A. General 20 L All materials, equipment, and personnel necessary to complete the cleaning of the 21 sanitary sewer maul and manholes must be present on the jobsite prior to isolating 22 the sewer manhole or line segment and beginning the cleaning process., 23 2. Maintain clean work and surrounding premises within the work limits so as to 24 comply with Federal, State, and local environmental and anti -pollution laws, 25 ordinances, codes, and regulations when cleaning and disposing of waste materials, 26 debris, and rubbish. 27 3. Keep the work and surrounding premises within work limits free of accumulations 28 of dirt, dust, waste materials, debris, and rubbish. 29 4. Suitable containers for storage of waste materials, debris, and rubbish shall be 30 provided until time of disposal. 31 a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 32 for the disposal of this material. 33 b. Under no circumstances shall sewage or solids removed from: the main or 34 manhole be dumped onto streets or into ditches, catch basins, storm drains, or 35 sanitary sewers. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01227 Revised December 20, 2012 N\Ftw-fs.hw,apailsharelpmjeds103I85040-GlISpea\Final\Fina] Part 2E Spe ifirationslDivision 33V33 04 50_Cleaning of 5ewer T9ams.doc 330450-3 CLEANING OF SEWER MAIN'S 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 I 1 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.Nw.apailslFar KGjeds503161040-01LSp=TinaAFi W Part 2B Speeifi"lionslDivision 33\33 04 50_Cleaning of Sewer Mains doe 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 gprri, 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 hold 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 AC YVITICES [NOT USED] 41 3.12 PROTECTION [MOT USED] 42 3.13 MAINTENANCE [NOT USED] 43 3.114 ATTACHMENTS [MOT USED] 44 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\Rw-fs.ftw.apaiVshuOproject5103185040-0i}Spe TinalTinal Part 2B SpecificationslDivisian 33\3304500ing orSewer Aktns.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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 STtw-fs.tiw.apaiVshueVprojecis103 M040-ORSpecsTitWTinal Part 28 Specifications\Division 33\33 04 50_Cleaning of Sewer Mains.doc 330510- 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 2 l 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution. or Transmission Main 9 2) Wastewater Force Main ID 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts I5 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B- Deviations from this City of Fort Worth Standard Specification 25 1. 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 I — 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 3125 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 R: prgjects\0318N040 MSpe \FinatTinal Part 2B SpecificationsWivisim 33W 05 10 Utility Trench Excavation, EmbEdmant and Backtill.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 BACKF ILL 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 installation 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:�pmjeds103131040-014Spem\FinallFinal Part 2B SpecificationslDivision 33W 05 10_Utility Trench Excavation, Embedment and Bacl&ll_doc 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 L3 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 backfill, 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:4projects103181040-01VSpecsiFinalTinal Part 213 Speci&CationsWivision 3303 05 IO_Utlity Twnrb Exmvation, Embedment and Bacldill_doc 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 2l %PAVEDrAREAS UNPAVED AREAS /\/\/• ZL J Q INITIAL BACKFiLL �� \' r m SPRINGLINE ----- /\i LJ HAUNCHING 3EQDING FOUNDATION i EXCAVATED TRENCH WIDTH OD CLEARANCE 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 C98-05 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F7lpmjecls503181040-01LSpec Wmal4Final earl 2B Speci6cationslDivision 33133 05 10_Utility Trench Fxcav"m, Embedmeul and Bacld'ill.doc 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFIL.L 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-m/103)). 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 CPR 29, Part 1926-Safety 21 Regulations for Construction, Subpart P - Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Utility Company Notification 25 a. Notify area utility companies at least 48 hours in advance, excluding weekends 26 and holidays, before starting excavation. 27 b. Request the location of buried lines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 01 33 00. 36 B. All submittals shall be approved by the City prior to construction. 37 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 43 Excavations CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:\pTojecls\0318\040-OINSpecsTinalTinaI Part 2B SpecificationsMivision 33133 05 10_UtilityTrench Excavation, Embedment and 13 cUill.dac 3305 ]0-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL 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 MA17ERIAL SUBMYTTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIIVERY, STORAGE, AND HANDLING 9 A. Storage 10 1. Within Existing Rights -of -Way (ROW) 11 a. Spoil, imported embedment and backfill materials may be stored within 12 existing ROW, easements or temporary construction easements, unless 13 specifically disallowed in the Contract Documents. 14 b. Do not block drainage ways, inlets or driveways. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Store materials only in areas barricaded as provided in the traffic control plans. 17 c. In non -paved areas, do not store material on the root zone of any trees or in 13 landscaped areas. 19 2. Designated Storage Areas 20 a. If the Contract Documents do not allow the storage of spoils, embedment or 21 backfill materials within the ROW, easement or temporary construction 22 easement, then secure and maintain an adequate storage location. 23 b. Provide an affidavit that rights have been secured to store the materials on 24 private property. 25 c. Provide erosion control in accordance with Section 3125 00. 26 d. Do not block drainage ways. 27 e. Only materials used for I working day will be allowed to be stored in the work 28 zone. 29 B. Deliveries and haul -off- Coordinate all deliveries and haul -off. 30 1.11 FIELD [SITE] CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 Piprojects50318504MlO SpecsTinalTinal Part 2B SpemfieationslDivision 33133 05 10_Utility Trench Excavation, Embedment and Backfill.doc 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of21 1 71.12 WARRANTY [NOT USED) 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED loRl OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS 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 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 embedment/backlill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained %z" 0 1/4" 0-5 #4 0-10 # 16 0-20 #50 20-70' # 100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock or recycled concrete 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 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 f. 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:`projects10318N040-0iLSpecs\FinaRTina1 Part M Specificationsl©ivision 33W 05 ] 0_ERihtyTrench Excavafion, Embedment and BackfiB_doc 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of21 1 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 2 sodium sulfate soundness per ASTM C88 3 5. Acceptable Backfill Material 4 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 5 ASTM D2497 6 b. Free from deleterious materials, boulders over 6 inches in size and organics 7 c. Can be placed free from voids 8 d. Must have 20 percent passing the number 200 sieve 9 6. Blended Backfill Material 10 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 11 b. Blended with in -situ or imported acceptable backfill material to meet the 12 requirements of an Acceptable Backfill Material 13 c. Free from deleterious materials, boulders over 6 inches in size and organics 14 d. Must have 20 percent passing the number 200 sieve 15 7. Unacceptable Backfill Material 16 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 17 D2487 18 8. Select Fill 19 a. Classified as SC or CL in accordance with ASTM D2487 20 b. Liquid limit less than 35 21 c. Plasticity index between 8 and 20 22 9. Cement Stabilized Sand (CSS) 23 a. Sand 24 1) Shall be clean, durable sand meeting grading requirements for fine 25 aggregates of ASTM C33 and the following requirements: 26 a) Classified as SW, SP, or SM by the United Soil Classification System 27 of ASTM D2487 28 b) Deleterious materials 29 (1) Clay lumps, ASTM C142, less than 0.5 percent 30 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 31 (3) Organic impurities, ASTM C40, color no darker thanstandard 32 color 33 (4) Plasticity index of 4 or less when tested in accordance with ASTM 34 134318. 35 b. Minimum of 4 percent cement content of Type 1/Il portland cement 36 c. Water 37 1) Potable water, free of soils, acids, alkalis, organic matter or other 38 deleterious, substances, meeting requirements of ASTM, C94 39 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 40 e. Strength 41 1) 50 to 150, psi compressive strength at 2 days in accordance with ASTM 42 D1633, Method A 43 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 44 D1633, Method A 45 3) The maximum compressive strength in 7 days shall be 40.0 psi. Backfill 46 that exceeds the maximum compressive strength shall be removed by the 47 Contractor for no additional compensation. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F;\projmt 1031$N040-015SpecsTinalTinal Part 2B SpecificatiGmWivision 33\33 05 10_Utility Trench Excavalioa, Embedment andEackfill.doc 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of21 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 to 10 percent 17 3) Fibers shall retain their relative position 18 4) Inert to biological degradation 19 5) Resist naturally occurring chemicals 20 6) UV 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 USEDI 25 2.4 SOURCE QUALITY CONTROL, [NOT USED] 26 PAIN 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 Fiprojactsl03 181040-WSpecs\Fina1\Final Part 2B Spocifications\Division 33133 05 10—Utility Trench Excavation, Embedment and baekfill_doe 3305 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 PREPAMATION 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 paven-wnt 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. c. 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 trial 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.; 01227 Revised December 12, 2016 F:\projects\0318\040-01\SpccsTinal\FltiA Part 2H SpeciScationsUvision 33V33 05 10_Uh0iry Trench Excavation, Embedment and Sacl5llAw 330510 -11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKF[LL Page 11 of 21 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 WSTALLATION 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:lprojects10318V040-014SpecsTinolTinaS Pan 2B SpeciBcationsWMsion 33133 05 10_Utility Trench Excavation, Embedment and Backill.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 sail, 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 C. Water Control 15 1. Surface Water 16 a. Furnish all materials and equipment and perform all incidental work required to 17 direct surface water away from the excavation. 18 2. Ground Water 19 a. Furnish all materials and equipment to dewater ground water by a method 20 which preserves the undisturbed state of the subgrade soils. 21 b. Do not allow the pipe to be submerged within 24 hours after placement. 22 c. Do not allow water to flow over concrete until it has sufficiently cured. 23 d. Engage a Licensed Engineer in the3State of Texas to prepare a Ground Water 24 Control Plan if any of the following conditions are encountered: 25 1) A Ground Water Control Plan is specifically required by the Contract 26 Documents 27 2) If in the sole judgment of the City, ground water is so severe that an 28 Engineered Ground Water Control Plan is required to protect the trench or 29 the installation of the pipe whicb may include: 30 a) Ground water levels in the trench are unable to be maintained below 31 the top of the bedding 32 b) A firm trench bottom cannot be maintained due to ground water 33 c) Ground water entering the excavation undermines the stability of the 34 excavation. 35 d) Ground water entering the excavation is transporting unacceptable 36 quantities of soils through the Excavation Safety System. 37 e. In the event that there is no bid item for a Ground Water Control and the City 38 requires an Engineered Ground Water Control Plan due to conditions 39 discovered at the site, the contractor will be eligible to submit a change order. 40 f. Control of ground water shall be considered subsidiary to the excavation when: 41 1) No Ground Water Control Plan is specifically identified and required in the 42 Contract Documents 43 g. Ground Water Control Plan installation, operation and maintenance 44 1) Furnish all materials and equipment necessary to implement, operate and 45 maintain the Ground Water Control Plan. 46 2) Once the excavation is complete, remove all ground water control 47 equipment not called to be incorporated into the work. 48 h. Water Disposal CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:\projects103181040-01%Spe \FinalTirud Part 2B SpecificationMivision 33133 05 10_Utility Trench Excavation, P.mbedment and Backrill.doc 3305 10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of21 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 backfiil 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 shaII 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) #3 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:lpmjects503181040-011Spec Tinal4Final Part ZB SpeciEicationsTivision 33\33 05 10_Utility Trench Excavation, Fmbedment and Backf0l.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 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 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material- b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground Water is present in the trench. 2) If additional erusbed 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 shown on the Drawings. g. The pipe line shall be within: 1) +1 inch of the elevation on the Drawings for,30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line pricer to compaction. j . Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k, Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26, 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 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. CITY OF .FORT WORTH Sanitary Server Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:Sprojecls103181040-015Spec %FinallFin®1 Part 2B SpeeificationslDivision 3A33 05 10_i%hty Trench Excavation, Embedment and BKMII doc 3305 10-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of21 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 ±0.1 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 n1. 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 skull 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 £ - 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 Iine shall be within ±0. I 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 Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:lpmjects10318V040-01lSpe \FinafTitW Part2B 5pecifications0ivision331330510_Utility Trench Excavation, Embedment and Backfin.doc 3305 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades .are maintained and that there are no 6 sags in the storm sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding,may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Fill the annular space between multiple boxes with crushed rock, CLSM 14 according to 03 34 13. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe shall be within ±0.1 inches of the elevation, and,be consistent with the 17 grade, shown on the Drawings. 18 i, Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 19 D698. 20 7. Water Services (Less than 2 Inches in Diameter) 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. Place evenly spread bedding material on a firm trench bottom.. 24 d. Provide firm, uniform bedding. 25 e. Place pipe on the bedding according to the alignment of the Plans. 26 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 27 8. SanitaryF Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rock shall be used for embedment. 30 c. Place evenly spread bedding material on a firth trench bottom. 31 d- Spread bedding so that lines and grades are maintained and that there are no 32 sags in the sanitary sewer pipe line. 33 e. Provide firm, uniform bedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents, then crushed crock shall be paid by the pre -bid unit 38 price. 39 f. Place pipe on the bedding according to the alignment of the Drawings. 40 g. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test may be required to verify that the compaction meets the density 44 requirements. 45 E. Trench Backfill 46 1. At a minimum, place backfill in such a manner that the required in -place density 47 and moisture content is obtained, and so that there will be no damage Ito the surface, 48 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 P:lprojects103185040.011Specs%Final\Final Part ZB SpecificationslDivisian 33M 05 10_Utility Trench Excavation, Embedment and Backfill-doc 3305 10-17 UTILITY TRENCH EXCAVATION, EMBEDNIENT, AND BACKFILL I Page 17 of 2 l a. Meeting the requirement herein does not relieve the responsibility to damages 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) BackfiII depth from 0 toi5 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 Sanitary Sewer Main 257—Pan 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:Sprojects103185040-01\SpecsTinalTinal Part 2B Specifications\Division 33133 05 10—Utility Trench Excavation, Embedment andBarkf'ill, doc 3305 10 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL 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 f Remove any loose materials due to the movement of any trench box or shoring 28 or due to sloughing 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 backfilled 45 material. 46 f. 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 2B City Project No,: 01227 F:lpmiects103181040-011SpecsWinalSFirW Part 2B SpecificatimsUvisim 33133 05 10_[Jtiiity Trench Excavalion, Embedment andBwkfill.doc 330510-19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACICFILL 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 REPAIR [NOT USED] 9 3.6 ICE-INSTA1LLA.TION [NOT USED] 10 3.7 FIEILD 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 backfilling 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 F:lpwjeote103181040-011SpecslFinalTinal Part 2E SpecificationslDivisian 33133 05 10_Utility Trench Excavation, Embedment and Haclddl.dnc 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 BIM 360 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'erushed 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 3.13 MAINTENANCE [NOT USED] 26 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City- Project No.: 01227 Revised December 12, 2016 F,Iproja ut 03181040-011SpecslFiva[Tinal Par[ 2B SpecificationsDivision 33W 05 10 Utility Trench Excavation, Embedmeml and&arldill.doc 3305 10 -21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 3.14 ATTACHMENTS ACHME+ NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I.2 -- Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater I2/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfiIl 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-X Ld Modify gradation for sand material CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 12, 2016 FAprojects103185040-Gl%pc=TinalTinal Part 2B Specihcatiom5 Division 33W 05 10_Utility Trench Excavation, Embedment and Bac itl.doc 33 05 1313.10 - 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 PA lRT 1- 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 j. 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 Ioad 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. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 \Ttw-fs.Rw.apailshare%pmjects503181046-011Specs\FinallFinal Part 28 SpecificationslDivision 33W 05 13.10 Frame Cover and Grade Rings - Composite.doc 33 05 131110 - 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 11.6 ACTION SUBMITTALS/INFORMATIONAL 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 1I.7 CLOSEOUT SUBMITTALS (NOT USED] 20 11.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 11.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PAIN 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 0160 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 28 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 \\Ftw-is.rcw.apai\share\projects103181040-011Spm\liina[\Final Part 2B Speei mio-ADiViSioa 33133 05 13.10_Frame Cov and Coade Rings - Composite.doc 33 05 1313.10 - 3 FRAME, COVER, AND GRADE RJNGSGRADE 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 nonmetallic reinforcing structure(s). The thermosetting resin matrix shall 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 F) 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 1) 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 SEVER" 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 Sealant 44 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 45 form. 46 2. Provide sealant that is not dependent upon a chemical action for its adhesive 47 properties or cohesive strength. CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 11F6w-Ts.Rw.apailsharelprojects103161040-014SpecslFinalSFivat Par] 2B Specifi=ions\Division 33W 05 13.10—Frame Cover and Grade Rims - Corrposiie.doc 33 05 1313.10 - 4 FRAME, COVER, AND GRADE RINGSGRADE RINGS - COMPOSITE Page 4 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 INSTALLATYON 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 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. Seal each 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 1 RESTORATION TION INOT 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01227 51Ftw-fs.ftw.apatlshue\projects50318V041)-OI1Spems FinalTinai Part 2B Specifications50ivision 33\33 05 13.10_Fr a Cover and Grade Raw - Con"wo,doc 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 USED] 5 3.14 ATTACHMENTS [NOT USER] 6 7 8 END OF SECTION Revision Log f DATE f NAME I SUMMARY OF CT TANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 117tw-fs.ftw.apOshazeVprojects503161940-011Spe \Fina]Tinal Part 2B Speci4cations\Division 33133 05 13.10_Frame Cover and Grade Rings - Composite.doc 1 2 3 PART 1 - GENERAL 4 Ili .1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 3305 17- 1 CONCRETE COLLARS Page I of 3 SECTION 33 05 17 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 S) 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 Maui 257--Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 NTrt-fr.fiw.apailshareVprojects103181040-011Spe \FinaZTina1 Part 2B Specific tiomWivision 3A33 05 17_Concmte CoIlws.doc 330S17-2 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. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATICVE REQUIREMENTS [NOT USER] 10 1.5 SUBMITTALS [NOT USER] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USER] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANT' [NOT USED] 18 PART 2, - PRODUCTS 19 2.1 OWNER -FURNISHED [oR] OWNER-SUIPPLIEDIPRODUCTS [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 PAR 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Wtw-fs.ftw.apaiVshwelpmjects103181040-011Spec \Fina]TmalPart 2B SpacifrcationsMivision 33133 0517_Concrete Collamdoo 330517-3 CONCRETE COLLARS Page 3 of 3 1 3.2 EXAMINATION 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. S 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 seal. 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 1 RESTORATION [RIOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL [NOT USER] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USEDI 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 USE, 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. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw rs.ftw.apai4sharelprojects503181040-015Speo\FinallFinal Put 2B SpecificalionslDivision 33M 05 17_Cancrete Cofl s dac 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 33 05 20 AUGER BORING 330520-1 AUGER BORING Page 1 of 7 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 01 33 00. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 NWtw-fs.ftw.apailsharelprojects103181040-011Spee Tinai\final Part 213 Specificalionslbivisian 3W3 05 20_Augu 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 SUBMITTALS/INFORMATIONAL 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 maybe 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 21 monitoring shall be experienced in tunnel construction and shall have current 22 certification by OSHA. 23 1.10 DELI VERY, 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 [oa] OWNER-SUP1PLIEDIPRODUCTS [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 WORTH Sanitary Sewer Main 257— Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Ttw-fe.Hw.epailshme\projects103181W-015Spee Tina]Tinal Part 2B Speci4catiowWiwmn 33133 0520_AU.1% Boring.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 I inch 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 3 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 1 inch 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 11 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 I4 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2-012 11Ftw-fs.ftw.apailsharelprojects503181040-01\SpemWinal\Final Part 2B'Spwifica[ions\Division 33133 05 20_Au8er Horing,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 330520-4 AUGER BORING Page 4 of 7 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken.or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and alI permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners / operators that subscribe to One Cail, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feetblaterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. if the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \.-Ftw-fs.Rw.apailshuelprojecis1031 M40-01\Spe %FinalTiod Part 2B Sp=ficaiionslDivision 33\33 05 20_Auger Boring,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. Placed 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 S. 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 line 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.; 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailshue\projects\0316104G-011SpeaTinal\FinaI Part 2B Specifica4ium\DiAsbn 33133 05 20_Auge Boring.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. Restoration shall follow construction as the Worm 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 [NOTUSED) 15 3.7 SITE QUALITY CONTROL 16 A. Field Tests and Inspections 17 1. Allow 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 job site. 35 a. Perform all Work in accordance with the current applicable regulations of the 36 Federal, State and local agencies. 37 b. 1n 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\ftw-fs.ftw.apaiUmelprojects103181040-01VSpe TinailYhW Part 2B 5p�6catiousSDivision 33133 05 20_Auger Bodng.doc 330520-7 AUGER BORING Page 7 of 7 1 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. Perform 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. 11 a. Keep on -site all equipment required for emergency response in accordance with 12 the agency having jurisdiction. 13 3.8 SYSTEM STARTUP [NOVUS>E01 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 3.141 ATTACHMENTS [NOT (USED] 20 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Maim 257 — Bart 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Utw-fs, ftw.apai%shueNprojectsN0318\040-015Specs4FinalTinaI Part 2H SpecificationsOMsion 3303 05 20_Auger Boring_doc 33052I-1 TUNNEL LINER PLATE Page 1 of 6 I SECTION 33 05 21 2 TUNNEL LINER PLATE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel 7 Liner Plate to be used for excavation support as installed By Other than Open Cut at 8 the locations shown/on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 05 23 —Hand Tunneling 16 4. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 a. Measurement 20 1) Measured horizontally along the surface for the length of Tunnel Liner Plate 21 installed 22 b. Payment 23 1) The work performed and materials famished in accordance with this Item and 24 measured as provided under "Measurement" will be paid for at the unit price 25 bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" 26 installed for: 27 a) Various Sizes 28 2) The work performed and materials furnished in accordance with this Item and 29 measured as provided under "Measurement" will be paid for at the unit price 30 bid per linear foot of "Tunnel Liner Plate, By Other than Open Cut" installed 31 for: 32 a) Various Sizes 33 c. The price bid shall include: 34 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 35 2) Mobilization 36 3) Launching shaft 37 4) Receiving shaft 38 5) Pavement removal 39 6) Excavation 40 7) Hauling 41 8) Disposal of excess material CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-fs.ftw.apai�shmr projects\0319N040-01VSpecs\F'ma2\Fica1 Part 213 SpecificationslConformed\Addendum 2133 05 2]_Ti umel Liner Plate.doc 330521 -2 TUNNEL LINER PLATE Page 2 of 6 1 9) Furnishing, placement, and compaction of backfill 2 10) Clean-up 31.3 REFERENCES 4 A. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. 8 2. American Association of State Highway and Transportation Officials (AASHTO) 9 a. LRFD, Bridge Design Manual, Section 12.13 10 b. M190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 11 3. American Society of Testing and Materials (ASTM). 12 a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron 13 and Steel Products. 14 b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel 15 Hardware. 16 c. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, 17 Structural, High -Strength Low -Alloy and High -Strength Los -Alloy with 18 Improved Formability, and Ultra -high Strength. 19 1.4 ADMINISTRATIVE REQUIREMENTS [MOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery. 23 1.6 ACTION ST,JBMITTALSANFORMATIONTAL SUBMITTALS 24 A. Product Data 25 1. Tunnel Liner Plate and fasteners 26 a. Material data 27 2. Exterior Coating 28 a. Material data 29 b. Field touch-up procedures 30 3. Grout Mix 31 a. Material data 32 B. Shop Drawings 33 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed 34 Engineer in the State of Texas. 35 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 36 3. Grout coupling location and spacing CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\Ftw-fs.ftw.apai\share\projects103161040-011Specs\Final\Final Part 2B Specificadoms C nf=e&Addendam 2V33 05 21 Tuuuel Liner Plat doc 33 05 21 -3 TUNNEL LINER PLATE Page 3 of 6 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 DELIVER', 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-SUPPLIEID PRODUCTS [NOT USED] 12 A. Manufacturers 13 1. Only the manufacturers as listed on the City's Standard Products List dill be 14 considered as shown in Section 01 60 00, and/or as specified herein. 15 a. The manufacturer must comply with this Specification and related Sections. 16 b. Manufactured by Contech Construction Products, Inc., American Commercial 17 Inc., or approved equal. 18 2. Any product that is not listed on the Standard Products List is considered a 19 substitution and shall be submitted in accordance with Section 01 25 00. 20 B. Resign 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. `funnel 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 Al23 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Ftw-B.ftw.apailshare\projects103I81040-01\Specs\FirOl Final Part 2H Specifications\Conforme&Addendum 2M 05 21_T=el LinerPlaie.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 PAN b. 330521 -4 TUNNEL LINER PLATE Page 4 of 6 (1) Plate to be coated with a bituminous coating meeting the performance requirements of AASHTO M190 (2) Uniformly coat pipe inside and out to minimum thickness of 0,05 inches, measured on crests of corrugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO LRFD, Bridge Design Manual, Section 12.13. 1) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 2) Bolts and nuts shall be galvanized to conform to ASTM A153.. 3) Where groundwater is encountered gasketed liner plates shall be used. 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: Tunma �e'r P Fb-lFg l 92 �i Beet 49 44 12 54 44 44 600 -�4 ?4 66 4-2 40 72 44 9 94 i 2-Flanges! Line Ltn r pl.it6 i Platy Thar-kne,5s • Thickness Bury 06Dft feet (g3U9� b — 16 feet rl - 1; C-i - 12. MOM so , -- 1 12, la6 . 1 7 . - I-ly 72 1 121 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\Ftw-fs.Nw.apai\share\projects103161040-0115pers\Final\Final Part 2H $pc6ficariom\Conformed\Addendum 2W 05 21 'fi=d Liner Piate.doc 330521-5 TUNNEL LINER PLATE Page 5 of 6 1 'The information in the above table is based on the following assumptions: 2 AASHTO Section 16: "Steel Tunnel Liner Plates", H2O loading angle of 0 and 3 bury depth of 8 feet to 16 feet. For projects not meeting these assumptions, a 4 specific design should be performed to determine the appropriate thickness for 5 the liner plate. 6 2. Casing Insulators 7 a. Casing insulators shall be used for this project in accordance with 8 Section 33 05 24. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 DART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION (NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 INSTALLATION 16 A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 17 33 05 23. 18 B. Carrier pipe shall be installed inside Tunnel -Liner Plate in accordance with 19 Section 33 05 24. 20 C. Contact grouting of the annulus outside the `funnel Liner Plate shall be performed in 21 accordance with Section 33 05 23. 22 3.5 REPAIR / RETSTORATION [14TOT USED] 23 3.6 RE -INSTALLATION [NOT USED] 24 3.7 FIELD [OR] SITE DUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USER] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACIIIIIENTS [NOT USED] MY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apai�shwelprojects103181040-011SpecslFinallFinal Pert 2B Spe6ficationslConformed\Addendum 2133 05 21_Tannel Liner ftte.doc 330521 -6 TUNNEL LINER PLATE Page 6 of 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.3.A.3 - AA SHTO reference updated to current publication CITY OF PORT WORTH Sanitary Sewer Main 257 - Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1\Fhv-fs.ftw.apailsha c\projects\03181040-0hSPe \Fina1\Fina1 Pan 2B Specific donswon€orme& Addendum 2V33 05 21 Tu l Liner Kaie.doc 1 2 3 PART I - GENERAL 4 1.1 SUMMARY 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. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 16 4. Section 33 05 20 — Auger Boring 17 5. Section 33 05 23 —Hand Tunneling 18 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed 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 "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apailshwoe projects103181040-01LSpec Fina]tiFinal Part 2B Spedfications\Division 33i33 05 22—Steel Casing Pipe.doc 330522-2 STEEL CASING PIPE Page 2 of 6 1 a. Measurement 2 1) Measured horizontally along the surface for length of Steel Casing Pipe 3 installed 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under "Measurement" will be paid for at the unit 7 price bid per linear foot of "Casing/Turmel Liner Plate, By Other than Open 8 Cut" installed for: 9 a) Various Sizes 10 2) The work performed and materials furnished in accordance with this Item 11 and measured as provided under "Measurement" will be paid for at the unit 12 price bid per linear foot of "Casing, By Other than Open Cut" installed for: 13 a) Various Sizes 14 c. The price bid shall include: 15 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 16 2) Mobilization 17 3) Launching shaft 18 4) Receiving shaft 19 5) Pavement removal 20 6) Excavation 21 7) Hauling 22 S) Disposal of excess material 23 9) Furnishing, placement, and compaction of backfill 24 10) Clean-up 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. ASTM International (ASTM): 31 a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe 32 (NPS Sizes 4 and Over). 33 3. American Water Works Association (AWWA): 34 a. C203, Coal -Tar Protective -Coatings and Linings for Steel Water Pipelines - 35 Enamel and Tape - Hot Applied. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 0133 00. 39 B. All submittals shall be approved by the City prior to delivery. 40 1.6 ACTION SUBMITTALS/YN FOItMATIONA L SUBMITTALS 41 A. Product Data 42 1. Exterior Coating 43 a. Material data CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: M27 Revised December 20, 2012 \1Ftw-a.ftw.apailshwelpmjects\03161040-0115peo\Final\Vinal Part 2B SpcvfwationsOivision 33133 05 22_Stml Casing Pipe.doc 330522-3 STEEL CASING PIPE Page 3 of 6 1 b. Field touch-up procedures 2 2. Interior Coating 3 a. Material data 4 b. Field touch-up procedures 5 B. Shop Drawings 6 1. No shop drawings required for Auger Boring 7 2. For Tunneling, provide the following: 8 a. Furnish details for Steel Casing Pipe outlining the following: 9 1) Grout/lubrication ports 10 2) Joint details 11 3) Other miscellaneous items for furnishing and fabricating pipe 12 b. Submit calculations in a neat, legible format that is sealed by a Licensed 13 Professional Engineer in Texas, consistent with the information provided in the 14 geotechnical report, and includes: 15 1) Calculations confirming that pipe jacking capacity is adequate to resist the 16 anticipated jacking loads for each crossing with a minimum factor of safety 17 of 2 I8 2) Calculations confirming that pipe capacity is adequate to safely support all 19 other anticipated loads, including earth and groundwater pressures, 20 surcharge loads, and handling loads 21 3) Calculations confirming that jointing method will support all loading 22 conditions 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.9 MAINTENANCE MATERIAL SUBMI7[TALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELWERY, STORAGE, AND HANDLING 27 A. Delivery, Handling, and Storage 28 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 29 as recommended by the manufacturer, for protection during shipping and storage. 30 2. Deliver, handle and store pipe in accordance with the Manufacturer's 31 recommendations to protect coating systems. 32 1.11 FIELD [SITE] CONDITIONS [MOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER -FURNISHED [oRl OWNER-SUPPLIEDPRODUCTS [NOT USED] 36 2.2 MATERIALS 37 A. Design Criteria 38 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 39 exceeds the design requirements of this Specification and that is specifically 40 designed for installation by the intended trenchless method. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1\Ftw4 ftw_ap.A hm\pm3ecTs10316V040-01LSpwsTmaDFinal Part 2B SpeciPcations\Division 33\33 05 22—,Steel Casing Pipe.doc 1 2 3 4 5 6 7 8 9 l0 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 330522-4 STEEL CASING PIPE Page 4 of 6 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 Nall 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 design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required 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 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11F[w-A.flw.apaAshwe5projecls103 181040-011SpecsTinal\Final Part 28 SpecificatiomWivision 33133 05 22_Steel Casing Pipe.&c 330522-5 STEEL CASING PIPE Page 5 of 6 1 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 2 nominal wall thickness. 3 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 4 circumference, whichever is less. 5 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 6 diameter. 7 4) Roundness such that the difference between the major and minor outside 8 diameters shall not exceed 0.5 percent of the specified nominal outside 9 diameter or 1/4 inch, whichever is less. 10 5) Maximum allowable straightness deviation of 1/8 inch in any I0-foot 11 length. 12 3. All steel pipe shall have square ends. 13 a. The ends of pipe sections shall not vary by more than 1/8 inch.at any point from 14 a true plane perpendicular to the axis of the pipe and passing through the center 15 of the pipe at the end. 16 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 17 the outside to an angle of 35 degrees with a tolerance of ± 2% degrees and with 18 a width of root face 1/16 inch �E 1/32 inch. 19 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. 20 a. All girth weld seams shall be ground flush. 21 C. Finishes 22 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in 23 accordance with the requirements of AWWA C203. 24 a. Touch up after field welds shall provide coating equal to those specified above. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [RIOT USED] 27 PAIN 3 - EXECUTION 28 11 WSTAL1L1ERS [RIOT USED] 29 3.2 EXAMINATION [.[RIOT USED] 30 3.3 PREPARATION [NOT USED] 31 32 33 34 35 36 37 38 39 40 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. 3. .Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Wi—fs.flw.apai5shaz \pmjects103181040.011Spec Tina]Timal Part 28 SpecifscationsVDivimn 33133 05 22_Steel Casing Pipe.doc 33 05 22 - 5 STEEL CASING PIPE Page 6 of 6 1 4. lntegral machined press -fit connections shall be installed in accordance with the 2 manufacturer's installation procedures and recommendations. 3 B. Carrier pipe shall be installed inside Steel Caging Pipe in accordance with 4 Section 33 05 24. 5 C. Contact grouting of the annulus outside the casing pipe shall be performed in 6 accordance with Section 33 05 23 or Section 33 05 20. 7 3.5 REPAIR / RESTORATION [NOT USEED] 8 3.6 ICE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT US D] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.1.3 MAINTENANCE [NOT USER] 16 3.1.4 ATTACHMENTS [NOT USED] 17 18 19 END OF SECTION Revision Log 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 PORT WORTH Sanitary Sewer Main 257 —Part 2S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 %Ttw-fs.fiw.apailsbwc\projects103I85049-015SpecsTinal\Final Part 26 Specifications\Divisron 33\33 05 22_Sled Casing Pipe.doc 330523-1 HAND TUNNELING Page 1 of 10 1 SECTION 33 05 23 2 HAND TUNNELING 3 PART 1 - 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. If the Contractor uses the Wood Box/ Timber Box for the Tunnel wall, the 10 Contractor's method shall ensure full bearing of the soil against the wood box 11 without settlement or movement of the surrounding soil. 12 2. Contractor shall submit a shop drawing including the calculations signed and sealed 13 by a Texas Licensed Professional Engineer for the wood box design. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 — General Requirements 18 3. Section 33 05 21 — Tunnel Liner Plate 19 4. Section 33 05 22 — Steel Casing Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 I. Measurement 23 a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe 24 installation. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item are 27 considered subsidiary the unit price bid per linear foot of By Other than Open 28 Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, 29 and no other compensation will be allowed. 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 logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. American Association of State Highway and Transportation Officials (AASHTO): 36 a. HB-17, Standard Specifications for Highway Bridges. 37 3, Occupational Safety and Health Administration (OSHA) CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Fhv-fs.ftw.apailsharelprojects103185040-011Spec \FinalTiaal Part 2B SpecificationslDivision 33133 05 23 Hand Tu elin&doc 330523-2 HAND TUNNELING Page 2 of 10 1 a. OSHA Regulations and Standards for Underground Construction, 29 CF'R Part 2 1926, Subpart S, Underground Construction and Subpart P, Excavation. 3 11.41 ADMINISTRATIVE REQUIREMENTS 4 A. Pre -installation 5 1. The Contractor shall provide written notice to the City at least 72 hours in advance 6 of the planned launch of tunneling operations. 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 SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Shop Drawings 12 1. Submit the following, when required by the Contract Documents: 13 a. Detailed description of the methods and equipment to be used in completing 14 each reach of tunnel 15 b. Description of the survey methods that will be used to ensure that the tunnel is 16 advanced as shown on the Drawings and within the line and grade tolerances 17 specified 18 c. Shaft layout drawings 19 1) Detailing dimensions and locations of all equipment, including overall 20 work area boundaries, crane, front-end loader, forklift, spoil stockpiles, 21 spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or 22 containers, fences, and staging area 23 2) Shaft layout drawings will be required for all shaft locations and shall be to 24 scale, or show correct dimensions. 25 3) Layout such that all equipment and operations shall be completely 26 contained within the allowable construction areas shown on the Drawings 27 d. Schedule in accordance with Division 1 to include the following activities as 28 independent items: 29 1) Mobilization 30 2) Shaft excavation and support 31 3) Water control at shafts 32 4) Working slab construction 33 5) Thrust wall construction 34 6) Tunneling 35 7) Shaft backfill 36 8) Site restoration 37 9) Cleanup 38 10) Demobilization 39 2. For all projects, provide the following for Contact Grouting: 40 a. Contact Grouting (outside of casing) Work Plan and Methods including: 41 1) Grouting methods 42 2) Details of equipment 43 3) Grouting procedures and sequences including: 44 a) Injection methods CITY OF FORT WORTH Sanitary Sewer Main 2557 --- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 N\Ftw-fs.flw.apaiNsbarelpmjects10318\040-01\Sp=\F-al\Fina1 Part 2S SpecificarionsVDwision 33133 05 23_Hand Tu eling.dac 330523-3 HAND TUNNELING Page 3 of 10 1 b) Injection pressures 2 c) Monitoring and recording equipment 3 d) Pressure gauge calibration data 4 e) Materials 5 4) Grout mix details including: 6 a) Proportions 7 b) Admixtures including: 8 (1) Manufacturer's literature 9 (2) Laboratory test data verifying the strength of the proposed grout 10 mix 11 (3) Proposed grout densities 12 (4) Viscosity 13 (5) Initial set time of grout 14 (a) Data for these requirements shall be derived from trial batches 15 from an approved testing laboratory. 16 5) Submit a minimum of 3 other similar projects where the proposed grout 17 mix design was used. 18 6) Submit anticipated volumes of grout to be pumped for each application and 19 reach grouted. 20 B. Daily Records 21 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to 22 beginning Hand Tunneling. 23 2. Submit daily records to the City's Inspector by noon on the day following the shift 24 for which the data or records were taken. 25 3. Daily records shall include: 26 a. Date 27 b. Time 28 c. Name of operator 29 d. Tunnel drive identification 30 e. Installed liner ring and corresponding tunnel length 31 f. Time required to tunnel each ring 32 g. Time required to set subsequent ring 33 h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each 34 muck cart) 35 i. Grout volumes and pressures 36 j. Soil conditions, including occurrences of unstable soils and estimated 37 groundwater inflow rates, if any 38 k. Line and grade offsets 39 1. Any movement of the guidance system 40 in. Problems encountered during tunneling 41 n. Durations and reasons for delays 42 o. Manually recorded observations made: 43 1) At intervals of not less than 2 every 5 feet 44 2) As conditions change 45 3) As directed by the City and/or Engineer CITY OF FORT WORTH Sanitary Server Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 24, 2012 Mw-fs.ftw.apailsharelprojecisW31 a1040-0155pecs5FinatWinal Part 2B SpeciScMionsWivision 3A33 05 23Hand'rwmeling,doc 330523-4 HAND TUNNELING Page 4 of 10 1 1.7 CLOSEOUT SUDMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Failure to meet the qualification requirements is failure to fulfill the Contract and 6 the Contractor will be required to obtain a subcontractor that meets the qualification 7 requirements. 8 2. Contractor 9 a. All tunneling work shall be performed by an experienced subcontractor or 10 Contractor who has at least 5 years of experience in performing tunneling work 11 and has completed at least 5 projects of similar diameter in similar ground 12 conditions. 13 3. All Work by the Contractor shall be done in the presence of the City unless the City 14 grants prior written approval to perform such work in City's absence. 15 4. The Contractor shall allow access to the City and/or Engineer and shall furnish 16 necessary assistance and cooperation to aid in the observations, measurements, data 17 and sample collection including, but not limited to, the following: 18 a. The City and/or Engineer shall have access to the tunneling system prior to, 19 during and following all tunneling operations. 20 b. The City and/or Engineer shall have access to the tunneling shafts prior to, 21 during and following all tunneling operations. 22 1) This shall include, but not be limited to, visual inspection of installed pipe 23 and verification of line and grade. 24 2) The Contractor shall provide safe access in accordance with all safety 25 regulations. 26 c. The City and/or Engineer shall have access to spoils removed from the tunnel 27 excavation prior to, during and following all tunneling operations. 28 1) The City shall be allgwed to collect soil samples from the muck buckets or 29 spoil piles a minimum of once every 10 feet and at any time when changes 30 in soil conditions or obstructions are apparent or suspected. 31 1.10 DELIVERY, STORAGE, AND IIANDILING [NOT USED] 32 1.111 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER-FURNISIE_I ED [oR] OWNER-SUPPLIIEDPRODUCTS [NOT USED] 36 2.2 MATE, RIALS 37 A. Description 38 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21. 39 2. Casing Pipe shall be in accordance with Section 33 05 22. CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-fs_ftw_apmisbueVpro3ccis10318V040-OF1Spem\Fina]Tina! Part 2B SpecificatiomWivision 33133 05 23_Hand T u ekng.doc 33 0523- 5 HAND TUNNELING Page 5 of 10 1 B. Design Criteria 2 1. Design excavation methods and spoil conveyance system for the full range of 3 ground conditions described in the Geotechnical Reports 4 2. Tolerance 5 a. Accurately maintain the face of the excavation inside the tunnel so as to allow 6 the absolute minimum of void space outside the casing/liner plate. 7 b. Maintain a maximum of/2 inch tolerance between the outside of the 8 casing/liner plate and the excavation wherever possible. 9 c. The tunnel diameter shall not be greater than 2 inches larger than the 10 casing/liner outer diameter (O.D.). 11 3. Use methods and equipment that control surface settlement and heave above the 12 pipeline to prevent damage to existing utilities, facilities and improvements. 13 a. Limit any ground movements (settlement/heave) to values that shall not cause 14 damage to adjacent utilities and facilities. 15 b. Repair any damage caused by ground movements at no cost to the City. 16 2.3 ACCESSORIES [NOT USED] I7 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT .USED1 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Tunneling shall not begin until- the following have been completed: 23 1. All required submittals have been made and the City and/or Engineer has reviewed 24 and accepted all submittals. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with the requirements of the Specifications. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. a. Provide the Engineer and Owner with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 5. All specified settlement monitoring points have been installed, approved and basclined in accordance with the Contract Documents. B. Verification of Stability CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1\hw-fs.ftw.apw)shwe5pmjec1s103181040-011Spec TinalTinal Part 2H SpecificationslDivision 33M OS 23_Hand Tw eling.doc 330523-6 HAND TUNNELING Page 6 of 10 1. Confirm that the ground will remain stable without movement of soil or water while the entry/exit location shoring is removed and while the tunnel is launched or received into a shaft. 4 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: 5 a. Prevent the inflow of weak, running or flowing soils. 6 b. Prevent the inflow of loose rock. 7 c. Prevent and control groundwater inflows. 8 3.4 INSTALLATION 9 A. Tunnel Methods 10 1. Tunnel liner plate shallnot be used where bore or jack methods are used, or where 11 not allowed on the Drawings or permits. 12 2. The Contractor shall be fully responsible to: 13 a. Ensure the methods used are adequate for the protection of workers, pipe, 14 property and the public 15 b. Provide a finished product as required. 16 B. General 17 L The Contractor shall immediately notify the City, in writing, if and when any 18 problems are encountered with equipment or materials, or if the Contractor believes 19 the conditions encountered are materially and significantly different than those 20 represented within the Contract Documents. 21 2. Properly manage and dispose of groundwater inflows to the shafts in accordance 22 with requirements of Specifications and all permit conditions. 23 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 24 proper approval and permits. 25 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil 26 removal and disposal, grouting and other associated work required for the methods 27 of construction, 28 4. Promptly clean up. Remove and dispose of any spoil or'slurry spillage. 29 5. Whenever there is a condition that is likely to endanger the stability of the 30 excavation or adjacent structures, operate With a full crew 24 hours a day, including, 31 weekends and holidays, without interruption, until those conditions no longer 32 jeopardize the stability of the Mork. 33 C. Installation with Steel Casing Pipe 34 1. Jack the pipe from the low or downstream end, unless specified otherwise. 35 a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 36 1) When operating jacks, apply pressure evenly. 37 b. Provide a suitable jacking head and bracing between jacks so that pressure will 38 be applied to the pipe uniformly around the ring of the pipe, 39 c. Provide a suitable jacking frame or back stop. 40 d. Set the pipe to be jacked on guides, properly braced together, to support the 41 section of the pipe and to direct it in the proper line and grade. 42 e. Place the whole jacking assembly so as to line up with the direction and grade 43 of the pipe. 44 f. In general, excavate embankment material just ahead of the pipe and remove 45 material through the pipe. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Ttw-fs-Rw.apailsbuelptnjects10318VNO-015SpeoWina]Tinal Part 28 Specifications\D-ision 33533 05 23 Hand T=eling.doc 330523-7 HAND TUNNELING Page 7 of 10 I g. Force the pipe through the embankment with jacks into the space excavated. 2 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of 3 the pipe, shall conform to the contour and grade of the pipe. 4 a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 5 1) This clearance shall be tapered off to 0 at the point where the excavation 6 conforms to the contour of the pipe. 7 b. Extend the distance of the excavation beyond the end of the pipe depending on 8 the character of the material, but do not exceed 2 feet in any case. 9 1) Decrease the distance if the character of the material being excavated 10 mares it desirable to keep the advance excavation closer to the end of the I I pipe. 12 3. If desired, use a cutting edge of steel plate around the head end of the pipe 13 extending a short distance beyond the end of the pipe with inside angles or lugs to 14 keep the cutting edge from slipping back onto pipe. 15 4. When jacking of pipe has begun, carry on the operation without interruption to 16 prevent the pipe from becoming firmly set in the embankment. 17 a. Remove and replace any pipe damaged in the jacking operations. 18 b. The Contractor shall absorb the entire expense. 19 D. Installation with Tunnel Liner Plate 20 1. Install the tunnel liner plates to the limits indicated on the Drawings and as 21 specified in AASHTO HB-17, Section 11-26, Construction of Tunnels Using Steel 22 Tunnel Liner Plates. 23 a. Assemble liner plates into circumferential rings. 24 b. Liner plates shall be of the type to permit segments to be installed completely 25 from inside the tunnel. 26 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the 27 absolute minimum of void space outside the casing/liner plate. 28 a. Maintain a maximum of %2 inch tolerance between the outside of the 29 casing/liner plate and the excavation wherever possible. 30 b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 31 3. Liner plate installation shall proceed as closely as possible behind the excavation. 32 a. Excavation shall at no time be more than 6 inches ahead of the required space 33 to install an individual tunnel liner plate. 34 b. Use breast plates, poling boards or other suitable devices to maintain accurate 35 excavation with the minimum of unsupported excavation at any time. 36 c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during 37 installation. 38 4. Tunneling operations shall control surface settlement and heave above the pipeline 39 to prevent damage to existing utilities, facilities and improvements. 40 a. In no case shall ground movements cause damage to adjacent structures, 41 roadways, or utilities. 42 b. The Contractor shall repair any damage resulting from construction activities, 43 at no additional cost to the City and without extensions of schedule for 44 completion. 45 E. Contact Grouting 46 1. Pressure grout any voids caused by or encountered during the tunneling CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Ftw-fs.nw.apaaAsltarelpwicctsV03 161040-011Speo7maftFinal Part 2B Spe6ficationsVDivision 33\33 05 23 Hand Tu elmg.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 330523-8 HAND TUNNELING Page 8 of 10 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 1. 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 checicguidance 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. 2. The casing/tunnel liner shall be installed in accordance with the following tolerances: a. Variations from design,line or grade: f 2 inches maximum 1) If the installation is off line or grade, make the necessary corrections and return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 4. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs,flw,apailshwelprojecis103181040-Dl\Spec TmallFinal part 28 Specific tions�Division 33133 05 23—Hand Timneling.doc 330523-9 HAND TUNNELING Page 9 of 10 1 2. Correct the condition and remove, clear or otherwise make it possible for the shield 2 to advance past any objects or obstructions that impede forward progress. 3 3. Proceed with removal of the object or obstruction by methods submitted by the 4 Contractor and accepted by the City and/or Engineer. 5 4. Compensation 6 a. The Contractor will receive compensation by change order for removal of 7 obstructions, as defined as metallic debris, reinforced concrete, rocks, whole 8 trees and other hard objects with a maximum dimension larger than 50 percent 9 of the outer diameter of the shield which: 10 1) Cannot be broken up by the cutting tools with diligent effort, and 11 2) Are located partially or wholly within the cross -sectional area of the bore 12 3) Contain utilities or ditch lines located longitudinally within the tunnel 13 horizon 14 b. Payment will be negotiated with the Contractor on a case -by -case basis. 15 c. The City and/or Engineer shall be provided an opportunity to view obstruction 16 prior to removal. 17 1) Any removal process that does not allow direct inspection of the nature 18 and position of the obstruction will not be considered for payment. 19 d. No additional compensation will be allowed for removing, clearing or 20 otherwise making it possible for the shield to advance past objects consisting of 21 cobbles, boulders, wood, reinforced concrete, and other objects or debris with 22 maximum lateral dimensions less than 50 percent of the outer diameter of the 23 shield. 24 3.5 CLEANUP AND RESTORATION 25 A. After completion of the tunneling, all construction debris, spoils, oil, grease and other 26 materials shall be removed from the tunneling pipe, shafts and all work areas. 27 1. Cleaning shall be incidental to the construction. 28 B. Restoration shall follow construction as the Work progresses and shall be completed as 29 soon as reasonably possible. 30 1. restore and repair any damage resulting from surface settlement caused by shaft 31 excavation or tunneling. 32 2. Any property damaged or destroyed, shall be restored to a condition equal to or 33 better than that to which it existed prior to construction. 34 3. Restoration shall be completed no later than 30 days after tunneling is complete, or 35 earlier if required as part of a permit or easement agreement. 36 4. This provision for restoration shall include all property affected by the construction 37 operations. 38 3.6 RE -INSTALLATION IDIOT USED] 39 3.7 SITE QUALITY CONTROL 40 A. Safety 41 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. 42 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject 43 to applicable local, State, and Federal regulations. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Ttw-fs,ftw.apailshmelprojects503161040-015SpeaWinalTinal Part 213 Spedfications\DMsion 33U3 05 23 Nand Tu eling.doc 330523-10 HAND TUNNELING Page 10 of 10 1 2. Furnish and operate a temporary ventilation system in accordance with applicable 2 safety requirements when personnel are underground. 3 a. Perform all required air and gas monitoring. 4 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 5 atmosphere free of toxic or flammable gasses in all underground work areas. 6 3. Perform all Work in accordance with all current applicable regulations and safety 7 requirements of the Federal, State, and Local agencies. Comply with all applicable 8 provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and 9 Subpart P, Excavations. 10 a. In the event of conflict, comply with the more stringent requirements. 11 4. If personnel will enter the pipe during construction, the Contractor shall develop an 12 emergency response plan for rescuing personnel trapped underground in a shaft 13 excavation or pipe. 14 a. Keep on -site all equipment required for emergency response in accordance with 15 the agency having jurisdiction. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.110 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USER] 23 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Ttw-fs.$w.apa'5shue\projects503181040-01iSpeoTiml\Final Part 213 Specifi abuns\Davisian 33\33 05 23 Hand Tunneling.doc 33 05 24 - 1 INSTALLATION OF CARRIER POPE IN CASING OR TUNNEL LINER PLATE Page 1 of 11 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART I - 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 Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 01 30 — 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 A. Measurement and Payment 18 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 19 a. Measurement 20 1) Measured horizontally along the surface from centerline to centerline of the 21 beginning of the casing/liner to the end of the casing/liner 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: 26 a) Various Sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 29 Liner Plate as specified by the Drawings 30 2) Mobilization 31 3) Grout 32 4) Casing Spacers 33 5) End seals 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Clean-up 38 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 39 a. Measurement 40 I) Measured horizontally along the surface from centerline to centerline of the 41 beginning of the casing/liner to the end of the casing/liner Payment CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01227 Revised June 19, 2013 11Ftw-fs.ftw.apai�hare\projects103185040-011Speo\Fina15Fina1 Part 2B SpmficationslDivision 33133 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate.doc 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 11 1 b. Payment 2 1) The work performed and materials fumished 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 logged at the end of this 27 Specifications ,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 ADMIENISTRATtVE REQUIRE, MENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 1IFlw-fs.Ilw.apakharelprojects103181040-0115pems Final\Final Part 2B SpmficannnslDivision 3R33 05 24_Installation of Carrier Pipe in Casing or Tunnel Liner Plate.doc 330524-3 INSTALLATION OF CARRIER PEPE IN CASING OR TUNNEL LINER PLATE Page 3 of 11 1 1.6 ACTION SUB IITTALSIINFORMATIONAL 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. I8 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. DetaiIs 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 min, 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 STtw-fs.ftw.apailshwe5proiects403181040-0145pec FinalTinal Part 2B SpecificationOAD ision 33133 05 24_Lutallation of Carrier Pipe in Casing or T=el Liner Plate.doc 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 11 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 IS090O1:2000. 13 1.10 DELfVERV, 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 OWNE12 FURNISIFIIED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 18 2.2 MATERIALS 19 A. Manufacturers 20 1. Only the manufacturers as listed on the City's Standard Products List will be 21 considered as shown in Section 0160 00. 22 a. The manufacturer must comply with this Specification and related Sections. 23 2. Any product that is not listed on the Standard Products List is considered a 24 substitution and shall be submitted in accordance with Section 0125 00. 25 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 26 regularly engaged in the manufacturing of casing spacers/isolators. 27 B. Design Criteria and Materials 28 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 29 indicated in PART 3 of this Specification, incorporating all support/insulator 30 dimensions reouired- 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 11 15 Sanity 8-16 DIP with Ceramic Epoxy) 33 11 10 CITY OF FORT WORTH Sanitary Sewer Main 257— Para 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 1Ttw-k.flw.apm\share\projects\0318\040-011Spec \Fina[Tinal Part 2B Specificatia=5 Division 33133 05 24_InstaHation Of Ca er Pipe in Casing or Tunnel Liner Plate.doc 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 1 I Sewer Line PVC C900 DR14 33 31 20 18 and greater DTP (with Ceramic Epoxy) Fiber lass 33 11 10 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 line 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 Insulator, 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June I9, 2013 11Friv-Ls.ftw.apailshme%pmjectsk03l81040-01\SpeoWinai\FinaI Part 2H SpmificationslDivision 33W 05 24 Installation of Camer Pipe in Casing or Tunnel Liner Plamdoc 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of I I 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. Resign 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 1JHMW 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 d) 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 41 from any sources. 42 c. All contact grouting is complete. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised Jutic 19, 2013 1VFtw.fs.ftw.apmi shore%projects10316104M11Specs\FinaAFina1 Part 2B Specifications\DMsion 33\33 05 24_hmWliation of Carrier Pipe in Casing or Tmnel Liner Plate.doc 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 1 I 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) ± 2 inches from design line 13 b. Vertical 14 1) d- 1 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 c. 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— Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 51Fiw-fs.Rw.apac75harelprojects5031 SW4MINSpeesTinalTinal Part 2S SpecifkationslDivision 33\33 05 24mEastallation of Carrier Pipe in Casing or Tunnel Liner Plate.doe 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page S of 11 1 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 e. 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. CTFY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 11Ftw-rs.dw.apailshazelprojecis103I85040-01\Spe \FinoTmm Pact 2B Speci6cations\Division 33\33 05 24—installation of Carrier Pipe in Casing ar Tunnel Liner Plate.doc 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. Injection 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). 11 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 USED1 20 3.6 RE-MSTALLATI ON [NOT USED] 21 3.7 FIELD loRl SITE QUALITY CONTROL 22 A. Reports and Records required for pipe installations greater than 48-inches 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 \1Ftw-fs.ftw.aparlsharelprojects103I8�040-011spee Winal\PhW Part 2B Specifications\Division 33`33 05 24_instaliation of Carrier Pipe in Casing or Tunnel Liner Plate.doc 330524-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page I0 of 11 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 cquipnrient 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. 11 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. 1n 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 USE))] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTItVITIES [KNOT USED] 28 3.12 (PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2133 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 \Wiw-fs.flw.epaiLshwe4VrGjecis103 185040-011SpemTinalTinal Part 2B Specific2liDmWivisiou 3M33 05 24 lnsiailauon ofCamer Pipe in Casing or Tunnel Liner Plate.doe 330524-I1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page I I of I I 2 3.14 ATTACI MENTS [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 1. LC — 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised June 19, 2013 11Ftw-Aftw apai\shar6projects\03IM040-01%Spe \Fina]1Pinai Part 213 SpeeikationsMD vision 33133 05 24_Installation of Ca ier Pipe in Casing or Tunnel Liner Plate, doe 1 2 3 PART I - GENERAL 4 1.1 SUMMARY SECTION CTION 33 05 26 UTILITY MARKERS/LOCATORS 33 05 26 - I UTILITY MARKERS/LOCATORS Page t of 5 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 7 B. Deviations from this City of Port Worth Standard Specification 8 1. Delete Paragraph 1.2 A. i .a. 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 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 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 backfill 29 h. Clean-up 30 1.3 REFERENCES S 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 logged 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-rs.flw.apailsharelprojects103181040-025Spm\Fina[Wina] Part 213 SpacificationslDivision 33W 05 26 Utility Markers-Locators.doc 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 5 1 1.4 ADMINISTRATIVE RE, QUIREMENTS [NOT USED] 2 11.5 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 SUBMIITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USEDI 12 1.10 DELIVERY, STORAGE, AND HANDLING NOT USED] 13 f.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 ]PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED loR] OW,TER-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 0160 00. 21 a. The manufacturer must comply with this Speciflcati6n 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 01 25 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 2577 Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\Ftw-& ftw apaiVsharelpmjocts103181040-011Spe TinalTinai Part 2D SpecificaGonslDivisian 33\33 05 26_U61ity Markers-Locators-doc 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 USEDI 32 2.4 SOURCE QUALITY CONTROL [NOT USED 33 PANT 3 - EXECUTION 34 3.1 INSTALLERS [NOT USER) 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 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0t227 Revised December 20, 2012 11Ftw-fs.ftw.apalshare%pmimts103161040-01%SpecsWina1\Fina[ Part 2B SpecifiicationsWivision 33U3 05 26 Utility Mwkers-Locafomdoc 330526-4 UTILITY MARKERS/LOCATORS 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 lines 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 I RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [olt] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT U,SEDI 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 ATTACHME [NOT USED] 36 37 END OF SECTION 38 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 UFtw-fs.Rw.apai\Awelprojects10318V040-01VSpeoTinal\Final Part 2B SpecificationslDivision 33\33 05 26_Utiliry Markers-Localomdoc 330526-5 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-£c.ftw.apa%shueVrojecis�0318%040-011Spec5sTmal\Fina1 Part 28 SpecificationsOivision 33\33 05 26_Utility Mukm-LocatouAnc 330530-1 LOCATION OF EXISTING UTILITIES Pagel of 5 I SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PARI' I - GENERAL, 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 I . The located utilities shall include the tie-in locations at the point of the Project 12 beginning, the tie-in Iocation 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-holes 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 E2dsting 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 S1F[w-Fs.ftw.apailsharelprojccts1o3185040-011SpecslPmallFinal Part 2B Sp, cificaions\I)Msion 33133 05 30—Location of Existing Ufil4i s.doe 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 5 1 8) Furnishing, placing and compaction ofbackfill 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 I I 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 1. 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 usedto 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 Cl/ASCE 38 (Standard Guideline for the Collection and 37 Depiction of Existing Subsurface Utility Data) 38 1.4 ADMINISTRATIVE REQUFREMENTS 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 %Tt�fs.tiw.apm\share\projects\03181040-01\SpecslFwaRFinal Part 2B SpecificationslDMsion 33\33 05 30_1.acation ofExisting utitities_doc 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 5 I 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 SUBMITTALS/INFORM-ATIONAL SUBMITTALS fNOT USER] 10 1.7 CLOSEOUT SUBMITTALS I I 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 I7 3. Material type, diameter and description of the condition of existing utility 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 L9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND DANDLING [NOT USED] 21 1.11 FIELD [SITE] CONIDITIONS [NOT USED[ 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 ]PAIN 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 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 15Ftw-fs.fhv.VmNsherelprojects103181940-01VSpen Tina[\Fina1 Part 2B Speafications\DMsion 33133 05 30_Location ofEristing Utilitiu.doc 33 05 30 - 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 Cl/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 -INSTALLATION [NOT USED! 27 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 31 32 33 34 35 36 3.1.0 CLEANING [NOT USED] 3.11 CLOSEOUT ACTWITIES [NOT USED] 3.12 PROTECTION [NOT US'D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1Ttw-fs.itw.apaikshareVprojects\03181040-01LSpe \Final\Final Part 2B SpecificationsWivision 33133 05 30_Lailo on of Ez Mag Utili[ies.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 12120/2012 D. Johnson 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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Utw-rs.ftw.apailsharelprojects103161040-0115pecs Fina"inal Part 2B SpecifrCatiom\Divi5ion 33\33 05 30 Location of Existing 7hitities.doc 333113-1 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page I of 7 1 SECTION 33 3113 2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 3 PA1RT 1 - GENERAL 4 1.1 SUMMARY 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: 11 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 01 31 — Closed Circuit Television (CCTV) Inspection 16 S. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. Section 33 05 26 — Utility Markers[Locators 18 7. Section 33 3150 — 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 41 j. Trench water stops CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 26 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 20I2 VTtw-fs.t}w.apailsbarelprojects10318k040-011Spmc FinaRFhW Part 2B Specifications\Division 33W 31 13_Fiherglass Reinforced Pipe for Gravity Sanitary Sewers.doc 3331 13 - 2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 2 of 7 1 k. Clean-up 2 I. Cleaning 3 in. Testing 4 1.3 REFERENCES 5 A. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. ASTM International ;(ASTM): 10 a. D3236, Standard Test Method for Apparent Viscoscity of Hat Melt Adhesives I I and Coating Materials. 12 b. D3262, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced 13 Thermosetting -Resin) Sewer Pipe. 14 c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass- 15 Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected Condition. 16 d. D4161, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced 1.7 Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. 18 e. F477, Standard Specification for Elastomeric. Seals (Gaskets) for Joining Plastic 19 Pipe. 20 1.4 ADMINISTRATIVE R EQUH EMENTS [NOT US1ED1 21 1.5 SUBMITTALS 22 A. Submittals shall be in accordance with Section 0133 00. 23 B. All submittals shall be approved by the City prior to delivery. 24 1.6 ACTION SUBMITTALSANFORMATI®NA1L SUBMITTALS 25 A. Product Data 26 1. Manufacturer' 27 2. Manufacturer Number (identifies factory, location, and date manufactured.) 28 3. Nominal Diameter 29 4. Beam load 30 5. baying lengths 31 6. ASTM designation 32 B. Shop Drawings 33 1. Pipe details 34 2. Joint details 35 3. Miscellaneous items to be furnished and fabricated for the pipe 36 4. Dimensions 37 5. Tolerances 38 6. Wall thickness 39 7. Properties and strengths 40 8. Pipe calculations CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 �Wtw-fs.ftw.apailshare�pmjpctsN0318\040-01\SpeaWina[TinaI Part ZB Specifications) msion 33133 3113 Fibergiass Reinforced Pipe far Grmty Sanitary Sewers.doc 3331 13 - 3 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 3 of 7 1 a. Calculations confirming the pipe will handle anticipated loading signed and 2 sealed by a Licensed Professional Engineer in Texas 3 C. Certificates 4 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the 5 provisions of this Section and has been tested and meets the requirements of ASTM 6 D3262. 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Qualifications 11 1. Manufacturers 12 a. Finished pipe shall be the product of 1 manufacturer for each size per project. 13 b. Pipe manufacturing operations shall be performed under the control of the 14 manufacturer. 15 c. All pipe furnished shall be in conformance with this specification and ASTM 16 1D3262. 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A- Delivery 19 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings 20 and appurtenances. 21 B. Storage and Handling Requirements 22 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 23 guidelines. 24 2. Secure and maintain a location to store the material in accordance with 25 Section 0166 00. 26 1.111 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [MOT USED) 28 PART 2 - PRODUCTS 29 2.11 OWNER-IiLIRNISHED [oRl OWNER-SUPIPLIEDPRODUCTS [NTOT USED] 30 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 31 A. Manufacturers 32 1. Only the manufacturers as listed in the City's Standard Products List will be 33 considered as shown in Section 01 60 00. 34 a. The manufacturer must comply with this Specification and related Sections. 35 2. Any product that is not listed on the Standard Products List is considered a 36 substitution and shall be submitted in accordance with Section 0125 00. 37 B. Performance / Design Criteria 38 1. Pipe CITY OF FORT WORTH Sanitary Sewer Main 257— Part 2b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11ftw.&Aw,apaAsh=r projects103181040-01LSpeo\Fina]Tinal part 2H SpecificationsWivision 33\33 31 13_Fiberglass Reinforced Pipe for Cxavity Sanitary Sewers.doc 3331 13 - 4 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 4 of 7 1 a. Design in accordance with ASTM D3262 2 b. Design pipe for service loads that include: 3 1) External groundwater and earth loads 4 2) Jacking/pushing loads 5 a) The allowable jacking/pushing capacity shall not exceed 40 percent of 6 the ultimate compressive strength or the maximum allowable 7 compressive strength recommended by the manufacturer, whichever is 8 less. 9 3) Traffic loads 10 4) Practical considerations for handling, shipping and other construction 11 operations 12 c. Design is to be conducted under the supervision of a Professional Engineer 13 licensed in the State of Texas, who shall seal and sign the design. 14 d. Standard lay length of 20 feet, except for special fittings or closure pieces 15 necessary to comply with the Drawings. 16 e. Stiffness class that satisfies design requirement on the Drawings, but not less 17 than 46 psi when used in direct bury operations. 18 £ Accommodate vertical alignment changes required because of existing utility or 19 other conflicts by an appropriate change in pipe design depth. 20 g. In no case shall pipe be installed deeper than its design allows. 21 2. Dimensional Tolerances 22 a. Inside diameter 23 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. 24 b. Roundness 25 1) The difference between the major and minor outside diameters shall not 26 exceed 0.1 percent of the nominal outside or 114 inch, whichever is less. 27 c. Wall thickness 28 1) Provide minimum single point thickness no less than 98 percent of stated 29 design thickness. 30 d. End Squareness 31 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. 32 c. Fittings 33 1) Provide tolerance of angle of elbow and angle between main and leg of Wye 34 or tee to f2 degrees. 35 2) Provide tolerance of laying length of fitting to t2 inches. 36 C. Materials 37 1. Resin Systems 38 a. Only use polyester resin system with proven history of performance in this 39 particular application. 40 2. Glass Reinforcements 41 a. Use reinforcing glass fibers of highest quality commercial grade E-glass 42 filaments with binder and sizing compatible with impregnated resins to 43 manufacture components. 44 3. Fillers 45. a. Silica sand or other suitable materials may be used. 46 b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 47 4. Additives CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 51Ftw-rs.ftw.V$,)sharclprojects503161040-01\Spec TinaAFinai Past 2B SpereficationslDivision 33133 31 13 Fiberglass Reinforced Pipe for Cxavrty Sanitary Sewers.doc 33 31 13-5 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 5 of 7 1 a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic 2 agents, etc., when used, shall not detrimentally affect the performance of the 3 product. 4 5. Internal liner resin 5 a. Suitable for service as sewer pipe 6 b. Highly resistant to exposure to sulfuric acid 7 c. Produced by biological activity from hydrogen sulfide gases 8 d. Meet or exceed requirements of ASTM D3681 9 6. Gaskets 10 a. Supply from approved gasket manufacturer in accordance with ASTM F477 11 and suitable for service intended. 12 b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as 13 to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. 14 c. Provide the following gaskets in potentially contaminated areas. 15 1) Petroleum (diesel, gasoline) — Viton 16 2) Other contaminants — Manufacturer recommendation 17 7. Couplings 18 a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric 19 sealing gaskets as sole means to maintain joint water tightness. 20 8. Joints 21 a. Joints must meet requirements of ASTM D4161. 22 9. Pipe markings shall meet the minimum requirements of ASTM 133236. Minimum 23 pipe markings shall be as follows: 24 a. Manufacturer 25 b. Manufacturer Number (identifies factory, location, date manufactured, shift 26 and sequence) 27 c. Nominal diameter 28 d. Beam load 29 e. Laying length 30 f. ASTM designation 31 10. Connections 32 a. Use only manufactured fittings. 33 b. See Section 33 3150. 34 11. Detectable Metallic Tape 35 a. See Section 33 05 26. 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL [NOT USED] 38 PART 3 - EXECUTION 39 3.11 INSTALLERS [NOT USED] 40 3.2 EXAMINATION [NOT USED] 41 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 51Ftw-rs.ftw.apailsharelprojects103185040-011SpeeslFinaHFina1 Part 2B Speci6cations)Division 33133 31 13_Fibergless Reinforced Pipe for Gravity Sanitary Sewm.doc 333113-6 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 6 of 7 1 3.4 INSTALLATION 2 A. General 3 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 4 Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. 5 2. Lay pipe to the lines and grades as indicated in the Drawings. 6 3. Excavate and backfill trenches in accordance with Section 33 05 10. 7 4. Embed pipe in accordance with Section 33 05 10. 8 5. For installation of carrier pipe within casing, see Section 33 05 24. 9 B. Pipe Handling 10 1. Haul and distribute pipe and fittings at the project site. 11 2. Handle piping with care to avoid damage. 12 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 13 lowering into the trench. 14 b. Use only nylon ropes, slings or other lifting devices that will not damage the 15 surface of the pipe for handling pipe. 16 3. At the close of each operating day: 17 a- Keep the pipe clean and free of debris, dirt, animals and trash — during and after 18 the laying operation. 19 b. Effectively seal the open end of the pipe using a gasketed night cap. 20 C. Pipe Joint Installation 21 a. Clean dirt and foreign material from the gasketed socket end the spigot end. 22 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 23 end to the reference mark. 24 c. Install such that identification marking on each joint are oriented upward 25 toward the trench opening. 26 d. When making connection to manhole, use an elastomeric seal or flexible boot 27 to facilitate a seal. 28 D. Connection Installation 29 1. See Section 33 3150. 30 E. Detectable Metallic Tape Installation 31 1. See Section 33 05 26. 32 3.5 REPAIR 1 REST©RATION [NOT USED] 33 3.6 RE -INSTALLATION [NOT USED] 34 3.7 FIELD [oR] SITE QUALITY CONTROL 35 A. Field Tests and Inspections 36 1. Closed Circuit Television (CCTV) Inspection 37 a. Provide a CCTV inspection in accordance with Section 33 0131, 38 2. Air Test and Deflection (Mandrel) Test 39 a. Perform test in accordance with Section 33 0130. CITY OF FORT WORTH Sanitary Sewer Main 25.7 — Part 2b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2612 11Ptw-rs.11w,apaiLsharelprojects103181040-1)I15perslPinallirin2l Pan 2B SpccificationsOMsian 33\33 31 13_FiberS1a5s JWn&rced Pipe ror Gravity Sanitary Sewers.doc 333113-7 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 AD.ITUS7l INO [NOT USED] 3 3.110 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USEDI 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1lFtw-fs.ftw.apail5luvelprojects103 i85040-0115pecs5FinalSFinalPart 2B SpecificatiarODivision 33\33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sew rs.doc 1 2 3 PAR`1' 1 - GENERAL 4 1.1 SUAI11WIY 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. l0e. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 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 SO 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 28 1.2 PRICE AND PAYMENT PROCEDURES 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. 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 "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.flw.apailshareVprojects103181 MOM SpecslFkallFinal Part 2B SpecificationslConfo=ed1Addend= 3M 39 20—Precast Cmcrete Manholmdoc 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 7 1 1) Manhole structure complete in place 2 2) Excavation 3 3) Forms 4 4) Reinforcing steel (if required) 5 5) Concrete 6 6) Backfill 7 7) Foundation 8 8) Drop pipe 9 9) Stubs 10 10) Frame 11 11) Cover 12 12) Grade rings 13 13) Pipe connections 14 14) Pavement removal 15 15) Hauling 16 16) Disposal of excess material 17 17) Placement and compaction of backfill 18 18) Clean. -up 19 2. Extra Depth Manhole 20 a. Measurement 21 1) Measurement for added depth beyond 6 feet will be per vertical foot, 22 measured to the nearest 1110 foot. 23 b. Payment 24 1) The work performed and materials Tarnished in accordance with this Item 25 and measured as provided under "Measurement" will be paid for at the unit 26 price bid per vertical foot for "Extra Depth Manhole" specified for: 27 a) Various sizes 28 c. The price bid will include: 29 1) Manhole structure complete in place 30 2) Excavation 31 3) Forms 32 4) Reinforcing steel (if required) 33 .5) Concrete 34 6) Backfill 35 7) Foundation 36 8) Drop pipe 37 9) Stubs 38 10) Frame 39 11) Cover 40 12) Grade rings 41 13) Pipe connections 42 14) Pavement removal 43 15) Hauling 44 16) Disposal of excess material 45 17) Placement and compaction of backfill 46 18) Cleanup 47 1.3 REFERENCES 48 A. Definitions CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 %\Rw-is.fiw.apai\share%pmie ts103181040-011SpecslYmalTinal part 2B SpecificationslConformedlAddmdam 3�33 39 20 Precast Concrete Manholmdoc 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 7 1 1, Manhole Type 2 a. Standard Manhole (See City Standard Details) 3 1) Greater than 4 feet deep up to 6 feet deep 4 b. Standard Drop Manhole (See City Standard Details) 5 1) Same as Standard Manhole with external drop connection(s) v 6 c. Type "A" Manhole (See City Standard Details) 7 1) Manhole set on a reinforced concrete block placed around 39-inch and 8 larger sewer pipe. 9 d. Shallow Manhole (See City Standard Details) 10 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 11 than 39-inch 12 2. Manhole Size 13 a. 4 foot diameter 14 1) Used with pipe ranging from 8-inch to 15-inch 15 b. 5 foot diameter 16 1) Used with pipe ranging from 18-inch to 36-inch 17 2) See specific manhole design on Drawings for pipes larger than 36-inch. 18 B. 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. AST International (ASTM): 23 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 24 Rubber Gaskets 25 b. C478, Standard Specification for Precast reinforced Concrete Manhole 26 Sections. 27 c. C923, Standard Specification for Resilient Connectors Between Reinforced 28 Concrete Manholes Structures, Pipes, and Laterals. 29 d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective 30 Coatings for Metal 31 e. D1227, Standard Specification for Emulsified Asphalt Used as a)Protective 32 Coating for Roofing 33 1.4 Al)MIINISTRATIVE REQUIREMENTS [NOT USED] 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 delivery. 37 1A ACTION SUIBMITTALSIIi\?PORMATIONAL SUBMITTALS 38 A. Product Data 39 1. Precast Concrete Manhole 40 2. Drop connection materials 41 3. Pipe connections at manhole walls 42 4. Stubs and stub plugs 43 5. Admixtures 0 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-£s.fl`x.apailshazelprojeus1031 M040.011Spe TivalTinal Part 2B SpecificationslCmformedlAddendum 303 39 20 Precast Concrete Maaholes.doc 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 7 1 6. Concrete Mix Design 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELICVERY, STORAGE, AND HANDLING [NOT USED] 6 loll FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY 8 A. Manufacturer Warranty 9 1. Manufacturer's Warranty shall be in accordance with Division 1. 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED loRl OWNER -SUPPLIED PRODUCTS [NOT USED 12 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed on the City's Standard Products List will be 15' considered as shown in Section 0160 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 0125 00. 19 B. Materials 20 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 21 2. Precast Joints 22 a. Provide gasketed joints in accordance with ASTM C443. 23 b. Minimize number of segments. 24 c. Use long joints at the bottom and shorter joints toward the top. 25 d. Include manufacturer's stamp on each section. 26 3. Lifting Devices 27 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 28 1) If lift lugs are provided, place 180 degrees apart. 29 2) If lift holes are provided, place 180 degrees apart and grout during manhole 30 installation. 31 4. Frame and Cover — Conform to Section 33 'O5 13. 32 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 33 6. Pipe Connections 34 a. Utilize either an integrally cast embedded pipe connector or a boot -type 35 connector installed in a circular block out opening conforming to ASTM C923. 36 7. Steps 37 a. No steps are allowed. CITY OF FORT WORTH Sanitary Sewer Main 257 -- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-€s.ftw.apai\sharelprojcets`03I8\04G-U11SpecsTin \Ymal Part 2B SpeoificationslCodormedlAddesdum 3133 39 26 Precast Concrete Mauholes,doc 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 7 1 8. Interior Coating or Liner — Conform to Section 33 39 60. 2 9. Exterior Coating 3 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 4 Type I and ASTM D1227 Type III Class I. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [RIOT USED] 9 3.2 EXAMINATION 10 A. Evaluation and Assessment 11 1. Verify lines and grades are in accordance to the Drawings. 12 3.3 PREPARATION 13 A. Foundation Preparation 14 1. Excavate 8 inches below manhole foundation. 15 2. Replace excavated soil with course aggregate; creating a stable base for manhole 16 construction. 17 a. if soil conditions or ground water prevent use of course aggregate base a 2-inch 18 mud slab may be substituted. 19 3.4 INSTALLATION 20 A. Manhole 21 1. Construct manhole to dimensions shown on Drawings. 22 2. Precast Sections 23 a. Provide bell -and -spigot design incorporating a premoided joint sealing 24 compound for wastewater use. 25 b. Clean bell spigot and gaskets, lubricate and join. 26 c. Minimize number of segments. 27 d. Use long joints used at the bottom and shorter joints toward the top. 28 B. Invert 29 1. Construct invert channels to provide a smooth waterway with no disruption of flow 30 at pipe -manhole connections. 31 2. For direction changes of mains, construct channels tangent to mains with maximum 32 possible radius of curvature. 33 a. Provide curves for side inlets. 34 3. For all standard manholes provide full depth invert. 35 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 36 inches in depth. 37 C. Drop Manhole Connection CITY OF PORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apaiLsherelprojeats10318104R011SpecslFinallFinal Part 2B SpecificationACcnformcdlAddcnd= 3i33 39 20_Precast Concrete Mmthole .doc 33 39 20 - 6 PRECAST CONCRETE MANHOLE Page 6 of 7 1 1. Install drop connection when sewer line enters manhole higher than 24 inches 2 above the invert. 3 D. Final Rim Elevation 4 1. Install concrete grade :rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 E. Internal coating 12 1. Internal coating application will conform to Section 33 39 60, if required by 13 Drawings. 14 F. External coating 15 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 16 the coating. 17 2. Cure manhole for 3 days before backfilling around the structure. 18 3. Application will follow manufacturer's recommendation. 19 G. Modifications and Pipe Penetrations 20 1. Conform to Section 03 80 00, 21 3.5 REPAIR I RESTORATION [NOT USED] 22 3.6 RE -INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL 24 A. Field Tests and Inspections 25 1. Perform vacuum test in accordance with Section 33 01 30. 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT (USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE INOT USED] 32 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1kRw-fs.fiw.apaiLshaelprojects103181040-0I15p=TinallFi¢al Part 213 Speci6eadonslConformc&Addeadum 3\33 39 20 Precast Conaete Manhules.doc 9 333920-7 PRECAST CONCRETE MANHOLE Page 7 of 7 3.14 ATTACBIENTS [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, DI 187 and D1227 as references 2.2.B.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 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 1VFtw-fs.ftw.apailshareVprojects103181040-9I1SpecelFinallFinal Part 2B Specifications\ConformedlAddendu 3133 39 20_11recast Cgncrete Manhoim.doc 333960-1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page I of 7 2 r rl E 9)4Tl~M FOR S ATQT-A SEWER STRAUCTURE 1 L1 1 z1l 9 fpef., this QStandefd Speeifi of1ReA oftl, afie.. 10 1. dei+e. 1I Speeification See4iens limited . p �i %+� 12 2�1ViSiO 0 R1,1!Yd;11g R0gHiF6ffl0 tS, t+ �1 F^ 'a C a•CiV i E Ot �r��t.`CTliin7� Tsai T1T-l7r t11$ 13 C off W-rw 14 15 3Seetien 33 01 30 Sewerand Manhole Testing 16 1.2 17 18 1. Manholes 19 a. A e o� + 20 1) Meastifement for- this Item be shall pef eating as measur-e 21 . 22 �. i—uT�aoiic 23 24 and " " flieasiAfed as pfavided undef 25 ' 26 "E`l,e �ac�=cv�xcra�xuu� bid Sha 144dP• 27 28 2) Hauls g 29 30 4) Clem 31 5) Cleaning 32 33 1 NO Ma hOla CtM et rod 34 Measweffi �r+ 35 17 - Measur-e for- this hem be feet where the shall per- sqiiiwa E)f area 36 eeating is applied. 37 b. Payfft 38 1) The fffnished in work paifemed and materials weer-danee-with-this-Rem 39 " 40 tmit feet "FpaxStnxet e-F squafe of 41 e. The p e bid shall elude. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftw.apaitsharelprojects103161040-011SpecslFinalTinal Part 2B SpecificationslConfonnedLAddendum I\33 39 60_Epoxy Liners for Sanitary Sewer Structures.doc 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 7 1 2 2) Hauling 4 4) Clean p 5 6 6) eat 7 L3 REFERENCES 8 A. nefe,. ne@ e+.,.,a.,..a 9 10 stpmdaE4 pti-blished at tho time of the latelst FeN4siaii date legged at the end ef this 11 Speoifie4ien, GLL2Vs a Elate is speeifieaUy -+ a 12 13 a. DS 4 3, 14 Reagef4s. 15 b. D63 8, , 16 P. DAnc c+.,..a,.E T— + AFC 1,-A .;a D1 +' i x v.+ua��.+xv.,oiry a ivvx x.ii. . 17 li.P.Ad And 90, 18 —44 .: e,l P1 sties and 1Rlm +,-:,...1 r,.n.,l +;,�,g M + .,1s. GV4xxVi.44 •r�i., Lx1LLE�Ti1 19 e. D4060, 20 the Taber k4 ,sa,. 21 fl. p 4 4 14,Etence 22 Gages 23 g. P454 1, 24 Adhesion Test@fs. 25 26 4. NAGE 27 28 F, L2 eseu ee "'`annex . tion and �°G� 29 7. The Soe o+y B . Gi , Act, r T 30 '?. U i 3 S nCE Ar�� �,�� W .,mti vNaa. -BF.� e+e Y f i... wv:r a uci 31 e " 32 1.5 33 . 34 35 ,xT 36 A. Pr-edaet Data 37 1. 'Feel,.,;., date shoe, on Gael ,-e uet use 38 39 CITY OF FORT WORTH Sanitary Sewer Main 257 - Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 20I2 11Ftw-fs.ftw,apai\sharelprojects103181040-0IVSpecslFindTinal Pffit 2B SpecificationslOmformedlAddendu 1\33 39 60_Epo y Linen for Sanitary Sever Smicwres.doc 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 7 1 ", ^ oYivF,iu atxvai 3 pff wedur-ess ' 5 6 7 hefei 8 9 , 10 12 , 13 1.9 14 A. Qualifieations the 16 , eeafing pro 17 , 18 pradtie4(s) to be b. T +•..f a,,f ,.^a At,.,,1 . ea,,,.es with the ^e.,f;,,,, 19 and quality eoasistei# 20 21 �` 224NT.PA 9 G dfy, 23 mmerials p, 24 25 C. D 40 . flame, teator- st, ^ *idaufiq 26 . _ 27 1.11 28 A. PFevide c0afined spaee entry, 29 ,,..f ni the speeified , ry 30 31 EQUIPMENT,R. 'i U I , i s CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 -- Part 2B City Project No.: 01227 11Pnv-fs.ftw.apai\sharelprojacts103181040-01VSpecslFinal\Fina1 Part 2B SpecificationslCouforme&Addendvm 1133 39 60 Epoxy Liners for Sanitary Sewer Shuctures.doc 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 7 1 1. Compatible with the speeified in bond eo—atiffg pfe&c4(s) order,to egae4ively, thus 2 3 ' ypµii µAA 5 ,. 6 topeoffting Co 7 b. Faetefy blended, mpid high setting, eaFly stpeRgth, > 8 a ttieft aY that ean be toweled o .,t: .,ll. spifty applied ..,1 9 10e#se� 11 B. Coating v, ,I t 12 13 ea . 14 15 Sw.ut-- U� teen „a e to ty 1 ., nhel ,.,.:..,.t.._,. ...:j ojU o, ... A > of adhg 1 b „> 17 3. The 100 free high build pemen4 salids, saWefft tdtra epoxy s5%temj shall &dlibit th 19 20 b. Thi mils naiwami# 21 o. Color- Whit�, 22 d. 23 ®. Tensile FA--gte 24 , 25 Abrasion ? Jn. 0 les� g. r e� a!) mg 26 inax 27 �.: 28 i. Plexufal StFeii 21—l" { E i 29 j. 4 f A SFM D454'r)2 Slab ede tiat sfieFL4e) 30 failure 31 32 33 go , pffeeR4 34 ) c 1;,,. , 35 C. Coating Appl;,,, t: r E,,,,;...,., �t 36 37 , 38 teeis. 39 40 41 42 et ii•1M1i3 &HOSS QV-T� A STAR nn n y .t + 3 1 +• the gaag@ p 2XS7T,SGb�TTTZLC—J It?GIIL1tl�T1C'ip]Sii� within 43 manhole, 2 spaeed e , ,nli a~t along the wall. affd , eA the b h 44 1) Pee� A and u«e.,t uG ., o n,,, Yuyµti, . , µY yYYYVYYY t ,I p ide to the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2B City Project No.; 01227 \Ttw-fs.f w.apai\shareVprojects103181040-01ISpecs\FinatlFitW Pan 2$ SpedficationslConformed\Addendum 1\33 39 60_Epoxy liners for Sanitary Sewer Shutt umdoc 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 7 . ......... ... ......... � R 7 34. 8 11 A. Manhole r-oparattan 1. Stop &ve ir-ed to 12 13 ae1vefiews liquids via a:,,,,,,, , plogging of 4mg &,.,,, the as Tee to be ansurealll 14 are 2 Maintain maintained temperature or the ..:f away surf het., to be eos r. e&ated, 40 and 120 degrees degrees F. F. of ee ated �viz.-�a—ry uuu a z.v V J 15 16 17 18 19 sehedulad Remove , ,s W n;, , f6 20 ails, grease .E218, Falea µ the 21 22 eeffivelinds, peffermaneeand 7, 2. Reinew e4lereseenee, sealers, salts or other oontaminants damaged by whieh l may affeet COW- 23 24 ffieffils ef 3. Surfaee eeNiece d&e —and"Or mortar eorrFesieen, .,..t,;...,t; r efinetr, ehemio Hills. ds, ttn _cR_mealc ,t ,,, ,� eiucr s;vAm_4- 25 high preparatio inet>1e , or high blasting, 26 pressure wa4er eleaniag, jetting, abrasive 27 28 e,ts 4. A 1t deseFibed a.. , _' 8—K—C be >SO�4+E�P�e-�. ..., ; that ,. , rides 29 30 meth used shall , pef e a manner a unif4m, sound, . 31 32 A-.--Cv 33 , grade adjustffiefl4s an 34 greaft are eemplots 35 36 imitiding t I,a„ah ,,, ra manufiaettirer, eafftfels, proan 37 appkeat�- 38Temp te 39 . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Sanitary Sewer Main 257 — Part 2B City Project No.: '01227 11Ahv-fs.ftw.apai\sharelprojects103181040 91VSpecs\FinalTinA Part 2B SpecificationsTonformcdlAddcad= 1133 39 60_Epoxy Lineal for Sanitary Sewer Structm'es.doc 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 7 I 2 . 3 C Coatin 4 5 'ems 6 , ifieludifig the 7 bafte]140�tgh. 8 , 9 same thiekness as the walls. 10 . 11 . 12 13 #hwil. 14 3.5 15 16 37 MbDJo l-ga 17 A. Paek utnae`-' e , 4.! be visually by the City 4he same day f Ti, +I, 18 19 ,llinhe4e& and thin spots-. 20 , 21 22felpaif 24seaee 23 3.8 SYSTEM vL'TI A 1C1a'TiTN YRTf1T iT�T1f�T 24 25 26 3.11 27 A. Upoii fin6 eempletion of t4a wofk, 28 plie.,tie t the Cky, 29 30 . 31 3.12 32 3.13 33 3.14 TT 34 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\Ftw-fs.ftw.apai\share\projects\03181040-01\Specs\Final\Finaf Part 2B SpecifimtimslConformed\Addendum 1\33 39 60 Epoxy Liners for Sauituy Sewer Stmctwmdoc 333960-7 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 7 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 Utw-fs.ftw.apailsharelprojecrs10318W40-011Spe TinalTinal Part 2B Specifications\ConformedUddend= 1133 39 60_Epoxy Liners for Sanitary Sewer Suwtu .doc 33 1-9 W -1 E_[N}ERS M1 SANITARY SF VERSTRUCTUM P:tgc 1 aaF I 1 I EC -MN 33 39 60 2 LINERS FOR SANITARY S MIER SIRUMURE. S 3 PART 1- GENERAL 4 1.1 S[rNllhtY S A. Sectionlncludes; b 1. Application of -a high -build epoxy coating systt:m (or modified pal ymer liner 7 system, i.e. pt r=aShield) to concrete utility s- maurus such as manholes, lilt 8 station wet weLls� junction hoxcs or other concrete fad that may need 9 pMleetinn fronj e[+n-OM-Nre maiffri ls. This t covm rehabilitation of existing Fan itar y 1 [ sewer structures and nc %v ly insta Lied sa nkary sewer structures. l l 2_ For sanitary.s�wer mains 8-inch diameter and larger, u- of a structural liner 12 Mt=. Win Environmeatal System 301, ARC SI HB .by AM. Chesterton 13 Company. is acceptable, 14 3, liar sanitary sewer mains &inch diiame�ar atnd smaller, ana less than 640 in depth, 15 use of a liner s stem, SpectraSlueld, is acceptable. 16 B. Deviations from this City of Fart Worth Standard SpecificaLim 17 1. None. 18 C. Related Speeificatiort ecti)ns include but are 3aot necesstu'i.ly+ hmitj6d to' 19 1. avition 0 - Bidding Requirements, Contract 1~orms. and Conditions of the 20 Contract 21 ?. Divi.sion I - General Requirements 22 3. Swllon 33 01 30 - Sewer acid ;sting 23 1.2 PRICE AND PAVAC I4'Jf PROCEDURES 24 A. Meaiiurcmiml and Payment 33 1. Mauhales 26 a_ iviMa ement 17 0 Meaarkremeni for this ltem shall be per vcrtica) feat of coating as measamd 28 1iom 2-inches below the bottom of the cover (nin frame) to thu tap of the 29 bench_ This includes 1'� of the bench and invert, Lhru the use of How 30 control devic s (i.e_ tempbTary plugs, sand lugs), to temporatdy block flow. 31 Howcvcr, as a last res A and with prior written approval from i atrr Field 31 Operatkms, if the Ilow can not be blocked temporarffy. Ihen the ]lung would 33 stop 3-inches from the edge ofthe water in the pipe. This item covers the total 34 vertical footage for she bpwific bid items of various manhole sizes (i.e. 4 font 35 diameter. 5 foot diameter, Specffic Manhole Designs f)F lines larger tlnm 36- 36 inch. etc,) and specific types (Standard lanhohr . Drop Manhole., Type "A" 47' Alfui hole. Shallow Manholr, including additi anal depth beyand C font.l. 39 39 r "OF FORT WORTH Situ Y Sewvr Mmin 2 sT- Part 2 STANDAKV CiiNMLJCTION SPECIFlCA'nON J1KX.7t1MFNT4 Cdk. t`mxcs tiL-. {tl?7T Rn!iw� Futm ary 4_ 2020 ATTAdHMENT AD1-5 F T"-ectaT3 iS'%140 01 Put 2 R 5pihif=Uti=Add=kdi3%AMmdj= J%tj 30 &D-Lith ji J YrUni'41 � FtMxl4[n-s R. v3 2-4-'-9 (rfU dac 333h1w_� LINERS FUR SANUARY & WER MUGTUM gt2lot tl I b. Payment 3 1) me warp Penformed, and materials furmished 1n accordamtt with this item 4 and measured as provided under'Measuremeat" will he [paid for at. the unit 5 prier bid per venial toot of ~Manhole Unee' applied. c, Z-he prime bid-�hall iaclude; 7 I) Removal of roots 8 2) Removal of -existing C046n9s 9 3) Eliminating any "k5 to 4) Removal of steps 11 5 j Repairlseal conw'Ctmn Of the cAisting frame to chi=ey 12 6) Repairs of arty t-r-ac ks in (be existing s-1suctu a chimnev, corbel (cane), wall, 1.3 bench, including any r"larement of damaged Mbar. pipe 1.4 7) Srtrfakce cleaning 13 8) Furnishing and. iosia.lhug miner asp specified by lhtr Drawings 16 9} Hauling 17 1 G) Disposal of excess material Is 11) Site Clean-up 19 12) MmyLh le and Invert C'leamng 20 13) Testing 71 14) Re -Teaming 22 2. Noa-Mardiole Wuctsires 23 a; Mcasurem it 24 1) Measurement for this Item shall i per Square foot of urea where the 23 waling i5 apphed. 26 h. PayMent 27.. 011ie work Performed- and materials fiuniAcd In accordance with this 11 28 and measured as providO under "1v4+:a!5=menC s&aI I be paid for at the unit ZR: price bid "r square font of"Stmcture Liner" applied_ 30 c. The Price hid shall include: 31 1) Removal of roots 32 2) Remo -,%I of existing coatings 33 3) Eliminating aay l 34 4) Removal of stmp& 35 5) Rqj- t rlSeai cx>nne=tion of the c ting frame to chirttneY 36 6) RepAus of any crack,: iIi the exisAing ,truj. him chimney, corbel (cone), wall, 37 beech. including any replacement of damaged rebar, pipe 38 -7) Slayface -,leaning 39 8) rurnishcng and instafLiug Linet-as sPeScd by Lilo Drawings 40 9} Hauling 41 10) proposal ur excess material 47 11) Site C INM-up 43 12) Struct= aW luvaft Cleaning 44 13) Tcvi.tsg 45 14) Re -'resting 46 1..3 REF>E:RJEN ES 47 A. RcfcrenceStandards Clilt OF FORT WOKIA 4animy 8ewa M= 257 -ParT: STANuAttD CCi$dMLX_`nON SPEOFIC.2kT )N I WU WNTS Oly ProjW N41- Dl2.7 RVVW,d Fd rmn -4. NO ATTACHMENT AD1-5 F :1 n�eas`a}318%4" 1 LEVees%FinalTjrw1 Part xB SP&jfMc PLMA A.L 13kdLVJUkk!ndu m 1 "M 34 011 Ana f" SUWary Seta Strumucs Riv 3 2-4-D (MI I. w 33 34 60 - } LINE7l5 FOR 5 AN FFARY SEWER STRUCTURES Page 3 or 13 1 1. Refeeenee alandarcls cited in this Specificalicxn refer to the current refercncr 2 standard published at the time of the latest revi Mon (late logged at the end of this 3 Specification, LfflkSs a date is-speoifieally cited. 4 2. ASTM lutet=t€oral (ASTM); S a, D543, Stwdard Practices .for Evaluatmg the Kesistancc of Plastics to Chemical fi reager�i� _ 'i ti_ D63& Standard Te9t Method For Tensile Pmpertici ofPlastie!i. 3 c. D695, Standard Test Me#hcid for Comp=sive Properties of Rigid Pasties. 0 d, D790, Standard Test McIlm& For Flexural Prorertii of-UnrcinforcedRad 16 R6nforr eel Pl.ashes zind Electrical Insulating.blaterials. 1 e. D4060, Stand.rd Test ethctl for Abrasion Remmaucc cif Organic Coatings by 12 the -Taber Abraser. 13 f. D4414, iandazd Prnctice for Me"upt mcnt of Wet Film TTh.ickneu bybatch 14' Gages. 15 g. D7234, Stand Tcst Methad for Full- & ilhci�ion strength of Coati ngson 1.6 Concrete Usiag Portable Pull -Off Adhesion Testens_ 17 3. EnvirnnmentalPrvtection Agency (EPA). Is 4_ NACE Intm-natiunat (NAC: . Publisbcd s#zrndards ikm the Nat ionaI Msociation 14 of Corrosion 1'n�eers ?it 5. Occupwiandd Safety and I Ically Administration (OSHA). Emp]oy a trenchsafety 21 system in accordanee with Sec Lion 22 6. resource Cmvic vsiion and Recovery Act,(RC1RA). 23 7. 'Ile Society fbr Protective CoatingslNACE intern ational(SSF INACE) 2 a_ SP 13/MACE No. b, Surface Prepamtiarf of Concretc. This incdudes monjinring 25 for hydrogen suI fide, methane, or law oxygesi. Also ino] udeg flow contr€ t 26 cquipmant. Surface preparation etluiPmeni may include high pressum water 27 cleaning {3500 psi) ;#rid shall be suited to pro; i& a surface compatible for ?S ir4sttillation of the liner system. Surface preparation shall produce a cic=, 29 abraded, acid sound surface, with nb evidence of loose concrete, loose brick, 30 loose mortar, ail. grease, ruc1, scalc, outer contaminants or debt,;, and shall 31 display a surface pruMe suitable for gpplication ofthe liner system, 33 b. SPOI 88, Dh;cantinuity (7ioliday) Testing of Now Protective f'oatuigson 13 Conductive Substrates 34 1.4 A1UM NUTRALTIVE REQUIREMENTS (NOT USED] 35 1.5 SUBNffl'TALS 36 A. Submittals shell be inAccordance, e, ith Section 01 33 00. 37 U. All submittals shaR be approved by the City prior to deliverer. 38 1.6 A("[ ON SUBN ITTALWINFORMATIONAL SURWFTALS 39 A- Produci Bata 40 1. Techx ical data sheet on each produr-t used 41 2. Material Safety Data Slicer (MI SDS) for each product used Orr'V OF FORT WORT11 Sana v_ Sewc7 M= 397 - Part STANDAltl) (-M TRUFT N SPE=CHICATtON D CU1.i NTS eirw NvJrcl Mk. it 117? fir vrwd February 4. 2()2.0 ATTAC H ME fort ADI -5 F'jwojecNM IBVW-0MprcdImeCTinal Part ?0 5pecif]catlo�f A�ldmclnti r�ltr�,�1�R„ �13i 3r] Gfl_Lin��s ri4( smiLuy Sewn Struet m Rcv3 3-4-20 W11doc 33 3!� W -4 UN FOR SANTT kRY SEWER 9TMJGTIfRF9 Page#of II 1 3. Copies of independent testing perforrrted on the coating product indicating the 7 product tneco the requirement as spe6fied lie -rein 3 4. Technical data sheet and project speei.lie data for repair materials to he tupicuuted 4 with the coating product including appIica►fion, cure tie and swfaceprrparatian 3 proerrdur� 6 5. Material and method for repair of leaks or crack in the strucr=. This avplies� to 7 repair work on.both existiag stnictum-tj. marslioles and now iWtslled m iihOlc.-,r g (including l veloper projects) and structur that have bum identiliad witliumcks . 9 voi.ds, signs of i.nf Iuafion, et -bar structural detects or 01.her related construction 10 damage. 1 1 B. CantrWorDkta 12 1- Cumm documentation! from coatmg pvodkict roannthctusrr eerti#yingt'nntrnc#or=s 13 training (an&or licensed) as as approved installer and equipmunt complies with the 14 Quality A&% ranee requirtmenin �poc iflud herein 15 15 recent references of Contractor mdlcating suo=s0w application ofecuiting 16 product(s) of the same matcFi9 type as spctiEed herein, applied by spray 17 applic;ati€rn within the municipal w ak;wwater enOrminent, References sill inelude- 18 at least the following, owner mune, City inspwor name anti phone number, proica 14 namelnumber, size :end linear footage of sanitary s.cwur main. manhole diameter, 20 gt=turt dimensions and auaiber of each, square feet (Qr venical frrt) ofproduct 2.1 install led comtract cost. and contract duration. Contractor must demonstrate s 22 guccessfvI history ofiastall ing the product in k;Mctare5 of gill far size and scope 23. and update tl eacb tinie tin: ccrntmelor applies f4 and regpws its PTvqlaalifi ation 24 for the Watm Departi_uemt, �S 3- For # evelarper Projects — at 1,he time of Contractor selectim, Ux-Prcqualitication 26 Statement, SoWon 00 45 12 shal l be submitted to lhc City, clearly indicating the V contrtaLacrr prequaUed fur installation of vtuctureimanhoIc liner- No other bad 29 subrnittais sbll he accepted that include hnmg cuutractofs whose par qtl: hIwation 29 rerun Ivu expired or is not mi the active contractor List at the time ofconiractor 30 I}cl" fiaa, if the submitted forms for this project neat acceptable, lilt City w ill refer 31 to the curl-m active coratactvr prequaiitication list, and the Contractor shall selW1 32 the appropriate manhole lining subgonmuiorbased on thi —project scopc ofwork- 33 The Contractor shall then provide the revised Prequalification Statement Section W 34 45 12 for review and acceptance- 35 4. TTais Specidcation (along with the CCW SpeGi%ration) and the--BRVicrtr7€€1 36 Kubmittahi including the work plan, f A)QC, testing, closeout documents, etc. AA 37 be discussed -as part of the Pre-ConstructiumAgendii for each projoci (Deveivpar 38 projects fntluded)- 39 5. For any project, Developer projects Lncludtid - if the Contractor procae& witb 40 application of an unapproved liming product an&w using an tsttqualilied 41 subc;ontmaiur for IIiiIiig, the City Shined recommend eiIht-r repair aa&ar removal of 42 any defective lining matcrial and have 1lie Contractor select un npprovtd 43 su bcon=ctor that caii apply the approved lining materials. This work shall be at uo 44 hdditianl crept to the City. CT Y OF, FORT. WORTH STANDARDCONSTRUCrIONSPECJPICA f LONPAXTMWr5 1;A'iyo1'1-'tUUd1Y 4, 20;w Sunimrjr Scwcr Mum 2S7 - Part CiW pwjcc4 No. 01227 ATTA HMENT A171-5 1propaetiiso3liiy?�U 1 � cL J�iaai+ 7 tan all &)-Umm fur S-iinrySewer Slmzmm tlew3 2-4-M) (tW2).iliK 333960.5 UNEFUN FOR SANFr RYSEWEIS I'RUCTURIR PagrS oF1 I 1 6- Schr-Aule and Sequr«nct ofConstrucliari , Considering this is aspecialiaed ? install$tion performed by only czTafied applicators, the. schedule for tW8 Work has a 3 lead time drat shalI be: included in the Contractor'r, schedule. If the Contractordoe:� 4 riot provide written notilicati[m and/or fails to schedule the subcoalractorin 5 advance, 11w City shall not be responsible far any additumal costs and/or delays 6 caused by dm Con=tur. Contractor 0 a I I pmvtde the up&ted oan-stiuiqtion 7 sabedu I and work plan (including manhole ore r r�rtis n, repairs, lining. testing. 8 etc.) in accordance with Section 0I 32 16 at least 1 week prior to start oflia.ing 9 activities to the City tnspwor. City Project Manager, Writer Fictd Opcm Iion.8. and 10 Water Capital PMJeets, Equipment shall be on -site and in working order for the I 1 testjPig . Tf [lie Canirnctrir is unable to hSvic equiptnrMt ready for to sting, the test date 12 ahEffl be resc>aeduled accordingly with the lnspemtnr. The updated construction 13 schedule shall clearly indicate all slated construction activities at the manholes 14 before and after lining. AIJ paving activities, i.nclading any &tta.1 Bade adjustmrnts 13 for numhOks outside pavement shall be completed before Contract -or begins lining 16 work. Alter liner iwtailation, Co itractor shn1J wait. a miniTCliun of 48 hours to 17 al.low the 1h.er material to Affly cure before returning the system to normal.w vice, 18 CCTV per Section 33 01 31 shad be schedl led after the limn bas beenctvmgleted 19 to drrctimmtaad oonfirm the wnholes- have been Iinc 1. 20 1.7 CLOSEOUT SUDi1+ MALS 21 A. Testing Documcrimdon 22 1.Provide test results required in Section 2-4 and Section 17 toCity. 23 a. Include the following manhole ar strucure- location informati(m: 2A 1) Existing sanj tary suwer mainfl teral number, 1=or Dc vuluper flrojicts, 25 provide prvposed saniW y'sewer litre nutrrbcr as designated on the plans and 26 provide the existing sanitary sewer main/lateral akimbcr at connection to the 27 cxitit manhole (if applicable). 28 2) Station number 3) OIS ID number (if provided during -omia t eicm), 3.0 b, Impeeti�lr report of each manboic/structure test4M (Sec attached sample reports 31 to be used for Wet Film Tlticlatess, I%Ianliole Holiday/ parlt. Detection, and 32 Ulanbok! Adhesion 'Pest). 33 I.S MAINTENANCE MATERIAL StBl4 fFT'AL [NOT USED) 34 1.9 Q.UAIE.I'I Y A. SURANOE 35 A. C ficati4ms 36 1. Contractor 37 a- Be trained by, or have traiuing approved and cm-fified by, the costingpradnct H manufacturer fbr the handling, mixing, applicaion and inspection of the coating 39 product(is) to he used as specifiedl!rerein 40 b. Initiate and mforcae quality control procedures cmk tent with the coating 41 product(s) manuT'actui-cr recommemiations and applicable NACE or SSPC' 42 -.4 ndards as rl~tie=ccd herein CTFY'OF FORT WORTH SrANZ)A4R,D CONSTRUCTION SPrKIFICATIONT DOCUMENT" kfrr6L%1 Frhnrary-4, 0 54mary+ S"-o ribin 2-57 - F'j"-, C-try fir. NM o i —n ATTACHMENT AD1-5 F: prolactc_{I I81X)4U-431xSpeu?:&imr.Finul Pu1l20 V3319 fib Liners rw 5anoary-Eewa Rlr�rctuinsRevJ2-4-30105,1 m - 33 39 60- 0 5ANrrA1tY SAYER 5TRVCMRI`S page 6a[ I 11 11.10 DELIVERY, STORAGE, AND HAltil}1.1NG 2 A. Keep mle ials dry, prc)tected from weather and stored undercover, 3 H. Store dating m uaWs between 50 do es F and 90 degrtes r_ +4 C. Do not Mere near 133mc. heat or strotlg oxidants_ 5 D. Handle. coating materials according, io the irmuterial safety data shwa b 1.11 FIELD JS I COMMONS 7 A. Pmvidc confined space entry, ilow div ion author bypass plans as n�saryto shall t>� S perform the Wecified work. Active Mows diverted with flow d mugh plugs us 9 rngairad to ensure that flaw i4 maimiined off the surfaces tQ be -lined. to 1..12 WARRA TY 1 1 A. C ant aaurWarranty 12 1. Contractor's Warranty sh-Li 11 he in accordarwe with Division 0, 13 FART 2 - -PRODUCTS 14 Z.i O NIA R-FURN I RED (cFt] O l t-SiJPPLIM PRODUCT ]NOT V EDI 15 2.2 EQUIP-1rIENT, PRODUCT TYPES. fvLtTVR1ALS 16 Repair and Resurfac; iiV Products 17 1. compatible with the gpccjficd noatinM. prciduot(s) in order to bond efftetivoly. thus 18 formijag a Gornposiic sw-cm 19 2. LlNed and applied in accordance with the manufacturer's reeommettdahow 20 3_ 'rhe repair and resurfacing products must meet the folio in '. 21 a, 1 DGp rcenl solids. salvem-free epoxy gmul spt ifieally formulated for epoxy 22: topcoating compatibib y 23 h. Factory blended, rapid setting, high early WrI19LIi, fibcr r6nr6rced non-!;hrink 24 repair mortar timt can be toweled or pneumatically spray applied Intl 25. spec:ificaby for ulatdd to be suitab3i� fortopcoeung wit�Lthe ipreifiedcotrting 26 pri:�iuct used 27 B. Coating Pr ud :-Ig 1, Capable ol`heiug iDstailed and curing properly within a manhole or cortcrcte utility 20 CnVimniu nt 30 1. kte sistani to all Forma of chemical or haete>iolagical attack found in mura icipnl Al sanitary s wex systinm% acid. c-a pable of adhering for typical numbole structurc 32 subst:ralcs 33 3. The 100 perceos solids, solvent -free ultra high -build oxy system shall exhabilthe 34 fbUotxring characteristics'. 35 a. Application Tumpe anute r 50 degrees 1=, rainimiun 16 -b. Th-ickncss —125 mils iniaim= for newly installed structures: 250 mils 37 mitumum for rebahilitat on of existing structures (Warrea EnvircmmentO 38 System 301, ARC SI HE by A-W. Chesterton Company) CITY OF PORT WORTH Smilmy Sawa.Main 257 - For 2 STAKE AR-D CONSTRUCTFON 9PECIFr-ATION 00 [N"'N city Pigjzz No- u1'2 7 l owi�od FdMM"y a, X120 ATTA HMENT ADt-5 ojortwo31 8VM-41Pars :B $peai,13ah ms AsWmW A{lckrasiactF 1 %3 3 364 64_I inora fuc 5uetiCory Sswrr 5trueturr-% t2sV3 2 4. �1 (04 kd�c 33 34 - 7 LINERS FOR SANFTA.RY SEWER STRUMAZ Fb�.t 7 u(I I 1 c, CDIor- White, Light Blue, or Beige d. Compre3sive SIrung#h (per A STM D695) - S,KW psis inimum e. Teiisile Strength (per ASTM D638) - 7,500 Ni minimum 4 f liardnessi, Sbote D (per ASTM D4541) - 70 minimum 3 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) - 80 tag loss 6 Maximum 7 11- Ficxural ModuIw (,pct ASTM D790)- 4.00,000 psirninimum 8 i_ Flexural Stren.gTh (per ASTM D7 )-1?,000 psi minimum 9 j. Adhesion tQ Comte, mode of failice (ASTM D454I ). Sub' rate (concmte) 0 faijwc ] 1 k, Chemical Resistance (per ASTM D543=D) all typca ot~#eMce for 12 l) Municipal sanitary ,twer environment 13 2' Sulfuric avid, 7.0 percent 14 3) Sodium hydroxide. 20 permsw is 4. Or, The multi-I.ayermodillied polyurea and polyumthane slssIt exhibit the following 16 c tiamcteriatics; 17 a. Application Tempexaturc - 50 degrees F. minimum 18 b, Thickness - 500 mils min irnUm( peotr3L5hWd) 19 e- Moisture Barrier and Final Cormsi€+n Barrier 20 t 1 Co I or - Pink 21 2) Tensile Stmngt}t (per ASTM D 4].2) - 2550 psi niinimutn 22 3) Hardness, Shore D (pet` ASTM D? 40) - 56 minimum 23 4) Abrmian Rcsigiance Qr ASTIviD4060)- 20 mg I=maximuin 24 5) Pcrcew Flougation (per ASTM D412) •- 269 25 d_ Surfacer 26 1) Cornpres$ive Strength (per ASTM DI 621 } -100 p6 muninurn 27 2) Dc:.gsity (per ASTM D1622)-51balcu fl rnmimum 28 3) "Shear Strength (per ASTM C273) - 230 psi minimum 219 4) Clo,icd CcII Conturll (per ASTM D1940) - 5% 30 C. Coaling Application Equipment 31 1. Manufac"er approved heated plural compimant spraycquipmeni 32 .. Rard to reach areaq, prat er—application and touch-up may be peTfurrned LIaing hand 33 tools, 34 3. Applicator shall use approved spec isIty eclnipmmt 41al is adtAllate in size, Cap=Ity, 35 and number suffici t to acwmmplish the work in a timely Inutnc�-. 36 2.3 ACCESSOREES [MOT USEDI 37 2.4 SOURCE QLTAL.ITY COOL 38 A Coating Tluckn Testing 39 1. Film Ttriekncs:4 Tesd g for epoxy systems 40 a. Fake wet film thickness gauge measurements per AS TM D4414 - Standard 41 Practice for Measurement of Wet Film Thickness by Notch li ggrs at 3 locations 42 within the maabole. 2 spaced cqually apart alt3ng the well and I on the bench. 43 I't Document and attest measurements and provide to the City. 44 2. Thickmcss Testing for modilyed polyrarr Iineraystera CITY OF FORT WQKTH -rA..IMARUCONSTPLIL FION SFFCIFICATION DOMMENTS i VYLged F& u lfy 4, 2Q0 Sanity Seazr Main 2-57 - Fail City Pmjtvt Np 01: 37 ATTACHMENT ADi-a F:IfMJ %0II V1417s7I%SpecaTingsF[na1 FAT asp iireatinnluldaimdu Ad+9endum V-11 3Q 60_Lire" fill-SmaLBU Scurr SLructuirs Y.ew3 2-4—" (OQJ T Aca t 2 3 4 7 33 39 end - 9 LPJF;RS FOR SANITARY SFV#F:R S'rRUC-TURE5 Sage R of 1 I a- Lipton ir��l�llatian of ti�s� Find Corrosion f3atrier insert g�he into substral:c 1r dvth of systaw nmeasurern I at 3 locations within the, manhole, 2 spaced equally apart along i lie wa l l and 1 un the bmc h, 3. Document itll S�!sting results, and provide to the City - B- Non -Conforming Work 1. City rewrvrA the right to require additional testing depending oa the rS#e of U-tare, 2, City will selcct lest ng locatic"s. G. Testing AV9. ty . 4��s man hal mil; he fimt i C. Tc:stiag Frequency I . Perlorn-i th.icl)i;.ss, ihoiidny &(,x6ar4 adht:!;icrn tuts On all manholes and junction structures Io be !hied and prm idc rcwits using the tcst lbrais belitnd tljs 8ectior.. In arkhtion, prrfa m %Icuum [c'-�[t and pmvidr rtsults using the tes1 form per Senor 33 0130, Sewc-r =d @I+laslh le'f stia . 15 PART 3 - XXEC UTION 16 3.1 INSTALLERS ERS 17 A. All instillers srhall be c"fificd Applicators. approved by the mwu aureM.Appiicatnr l 9 shall use adequate slumber of skilled workmen that have been traimed and expuritmccd for i L) the approved product. I$ 20 3-3 PRE1PA[IA'I'ION L I A. Manhole Preparation 22 l . Stop ar.6ve flaws -via 4amming, plugging or diverting as rcqui�:d to eaassueall 23 Hquids are maintained below or away From the surfeox to be coaled. 24 2. mai.ntait, tempcmture of the surfacx to be ccm[cd between 40 and I20 dcgrees F. 25 3, Shield spteiried surfaces to avoid exposure of direct Sunlight or nLher inienscheat 26 %lur . ?7 a. Where varying surface mnpr-=u rs do exist* coating installation should be LS sLlxcdWcdwhen tine[=peratureisfalling.ve us rising. 29 B. Surf = I'rCP,-1n iion 30 1. Remove ails: roots. grease, tnutirrrpcttible existing coatings. Wimes, form release, 31 Curing compounds.. cfflvrescance, sealers, Salts or other w1a=inanis Which may 32 affeci the pctforrnance and adhesion of the eoaL4 to the su bstratc. Rewove any 33 steps found in the structure:. 34 2. Rermcrve cancretc andor mortar damaged by conosi nn, chmucal attack or other 35 means of degradation so that only sotutd substrate -remnins- r-ffY OF FORT WORTH �Iftna4ry Szwer.imn 15'? - F4-0 ; STANDARD CON. 'rftLl[" UN SPEC LECATKM DD.CUMENTS City F�v,Jca No. it C227 Rtvimd Fek,rwary d. "M ATTACHME h1T AD 1- 5 F:'%1XU CW--jA1$-e}A[I.UI1SPM2.1 maljnajFan2BSpca�ficutitw�r.'� d'��mC'3334bll_LimtiIAur9uui arySwcr !11=1weN ReY'a ?--20 {A03],'w 33;QW-v UNERs FOR SAINTPAKY SEWER STRUCTURZ=S Fag 96rI1 1 3_ Surface preparation mrlhad, or conlbinrtion of metilods. Ibnt may k e Li-sMigolLide 2 high pressure walur cleaning, high pres�urr wetter Jetting, abrasivr, blasting, 3 thotblastingt grindittg, scau*ing, detergerA water cleaning, hot water blasting and 4 otheT os described in SSPC SP 13INACE No. b. 5 4. All methncht used shall be pet'fomed in a rim nerthat prctvWes a um form, gounld, clean, neutralised, surface sWtablc for the speci Cted coating product. 7 5. After completion of surface. preparationi, m eat for leaks, cracks, hsa14-,s, exposed R rebar. ring and cpvpr condition, invert condition. tend uile-Youtlet pipe condition. 9 6. After def�,cts in the stfucture have, h= identified, peal cra&s, repair exposed mbar 10 with new rcbar tit match exi,�ting, repair leaks and cracks with grout or other I I methods approvW by the Manufacturer. All muse rebar stroll be embedded in ] 'ri 12 welt epoxy mastic_ Replace/seal connection between exiraing frame and Ahnney if 13 it rL found I oow or not attached_ 4 7, The repair materials shall be trowel or spray applied by the ringC:antractor 15 utilizing proper` equipment on 10'speci#i4W surfaces. The equipment shall 16 spectlafly de,,,xgned 10 = irately ratio and apply The specified materials and sNil be 17 regularly maintained snd in proper w*rking order. The repair Fnortar and epnxy J 8 topcoat mwm share the. same epoxy matrix to ensure a bonded weld- No 19 cemealitious repair ntatenal, quick Su ing high strength cor vmge with Iatex c+r 20 curing agent additives, or quirk set mortars will be -allowed- PrupeTsurfuce 21 preparation procedures must be followed to em= adequate bond strength to any 22 surface to he coated. Ne-w eetaenl cum tame is at least 30 clays prior to coating. The 23 repair materials as specified in this Scctnon shall apply to both existing structures 24 and nevv metalled striictur.+es. This inctudes Developer projec ts, in which new 5 installed gtructurcslrnA holes have beau identified with eithercrack!3, void �. sigm of 26 in#iliration, OtIlCT AMC txaai defects car other related construction damage, 27 3.4 INSTALLATION LATION 28 A_ Cxcrteml 29 l . Peffo nt coating after the wwcr Lbie repla=ncntlrvpairs, grade >idJ t}stmentsand 30 grouting are complete. 31 2_ Perform application pvxeduros per recommendations of the Watingpraduct' 32 manufsaturt!r, including eauironmental controls, prodlsct handbrAg, mix* and 33 application, 34 & Tumpen. tum 35 1. Only perform aPPlicaIion i r suffaco temmature is between 4011ncl 120 degrms P. 16 2. Make no application if freezing is expected to occur inside the manhole withinN 3T hours after applic:alion. U. C. CowtiJUg Sit l . Spray aliplY per manufkWrcr'9 recommendation at a mininiunt b Irn I h i kness as 40 noted in Section 2-2.B. 41 2_ Apply Ming from bonom ofmauhnle Frame to the bench{irbugh, including the 42 benchltrougb. C'rrY OF FOl r WC 1,14 son laE}r sew cr hfiaEn : S7 - part 2 STArvAARD CON-STRUCMN PEM. - CATGDN DQCUh415N [S City Pram[ No. {11227 Kmrmcd Febraaty 4, lel2G ATTACHMENT ADI-5 F:,Pro)eaWA11 t81N fr-rlkspevAFiwZTom! past,'9 5peeifWBtitm3%Add&kdalAddead= 1W 39 4b_LFwz fir 5mA y S,rnrr 34n6a-1n LINERS FOR SANfTARYSEWER STPW L'RES P040 10 of I I 1 3. Amer wails are coated, rt:movu munch rovers and spray benchf'trough to at least the 2 same thieknesa -as the wall&. 3 4. Apply any topcoat or add itialtal cuts within the produa'�i recoatwincicaw. 4 '.a. 11cLi.:ttimal surface prepariktioti is required if the reuoat window is exceeded S 5_ Allow a minis s ni of 3 hours ofc= timc or he set hard to touch l fore rcact.1Wating 15 flaw, 7 3.5 REPAJR I RESTORAT[ON INOT US D1 8 3.6 im-IN TALLATION [NOT USED) 9 3.7 YIELD QUALITY CONTROL I A. such structure will be vi"iy inspeimd by the CitY the same clay following the 11 appl.icatic>� 12 B. GroundwatariniMtration of the sytaem shall ba ?ern. 13 C. All pipe c:onmw'ior►.s &hall be opein and clear. 14 D. The inspector will check for deficlencics. pinholes, voids, cracks, uncured spots, 15 delaminaticm, and Ihin spots. Any d6ciencies in the liner slt<a.31 kre marked and repai rod 16 according to the procedures ortlinE4 bY the MAtnufactumr, 17 F. If leaks are deflected they wit be chipped back, plugged i sad coated irn mod iately with 18 protective epoxy resin coathag. i 1. Make repair 24 hours after leakdctucricaxt, 70 F, Fast Ias-tallw1m CoatingTeMs. 21 1 _ After liner instalLatson, cund t post-C 12 V in aicordance with Section 33 0131. 22 Video camera shall be towered From the top of the manhole to the, invtr, to vidLo 23 all lured surfaces, prior to bcginai.ng post -CCTV of Elie ruin. Payment for this 24 work it; t�ubsidiary to the cost for the p*st-CTV ofthe Gain. 25 2. holiday J]etecljonTes(mg 26 a. Holiday Detcetion teat the liner mNACE SI10189—Disconfmuityffl hday) 27 Testing of New Pmtel:tive Coat€sags on Conductive Substmics. Mark all 29 dele ted hAidays. Repair ail holidays in accurdancc io coaling manufacturer's 24 reeoFn emdationt . 30 V) Doc=ent and aitcst all test resulu�-mpaim made uttd provide to the Cit} 3! {see attached sample structure)nimhole report). 32 !)Fore xample, ttte typical testing Mquir=cnits arc 100 voils per mil to 33 13,500 Trolls to test 12.E mils. C Qntractor ghalI marls any location thai �Lhowt a 34 rsp€{rk or potential for a pinhofa and repair theme loc:atiaar, per manufactwer .35 rmommendations. ifs" 3. Aclhrsion"festiag crrtr of FoP'r woRT s SAniwy Srwcr M5i11 ? 57 — Troth 2 STANDAkD C{gNVML:C," I'IfiNJ SPFZ. WXi&r P �l-DOC IMWN' Cate Pmjcci Nn. Q1227 ON ArrACHMENTADI-5 F:�pau�e�w� 03A 8' 4U�1P4cCMFerWTi3 sl P&M'28 S}=ifidUiLMa,A4d4=aft!Uk UC=1=L J133 39 C _Libor rar SautiBary So*zr Suu�tiuras � ��•Z0 f+W3°}.dot 33 39 Gt� - t l LINERS FOR 5ANlT Y SEWERST7UCTUR.ES page. lr*rIi 1 a. Adhcsion test the liner Ka minimum of th= locations (cane are, ntid-sectien, 2 and bottom of the 5tructn.re), For structures exomding 6-fom add one addidonW 3 test 1•or every addi tional 6-feet. For exampie; 66foot man ole— 3 tests. 6-feel., f- 4 iuc:h manhole dirt I l-reel, l 1-inch manhole —4 testst 12-foot manhole —5 tests. 5 Ftc... Tests perfarm-cd per AS-1(M D7234— Standard'Iest Whod for Pull -Off 6 Adhesion Strength of Cominp on Concrete U-nng Portable Pull-Wf Adhcsien 7 Tcgl era. 9 1) The adhesive used to attach the doLiies shall ha* a ten&de strength greater 9 that lire liner, 10 2) F•ail urc of tin dolly idh"ivu is de=ed a non-ttNt and requires remb-ting. 11 3) 213rda of thr, pu Its shall exceed 300 pet or coacrete Wute with more thari 12 50% of the suhsurNce adh d to the Coasting. If over 1/3' fail, Wjitionaltcats 13 .may be regii r d by the Cky. If additional tests fail the City may require 11 removal and replacement of the liner at the c4ntrai3or's e%pcnsc. 1-5 4, A Wndcci third-partywsling company shall perform thviesti.ng_ l6 S. Or CnntFactor may Mform te'M if itn�d by representative of theccating 17 manufacturer. Coaxing manufacturer repTesentative to provide ocrtificationthni 1.8 Contractor performed tests in accordance with noted standards, 19 G- Ix =-Coafmming Work 20 1. City reserves the right to require additional testing depending on the rate of failure. 21 2, City will select t€stinglocatiolas, 22 3. Repair all defecr-q according to the manu racturer'srecemmeridations, 1 , P-. ,�4.0 of leas maelie ? _ 1V,4-ind-1_ z ,~1 27 3 Giy -rfa ed. 28 H. 'Testing Frcqurincy 29 1. Perform ihickrae , holiday detecl.inn. edhesion IBIS an a911 manholes and junction -5ru ou rts tcl blc lined and provide ramilts using the teat forms behind this Section. In addktiott, perform %raeuum teo: and provide rm,4�ults xrsrtig [he test fonn per Section 33 01 10, Sewcr :md Manhole Test ll1�*. 30 1. Test manhole for Canal accepumce according to Section 33 01 30. 29 3A SY.WEM S"I'ARTUP [NOT US }1 30 3.9 ADJUSTING (NOT USED 31 3.1.0 CLEANING [NOT USED] 32- 111 CLOSEOUTACrMTIiES 33 A- Provide all test results from ton ling per SeL;[ion 2A and applicator ct rtifzcalions per .�S�tion 3, 1. and in acizordanec w lh Section 1.7. in addition, perdb rq vaeumn test end provide 35 [ ping.the test f0 mper-Section 33 01 3(), Sewr-randM. attbole'resting. � 36. B. Upoaa finGI completion of the wurk, the manufactnr-er an&ar the taming firm will 37 provide a mitten certiflcation of pmper application to the City. C IT OF PORT WORTH 5T11,*ItsA.RD CONaTRUCTION SPECIFICATION 000)OAFN-FS Re%;sariFerneFyJI• 2920 Saallary Sewer MbiY3 257— Plm City Ptialect Ne. Ci I= ATTACHMENT AL31-5 1'-" rrr?YMWD3 E8',040r4! SFroeV+inal-Tuml Fort M Ik33 39 6'D Lf,3m Ft+r'SoniMoy Sewer SLruclu s krro3 2-4-20 f0021-,mac 38 C. The certification will confiM that the dificicut areas wcre.' rePairrd is a=r€ imt'uwith 39 the procedure set forth ixr tWs SpecificiWou. The JhnaI roport will demll the location of ft 40 repaim in the smw, ure and description of the repairs. See attached testing form ;- Crry OF FORTWOR7'11< 4-r-ANDAKDC'- I STRU-CMN 91'MMCAT[ N!DC]iCUhiFYrS k-v Lged Fobr"y 4, IB213 5aulkary Sera Main 157 - Port City PwJeo Mci.Oi32" ATTAdHMENT AD't-5 F .pmya aWlij J NW40-015.Sp d.finaF.Fnmj Iwt 1333 39 Ga_Lnw% fur Suniui S& wer SLFw=(UM; ReV3 2-4-2R 04:)AW 3.12 PROTECT ON ]NOT US]WI 13 f3r) - 1 "_ LINI=- RS FUR 3ANTTARY SEWLr-'KSTRII{'TURF-S Pagc 12 tIit I i 2 3.13 R+fAWIMNAN E fNOT USED) 3.14 ATTACHMENTS SNOT USED] END OF SEMON Pmy"iort Log DATE I fL F. SUMMARY OF CRANU E< Furth-eT cfenfruttEnri an the sizes and q-pcn of mmhales HnJer Purl 12. Rffnovai Of Raven Unirrgsystan nrrtl ittclustarl ofSpeo=gltlold nrKI Warrcn Enmirnmilimenrul 024 -2020 J. I mmvich Syvs n 301, and ARC' Sl HB by A_VY Ches1cmu Company. Addititirlal wwcc quality oonrrul mud field qui[ty rxmtm] im roquiremtmts.'Addcd testing formm fort Wei Film Thicli€um. Munbulc Holidaylgpok Wectiun- and Man huic Adhc�i" Test. cm OF FORT WORTH aamli I srwrr Mdifl'L 7 — FM1 Z STANDARD CON5TRUCTION SPECIPK--AT14N Dctcu riFN1 S Cif t'rojrct N,f r.11227 I arited Fobnmry A. 2920 ATTACHMENT AD1-5 F_Vrojmisw18\040-01-spccrLTine-fieni Pz�t2.H 1L33 -�9 till— lAtir s for 5omiurry sews Stro`pum Rtv3 24-20 POST INSTALLATION FORT WORD Company Name: Address: Phone #: Cell. _ Coating Date: Project Name: Contractor. Owner: Thickness of Epoxy Coating: Location of Structure: Une & Station ##: Structure Type: (check one) MANHOLE ADHIESION TEST FORM Work: Crew treader: MANHOLE INFORMATION Other: Pra}ect #: 4' Di MH TYPE A FLDW DIV BOX Sr �6' 01 Ih H TYPE B FtDW DIV BOX �7' D! 1w+lH JUNCTION Bp}C �SPHIPHON bI Mid ENTRY BOX METERING STATION Adhesion Test results Inspection Date: Indicate test locations on dirawin Inspection Company: Inspector Name: Manhole Depth: Dumber of Tests: Test Results; Cornrnents: Non-Manhale stnutum may teg0rie additional sketches to Indicate testing location far ail testing precedum. Include additional sketches m needed. &rTJhr."U -M,r AMA 11 POST INSTALLATION FORT W R . MANHOLEHOLIDAY/SPARK DETECTION TEST FORD Company Name: Address: Phone #: CO. Coating Rate: Project Name- Contractor - Owner: Thickness of Coating: Location of Structure: CrieLeader: WOTk Project #: NlANI101.E INFORNfATIO�V Lire & Station #: Other: Structure Type: (check one) �4' DI MH TYPE IA FLDW DIV BOX S' DI MH TYPE $ FLDW DIV BOX 6' DI MH JUNCTION BOX T OI MH SPHIPHON ENTRY BOX METER IN 6 STATION Holiday Detection Test Results Liner Material.- Indicate defect locations on drawing Spark Tester Seriai # : Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair Date: Comments. *Non-Ma nn*le Structures may require aaditiorsaI sketches tia indicate testing to tion for alI testing PTGEedures. Include additional sketches as needed. BTTAe'M1RFMT AMA company Marne: Address: phone #: Casting Date: Project Name; Contractor: Owner: Thickness of Coati Location of Struct Une & Station #; Structure Type: (CJ POST INSTALLATION MANHOLE LIFER INSPECTION FORM FORT W01r, Celt: __Work; Crew Leader: Project #: n g: ,are: MANHOLE INFORMATION Other: ie€k one) 4' DI MH TYPE A FLDW DIV BOX S' DI MH TYPE B FLUW Dill BCC V DI MH �7' JUNCrIQN BOX �SPHIPHQN DI MH ENTRY BOX METERING STATION Vet Film Thickness Measurements Wet Film 'rh Ickness Gauge- per AS`)"M D4414 a1 i Locations Within the N-lanhole T%vo ( ) Spaced Equally Apart Along the Wall and One (1) On the Beach eps: Yes 1 N tructure Material: Lining Material: Comments: Indicate Measurements on the D(a MH Depth: mH width: Bench* Mil (Gauge) Inver# (Sprayed) *il No, lustiN Yes / t o 1251 Yes I *No I A7T8r`.;4#AF#rt Arti_A POST INSTALLATION MANHOLE VACUUM TEST FORM M Company Name - Address: Phone #: Cell. - Coating Date: Project Name: Contractor: Ownf�r: Indicate Pass/Fail: Location of Structure: Manhole Pour or placement Date: Line & Station #: Structure Type: (check one) Crew Leader: Other: Work: Project #: 4' Dl MH _TYPE A FLDW DIV BOX 5' Df MH TYPE B FLDW DIV BOX �6' DI MH JUNCTION BOX �7` 01 MH SPHIPHON ENTRY BOX METERING STATION Vacuum Test Results FORT WORT I Inspection Date: Repair Locations Inspection Company: Inspector Name - Repair Date: Repair Location: Type of Eti�pair: Repair materials- Comments - ATTAf` KA=K1T An9_r THIS PAGE IS LNTENTTI NALLL LEIS' BLAND 334910--1 CAST -IN -PLACE STORM DRAIN MANHOLFS 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 A. Section Includes: 6 1. Storm drain cast -in -place concrete manholes and junction boxes 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 B. Deviations from this City of Fort Worth Standard Specification 1. Nene. - Include -in 1.2 PRICE AND PAYNIEN'T PROCEP4ES, Pant A, Meru 3, C. Lined and coated i31P. fng.foT.VeWfi, k3) Lined, and coatedDIP.hiti.*-9- ki-11 4"FIuinttlic.BaIIOhtic k-Mal v'e. S"[alrllesc SIee:] srr4ie;I ►) Reirf; rced and n6nre€€lforced Concrete-Slahs 'I7) 1'vc. to DI;4''i-imition. adap(ers, .1 1 Lnsur[ rI Tem. C. Related Specification Sections mi clude, but are not necessarily limited to: 1. 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 3123 16 — Unclassified Excavation 6. Section 3150 00 — Excavation Support and Protection 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 05 13 -- Frame, Cover and Grade Rings 27 1.2 PRICE AND PAYMENT PROCEDURES 28 29 30 31 32 33 34 35 36 37 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 CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs.ftvv.apailsharelprojects10318504MIlSpoc \FindTina1 Part 213 Specifeati0a8lC0nf0=ed%Addendum 3M 49 10_Casi-in-place Siam Drain Manholes and Junction Boxes.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 334910-2 CAST -IN -PLACE STORM DMAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 c. The price bid shall include: 1) 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 11) Clean-up 2. Stenn unitary Junction Boxes a. Measurement 1) Measurement for this Item shall be per each Junction Box 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 will be paid for at the unit price bid per each "Steffn ii% Junction Box" installed for: a) Various sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Fumishing, placement and compaction of backfill 7) Junction Box construction 8) Junction Box frames 9) Steps 10) Ring and Cover 11) Clean-up 3. Storm �atiita.ry Junction Structure a. Measurement 1) Measurement for this Item shall be per each Junction Structure 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 will be paid for at the lump sum price bid per each "Storm Junction Structure" location. c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ftw-fs,fhu.apailsharelprojects103181040-01\SpecsTinallFinW Part 2B SpmificationslConfor[ned49ddend= 3M 49 10_C4st-in-place Storm Drain Manholes and Junction Boxes-doc 334910-3 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 1 7) Junction Box construction 2 8) Junction Box frames 3 9) Steps 4 10) Ring and Cover 5 11) Clean-up 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 13 Sections. 14 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 15 Materials. 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS 18 A. Submittals shall be in accordance with Section 01 33 00. 19 B. All submittals shall be approved by the City prior to delivery. 20 1.6 ACTION SUBMITTALSIINFORMATI®IN SUBMITTALS 21 A. Certificates 22 1. Furnish manufacturer's certificate of compliance that their product meets the 23 physical testing requirements of this Specification for the materials referenced. 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, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USE, 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [oar;] OWNER-SUPPLIEDPRGIDUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 33 A. Concrete 34 1. Furnish concrete that conforms to the provisions of Section 03 30 00. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December20, 2-012 \Ttw-fs.ftw.apailshareVprojects103181040-011Specs\FinaltFina1 Part 2B Specificatioas\ConforwedlAddendmn 3133 49 10_Cast-in-place Storm Drain Manholes and Junction Boxes.doc 334910-4 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 1 B. Reinforcing Steel 2 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00, 3 C. Frames, Grates, Rings, and Covers 4 1. Provide frames, grates, rings and covers that conform to dimensions and materials 5 shown on Drawings and Section 33 05 13. 6 2. Ensure that covers and grates fit properly into frames and seat uniformly and 7 solidly. 8 D. Steps 9 1. Provide polypropylene supports and steps to the shape and dimensions shown on 10 Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 11 16, "Steps and Ladders." 12 2.3 ACCESSORIES [NOT USE DI 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION [NOT USED] 18 3.4 ]INSTALLATION 19 A. General 20 1. Perform all concrete work in accordance with Division 3. 21 2. Use of forms is required for all concrete walls, except where the nature of the 22 surrounding material is such that it can be trimmed to a smooth vertical face 23 a. Outside form for concrete bases supporting brick walls may be omitted with 24 approval from the Engineer. 25 3. Cast polypropylene supports and steps into concrete walls when concrete is placed 26 or drill and grout steps in place after concrete placement. 27 B. Excavation and Embedment 28 1. Conform to the requirements of Section 31 23 16, Section 3150 00 and Section 33 29 05 10, where applicable. 30 C. Manholes for Precast Concrete Drain Pipes 31 1. Construct manholes for precast concrete pipe drains as soon as is practicable after 32 drain lines into or through the manhole locations are completed. 33 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up 34 with mortar. 35 D. Manholes for Monolithic Drain Pipes 36 1. Construct bases for manholes on monolithic drain pipes either monolithically with 37 the drain pipe or after the pipe is constructed. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \Ttw-fs.fiw.ap"arelprojects10319%040-01LSpecsTinallFinal Part 2B SpecificaEnnslConformedlAddendum 3W 49 10_CasW -place Sloan Drain Manholes and Junction Boxes.doc 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND !UNCTION BOXES Page 5 of 6 1 E. !Manholes for Box Drains 2 1. Cast bases for manholes for box drains as an integral part of the drainage system. 3 2. !Manholes may be constructed prior to backfilling or, if the Contractor so elects, 4 manhole opening may be temporarily covered with timber to facilitate compaction 5 of backfiil for the pipe system as a whole with tractor equipment. 6 a. Perform required excavation for manhole, construct manhole and backfill in 7 accordance with Drawings. 8 3. For manholes that are over 5-feet deep, include all manhole steps required in the 9 wall of the box drain. 10 F. Junction Structures 11 1. All structures shall be installed as specified in Drawings. 12 G. Inverts 13 1. Shape and route floor inverts passing out or through the manhole as shown on the 14 Drawings. 15 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 16 the required additional material with the base. 17 H. Curing 18 1. Cure all exposed concrete as required in Division 3. 19 I. Finishing 20 1. Finish all concrete as required in Division 3. 21 J. Form Removal 22 1. Remove concrete form as required in Division 3. 23 K. Placement and Treatment of Castings, Frames, and Fittings 24 1. Place castings, frames and fittings in positions indicated on Drawings or as directed 25 by Engineer, true to line and correct elevation. 26 2. Frames or fittings set in new concrete or mortar 27 a. Place and position anchors or bolts before concrete mortar is placed. 28 b. Do not disturb unit until mortar or concrete has set. 29 3. Frames or fittings placed upon previously constructed masonry 30 a. Bring bearing surface or masonry true to line and grade, and present an even 31 bearing surface, so that entire face or back of unit will come in contact with 32 masonry. 33 b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as 34 directed and approved by the Engineer. 35 4. Ensure that units are set firm and secure. 36 5. Allow concrete or mortar to harden for a minimum 7 days. . 37 6. Replace and fasten down grates or covers. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 11Ptw-fs.6w.apailsharelproje is103181040-011SpecsSFina]\Final Part 2B Specif;:cationslConformedlAddendum 3\33 49 10_cast-in-place Storm Drain Manholes and Junction Boxes.doc 334910-6 CAST -IN -PLACE STORM BRAIN MANHOLES AND ]UNCTION BOXES Page 6 of 6 1 3.5 REPAIR 1 RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 110 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTAC11MENTS [NOT USED] 11 12 13 END ON SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Main 257 —Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised December 20, 2012 \\Fhv-fs.fhv.apai\sharelprojectsV0318\040-011.SpecsTiva11FiiW Part 2B SpcciEications\Conformed\Addmdum 3\33 49 10_Cast-in-place Storm Drain Manholes and hmetion Boxes.doc 3471 13 - 1 TRAFFIC CONTROL Page l of 5 I SECTION 34 7113 2 TRAFFIC CONTROL 3 PA.IiT 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Delete Paragraph 1.2 A.l .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 I2 2. Division 1 —General Requirements 13 1.2 PRICE kND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Installation of Traffic Control Devices 16 a. Measurement 17 1) Measurement for Traffic Control Devices shall be per month for the Project 18 duration. 19 a) A month is defined as 30 calendar days. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" shall be paid for at the 23 unit price bid for "Traffic Control". 24 c. The price bid shall include: 25 1) Traffic Control implementation 26 2) Installation 27 3) Maintenance 28 4) Adjustments 29 5) Replacements 30 6) Removal 31 7) Police assistance during peak hours 32 2. Portable Message Signs 33 a. Measurement 34 1) Measurement for this Item shall be per week for the duration of use. 35 b. Payment 36 1) The work performed and materials furnished in accordance to this Item and 37 measured as provided under "Measurement" shall be paid for at the unit 38 price bid per week for "Portable Message Sign" rental. 39 c. The price bid shall include: 40 1) Delivery of Portable Message Sign to Site 41 2) Message updating 42 3) Sign movement throughout construction CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 22, 2013 1Ttw-fs.ftw.apmi shuelpmjects103I85040-011Spe Tina]Tina] Part 2B SpecificationsMivision 34\34 71 13_Traffic Conool.doc 3471 13 - 2 TRAFFIC CONTROL Page 2 of 5 1 4) Return of the Portable Message Sign post -construction 2 3. Preparation of Traffic Control Plan Details 3 a. Measurement 4 1) Measurement for this Item be per each Traffic Control Detail prepared. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 shall be paid for at the unit price bid per each "Traffic Control Detail" 8 prepared. 9 c. The price bid shall include: 10 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 11 longer 12 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 13 (TMUTCD) 14 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 15 4) Incorporation of City comments 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 22 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 23 Transportation, Standard Specifications for Construction and Maintenance of 24 Highways, Streets, and Bridges. 25 1.4 ADMINISTRATWE REQUIREMENTS 26 A. Coordination 27 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 28 implementing Traffic Control within 500 feet of a traffic signal. 29 B. Sequencing 30 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 31 approved by the City and design Engineer before implementation. 32 1.5 SUBMITTALS 33 A. Provide the City with a current list of qualified flaggers before beginning flagging 34 activities. Use only flaggers on the qualified list. 35 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 36 Engineering Division, 311 W. 10' Street. The Traffic Control Plan (TCP) for the 37 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 38 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 39 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 40 Engineer, 41 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 42 Specifications. The Contractor will be responsible for having a licensed Texas 43 Professional Engineer sign and seal the Traffic Control Plan sheets. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 22, 2013 \Ttw-f Aw.apm\shueVprojeds163185040.015SperslFinalSFina1 Part 2B SpecificationsDivision 3*34 7113 Traffic Convoldoc 347113-3 TRAFFIC CONTROL Page 3 of 5 1 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 2 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 3 changes to the Traffic Control Plan(s) developed by the Design Engineer. 4 G. Design Engineer will furnish standard details for Traffic Control, 5 1.6 ACTION SUBMITTALSIIIrk ORMATIONAL SUBMITTALS [NOT USED] 6 11.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [MOT USED] 9 1.10 DELIVERY, STODGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTS.' [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 14 2.2 ASSEMBLIES AND MATERIALS 15 A. Description 16 1. Regulatory Requirements 17 a. Provide Traffic Control Devices that conform to details shown on the 18 Drawings, the TMUTCD, and TxDOT'S Compliant Work Zone Traffic Control 19 Device List (CWZTCDL). 20 2. Materials 21 a. Traffic Control Devices must meet all reflectivity requirements included in the 22 TMUTCD and TxDOT Specifications — Item 502 at all times during 23 construction. 24 b. Electronic message boards shall be provided in accordance with the TMUTCD. 25 2.3 ACCESSORIES [RIOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PRE1PARATION 30 A. Protection of In -Place Conditions 31 1. Protect existing traffic signal equipment. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 22, 2013 UFtw-e.fkw.apailsbazelpmjects10313\04"1kSpealPina[Winai Parl 3B Specifications\Division 34134 71 13_T mf is ControLdoc 3471 13 - 4 TRAFFIC CONTROL Page 4 of 5 1 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not make changes to the location of any device or implement any other changes to 6 the Traffic Control Plan without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 10 covering, or removing Devices. 11 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 12 and that retroreflective characteristics meet requirements during darkness and rain. 13 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 14 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 15 lights, signs, or other precautionary measures for the protection of persons or property), the 16 Inspector may order such additional precautionary measures be taken to protect persons 17 and property. 18 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 19 or in conflict with the proposed method of handling traffic or utility adjustments, can be 20 constructed during any phase. 21 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance of drivers entering the highway from driveways or side streets. 23 I I. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 24 be erected and mounted on portable supports. 25 1. The support design is subject to the approval of the Engineer. 26 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 28 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 29 approved by the Engineer, to be used for Traffic Control. 30 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 31 turn-ons, street light pole installation, or other construction will be done during peak traffic 32 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 33 L. Flaggers 34 1. Provide a Contractor representative who has been certified as a flagging instructor 35 through courses offered by the Texas Engineering Extension Service, the American 36 Traffic Safety Services Association, the National Safety Council, or other approved 37 organizations. 33 a. Provide the certificate indicating course completion when requested. 39 b. This representative is responsible for training and assuring that all flaggers are 40 qualified to perform flagging duties. 41 2. A qualified flagger must be independently certified by 1 of the organizations listed 42 above or trained by the Contractor's certified flagging instructor. CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01227 Revised November 22, 2013 11FEw-$.Aw.apailshure projecis103181040-015Spems Fina1lFina3 Part 2B Specfications\Division 34"4 7113_Traffic Control.doc 347113-5 TRAFFIC CONTROL Page 5 of 5 1 3. Flaggers must be courteous and able to effectively communicate with the public. 2 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 3 and follow the flagging procedures set forth in the TMUTCD. 4 5. Provide and maintain flaggers at such points and for such periods of time as may be 5 required to provide for the safety and convenience of public travel and Contractor's 6 personnel, and as shown on the Drawings or as directed by the Engineer. 7 a. These flaggers shall be located at each end of the lane closure. 8 M. Removal 9 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 10 and other Traffic Control Devices used for work -zone traffic handling in a timely 11 manner, unless otherwise shown on the Drawings. 12 3.4 REPAIR I RESTORATION [NOT USED] 13 3.5 RE -INSTALLATION [NOT USED] 14 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.7 SYSTEM STARTUP [NOT USED] 16 3.8 ADJUSTING [NOT USED] 17 3.9 CLEANING [NOT USED] 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.111 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 23 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 111221I3 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH Sanitary Sewer Main 257 — Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 03227 Revised November 22, 2013 kTtw-$.ftw.apai\share\projects\03161040-011Spec \rinalTinal Part M speciEmtionsMiwsion 34\34 71 13 Traci-ic Control_doc FORT WORTH E --• PROJECT MANUAL FOR THE CONSTRUCTION OF Sanitary Sewer Main 257, Upper and Middle Village Creek Parallel Relief Main — Part 2B City Project No. 01227 Betsy Price David Cooke Mayor City Manager Chris Harder Director, Water Department Gregg Simmons Director, Transportation and Public Works Department CONITOR ED Prepared for The City of Fort Worth Water Department 2020 VOLUME H APPEND X Plummer Associates, Inc. ... GEORGE I, FARAM .. 197448 r .ate✓ CE �, 04/09/2020 rORTWORTHe City ���'�or-' Standard Construction Specification Documents Adopted September 2011 00 00 00 - 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 00 00 00 TABLE OF CONTENTS Volume I (Divisions 00-99) Division 00 - General Conditions Page 1 of 5 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 00 45 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 004540 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 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control (By Reference) 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 11Ftw-fs.ftw.npaiLsbarelpr4)jects103181040-011Specs\FinallFinal Part 2B SpecificationslConformedlAddendum 3100 00 00 Table of Conteots.dou 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 01 77 19 Closeout Requirements 8178 23 Operatien afid Maintenanee Data 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 06 - Fiberglass 06 74 00 Fiberglass Reinforced Plastics Fabrications Division 26 - Electrical Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 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 320129 Temporary Asphalt Paving Repair (By Reference) GeneFete Paying PCC' i : 32 11 23 Flexible Base Courses (By Reference) 32 11 29 Lime Treated Base Courses (By Reference) 3211 33 321137 Cement Treated Base Courses (By Reference) 'Freated 32 12 16 Liquid Soil Stabiliz Asphalt Paving (By Reference) 32 12 73 Asphalt Paving Crack Sealants (By Reference) CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 11Ftw-fs.$w.apaitisbarelprojects103181040.011SpecsTinailFinal Part 2B Spedfications\ConfoimeMcidendum 3100 00 00 Table of Conteats.docx 00 00 00 - 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates r ra+o 32 321- i 3 3291 19 Cast i Plate n Retaining Wall Topsoil Placement and Finishing of Parkways 32 92 13 Hvdro-Mulching, Seeding, and Sodding - - 32 93 43 Trees u1111 Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems (By Refe-i'ence) 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 50 Cleaning of Sewer Mains 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 Frame, Cover and Grade Rings -Composite 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 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 Bolts, Nuts, and Gaskets By Reference) 3311 10 Ductile Iron Pipe (By Reibrerice) 3311 11 33 11 12 333 11 i7 i 3 33 H i 4 33 1 7 1 o 33 Q i i 33 1220 33 T21 33-i2 25 3312:3n Ductile Iron Fittings (By Reference) PeI t.:,,. Ch4er-i do (PNE ) Pms a Pip lY.... rete D..o.,stwe Pip Bar- W+Vped, Steel f'4. iner Type Buf ea Steel Pipe a -a Fi+ ngs 'L ate-F ger,Nees 1 ineh to 2 ; eh age Water- Meetm —icaesiRecFA Seated Gate Val'yee AAr4W Rubber a"GLGG'a u 1+Gfly Valves Ceimeetien te Existing WatefMains C nii Valve fi Potable Systems 33 1240 33 1250 33T 60 33 M Q 3331 13 33-31i5 �n Sscza1Rcs nuto vavmztxvu _ Fire i=7y.1,..,i#s Water Sample StatiEms SiandaFd Blow e ffV lye n sem1,1., Cu -e.d i P6ee Pipe (CIPP) Fiberglass Reinforced Pipe for Gravity Sanitary Sewers High Density Pee a+b* , ceo runny Pipe or Sanit^"•J e � , 0 CITY OF FORT WORTH Sanitary Sewer Main 257- Part 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01227 Revised February 2, 2016 \Wtw-fs.ftw.apai�hare\projom\0318\040-01\Spm\FinalNFjnaI Part 213 SpecificationslConfn medlAddendum 3100 00 00 Table of CGutwts.doex 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 M 20 Poly-At*4 Gh4efitle (PVC) CTity San +Sewer- e 33 M N 12ely-An-)4 Chloride (FVG) Closed Pfafile Gfavity Sardtavy Sewer- Pipe 33 31 22 cani4afy Sewef Slip Liaing 33 31 23 seweF n;� �„t , .e,., f 3331 50 Sanitary Sewer Service Connections and Service Line (By Reference) 333910 Cast in Plaeo C nefete " 1es 33 39 20 Precast Concrete Manholes 333930 Pibergliass Manholes 33-39 40 ZITastew4er- AuGe;ss chmbef ( w) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 11 K4 -h Densit]`Pelyv1a74ene (14DPE) Pipe for- StvzarD sum 33 4600 Subd,.ain gG 33-46 01 gle 334602 Tfeffe4 Drains 33 49 10 Cast -in -Place Storm Drain Manholes and Junction Boxes 334920 Curb and Drop h"5 33 4940 a+w..-._, tti.-. 4tag„ va,,,1w As and tt1r...,...,aNs Division 34 - Transportation 34 41 10.01 Atiaelhiient A Eentreller Cabt 344110.02 Aftaehmefft B 34 41 13 afr;, ci- t� 34 41 15 Rt Mangu1ar Rapid Aashing Beaeo 34 41 16 Pedestiian Hybrid Signal 34 4120 Roadway 111unmidorAssemblies 34 4120.01 A#ofial LED D.,.,,7way Luminake 34-41-20.03 Roadway Luminaires 34-41-30 - Alum;,,,,,,,, Signs 3471 13 Traffic Control Division 99 99 99 00 Special Measurement and Payment (Not Included) CITY OF FORT WORTH Sanitary Sewer Main-257- Part 2S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 11FYw-fs.ftw.apaikhareNprajeosl0318104MI\Spm\FinallFinal Part 2B Specifications\Con€erme&Addend= 3\00 00 00 Table of Contents.docx 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Volume H (Appendix) 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) TxDOT Utility Permit for FM 1187 Crossing 2) Tarrant County Utility Permit 3) XTOBarnett Pipeline Crossings GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements 1) City of Fort Worth Water Department Standard Product list 2) Schedule Quick reference Guide for Contractor 3) Schedule Guide Document SS 1 Specific Project Conditions and Requirements SS 2 Contractor Scheduling END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main-257- Part 213 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01227 Revised February 2, 2016 11Fiw-fs.ftw.apailsharelprojmts1031 81040-011Spms\FinatTinal Part 2B SpecificationslComfmmadlAddendum 3100 00 00 Table of Coments,docx Appendix GC — 4.01 Availability of Lands FoRTWORTH INITIAL OFFER DATE: 2/7/2018 CERTIFIED NUMBER 9489009000276001669969 The Mary Katherine Arnold Trust Attn: Betty Kirkland 1700 Marti Drive Burleson, TX 76028 Re: City Project 01227, Upper and Middle Village Creek Sanitary Sewer, Main 257, Part 2 PARCEL # 36,36 TCE, 36A 1700 Marti Drive H. Little Survey, Abstract No. 930 Tarrant County, Texas Dear Mrs. Kirkland: This letter will confirm our discussions with you concerning the necessity of the City of Fort Worth ("City") acquiring a portion of your property Iocated at 1700 Marti Drive in Tarrant County for the Upper and Middle Village Creek Sanitary Sewer, Main 257, Part 2 improvements. Due to rapid growth in the southeast part of Fort Worth and the wholesale customer cities of Burleson and Crowley, additional wastewater capacity will be required. This project is a part of the Fort Worth Wastewater Program to comply with the agreement with Texas Commission on Environmental Quality to alleviate and prevent sanitary sewer overflows and bypasses in the wastewater collection system. - Based upon an appraisal made by an independent appraiser, a copy of which is enclosed with this letter, the City offers you $68,900.00 for a Permanent Sewer Facility Easement of 45,939 square feet, a Temporary Access Easement of 55,652 square feet, and a Permanent Access Easement of 13,881 square feet, which are designated as Parcel 36, 36 TCE and 36A are specifically described in the enclosed appraisal report. The City believes that this offer represents the total amount of compensation for the property as determined in accordance with Texas law, less the value of any oil, gas, and sulphur, but with no surface rights retained by you for purposes of exploring, developing, mining, or drilling for them on the part to be acquired. As noted, the exact location and description of the parcel is included in the appraisal report, prepared by Goodrich, Schechter & Associates, which is enclosed with this letter under Texas Property Code Section 21.011 l (a). If you possess any appraisal report(s) for the parcel or the whole property of which the parcel is a portion, or both, we would appreciate receiving a copy of the report from you as required by Texas Property Code Section 21.0111(b) within 10 days of your receipt of this letter and its enclosures. Please be advised that under Subchapter E of the Texas Property Code, as amended, the owner or the owner's heirs, successors, or assigns may be entitled before the I0"r anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the property was acquired through eminent domain, and the repurchase price will be the price the City pays you in this acquisition. ATTACHMENT AD3-5 179 OF 181 As stated above, the City has obtained an independent fee appraisal. If you wish to accept the offer based upon this appraisal, please contact me as soon as possible so the payment procedure to obtain your payment may be started. In that connection, I enclose a copy of the easement to convey the property the City needs. If you are not willing to accept this offer, you may submit a counteroffer amount and the basis for such amount, provided such settlement request is received in writing within 60 calendar days from the date of this letter. If we do not receive a response within 60 calendar days from the date of this letter, the City will have no alternative but to assume that you are not interested in the offer and will proceed accordingly. If the condition of the property changes for any reason, the City shall have the right to withdraw this offer. If the City reaches an agreement with you, in addition to receiving the agreed upon purchase price, the City will pay for the expenses necessarily incurred in transferring title to the property for use by the City. Please see the enclosed copy of the Texas Landowner's Bill of Rights that describes the condemnation process. Also, you may wish to visit the following website to view the recent changes to the Landowner's Bill of Rights and other landowner rights: h-& www.txdot.&oy/tovernment/processes-procedures/row.html You have the right to discuss with others any offer or agreement regarding the City's acquisition of the subject property, or you may (but are not required to) keep the offer or agreement confidential from others, subject to the provisions of Chapter 552 of the Texas Government Code, as amended, (the Public Records Act) as it may apply to the City. Lastly, we enclose copies of all appraisal reports relating to your property being acquired that 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 offer is based. If you have any questions regarding this letter, the details about the type of facility or improvements to be built, or concerning the purchase transaction, please contact me at 817-392-5166. Sincerely, CITY OF FORT WORTH Ricky Salazar Land Agent Enclosures: Appraisal Report Proposed easement instrument Texas Landowner's Bill of Rights W-9 PROPERTY MANAGEMENT DEPARTMENT - REAL PROpEgryy DIVISION THE CITY OF FORT WORTH * 400 MONROE STREET, SUITE 404 * FORT WORTH, TEXAs 76102 ATTACHMENT AD3-5 180 OF 181 Page 1 of 8 D218094234 51212018 2:39 PM pGg a gee_ $44.00 Submilter: CSC ERECORDING SOLUTIONS Elecironically Recorded by Tarrant County Clerk in Official Public Records � Mary l.ouiseGarcia CPN -1227 M,AIN 267, PART 2 - UPPER ANI) MIDDLE VILLl4GS-�-CAWK SANITARY SEW1311 Parcel 0 ST 3535 FM Rd.1187• M. Little Survey, Abstract No. 930, Tarrant County, Tex STATE OF TEXAS § § KNOW ALL A4 N 6 E PREF,ENTS COUNTY OF TARRANT § CITY Ag'fORT WORTH [!ER ANENT SEWS R FACilITY gASEIU ENT DATE: Apri.1 6, 2018 GRANTOR: FIPRNANDO GUTI ibe nrame was misspelled In the Dead recorded 7- 25-30`17 under cler a file n 4f3612, Deed Records, Tarrant County, Toxaps} and EUNICE E. GUTIERREZ GRANTOR'S IMILING ADEGESgbnclucing County); 8909 CONVEXDWOW CLCSURN COUNTY, TX 76031 GRANTEE: CITY 40PA IRIRT ORT" 700 T i BEET FOf1,�- WORT�,Fy TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being mom particularly daacrlblad in thv attached pxhibim "A" anti 1113". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclu$ive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter rafermd to as "Facility'. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, Including, but not limited to manholes, manhole vents, lateral line connections, pipelines, )unction boxes in, upon, under and across a portion of the Property and more fully described In Exhlbil "A" and °8" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all timesto enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. PERPMNENT SEWER FACILrrY EASEMENT Rsv. 1Q17117 rtre0 . ATTACHMENT AD3-5 132 OF 181 Page 2 of 8 In no event shall Grantor (1) use the Property In any manner wWah Inlo)1ores In any material way or is Inconsistent with the rights granted hereunder, or (Il) ereal.or rrra�'ta tee erected within the easemantproperty apermanent structureorbuilding, indudin ;out Urr�l�crdto.monurnentsigA pole sign, billboard, brick or masonry fences or walls or of roe that require a building Permit. However, Grantor shall be perm€ltod to install an coarrate, asphalt or gravel driveway, react or parking lot across the Easement Pro Be Sholl fro obligated to rostare the surf ace of the Property at GrantaVs sole cost "d n�lc,n m noluding the restoration of any sidewalks, driveways, or similar surface irnprovenior.lq too,. aid upon or adfacent to the Eanornerrt Tract which may have bean removed, relocated,': 9tereaL-j,.,msged, or destroyed as a result of the Grantee%�useofthe easomentgranted hereur,unr Prelvi.red,however, that Grantee shag not the obligated to restore or replace irrigation syste lu op -r irnprovements Installed In violation of the provisions and intended use of this Ea want. TO HAVE AND TO HOLD the abov"esr:4be4.pfttin;.ant, togatharvvlth all and singular tho rights and appurtenances thereto in anyway b&€ehvhq; ujito Grantee, and Grantees succaasors and assigns forever; and Grantor dose hm-imby l�trkd 144 and Its successor and assigns to warrant and forever defend all and singular thc' laaia"iA unto Grantee, b successor and assigns, against every person whomsoever la ully��hrring or to claim the same, or any part thereof. When the context requires, singumrp i. all pronouns include the plural, t$IGNATVJkQ g APPEAR ON THE FOLLOWING PAGE1 PEi M MSffSEWEFiRC1UW2A$ M W lei.,arynr ATTACHMENT AD3-5 133 OF 181 Page 3 of 8 GRANTOR: Fernando and Eunice E. Gutiarez GRANT .City of Fort Worth By {Signs (PriA — - D AS T ORM ARID LEGALITY IYe) V n., Namej r` F '" MX THE STATE OF COUNTY OF T. ACKNOWLEDGMENT BEFORL WUM undo 'geed authority, a Notary Public in and for the State of Texas, on this day personally appeared J Af- 4b , &T, known tome to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the stone was the act of 1. and that he/she executed the same as the act of said ti the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 66 day of 1 1 , Notary Publlc�ftlo of T©yae Hotsry I11 0128165792 n GmnWmkm Exp, FEB. 25. 2ti22 ITA b, -�-- Notary ublio in and for the State of Texas PERMWEN7 SFW2RFAQLWY EASERCENT Rev. 7077117 ATTACHMENT AD3-5 134 OF 181 Page 4 of 8 Till; STATE OF TEXAS � COUNTY OF TARRANT :Z\ ACKNOWLEDOfY ENT, BEFORE ME, the undera od authari�r, No% in and for Me State of Taxes, on this day personally appeared r �t rnvn to me to be the same person Whose name is subscribed to the foregoing inatnirrant, anti acknowiedged to me that the same was the act of _ tt and that h'efplee ekeeutad the some as the act of sold the purposes and cansideratltrn li-.areln expressed and in the capacity therein stated. GIVEN UNDER MY HAND ANQ S::r&.FICE this � clay of 2011 i •. RICARt}Q sAt,a i+ arery p�fh8r�slar. psi,�„� Notary tau lic irl snd for t#� State of TQxaB y� l V Notbry 1p 6128108ST; :. Qmlmla bn Epp. ACFLWC�tJ{dt.�flC,EC�tI"iw1T STATEOF TEXAS g COUIVIT OF TAftft,dNIT � BEFORE ME the undersigned authority, allotary Puplio in and for the State of Texas, onr this 1y persona y appeared `jj�ccic C{.�t..^_ P +tl of file City of Fort Worth, knower to niTh to be the owns person W ase name is su cribed the foregoing instrument, and acknowtedged to me that the saute was the act of the Cily of Fort Worth and that he/she executed the some as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity themin stated. / GIVEN UNDER MY HAND AND SEAL OF OFFICE this f ,� _-day of I floil Public in acid for the State of cas '_ � MI6RlA9. gAIdOHFZ l v � k'�oiolarylls072bB9oD tomes Eis � 2091 PERNMf M S>=VI lx FAOLKY E&sE]V w ".1ar71W ATTACHMENT AD3-5 135 OF 181 Page 6 of 8 EXHIDIT "A" PERMANENT SANITARY SEWER CASUiENT PARCEL 37 I. `. BEING a 2.3360 acre tract of land locatod in the Hiram Littlo Survey; h of No. 930, City of Fort Worth, Tarrant County, Texas, said 2.3340 acre tract ofland being a portion 4 # 2515 acre tract of land conveyed to FERNANDO GU I[EREZ Alvin EUNICE E. GUTIO'.R= 6, deea:ln rocorded in Instrument Number D217168612, Official Public Records, Tarrant County, Texas, C9-!# It.,i, _T.F. 'said 2.3360 acre tract of land being a 35 feet wide pemtanent Sanitary Server Easement and beta .ore ptVt;cuiarly described by metes and Founds as follows: BEGINNING at a point in Deer Creek on the north property J said Cervantes tract, same being the soutit property line of tract of land conveyed to The Mary KiWi Arnold Trust, by deed as recorded in Volume 12439, Page 532, O.P.R.T.C.T., said paint being on the west casiMW j,jinc of an existing 20 feet wide permanent Sanitary Easement conveyed to The City of fort Worth, being %, part 2" by deed as recorded in Volume 5264, Page 564, Deed Records, Tart'ant Country. Texas, f M eginning point a I inch metal pipe round at the northwest property corner of a called 9.53 acre tz ht f r veyed to Barty Clayton Forrester, being identified as "Tract 2", by deed as recorded in Instrument Nut I SS38G, O.P.R.T.C.T., bears North I r57"53" East, 115.43 feet, said beginning point also having a� try id coordinate of N: 6,900,077M and E: 2,3e3,499.79-- THENCE South 06915'06' West, alon %1;-ZW%nt line, 779,81 feet; THENCI; South 00°5945" West, g the said easement line, 2,124A3 feet to a south property line of said Cervantes tract, same being the * pr rty line of a tract of land conveyed to Todd L. Dunham and Denise Dunham, by deed as recorded' t lent Number D212058870, O.P.R.T.C.T., from which a 1 inch rod found at the most sovtlterly south t p rty corner of said Cervantes tract bears South 11145'04" East, 1,135.29 feet; THENCE South 84°59'45" W de Ong said easement line and along Qte said property lines, 35.01 feet: THENCE North 00°59'45" rting said property lines, along a line that is 35 feet west of and parallel with the said nest easefrntnl line, 111.6.65 fact; THWCE North 06" 1continuing 35 feet west of and parallel with the said west easement line, 783.64 feet to the said north property line of the Cervantes tract, some being the said south property fine of the Arnold tract and being in Deer Creek-, THENCE South 80°Ob'I 8" East, along the said property lines and saidDeer Creak, 35.07 feat to the POINT OF REGINNING. The hereinabove described tract of land contains a computed area of 2.3360 acres (101,754 square feet), of which 0.0499 acres (2,173 square feet) is contained within the limits of existing 20 feet .vide Permanent Sanitary Easement conveyed to The City of Fort Worth, being identified as "Part V by deed as recorded in Volume 5264, Page 564, Deed Records, Tarrant County, Texas, and existing variable width Permanent Sanitary Easement, conveyed to The City of Fort Worth, being identified as "CFW SS M-325" by deed as recorded in instrument Number 02101 18245, Deed Records, Tarrant County, Texas, leaving a net area. of 2,2861 acres (99,581 square feet) of land, more or less. CER VANTES — PARCT1. 37 P•S.S.E. SYOONER rHD A593aa78S, 1�G.3a9 astir¢ Sra�,ktOtl, ELIEbB. T6uts75P9S— PK 0�7�65-s+ae—ESPoowFR�]saoge"t�rSuavErans.eoAr—tedat0a4a4P ATTACHMENT AD3-5 136 OF 181 Page 6 of 8 The basis of bearings for this survey is NAD83 Texas North Central Zone (4202'. All distance shown are surface #SURVEYORS CLIXTiF1CATE I do hereby certify that the above logci description was prepared from s and frM an actual and accurate survey upon the ground and that same is trace mid correct OF S4 yors rlc S. Spec E. IC 1. S. SPIIpNER lstered Frofessfanal Land Surveyor, Texas No. 5921 Iteg5922 Spooner tmd Associates, hie. Texas Board of Professional Land Surveying No. IGO No sui<��� Surveyed an the ground 04-2017� a ON CERVANTES — PnaCEJ.37 P.&S.S. Sr00plA iMDA550WSES, ItrC,30a $t1�A6&MR.9100, ieolsms9—Plt 019.6MW"46—ES�L�uEY0Nb.00N—SFnfbB.a2a.2 _.... _ ATTACHMENT AD3-5 137 OF 181 Page 7 of a EXHIBIT "Bn ��� N1a°57'53'I`_ rir SEE ATFACHED LEGAL DESCRIPTION ON 11 �3' i5 r i AIETAL PAGES 1 82OF EXHIBIT A AND ��Y+w ` �Fa� S80°06` i8"E i 3b.j�PIPEPWAV PAGES 1& 2 OF EXIi1B1T'W HEREIN - ff 1�OZ OFF EXH18?A THEAlAAt 4YNARAKIIl3TRUST l;olA*�lor N; 01M0?YS9 t/OlOL 12i2436� PG 632 .— 6f� l� d � r • Z.W.499 79,....-a QP.R.T.C.T• EEC i1B r (GRID OOOADINATE) I q N. a tas: 0 3 I-2, 'M."', s . { ;;ar occM."',arEl1 � PROPERTY i NOo"�IR'OS"s I.93.64' t UNE CALL-15099,6T3-re `ji4,5r i FER NANDO OUrIF-J?E.fZ $11 �� ! CALL a 9.53 AG 0 100' 200M. t::'."1d0612 ? d BARRYCLAYTON � pig 26 { FORRESTER l PROPERTYtNE Q !NS NO. t£A' IMSM GRAPHIC SCALE I HlRlr A too T aRR.T CT. rRacri IN FEET 1 &) Jf I � SAMIAR EASEMENT nFEn LINE � I - - 33 ACR (101,764 S.F.) I VIE; $. EXCEPT EX CITY OF FORT waRrx — 20'FEMAM,£AtrSAmimr 0.4490 3 SQUARE FEET) � �'f'�'j r=ASEi,�-7Mr-PARra^,w A NET AREA OF r VaL 3284. PG. 360 EXISTING T WORTI,' i`� r J PRDaasEn 20 I Art,& Y C:iYOFFA4T WGiR71f ARAWL cWD, ,4 TIOL M sr BARNE" P . / g :fir i '� I 5lyPARiTE MTR NT' CARL STEA'NENSOM 319'PIp OPWAr ANDMICHaLEBRON9d /�/�� ?3'6 I� I SARAIRUNQ ETTG4TNE $TFPHENS3A'PlW4 INS NO. 623 / r f / { �j PFtlNs RARM 1 , NCd A2U1A66d63 0.R.T, / // ! Q I I I Tor WAYAND SWAGAIT O.P.R.%Gr. ' r i I 11 INS NO, 02060104 25' 7°MPOR1, RY p r CONST AC D5 72 aS1SS ENT p { I I SAVES EXCEPT pprr r r 0.0354 ACRES 41.544 SQUARE PEM LEAVING A NET AREA OF p E { I 1.6361 ACRES (71,267 S.F.) ayILEWOHPRTNT DRAME1 I { / SANITARY EMEMENT,92$ p I I 1N3 W S 1011020 m u pia • a �- T D.R.rc_r. ANATCHLINE SHEET SAMITARY SEWERPARALLEL FiEUEFMAfiH 257 r •s ' ,(F••, �.F•., T MY OF FORT WORM TARRANT CO, ?7 XAS THE BASIS OF BEARINGS FOR THIS SURVEY IS Wi THETEXAS STATE PLANE NAD83 NORTH CEMRAL ZONE (4202j . i : . — FRIC& ..... R WHOLEPItO�A7YACRSAGF-, LS1i.1CR SCQ.7'6l<A+1 e71 5->M WMA POONEifSU MI:114M COW .CHMENT AD3-5 138 OF 181 Rage B of 8 6EF ATTACHED LEGAL DESCRIPTION ON PAG9S 1 A 2 OF EXH63tT `AND PAGES 1 & 2 OF EXHIBIT WHEREIN ffXN fttr 4 ) f 35'PERNANENT j ' �L SAIEJIfAftYSRIN,ERFA,5EEwM N Y or��oAnLc 2.3360 ACRES (101.754 S-F. 1 I iN8NO.OAAL9Jb'95 (1P.R.Tr.T. SAVE A EXCLrrT I 1 0.0499 ACRES (2,179'Y!EliF �>aEC) Z 1 1 LEAVING A NET EA OF 2.2801 ROLES (89,561' 51Ij I I 1 N00°59'A51F.-2,12ti.05, I I I 1'—PRcpmrr 0 10V 2OW F� I I LNVJo 1 NI gI I ¢RAPHIC SCALE IN F9ET CAL LED90,045 ACR47$ nil IN lc 1 1" =200' FERNANDO.G - - e4 z lNS. A,71 II I (ri I I I I I t7rACT i I� ` CALLED87.01 AC. j* INS. NO. D2Y0000M QI 1 i I � N � i � PNcw�larY 25' TEMPORARY I p 1 I LIVE G TR CrION €ASEMENF Q 11 I I �.67'15 ACRES (72,011 S.F.) I I 64RNEfTG4iNERINOGti SAve&ExcEPT I I I a1rl°#wAERrmrax ORES (1,544 SQUARE FEET) WAYAND EASSWWr LEAVING A NET AREA OF I I ( 1 I / P" Na 02nrs06M 361 ACRES ('11,267 S,F.) 1 11 I l I L3R rc.r I 1 I II SUR I Il I 11. vizorE+grrLNw� saa. 45"V1I -aim t S98'39'45"W - 38.01' I I VISTA MAWAION, TOW L DUAWW I 1 ANADMTrr M M7HFCFT1'OIFFORY'"V H ARUDFHlSEDMNAIN I CASL A, &0211031 NUS. AFL D212aW74 I I P.RTC.T. I &P.&T_r-T. r . SANITARY SEWER PARAS, M RELIEF MAIN257 CnY OF FORT WOR"In TARRANT CO., TEXAS THE BASIS OF SEARINGS FOR THIS SURVEY i8 THH T9XAS STATE PLANE MAADW NORTH CENTRRL. ZONE (42021. yvm EX 0frYOFFOR 7Vlt7RYH 20,pem AAmTs4NITARY CASEMENT 7%"2" fiV VOL.126f. PQ MV D.R.T.C.T r•TOM t--nslm PARCEL 37 ATTACHMENT AD3-5 139 OF 181 Page 1 of 8 D218084235 &212018 2:36 PM PGS 8 Fes: $44.00 Submftler: CSC ERECORDING SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records �. f Mary Louise Garcia CPN -1227 MAIN-257, PAP i 2 - UPPER AND MIDDLE VIL t' C K SANITARY SENDER Parfet *37 TCE 3036 FM Rd.1187 H. Little Sunray, Abstract No. 030, Tarrant County, CITY OF F O PO Y CA ST — ElWEN DATE: April. 6, 2018 p 4� r LSk _Wa��a.. 19.._.. GRANTOR: FERNA14DO GLITIERREA-1 x ttte was Misspelled In ttro Deed recorded 7- 2 2017 undor• clerk's file number D 1�1 6.12, Deed Records, Tarrant County, Taxer) and EUNICE E. GUTIERRNZ at GRANTOR'S MAILING ADDIZ ng County); 8908 CONVEYO CLErBURNE, jO OUNTY, TX 76031 GRANTEE: CITY OF FOR GRANTEE'S MAI G RE. S (including County): 2007 FORT WOR .iTARRANT COUNTY, TX 76102 CONSIDERATION. Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which Is hereby acknowl©dged. PROPERTY: Being more particularly deacrib6d In attachod Exhibits "A" and .'B", Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage In, over, and across, below and along the Easement Property situated In Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing a perinaKent sewer line. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. T=NPWWo0MM ff=E"He M ramp? F4VIM ATTACHMENT AQ3-5 140 OF 181 Page Z of a TO HAVE AND TO HOLD the above described Easement P f with. afl and singular, the rights and appuitenanoes thereto In anyway baio Grantea, and Grantee's sucomors and assigns until the completion of construction ante by Gr+anW. Grantor hereby bind themselves, their heirs, suoosssors, and rrant and defend, all and singular, sold easement unto Grantee, Its success ah s, against everyperson Whomsoever lawfully claiming or tc claim the same, or n lertaof. [SIGNA.T[13Ri[,.$ APPEAR ON. THE IOI JA WING PA GL) T19¢orpyCpmweppe Estzmsal I W I7/17 ATTACHMENT AD3-5 141 OF 181 Page 3 of 8 GRANTOR: Fernando and Eunice E. Gutierez q,97 ando uOerez &Wctefulie z Fort Worth By Ls - (� t]VED AS TO FO ND LEGALICy irrlt Name) ACKU909—D-MMINT STATE OF: § COUNTY OF TARTARRZ15 $ BEFORE ME, the unders aned authority, $ Notary Public in and for the State of Texas, on this day personally appeared a E 1 'E4Gr�� 'known tome tobethesems person whose name Is subscribed to the forogoing instrument, and acknowledged to me that the same was the act of tr and that he/she executed the same as the act of said 1+ for the purposes and consid®ration therein expressed and in the capacity therein slated. GIVEN UNDER MY HAND AND SEAL. OF OFFICE this W day of [ a� 20 ip �7,CRnNImIjCrEn 0 aSSA Nabo#12 E tr8rLtatAioi75fA%79f3s2 s IsI FEB. 25, 2fIZ2 "-q,A U 4- Notary 011blic In and for the State of 'feXes Tempensy cm m"" E. —% IM7/17 kr'ii'ORf' . ATTACHMENT AD3-5 142 OF 181 Page 4 of 8 AGM—W—MMGEMEn STATE OF 7EKAS � COUNTY OF TARRANT � 13EFORE ME, the undersigned outhoril , a o osr bllc In and for the State at Texas, on this day personally appeared � Cs ' > � known to me to be the same person whose name is subscribed to the fora strument, and acknowledged to me that the same was the act of and thal he/she executed the same as the act of said for The purposes and consideration therein expressed and filet rtherein stated. - GIVEN UNDER MY HANbAVW F OFFICE this day of RICARDMO 8AI e t Notarypslwc�%D%at s{ /�.Notsry 10 41291 5EL W ��IIOilflil �. F�1 4 STATE OPTk � COUNTY OF TARRANT 6 --lwA - - Noiary Flubilo In and for the State of Texas BEFORE MLA, the undersigned authority, a Notary Public in and for the Slats of Texas, on this day personally appeared of the City of Fort Worth, known to me to be the same person whose name Is subscribed to the foregoing instrument, and acknowledged to me that the some was the act of the City of Fort Worth and that he/she executed the some as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEA/._ OF OFFICE this day of Notary Public In and for the $tote of Texas Tubporay coa w w"Euamtm 101IM7 0 UT771 ATTACHMENT AD3-5 143 OF 181 Page 6 of 8 >rXAM BIT "A" TEMPORARY CONSTRUCTION CkiC3 ',N1T' PARCEL37. REING a 1.6715 acre tract of land located ill the Wrom Little S6fvey,)bstract Na, 930, City of Fort Worth, Tarrant County, Texas, said 1.6715 acre tract of laud being a ppp!rio '' i :tamed 99.5 IS acre tract of land conveyed to FERNANDO GIITILZREZ AND EUNICE E. GIJTFga-z' j t deed as recorded in Instrument Number 0217169612 Official Public Records, Tarrant County, T'ex4 (O.P.R �,- j, said I.6715 acre tract of land being a 25 feet wide Temporary Construction Easement and beini--There pq'Allarly described by metes and bounds as follows: BEGINNING at a point in peer Creek oil the north property line of a tract of land conveyed to The M 12438, Page 532, O.P.R.T.C.T., from which a I inch 9.S3 acre tract of land conveyed to Harry Claytpl) a d Instrument N►unber D208155386. O.P.R.T.C.T,, also having a NAD 83 grid coordinate ofN., b, 8t V line of said Cervantes tract, same being cite south Siifl Arnold Trust; by deed as recorded in Volumc fit, found at the northwest property corner of called Laing Identified as "Tract 2". by deed as recorded in 34056'31" East, 125.82 feet; said beginning point E: 2,343,46S,24; THENCE South 060I 5'06" West, 783.6411tc THENCE South 00059`45" West, 2, .G t south property line of said Cervantes tract, sanre.being the north property line of a irict of land B Todd L. Dunhartt and Denise Dunham, by deed as recorded in Instrument Number D212058870. O.P THENICE South 89°59'45" West th id property lines, 25.00 feet; THENCE North 00°59'45" E de g said property lines, 2. 12813 feet, THENCE North 0601 5'0 tr, 74W feet to die said notch property line of the Cervantes tract, same being die said south property line of the A-'d Tract and being in Deer Creek; THENCE South SV06' 1 ,. i; u..:t along die said property lines and said Deer Creak, 25.05 feet to tile POINT OF BEGINNING. The hereinabove described tract of land contains a computed area of 1.6715 acres (72,811 square feet), of which 0.0354 acres (1,544 square feet) Is contained within the limits of *Misting 20 feet wide Permanent Sanitary Easement conveyed to The City of Fort Worth, being identified as "Part I" by deed as recorded in Volume 5264, Page 564, Deed Records, Tarrant County, 'texas, and existing variable width Pentianent Sanitary Easement, conveyed to The City of T'ori Worth, being identified as "CFW SS M-325" by deed as recorded in Instrument Humbor D210118245, Deed Records, Tarrant County, Texas, leaving a net area of 1.6361 acres (71.267 square feet) of Will. more or less. CERVANTES—PAhtctct. 37 •r.C-:. $PO1311ER ANOA:r�CYI>r•S.b�C.30G6VNte SsRP.a1.7r104E1RE35,'rFJW878G39�Pw.E1r-6aiSItE—ESFDOn>�5Ga0hiAY77AVEv[AZS.c�1—SdA SDB11202 ATTACHMENT AD3-5 144 OF 181 Page 6ofa The basis of bearing for this survey is NA D63 Texas North Central Zone ( I distance shown are surface. cSURVCYORS CERTtFIr-;T� I do hereby certify that Cite above lepi description was Frepamd fmm P "h4brecords and from jkn actual and accurate survey upon the ground and that same is true and 7 or Surveyors Na a Tic . St1GOner ERiC 5. sraoKEtt Registered Professional Land Surveyor, Texas No. 5 5922 Spooner and Associates, Inc, Texas Board of Professional Land Surveying No rd �o `s uetv�.'tei Spivey@d on the ground 44-2017 CERVA14TES—PARCu.37'r.Cr. .5�00ltER A'iDA9SDCU�ES, tC S00 9YCA5 BrAEEY,�1100• P1R#SP..Yk74r9TB089�Af. D13fiA4AA18-SEPpf,11pI�SPOD11PJ15U8YLYORS.CC0.f..8fa 9p6-02?2 ATTACHMENT AD3-5 145 OF 181 Page 7 of 8 EX141SIT "Br' �g�,j8� N18°57`53'E f i SEE ATTACHED LEGAL DESCRIPTION ON 14f .43'' r t i"INkTAIL PAGE$1620FECHisir A" I j 0°06'16° - 7' r{f P1POFOUNO D W1AIrOAflG s THE MARYICATHRYNARI<TO O MUSr - EXHI$1TA VOt, 12430 F0. M2 PO i11 Jc �7F N.' 6.9w,077 68 O PR,T.C.T, pB d ({iRID gDORDVNATE) $s,v� Ji 24 I ��R1AC13d�4TEj 8;� PRiaPERTY CAtL�b99.`#rtS� "I FERNA GUi'1EREZ I � I C4UEORMAa Q 1 AG' 2 t7A' 1N . 1 B66? 2 ! I;< BARONY CLAYrON \ t!J I FORRIEST7ER 1 PROPERTYUINr r p d� 1NS. NO. Lt3pTraim GRAPHIC SCALE I p 0.AR.rr—r. N I MOT, i� FEET Es PERMANENT RI I I i DEED t1NE SANITARY -SE, R EASEMENT 1 1 2.33�Q AC (101,754 S.F.) 1 r I +GAVE 8 EXCEPT lxx c�rY of FORT woRTr! 0.049 �173 sOuARE FEET} 20PFRuANENT SANITARY D -art FASEMLVr7°ARr2-AV A G A NETAREA OF r VOL 5264, pp, AV 6 RES (99,501 S.F.) # � r �J Altrar ex1S "R H 'r MF ARrf'1N ,p'x drYRFfZ147W134Tt1 PG.864 II I VARMMAWIDWTEAOWARY cOAIST "ONEASEN@N!'eY BARNk'TT' 711E LP Gr „�¢/ i I r J # SEP.41L97 ahf6 li'.4�iYf c.vu .swpw-mw6! 30'F ! rOF WAY y*'�I / Q 1 I AI�?BrEAHENSON W� 041 162E f / �� 2S Q Q "� RNE7r42A-fH R&M LP LVS hoa 024doo $ D,R. T. / ! / / I 80'FlPF.61N WffPCVr QpJZT.G7 r f� / ' I I I M.WA W. ROMBI&M r/ r Exma1T,$ I ! I M. a 7asasrsss ��i 2 TEMPORARY •' ��� CONSTRUCTIONFAS'E'MENr I 1( I r 1.6715 ACRES (72.811 S.F.) SAVF & EXCEPT Q I I 1 f / i / ✓ 0.035.4 ACRES (1,844 SQUARE FED LEAVING A NCT AREA OF 1.6381 ACRES (71,267 S.F.) � �' � / �---a=xlsnnlO clrYOFFORTrvaRr�1 � � i I t/.4 ARLEWWRPERALAIVEAIr S smirARYEA&Emsmr I I � lNSNO,0210178245 .,..-'1r v---:r fIh s;.7.r. .�,iy�a ._� ©v�r�,1• MA VCHLINE SHEET 4 SAMTARY SEWER PARALLEL RELIF,FMAIN?57 tti of •1 CIiYOFFORTWORTH,TARRANTCO.,-,,N5 P: .-� THE SASMOF BEARINGS FOR THIS SUMV 13 NCAh p� �O 71iH TEYAS STATIE PLANE NA933 NORTH I�r CENTRAL ZONE (4202j , . EitIGS. SPt}4NEk Ffi4�VTW.6IIDEATOCHRVAN►E8 - -•N .361pj„}... Ifit,tltAN; CITYOFFpfiLtlpfPlH, TiSRIWF7CA.. TEf(f.S 3G/AYE'RS STAW SMITE W. EULEW7EYAS 7033D � ?O,y�s Ioor' IVWLEPROPERTY Atk&AlEGB.816ACR9$ (1171615444S MVW.Qd'LIONRWFVVFNOp$.GW �i ./ ACHMENT AD3-5 146 OF 181 Page 8 of 8 EXHIBIT "B" JWA m!i pof sHEEr 3 SEE ATrACHEPI LEGALCESCMKION ON ;x PAGES I & 2 pF EBX"1SIT A'AND � ) PAGES i& 2 OF S)d•IFBIT V HE'MN 1 f I l J f� rai�mr�,s6Aa S,'PERMANENT sr u $AMMARY SEWER "SEKEH 1' �O` cLc a Dm2 m x� Na11Aa LL 543 2.3360 ACRES (10, 7M4 S F � � $ EF.T) I { 0.0490 ACRES (2,173 SOU 1 1 LEAVING A NET FAOF 1 1 I t I 2.2881 ACRES (89.5 1 S.F.) 1 I1 1 . NOA°58'45"E-2,12b.65' PRorFlarr o son 200, RMdE GRAPHIC SCALE M FEET CAI ! E•D 9*,Srl iA 1 GILTO ad M& ITT O.P. rc` 1 ; CJItLE G �g I ANCHOLEOWNT IP' 1 1 MM Ara 021 oaeaM zl 1 f 1 ap.mrcr 2W 1pI ; I f I EfHISfrA I1 1 PRDar�arr I I iI,SrE 25' 7E•MPORARY 1 I 61 CTIONEASEMENT 0 I I 1S ACRES (72,$11 S•F•) 9 SAVE & EXCEPT I I BARQA AILP DPJFEYNE`R1Gf OF ORES (1,644 SQUARE FEET) 1 1 l I WAYAW EASSWEAFF LEAVING A NET AREA OF j it I { I AnIS M D2ABW1BZ% o•a: T c.T _A3381 ACRES (71,267 S.F.) p I l I � I 1 ! I . T--Fx crrresFwRrwnFrm I Y 1 9 � PEanenNP►vr£.aN1rnRY 81 1 EASEMENT Mr2'W i VOL. sY&t Pa 04 I I ar�rr-r � i I y�•� SW5845'W-35.01` II 1 VIM OWAMTZON, AVAWffXW torWCrYgro-T7 TW:3lR?N { f ANDDENWDaSM CA& A SY IG E 710$9 NO. D.91M M P.11.r.Cr, 1 1 l _ P TJ�R%c•T. SANITARY SEWER PARAiEL CtE EP MAIN-B7 •� POON Cl'iYOFFOIt'iWORT13,'i'ARRANTC0.,TEKplS °!' Ai•utarsR•�3. THE MAEfS Of ®F.ANN89 FM THEE SURVEY IS THE TEXAS STATE PLANE NAPO$ NDKFH CENTRAL ZONE 44202)• � r —' noWm"SIREt-T,SUITE 10%1JLrATf'D 7&m E�lGS. BPObNbR • -r.•� ...6922 •-•�� -- {•`.'�i,� Tr; cna:rRo cr�TVAHTes •. LOCATIMMYOFFORTWORTM,TARRWTCO.TEXAS L'AI=AROMFATYAGIti•A .2U15ACIM 101:)i08•�MS 1WJY1$lOONERSI.MWEVOR"MI �0��.¢ 'I • .. 5,,.. (e1A3s'.'I�Pilf6EQ1374smWAftjsER&TsWssWmD" _ "PLSPiRtIK(L S451pp0 �v.�c. mwasn�� wknwwn�wa ..". PAGE 4 OF 4 PARCEL 37 ATTACHMENT AD3-5 147 OF 181 Page 1 of 6 D218094236 61212018 2:36 PM PGS 6 Fee: $36,00 Submitter: CSC ERECORDING SOLUTIONS Electronically Recorded by Tarrant County Clerk inOfficial Public Records Mary Louise Garcia CPN 4227 MAIN-257, PART 2 - UPPER AND MIDDLE VIU .,,aUL' ORL°F r� SANITARY SEWER Parcel ff37'A TCE 3636 FM Rd.1187 H. Little Survey, Abatract No. 930, Tarrant County, Too ii$ r h CITY OF Falifir WO TEMPIIRR_ CQNSY iAN SIEMENT DATE: April 6, 2016 GRANTOR: Fernando and Eunice E. GRANTOR'S MAILING ADOR i4� County): 5909 Conveyor Cleburne, TX ?SO GRANTEE: CITY Of PORT WORTH GRANTEE'S MAILING ArX_0FS`_, (including County): 200 TE,XAi1 FORT WCf tTH. `i ARRANT COUNTY, TX ►6102 CONSIDEW. I "ON: Tei 'collars ($10,00) and other good and valuable consideration, the receipt and sufficiency :,-.%,AV", is haroby acknowledged. PROPERTY: Boling mores particularly described In attached EXhihits "A" and "S". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated In Tarrant County, Texas, In accordance with the legal description hereto attach®d es Exhibit "An, and ingress and egress over Grantor's property to the easement as shown on Exhibit "S". it is further agreed and understood that Grantee will be permitted the use of sold Easement Property for the purpose of eonstructiug a permmneat sewer line. Upon completion of improvements and its acceptance by Grantee, all rights granted wiihin the described Temporary Construction Easement shall cease. remponry Cann,ueJiee £.un,�r i01J7717 r1fVb ATTACHMENT AD3-5 148 OF 181 Page a of 6 TO HAVE AND TO HOLD the above described Easement F�raprnn ogetnar vuith, all and singular, the rights and appurtenances thereto to ®rIYWay baler, 1n8 (3-iMntee, and Grantee's successors and 8sWUns until ft completion of corlstrotlon arvice by Grantee. Granter hereby bind themsetvas, their helm, successors, andae4ireofls rrant and defend, all and singular, said easement unto Grantee, its suocessoBe, apdnst every parson whomsoever lawfully claiming or to Balm the some, Y: s [SIGNATI< M APPEAR O) PAGE) T+w+mncOMU-SWEoM01 ratan ATTACHMENT AD3-5 149 OF 181 Page 3 of 6 GRANTOR: Femendo and Eunice E. Gutierez GRANTEEI f Fort Worth By (Sivie*p::/ n Title,IL 11 fr�r ED AS 7p FORM AND LEGALITY AMOrMMI) fn IENT STATE OF § COUNTY OF TARRANT 6 BEFORE ME, tho undersi��,ard authority, a Notary Public in and for the State of Texas, on this day personally appearedfrr%0 ',.A.a 6'.-Ar' ,nt2 , known to me to be the some person whose name is subscribed to the foregoing instrurnenl, and acknovAedged to me that the same was the act of _ and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capaclty therein stated. GIVEN UNDER MY NANO AND SEAL OF OFFICE this L r - day of �114 , 20ji. (SRICARDO SALAZAR II NdAry Aub0o tato of Taxas Notary IO s12M5792 COMMkOm Fay. FES. 26, M2 rrmped:y Cm bwuko &quwl SOiA1117 Notfiry Public in and for the State of Texas &VM ATTACHMENT AD3-5 150 OF 181 Page 4 of 6 :Z\ AGJIfn1G1111 MEDPAl:ix9 STATE OF IVXAS COUNTY OF TARRANT � BEFORE ME, the undersigned authority a anf bJlc in and for the State of Texas, on this day personally appeared &_,%j'r e. - _ �a �«�� _,known tomato bothesame person whose name is subscribed to the foregil 41ristrument, and acknowledged to me that the same was the act of rr and that helshe executed the same as the act of said 11 `` 'r for the purposes and consideration therein expressed and lo.. rr therein stated. GIVEN UNDER MY HAND A ' F OFFICE this S2:_ day of NQ¢ Notary Public in and fnrthe State of Texas i , � Not�ryt iD fi19�'J.45��i M GofpCil'z"�lmn€aD. �S,?w722 STATE OF COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary F'L E c and fa the Slate of Texas, on 19 a personally sppeared Ind two the City Of fort Worth, known to me to byh tine same parson whose name Is sulfactilbed to the foregoing Instrument, and acknowledged to me that the same was the Act of the City of Fort Worth and that he/she executed the some as the aci of the City of Fort Werth for the purpoaos and consideration therein expressed and in the capaclty therein stated. GIVEN UNDER MY HAN AND SEAL OF OFFICE this E � day of N Public In and for the $lateoljTla •�mug �s48o 1° t�zo2r b ATTACHMENT AD3-5 151 OF 181 Page 6 of 6 EXHIBIT "A" '• TEMPORARY CONSTRUCTION EASE PCE' PARCEL 37A BEING a 0.4655 acre tract of land located in the Hiram Little Surve r'y �Ra No. 930, City of Fort Worth, Tarrant Comity, Texas, said 0.4655 acre tract of land being a portior Mj ,515 acre tract of land conveyed to F'ERNANDO GUTIERE.Z AND EUNICI E. GUTICREZ )+ d as Wcorded in Instrument Number D217169612, Officlal Public Records, Tarrant County, Texas.. P. ), said OA655 acre tract of land being a Temporary Construction FasemenE and being more particr;W des a by mates and bounds as foifaws: BEGINNING at a point in the said Cervantes tract, from ► ' r a 1/ Ieh iron rod found on the east line of said Cervantes tract; same being the southwest property comer o 9.53 acre tract of land conveyed to Barry Clayton Forrester, being identified as "Tract 2", d as recorded in Instrument Number 0208155386, O.P.R.T.C.T, also being the northwest property corner 11l 22.38 acre tract of land conveyed to Redneck Off Road, LLC, by deed as recorded in Instrument 17031595, O.P.R.T.C.T., bears South 03°44' 10" Gast, 416.91. said beginnntg point also having 3 grid coordinate of N: 6,399,085.27 and E: 2,34a,518.12, 410 � THENCE South 99150'01" West, 87.03 feet easement, conveyed to The City of Fort Wor Pose 564, Deed Records, Tarrant Coontyy fla THENCE North OOP59'45" Gast, ment line of an existing 20 foot pennanent sanitary as "Part 2", by deed as recorded in Volume 5264, line, 21b.59 feet; THENCE North 066154)6" East, oo . 'nWlmng said easement line, 23.62 feet, THENCE North 89°30'01" East, rtin f id easement line, 80.00 feet; THENCE South 0009'S9" 2 . feet to the POINT OF BEGINNING. The liereinabove described d contains a compuW area of O.A655 acres (20,278 square feet) of land more or less. , The basis of bearings for tfi% y is NAD83 Texas North Central zone (4202). All distance shown are surface. aSVRVCY0R8 CERTIFICATE.* I do hereby certify that Elie above legal description was prepared From public records and from an actual and accurate survey upon the ground and that same is true and correct. C'o Tf.y �` FQ :9tPSurveyors to e: Eric S. Spooner ONERRegistered Professional Land Surveyor, Texas No. 5922 .v ...Spooner end Associates, Inc. "� OqTexas Board of Professional land Surveying No. 10054900�� Surveyed on the ground 04-2017 CERVAIJTES •- PARCFa. 37A z.C.C. •- E'.k. "A" - PAGE 1 OF 2 600"AANOANSOMATU. 1NC, 300 meta.rh LWi 0100. 9WAU. OXAS76=-tat.917•SB-3Wa-i57C0"SA�SPbpiGSUIeVEYa OCiu-SdAiVH•L�•R ATTACHMENT AD3-5 152 OF 181 Page 6 of 6 I EiAH1,817' "B" I SEE ATTACHED LEGAL DESMPTION ON PAGE 1 OF EXH BIY"A" WMEIN I I i -r � av �awnr + 1 f j��� I All E49 16 S0 ? j IN3 No. D20E50 ms fxMya Mffwmawaa�rrH ao avrTARY &L%&�.W 1PAFiT rA4 fu I f I I I el £iX MY(VMRTfMORTH YARASLE FWNPERWIVENT VWO wssMw %G'trif.NGt 02101IM45, VAT.:r. I ! } I REMAINDER OF r-4LLED 99 515 ACRES I i i I i FE'RlaANOD GUrt-REZ lnts 02f7If IX12 I I I 0.PP.TC.T. MCPOSED I I t44 fX7YQF M Mr .L I I f ssT�faPawlRr ORT CYBEE a°ARATNST17iC1WNr PARLJFL 97 I [ I I I C"YaFFCQrW W 36'PERnda-AffSV4WARYE.4SEWL-Wrl � ! BYSEPARA PINS17ti WgWrPARCIL I I I f I I I 11 I RX.MYOFFORT WORTIf- WPMA0A AffsANirARY ' V I vri4RON ( o "PROPERTY EAssvmr,pAnr1'W t I I I RanPWND VM ff384,PG. s64, D.AT..aT I i f I CALLED22SVAC Rr1DN+"CIC 0 R a LLC MM NO. 0212MIM6 M An D080815<^t4 AR.7C.T. TEMPORARY WNSTRUCftON EASEMENT CITY OF FORT WORTH, TARRANT 00., TEXA THE BAS& OF KAMM FOR THUS Sf1RVEY I$ '>HE'1US SfA'f'E PLANE NAU63 NORTH TRW PUS fr1VER35FREE7.Sti51E1o4EilUK%?raJf jft (f ?j EN5419M VAMBPOOND OURVaVOR&CM Cirafam I 'WPLSf RURO.1ffL"ft TRACT 2 AC.�n,=DM YTONF0,RESTPR o.P.R.7.C. r. TEMPORARY CONSTlRUC770M EASEMENT 0.4666 ACRES '(20.278 S.F.) 1 Ill fI>7g'glIVR►ING Ar6,899,0aa27 r« Z34451&f? (GRID COORDLY M) -PROPERTY L#w GRAPHIC IN FEET 1"= low 7RA�Tr G4EiED 84776 AC, BARNV CIAYXWFDRREST€R JAM NO.02MI659LV a p-&T C.T. LINE TABLE LINEN DIREC1fON LENGTH €1 90*6('ollw 87.03' La Nfsa'a5af3� 23.62 €s Nos a"19 1 SOW E — TRACT 1 CALLED 6F.01 AG. AWHELLEOUANT IMS NO, D2100SOM O.PAT_C-T ATTACHMENT AD3-5 163 OF 181 Electronically Recorded Tarrant County Texas Official Public Records 7/24/2012 8:65 AM D212177264 WATER ANC Ii WLACEMENTFj%NfkACT � 64%TM-H REHAS) Parcel # 46 Mary Louise Garcia Submitter: ACS Doe # 6216 3501 FM RD 1187 TraGt28A► Abstract 930, Hiram little Survey Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10`" anniversary of the date of this acquisition to repurchase the property or request certain Information about the use and any actual progress made toward the use for which the property was acquired under this deadleasementlnamed instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT NORTH PgRMANENT SEWER FACILITY EAS>sRlylEidT DATE: 04/20/2012 ALAMO TITLE COMPANY GRANTOR: Todd and Denise Dunham GF J 400 3 a 74 .i - 4 S t ,1441,LPR 4 1 ? GRANTOR'S MAILING ADDRESS (including County): 704 Jetton Court Crowley, Texas 76036 GRANTEE- CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. . PROPERTY: Being a 35 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same tract of land conveyed to Donnie L. Tucker. and Sandy L. Tucker (Tucker Tract), by deed as recorded In Tarrant County Clark's Instrument Number (T.C.CA No.) D206278178, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly PERMANENT SEWER FAcfLrry EASEMENT Rev 06/1212010 WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STi I-H REHAB) Parcel # 46 Doe 4 6216 3501 FM RD 1187 Tract-26A Abstract-930, Nimm Little Survey Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1& anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deedleasernentlnamed instrument, and the repurchase price will be the price the City paid Grantor in this acquWdion. STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SE ER FACILSLEMIi NT DATE: 04/20/201 2 ALAMO TITLE COMPANY GPo63d74s 4S4 GRANTOR: 'Todd and Denise Dunham '4Z'm L 9 GRANTOR'S MAILING ADDRESS (including County): 704 Jetton Court Crowley, Texas 160360 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 35 feet wide permanent sanitafy sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tannt County, Texas, said strip being a portion of that same tract of land conveyed to Donnie L. Tucker and Sandy L. Tucker (Tucker Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.i No.) D306276175, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly PERMANENT SEWER FACUTY EASEMENT Rev. 45112=10 described by metes and bounds exhibits for Parmanent Sewer Facility easement .994 acre (38,921 square feet) attached hereto for all intents and purposes. Grantor, for the considoration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or pormit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herain by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACILITY EASEMENT Rev. OI11=010 GRANTOR: T dd Dunham - - ise Dunham - STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costs Assistant City Manager APPROVED AS TO FORM AND LEGALITY A/sbisi&ht City Attorr ey ACKNQWLEDGI A -N BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared '' Vew 7A u h In *— -- , known to rye to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she exerted the same as the act of said _ - , for the purposes and consideration therein expressed and in the capacity therein stated. GIVLN UNDER MY HAND AND SEAL OF OFFICE this— _ I -- day of cMr n yy y� ��y Lw{ �p ,7� i {7111 ,% rM MY coffiffil9saion Ego" l�crch 21, 2010 PERMANENT SEWER FACILITY EASEMENT Rev. W12120 Q Notary Public 6And for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority a NotaryPublic in and for the State of Texas, on this day personally appeared ti n JS ,v 1, e, Pv, , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act ofand that he/shag executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this I9*- "' __ _ day of 6 1rti .e , 2c HAIYUAI UWA UAN My Cororoigsiora Fxplms March 21. 2016 PERMANENT SEWER FACILITY EASEMENT Rev. 0511=010 c Notary Public ' and for the State of Texas ACKNCaftE EMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to we the some person whose name is subscribed to the foregoing instrument, and acknowledged to me that the some was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the. purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEA! OF OFFICE this day of 'Notary Public in and for the State of Texas ME2- MEW exPIREs t8 PERMANENT SEWER FACILITY EASEMENT Rev. 05J1=010 ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Sanitary Sewer Facilit Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: * The City of Fort Worth and or its contractors agrees to replant twenty Pecan trees, three inches in diameter, in the area adjacent to this Permanent Sewer Facility Easement o The property owner is responsible for future care to newly planted trees GRANN 0 By: T dd Dunham GRANTEE: City of Fort Worth Fernando Costa, Assistant City Manager -� APPROVED AS TO FORM AND LEGALITY By- —V Denise Dunham Assistan ity Attorn y ACKNOWL]EDGIMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in a d for the State of Texas, on this day personally appeared e6u r a iw�`o me to bo the some person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of _ and that helshe executed the some as the act of said _ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � �&A day of Q- , 20 Not&y Public in and for the State of Texas I RUN UNDA LIAN ?4y carwaaw EqIFam R�7acrt 21, 2016 °'+rtow STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared 'PeVgSA2_t>Uv4. &k-x.-, mown to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she oxecuted the same as the act of said for the purposes and consideration therein expressed and in the rapacity therein stated. GIVEN UNDER MY WAND AND SEAL OF OFFICE this day of iA , 20 iM4r r HA1M LINDA LIM My 0omminlac EX00 s Much 21, 2016 STATE OF TEXAS § COUNTY OF TARRANT § Notary Public in and for the State of Texas ACKNQNLgPQFMEN j BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same parson whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY FAN® AND SEAL OF OFFICE this day of j EVONIA DANIELS MYCOMM ON EXPIRES J* 10, 2018 il /�Wn AIFAAft" -&j 'N 6rw W - zet4�6 Notary Public in and for the State of Texas Exhibit "A" BEING a 35 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same tract of land conveyed to Donnie L. Tucker and Sandy L. Tucker (Tucker Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D206278178, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a point on the north property line of the said Tucker Tract, said point also being on the south property line of a 99.515 acre tract of land conveyed to L. E. Jowell, JR. and Elaine H. Jowell (Dowell Tract) by T.C.C.I.No. D207250812, D.R.T.C.T., said point being located South 89 degrees 59 minutes 45 seconds West, 74.05 feet from the northeast property corner of the said Tucker Tract; THENCE South 00 degree 59 minutes 45 seconds East, 210.74 feet to a point; THENCE South 01 degree 57 minutes 22 seconds East, 900.71 feet to the south property line of the said Tucker Tact, same being the north Right -of -Way line (R.O.W.) of F.M. 1187 (100' R.O.W.); THENCE South 89 degrees 54 minutes 24 seconds West, 35.02 feet along the said south property line and the said north R.O.W. line to a point; THENCE North 01 degree 57 minutes 22 seconds West, 900.71 feet to a point; THENCE North 00 degree 59 minutes 45 seconds East, 211.03 feet to the north property line of the said Tucker Tract, same being the south property line of the said Jowell Tract; THENCE North 89 degrees 59 minutes 45 seconds East, 35.00 feet along the said property lines to the POINT OF BEGINNING containing 0.894 acre (38,921 square feet) of land more or less. PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev. 05112/2010 OF SHAUN G. SPOONER .......................... ,a 4183 �qF gS14 P4� S U Page 5 of 7 99.515 ACRES L. E. JOWELL, JR, ELAINE H. JOWELL TCC/N D 1/2 A7�F o. 2p7250812 D.R. T. C. T. � D.a 'PR0 LINtu EXHII F �ffi LS ,122' N89.59'45�B _ 42,.3.90' Li p IRF PROPERTY LINE 1/2 ►R� 1/2p IRE "-NTH' BLOCK 1 VISTA OAK ADDITION j CAB. A, SLIDE 110.31 P.R. T. C. T. 1/1' IRF' 1 NN lz 1/2" A'R' WASLEY 4050" HIRAM LITTLE SURVEY ABSTRACT No. 9,30 ,EXNINIr A w j5' W1DE PE mAlvEivr S'AN/rARY SFW.R EASEMENT 0894 ACRE (J8,921 SO F7.) EXHIBIT 19" 25' WIDE TEMPORARY CONSTRUCTION EASEMENT 0 6J8 ACRE (27,799 SO FT.) 20.759 ACRES (DEED) DONNE L. FUCKER SANDY L. rUCKI T. C. C. l No. D206278178 D.R.T.C.T. AR BETHESDA WATER SUPPLY CORP. 20' U7XITY EASEMENT T. C C1. No. D206.320339 D.R.TC.T. R.O. W. LINE PLAT Off' EXHIBITS "A„ & „B„ SEE ATTACHED LEGAL DESCRIP77ON ON PAGES 5-6 OF EXHIMrs "A" & B" HEREIN 11 I � I ry I I I I 124.75 ACRES REM. HAROLD E. WANT MCHELLE B. WANT VOL. 12950, PG. 138 D.R. T.C.T. 99.515 ACRES L. E. JOWELL, JR. ELAINE H. JOWELL T C C. LNO. D207250812 D.R.TCT. CITY OF FORT WORTH EX. 20' PERMANENT SANITARY SEWER EASEMENT VOL. 5250, PG. 528 D. R. T. C. T. 22. J8 ACRES SENOR MUFF- ER, INC VOL. 15796, PG. 201 D.R. T. C. T. No DIRECTION DIST L 1 S'00`5945T 210.74' 1-2 S'89 64 24 V J5 02' U N00'59'45 wE 211.OX L4 N89 59'45 T 35 00' 75 S'89'54 24 &w 25 02' L6 N00°5945T 211..�J' L7 I N8.9-5945' 25 00' L8 589'59'45`W 74 05' F119. 1187 0 180' 360' (100' R.O. W.) GRAPHIC SCALE IN FEET 1 " = 180, NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE. ALL DISTANCES SHOWN ARE SURFACE. SANITARY SEWER PARALLEL RELIEF MAIN-257 PARCEL NO. 46 SURVEY: HIRAM LITTLE SURVEY, ABSTRACT No. 930 LOC4710N: 3501 FM 1187, TARRANT COUNTY, TEXAS - *fOLE PROPERTY ACREAGE 20.759 ACRES PER DEED E_XH_ISITB °A" & "B" PAGE 7 OF-7 $&A JOB NA: 08-020 DRARN BY: D.C.K. DATE. 12--21-101 CHECKED BY &a& ACAD FILE: 08-020-M257-EASEMENTS . SHAUN G.SPOONER .......................... 4183 S SPOONER & ASSM. INC 309 BYERS STREET, SUITE ?00, EULES$ TX 75039, PH 817-281-23M FAX 81; Erxchange: Authorized Users Only Document Receipt Information Reference Number: ALDAL 25 - AT0000032745 - Easement Page I of I Instrument Number: D212177264 No of Pages: 9 Recorded Date: 7/24/2012 8:55:26 AM Coun : Tarrant Volume: Page: Recordin Fee: 1$48.00 https://www.erxchange.comfUUViewReceipt.aspx?DocumentId=6276844 7/24/2012 Electronically Recorded Warrant County Texas Official Public Records 7/24/2012 8:55 AM D21217726; j15' «R' PGS 10 $52.00 WATER AND SANNAkYLMMARALEPLACEME, NT (G%4qTi C §@04 STM-H REHAB) Parcel N 46 Doe # 6216 3501 FM RD 1187 Tract-28A Abstract 93(!� Hi» arr� 1[ttic Survey CITY OF F0PCT MOM TEMPORARY CONSTR_ UCTIOENIMENT DATE: 04/20/2012 GRANTOR: Todd and Denise Dunham GRANTOR'S MAILING ADDRESS (including County). 704 Jetton Court Crowley, Texas 76036 GRANTEE: CITY OF FORT WORTH ALAMO TITLE COMPANY �coOa,3a'7i�s —/_sxt I7 GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25 feet wide ternpormy construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being, a portion of that same tract of land conveyed to Donnie L. Tucker and Sandy L. Tucker (Tucker Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T_C.C.I No_) D206278178, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Temporary Construction Easement A38 acre (27,799 square fact) attached hereto for all intents and Purposes. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in. over, and across, below and along the easement situated in Warrant County, Texas, -in accordance with the legal description hereto Umpomry Construction Emmons of mrm WATER AND SANITARY SERVER REPLACEMENT (CONTRACT 2004 STM H REHAB) Parcel # 46 Doe # 6216 3501 lei RD 1137 Tract 28A Abstract 930. Hiram Critic Survey CITY OF FORT WORTH TI✓MPORARY CONSTRUC TLOWEASEIIi ENT DATE: 04/20/2012 GRANTOR: Todd and Denise Dunham GRANTOR'S MAILING ADDRESS (including County): 7041etton Court Crowley, Texas 76036 GRANTEE: CITY OF FORT WORTH ALAMO TITLE COMPANY GP L7i 3a77N GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT FORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25 feet wide temporary construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same tract of land conveyed to Donnie L. Tucker and Sandy L. Tucker (Tucker Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I No.) D206278178, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein, more particularly described by metes and bounds exhibits for Temporary Construction Easement .638 acre (27,799 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along tho easement situated in Tarrant County, Texas, in accordance with the legal description hereto Tampon" Comkilc6ou Essamam 01AKAa m attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" It Is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of Installation of unitary Sewer Relief MahL Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warfant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] TOMPMry c,"Ofim r"=r. 01l09/M7 GRANTOR. Todd Dunhamt enis�Dunh am STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY &Wa�4- Assistant City Attorn ACKNOWLEDGENM T BEFORE ME, the undersigned quiha ' , a N tary Public in and for the State of Texas, on this day personally appea�i '"fib _ cc� &WCS ,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of -__- and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER ANY HAND AND SEAL OF OFFICE this -_.:L, day of WRI UN LINDA LIAR My Commission Exptses 5 Much 21, 2016 Notary Public in and for the State of Texas Temporary Construction Eesomeut 01/09/2007 AC�T�EDGEMENT STATE OF TEXAS § CCUN7`Y OF TARRANT § BEFORE ME, the undersi ned authority, a Notary Public in and for the State of Texas, on this day personally appeared h v w )a6A^ , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of - - --- -_---- --_ and that he/she executed the same as the act of said I for the purposes and conNd€radon therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � 1 day of y WkrrifWl 11NCR LIM my Comminlon Expiree Rll@rch 21, 2016 Li - v Notary Public in and for the State of Texas Tempormy Consbuation Easement 01AD9aw ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, ]mown to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the sauce was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY FLAN® AND SEAL OF OFFICE this — ,A day of Wary Public in and far the State of Texas L1 rn HMC9 �+ Myc0MMis$I0N E* Jlly,012D13 Temporary Condmetion Em med OVOMM ADDENDUM This Addendum to the foregoing City of Fort Worth Temoora(y Construction Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: ® The area impacted by the construction will be graded back to the same or similar condition with grass seed or sod. • The City of Fort Worth and its contractors will make the following efforts to protect trees existing trees to remain in the Temporary Construction Easement area: ® 4' min height orange plastic fencing installed, supplement with silt fence at pruning trench as required ® Perform root pruning on all existing trees to remain where construction activity falls within drip line of existing trees. All root pruning shall be performed by hand with a saw or other cutting tools, no root pruning shall occur by means of excavation equipment • No grading, parking, storage or any other construction activity within fenced. area GRANTEE: City of Fort Worth Fernando Costa., Assistant City Manager APPROVED AS TO FORM AND LEGALITY By: Denise Dunham ACHNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned auth ity, Notary Public in and for the State of Texas, on this day personally appeared 1 LOA A K%known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAT. OIL OFFICE this r � day of 2017:- ,rpsi P=LINDA Notary Public in and for the State of Texas T �Ir�IY� ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared iiSe 'Dw,L1*"known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY LAND AND SEAL OF OFFICE this 1 g4v day of 20 Notary Public in and for the State of Texas Any n HAIYUN LINDA LIAR My Commission I uplres March 21, 2016 ''n a ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. r GIVEN UNDER MY HAND AND SEAL OF OFFICE this dw--- day of Z A Notary Public in and for the State of Texas EVONUI DAMELS MY COMMISSION E HAES i , Y10,EUi9 WNW "A7 BEING a 25 feet wide temporary construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same tract of land conveyed to Donnie L. Tucker and Sandy L. Tucker (Tucker Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.CJ.No.) D206278178, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a point on the north property line of the said Tucker Tract, said point also being on the south property line of a 99.515 acre tract of land conveyed to L. E. Jowelf, JR. and Elaine H. Jowell (Jowell Tract) by T.C.C.I.No. D207250812, D.R.T.C.T., said point being located North 89 degrees 59 minutes 45 seconds East, 448.90 feet from the most northerly northwest property corner of the said Tucker Tract; THENCE South 00 degree 59 minutes 45 seconds West, 211.03 feet to a point; THENCE South 01 degree 57 minutes 22 seconds East, 900.71 feet to the south property line of the said Tucker Tract, same being the north Right -of -Way line (R.O.W.) of F.M. 1187 (100' R.O.W.); THENCE South 89 degrees 54 minutes 24 seconds West, 25.02 feet along the said south property line and the said north R.O.W. line to a point; THENCE North 01 degree 57 minutes 22 seconds West, 900.71 feet to a point; THENCE North 00 degree 59 minutes 45 seconds East, 211.23 feet to the north property line of the said Tucker Tract, same being the south property line of the said Jowell Tract; THENCE North 89 degrees 59 minutes 45 seconds East, 25.00 feet along the said property lines to the POINT OF BEGINNING containing 0.638 acre (27,799 square feet) of land more or less. OF ? i SHAUN G. SPOONER .. 4183..�.:... '� . �FE S S 1 p�•�p� S U'R PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev. 05/1212010 Page 6 of 7 99.515 ACRES L. E. JOWELL, JR. EL INE H. JOWELL T C C / N D207250812 PLAT OF EXHIPITs "A" & "8" E"11�1T "B" SEE ATTACHED LEGAL DESCRIPTION ON PAGEs 5-6 OF EXHIBITS '°A v do 18" HEREIN F12 a' t� D. R. T. C. T. awImr -8tl RPLS �f5122'N89 5. '45"E _ 423.9C1' L7 „ H PROPERTY LINE 1/2 IRE I17E �k7 IT BLOCK 1 1 KSM OAK ADD17YON 1 CAB. A, SLIDE 11031 P.R.T.C. T. 1/2� IRr cl 112" car "®EAswY 4050p HIRAM G97ZE SURVEY ABSTRACT No. 930 EmIBIT l " Y5-* wDE PERMANENT f SANITARY SE WR EASEMENT ! 0 894 ACRE (38,921 SO. FT.) - EXHIBIT 19" 25' WIDE TEMPORARY CONSTRUCTION E45EMENT 0. 638 ACRE (27,799 SO. FT) 20.759 ACRES (DEED) DDA(NIE' L. 7WKER S"DY L. 7XICKER T. C. C. L No. D206278178 D.R.T.C.T. AMF NN BETHESDA WATER SUPPLY CORP. 20' UTILITY EASEMENT T.C.CI.No. D206320JJ9 D. R. T. G: T. 1 R.O.W LINE 124.75 ACRES REM. HAROLD E. QUANT MCHELLE B. QUANT VOL. 12950, PG. 138 D. R. T. C. T. 99.515 ACRES L. E. JOWELL, JR. EL INE H. JOWELL T CCI.No. 0207250812 D.R. T.C. T. CITY OF FORT WORTH EX. 20' PERMANENT SANITARY SEWER EASEMENT VOL. 5250, PG. 528 D.R. T C. T 22.38 ACRES Lu SENOR MUFFLER, INC. VOL. 15796, PG. 201 D.R. T.C.T. I I Mo I DIRECTION DISr � L 1 500°59'45 T 210.74' L2 S89054:24IV J5.02' L3 N00059'45 "E 211.03' L4 N89°5945"E 35.00' I I L5 .S89'54 :74V 25.02' I Ltd N00'59'457- 211.23' L7 I N89°5945't 25: 0©'— I I L8 ,S89 59'45'WY 174.05 L5 L2 F.U. 1187 0 � 180' 360' (100' R.O.W.) —F GRAPHIC SCALE IN FEET 1" = 180' NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE. ALL DISTANCES SHOWN ARE SURFACE. SANITARY SEWER PARALLEL RELIEF MAIN-257 AR SURVEY HIRAM LITTLE SURVEY, ABSTRACT No. 930 LOCATION: 3501 FM 1187, TARRANT COUNTY, TEXAS WHOLE PROPERTY ACREAGE: 20.759 ACRES PER BEEF r EXHIBIT& "A" & "B" PAGE 7 OF 7 S&A JOB NO.: 08-020 I DRAW BY D.C.K. S ZRF �P 1 .......................... SHAUN G. SPOONER ................. - o� 4-183 { •'� ESS�d� d� 3UR _DATE: 12-21-10 CHECKED BY.• S.G.S. I ACAD FILE: OS-020-M257-EASEMENTS I -&-� � �I SPOONER & ASSOC., INC, 309 BYERS STREET, SUITE 100, EULESS, 7X 76039. PH 817-281-23M FAX 817 685-850a Erxchange: Authorized Users Only Document Receipt Information Reference Number: ALDA6 18 - AT0000032745 - Easement Page 1 of 1 Instrument Number: D212177265 No of Pages: 10 Recorded Date_: 7/24/2012 6.55:26 AM County: Tarrant Volume: Page; [Recording Fee: 1$52,00 https://www.erxchange.com/Ul/ViewReceipt.aspx?Documentld=627685 T 7/24/2012 Electronically Recorded Tarrant County Texas Official Public Records 6/20/2012 4:39 PM D212148108 WATER AND h*#i 1R PLACEMENf?8ONi1rtAC"ll�Mi STM-H REHAB) Parcel 9 47 Mary Louise Garcia Submitter: AGS Doe 9 6216 3540 FM Rid 11187 ASSi'1! ACT 930 TRACT 400 HIRAM LITTLE SURVEY Under Subchapter i s of the Texas Prop" Cade, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10"' anniversary of the date of this acquisition to repurchase the property or request Certain information about the use and any actual progress mane toward the use for which the property was acquired under this deedleasement/narned instrument, and the repurchase price wll) be the price the City paid Grantor in this acquisition. STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § ClI Il OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: 05/4/2012 GRANTOR. BYRON W,AYNE HO.ALDRIDGE GRANTOR'S MAILING ADDRESS (including County), 3425 N. CANYON ROAD PROVO, UTAH 84604 GRANTEE: CITY OF FORT WORT14 GRANTEE'S MAILING ADDRESS (including County); 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10,00) and other goad and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY, Being a 35 feet vide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County. Texas, said strip being a portion of that same 9.51acre tract of land conveyed to Byron Mayne Hraldridge (Hoaldridge Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.t. No.) D206194878, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Permanent Sewer F'aciiity Easement 0.273 acres (t 1,908 square feet) attached hereto for all intents and purposes. Bev 051:`201G Grantor, for the consideration paid to Grantor and tither goon and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sever tine Facility, hereafter referred to as "Facility'. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged. or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or rather improvements installed in violation of the provisions at7d intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto In anyway belonging unto Grantee, and Grantee's successors and assigns forever, and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawft.Iily claiming or to claim the same, or any part thereof, When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACIMY EASEMENT Rev. 05ft2+2w14 Byro wayne V6aldridge STATE OF TEXAS, COUNTY OF TARRANT\, § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVER AS TO FORM AND LEGALITY I eInp /` di Wes€stant City A4orn4y ACKNOWLEDGEMENT BEFORE ME, the unditigned authority, a Notary Public in and for the Mate of Texas, on this day personally appeared , known to me to be the same person whose name is subsc ed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said � for the purposes and consideration therein expressed and in GIVEN UNDER MY HAND AND SEAL .20 opacity therein stated. FFICE this w� M day of Notary Public in aa4for the Mats of Texas Rev 115,112rX,,0 Description of Attached Document Title or'Type of Document., PERMANENT SEWER FACILITY CASEMENT Document Date:A$L1012012 Number of Pages 4 In the County of 'U­'i A-Ii, State of on this _L2L day of, f I personafly appeared before the -'' and under oath or affirmation on penalty of -perjury stated that he/she signed the preceding document, .. . ..... . ...... -MOPtiO BARAO.. ah, Notary Signature and Seal In the County of State of on this day of 20_, personally appeared before me , and under oath or affirmation on penalty of perjury stated that he/she signed the -preceding documeht. Notary Signature and Seal In the County of State of on this ..------clay of 20_, personally appeared before me , and under oath or affirmation an penalty of perjury stated that he/she signed the preceding document. Notary Signature and Seat In the County of State of on this _ day of pertonally appeared before me . and Linder o6th of affirmation on pOrlifty of perjury stated that he/she signed the precedimj- document. Notary Signature and Seal AFCU*43 VZ104 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME. the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fart Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same: was the act: of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressers and in the capacity therein stated. GIVEN UDDER MY HAND AND SEAS. OF OFFICE this AA2el day of MY "NW-SIOVEXPOWE's ?E.RiONEtN'7SEVNEf3 FACILFT'Y x:A$L-k4ENT Rev. 45i'2,2010 Notary Public in and for the State of Texas Exhibit "A" BEING a 35 feel wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 030, Tarrant County, Texas, said strip being a portion of that sane 20.2 acre tract of land conveyed to H, F. Hoaldridge, Juanita Milner Hoaldridge, Trustees of the Hoaldridge Family Trust (Hoa[dridge Tract), by deed as recorded in Tarrant County Clerk's instrument Number (T.C.C.I.No.) D198073427, Deed Records, Tarrant County, Texas (D.R.T.C_T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at the northeast property corner of the said Healdddge Tract same being the northwest property corner of a 15.21 acre tract of land conveyed to Gany Moss (Moss Tract) by T,C.C.I.No D207447871, D.I4.1C.T., said beginning point also being located on the south Right -of - Way line (R.0-W.) of F. M. 1187 (being a 100' R.O.W. at this point); THENCE South 40 degrees 02 minutes 31 seconds West, along the east property line of the said Hoaldridge Tract, same being the west property tine of the said Mass Tract, 340,18 feet to the southeast property corner of the said Hoaldridge Tract, same being the northeast property corner of a 18.78 acre tract of land conveyed to Timothy A. Menikos and Patricia D. Menikos (Menikos Tract) by T.C.C.I.No. ID201140027, D.R.T.C.T., said paint also being on the west properly line of the said Moss Tract; THENCE South 89 degrees 58 minutes 04 seconds West, along the south property line of the said Hoaldridge Tract and the North properly line of the said Menikos Tract; 35.00 feet to a point; THENC15 North tit; degrees 02 minutes 31 seconds East, 340.18 feet to the north property line of the said Hoaldridge Tract, sarne being the said south R.O.W. line of F. All. 1187 (100' R.00.); THENCE South 89 degrees 54 minutes 24 seconds East, along the said north property line and the said south R.O.W. fine, 35.00 feet to the POINT OF BEGINNING containing 0.273 acre (11,908 square feet) of land morn or less. 1� : t� APt lir8t:ahft ` ACI-kITYEAL;EME►- AND TF-MO RARYt:OIN 7kUCi uN-14:�v=cgdut�'r Page 5 of 7 FLAT OF EXHIBfTs "A„ "B" -WE AiMOYED 1L'OA4 DESCRIM70V rW PAOFS 5-6 Of' EXHIM7* A" rk 9N HtREN _ ... L4 Cil'Y OF fC1?i #tOli'P`fl ' l] -� 20 i rY F"MEW T C G.1 No. 0202085215 O.I . r C. r. Mi,AVV L�%r7 1#1/ is 20' !''IRCUNE RIGHT-cF"+}- rYAY ,,,wD c4srBdcm �. C C ffQ, f.J.2Ot% J5160 AR r.C. r. H. UME Stile't" ABSMACr No. 9,R7 9.61 ACR-C S (DEED) BMN MAYNE HOALDRIDCE T C.0. I ,Mo. D206194878 D R. T. C.1: EXHIBIT .4 " Y,5' WOF PERMANENT 01273 ACRE (11,908 SO. PT) EXHIBIT 19" 25' MDE TEMPOR.ARY---aa coms RUCTICI+I EAsrm yr I. f35 ACI?FE (8,507 Sa FT) ; s NAIL WI Sff1A'ER 'BAUARO CORP" 18.78 ��`RE.S 71MMY A. 1ilE'M}k1 S P-4if MM a f"i�-00S rCC.I No_ 132C114 27 O.R. Tro, r P.0.A ExHar '29'° F, 1187 P.E.0-10. "A W (t 00' R. C. W) I t„ f f 1 1 � f i 15.21 ACRES 6ARY MOSS' ! 1 6 f 6,C-A �o, t120,74�47'8Y7 AR r.0.r. MMAftrr Orl�-RING LP JO' f''M UYE RlMr OF WAY AND FASUAW I OIR.rcr f f n+���rr GN47"HEPING EP ,o' PlpalmE' R16Hr oF wAY yam- l G. C.1.luts. D206295024 D.R.T:c # f f ClrY Of FORT l� W Y j I I F`JI 2!1' FRNEJFIi1d/rAh'Y . SIN E"rdS�ty{�'MP f GRAPHIC SCALE IN FEET No. �l1rc'E�'TICN �dSI. 3y..Cx �+4q�39 •JTp u�6j +r1y�%a E��f yLyY L� ,�8�'S4'24 "E NOTE' THE BASIS OF SEMING5 FOR THIS SUgVEY IS , A083 NORTH 7E5r.As ('ENT{?AL ZONE ALI. DISIANCES SHO)UN ARE sL)R orE. SANITARY SEWER PARALLEL RELIES � 25'� HIM 47 RW-PARCEr t�fi 1s lJrAS S�VEY ARMACT Ma 9,V REWSEV 4-77---12 [tmwWc,0U � PON; .3540 FM MZ OPER7Y A AGE. 9.6t ACRES PER AM owe e "A" & 019" PAGE 7 OF 7 DAY 47 SHAJPi ....�P�.NER 8POONC do ASWC., fhb 3€79 8%MS STREEZ W11F fOO, EM , TX MOjO. P#t FAX 817--085-BWB Electronically Recorded Tarrant County Texas Official Public Records 6/21/2012 9:12 AM D212148160 -6LG4 6 PGS 7 $40.00 WATER A_ND sA.NVIF�ItNUtttRaRF-PLAC NIEN T (ekWiVVjfi 04 .ST-,,IxH RF.14,t ) Parcel A 47 Doe # 6216 3-540 FM RD 1187 �BSTRACT 930 TIUCT 40D LIT"M L>ri TLE SURVEY CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DXI'E: 05 /20 t 2 GRAD+.'"I OR.- BYRE N WAYNE HOALDRI DGE GiZANTOWS M-MLING ADDRESS (including County)- .3425 N. CANYON ROAD 1'1COVO, Ci I'AH 84604 UILAN TEE: CITY OF FORT WORTH N�t'1..IL IN-G : DDRESS (itrcluding County): 1000 THROCKMORTON ST. FORT WORTH, TARRA:VU C'OUN'ITY, 'I A 76102 CONSIDERATION: ERATION: Tca Dollars ($10,00) and other good and valuahlc consideratioii, the receipt and suffrciencv o which is Erereby aci uoNvledeecl. I'IZO1'110-Y: Being a 75 feet wide temporary construction casement situated in- the Hiram Little. Survey, Abstract ?+lumber 930, Tarrant County, Texas, said ,trip being a portion of that satne 9.51 acre tract of latid conveyed to Byron Wayne Iloal€fridge (Hoa.ldridge- Tract), by deed as rcco,ded irz `i`arririt Comity Clerk's Instrument l uvnber (T.C.C.1. No.) D206194878, Deed Records, Tarrant County, Texas (D.tt.T.C.T.), said ,;trip being herein more; particularly, do.wribed by metes and boutids exhibits for tempotan, cc3rrAM-etiorx easement 0.135 acres- (9, 0-1 squ= feet) attached h rew for all intents and pvr poses. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit `A", and ingress and egress over Grantors property to the easement as shown on Exhibit"B". �f:1Lf�k1�];y {�il?L4fP.:x=;;t1(1 i�iN.iP.Flief]i It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of Insta1lation of Sanitary Sewer Relief Main. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease, TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptant; by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [siG.N'sruREs AI'f'EAR ON THE FOL1,01- iNG PAGE) li sn .orary CA-Its"ravdcmr: Ea�pwefjt 01,st4xX i7 CAI{ A NTO - I3yrc4n '-,iy e 11op4diidge STATE. OF TEXAS COUNTY OkTARRANT § GliAINTi E: Cite of Fart Worth �.............. .-�........................ Fcmando Costa Assistant City Managea- Assistant City Atio ey AC KANTLEDGEMPENT BEFORE ME-. t e undersigned authority, a Notary Public in and for the State of Texas. on this day personally ap ed , known to me to be the same person whose name is sgribed to the foregoing instrument, and acknowledged to me that the same was the act of `` and that he/she executed the sarne as the act of said _ `~ _ for the purposes and Gonsideration therein expressed and in th'e--capacity therein stated. JLL GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2ti day of Notary Public in and for the State of Texas lrar�rdra. t.:a�.,mu:icsn [•.Ksarccr�t Description of Attached Document Title or Type of Document: TEMPORARY CONSTRUCTION EASEMENT Document Efate: !!5101202 Number of Pages 4 In the County of-- A-_P, State of !.t.. on this 16"`day of � �� � . ,20 & personally appeared before me ,' �. ,� t , and under oath or affirmation on penalty of perjury stated that he/she signed thq preceding document, mwu:;• publk: o S&W of 01sh Notary Signature and Seal In the County of ....... State of on this _ day of . __-- -- 20_ personally appeared before me , and under oath or affirmation on penalty of perjury stated that he/she signed the preceding document. Notary Signature and Seal In the County of , State of .. -. on this day of _._ . .20_, personally appeared before me , and under oath or affirmation on penalty of perjury stated that he/she signed the preceding document. Notary Signature and Seal In them 0ounty of State of on this day of 20 personally appeared before me ; and under oa#n or affirmation to penalty of perjury states/ that he/she signed the preceding dowwent: Notary Signature and Seat 1% uU h t3 UZIU4 ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costs, Assistant City Manaq!q of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Foil Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ;V" day of 20-121 ROSULARAPNES Kv m Notary Public in and for the State of Texas After recording return to: City of Fort Worth Right of Way and Easements 900 MOMOV/ SLMOL Sic 404 Fort Worth, TX 76102 Temp;wR-1 A) I !b9liot, J i -T BEING a 25 feet wide temporary construction easement sftuated In the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip berg a portion of that same 9,51 acre tract of land conveyed to Syron Wayne Hoaldridge (Hoaldridge Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.G.C.I.No.) D2061M78, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a paint on the north property line of the said Hoaldridge Tract same being the south Right -of -Way (R,O.'yi1r.) line of F, M. 1187 (being a 100' P.O.W. at this point), said beginning point being located North 89 degrees 54 minutes 24 seconds West, 35.00 feet from the northeast property corner of the said Hoaldridge Tract; THENCE South 05 degrees 02 minutes 31 seconds West 340.18 feet to the south property line of the sold Hoaldridge Toot same being the north property line of the said 18.78 acre tract of land conveyed to Timothy A. Menikos and Patricia D. Menikos by T.C.C.1.No. 0201140027, D,R.T.C.T,; THENCE South 89 degrees 58 minutes 04 seconds West, along the said property lines, 25.00 feet to a paint; TH15NC155 North 00 degrees 02 minutes 31 seconds Past 340.18 feet to the north property line of the said Hoaldridge Tract same being the said south R.Q.W. lime of F. All, 1187; THENCE South 89 degrees 54 minutes 24 seconds East, along the said property line and the solid R.C.W. line, 25.00 feet to the POINT OF BEGINNING containing 0.135 acre (8,507 square feet) of land more or 'less. P ik5Al4WN SkWe d #i,'t�tU Y MSEMENT AND 7r-,MPC1"Y WMST 0Vrt0N E.RSEMNT Rev. 09t lOb Page 6 of 7 PLAT OF EXHIBITS "AI$ & „Bt, SEE A 7-rA0Yf -0 L�67AL� DES iP77aV rOb1�r{yPA F,I .5•--6 y __ --I— _ — -[-- -prcopcgry L1111£ --- --- .._. — adY Or fY3RT -�Ri1:l tar UNITY FIATmofr I:CG:I.r�fss. LS2fl,?11t�5215 Rmweir a.cwcir/m PfP�ZINE R1,-H7'--0F -fVAY AM F4SBJSVr T. C.0 I.NU D'06,Z.35150 £.R..T.C.T: H. time sum; AHSM4Cr Atv. 9JO 9.51 ACRES (DE -Ed) BYRON WA)WE' HOALD lDOR' T C,C f. Nor. D206194578 0Rr0.r. E.YJH/&/r i10 36' WDE PERMAIVENT SAN17ARYR SEWR FASEMENr 0 27J ACRE (1 /, 908 SO. FT<) EXHIBIT "B" 25' WIDE' TEMPORARY 00VVSrRUC7701V EAl; "AYENi 0 1 J5 ACRE (g 507 50, i r) ry� PROPER?Y U.'VE 1 N89 5 '04 "E 2, J( 4.VY 'ZOUAR0 CORPS 18,78 AcRes RNOMr A. UtMKOS P.a1MMA 0. UENWOS T; aC i>ft .9 011 #002t O.R. rc. T, CIS �l /fr. 0,19 .(ice �/�[i' }/'� /j�/�/ .Jj Lfl �w �4f» / •ffii I CJlREC7/9N B/.Sr i 1.1 589<.�8'04 i!7 35 00' I I L 6'89','4'24' M.00' sag ,•�!/ I i 15-21 ACRES GARY A rC-CI.No. 0207447871 i I DR.rC..r Iall 1 4YARNETr C.AThERING LP s• I JO' PIPELfNE RIGHT OF WAY I I I AND r"A5t-'MENr T,CC-1.Na. DZI76235145 {It r 43 R4RN£Fr OAiHmw Lf' JO' PIPUbW RIGHT Or WAY I ANO EASMElilr .- ZNo, 02062.98024 O.R. r.C, r CITY OF FVRT WORM LL ( ( £X. 20' PVR}.lidNF_N)' SWlrrlRY I SEWER M S-rUCNr ZNEL— 1 I I } ti RAPHC SCALF: jN FEFT I # i 60 ZIE: THE OASIS OF € EARIMUS MR'HIS riWWY 6S NAD83 t3ORTN TEXAS CEN-MA! ZONE DI'STANC:E4 SFtUYN ARE-;URFACF. SJUl 'lay SEWER P"-M BL RELIEF All-257 SuR � MOM UTU SUttivfY, Airj ACr Nora 9-V REVISED 4— 4(7— f 2 LOCA N. -"40 FM IIV, MOAN 4L7t,'AtVY, 7EXA$ 4YYME PROPERTV Af 'AGE.' 9.51 ACRES PER OZkti �'7xosrrs -A �{ -a- PACE 7 OF 71 CHEWED slil-vlls, iN 309 MRS STREET, St/IIE 000 E't10ESa TX 7903A Electronically Recorded Tarrant County Texas Official Public Records 6/21/201212.49 PM 0212148696 WATER AN R&LACEMENT T&8N--kACT Of9TM-H REHAB) Marcel 0 W Ili Mary Louise Garcia Submiiter: ACS. Doe # 6216 12279 OAK GROVE ROAD S Abstract 930 Tract 40D01 HIRAM LITTLE SURVEY STATE OF TEXAS g § KNOW ALL MIEN BY THESE PRESENTS COUNTY OF TARRANT § ALAMO TITLE COMPANY CITY OF F-08 NDm PERMANENT SEWER FACILITY EASEMENT DATE: 04111 /2012 GRANTOR: TIMOTHY & PATRICIA MENIKOS GRANTOR'S MAILING ADDRESS (Including County): P.O Box 2823 Burleson, Texas 76097-2823 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficlency of which is hereby acknowledged. PROPERTY: Being a 35 feet wide permanent sanitary sewer easement situated In the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 18.78 acre tract of land conveyed to Timothy A.Menikos and Patricia D. Menikcs (Menikos Tract), by deed as recorded In Tarrant County Clerk's Instrument Number (T.C.C,I, No.) 020114002-7, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Permanent Sewer Facility Easement .295 acres (12,832 square feet) attached hereto for all Intents and purposes. PERMANENT SEWER FACILITY EASEMENT Rev 0511212DIo WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2404 STM-H REHAB) Parcel # A' lij Doe # 6216 12279 OAK GROVE ROAD S Abstract 930 Tract 40D09 HIRAM LITTLE SURVEY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § ALAMO TITLE COMPANY GF AVAngag 3-1707 CITY OF FORT WORTH 1-16 PERMANENT SEVER FACILITY EASEMENT ©ATE: 04/11/2012 GRANTOR: TIMOTHY & PATRICIA MENIKOS GRANTOR'S MAILING ADDRESS (including County): PA Box 2823 Burleson, Texas 76097-2823 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT FORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 35 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 18.78 acre tract of land conveyed to Timothy A.Menikos and Patricia D. Menikos (Menikos Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I. No.) D201140027, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Permanent Sewer facility Easement .295 acres (12,832 square feet) attached hereto for all intents and purposes. PERMANENT SEWER FACILITY EASEMENT Rev. 05/1212010 Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment 'and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" and Exhibit "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof~ for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. 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 restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES .APPEAR ON THE FOLLOWING PAGE] PERMANENT SEINER FACILITY EASEMENT Rev. 0511212010 GRANTOR: Timothy A. Menikos atricia D. Menikos STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth �4�4� Femando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY slstant City Attorn y ACKNOWLEDGEMENT BEFORE- ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ► , known to me to be the same person whose name is subscribed to thib foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ ( I-L41' day of -- 20«. Y O EMMCE0-1,rT EN EBi.'4 mF�§an �-3 03, 2013 PERMANENT SEWER FACILITY EASEMENT Rev. 06/12/2010 / ? �. � I � L' �' -�� �' '-/' a, NotaY Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigDed authority, a Notary Public in and for the State of Texas, on this day personally appeared al L j_Gi.q erg 05 , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. . GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of (a . EDWAFM PERMANENT SEWER FACILITY EASEMENT Rev. 0511212010 a -221, Notao Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -3 (02E day of 20/2— MARIAS.SMCHEz NNotrubfic in and for the State o exas MYCaMMi3510NlxPiFlE5 E s tiecenMr 14, 2A13 PERMANENT SEWER FACILITY EASEMENT Rev. 05/12/2-010 Exhibit "A" BEING a 35 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 030, Tarrant County, Texas, said strip being a portion of that same 18.78 acre tract of land conveyed to Timothy A. Menikos and Patricia D. Menikos (Menikos Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D201140027, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at the northeast property corner of the said Menikos Tract, same being the southeast property corner of a 20.2 acre tract of land conveyed to H. P. Hoaldridge, Juanita Milner Hoaldridge, and Trustees of the Hoaldridge Family Trust (Hoaldridge Tact), by deed as recorded in T.C.C.I.No. D198073427, D.R.T.C.T. said beginning point also being on the west property line of a 15.21 acre tract of land conveyed to Gary Moss (Moss Tract), by deed as recorded in T.C.C.I.No. D207447871, D.R.T.C.T.; THENCE South 00 degrees 02 minutes 31 seconds West, along the east property line of the said Menikos Tract same being the west property line of the said Moss Tract, 366.64 feet to the southeast property corner of the said Menikos Tract, same being the northeast property corner of a 62.6 acre tract of land conveyed to Robert C. Guy (Guy Tract) by deed as recorded in Volume 1964, Page 374, D.R.T.C.T; THENCE South 89 degrees 58 minutes 14 seconds West, along the south property line of the said Menikos Tract same being the north property line of the said Guy Tract, 35.00 feet to a point; THENCE North 00 degrees 02 minutes 31 seconds East, 366.64 feet to the north property line of the said Menikos Tract, same being the south property line of the said Hoaldridge Tract; THENCE South 89 degrees 58 minutes 04 seconds East, along the said property lines, 35.00 feet to the POINT OF BEGINNING containing 0.296 acre (12,832 square feet:) of land more or less. PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev. 051i2l2010 �E 0 F ?, •. tP .......................... SHAUN G. SPOONER �...•.:� 4183 Wage 5 of 7 20.2 ACRES }� P. O. 19. H F. HOALDRIDGE EXHIBIT �q " JUANITA MILNER HOALDRIDGE T. C. C.I.No. D 19807J427 P. 0. a Ev-1181T "B" N895804 "E 2,304.84 L4 L PROPERTY LINE PK NAIL W/ SHINER 'BALLARO CORP" I EXH181.T 'B" 25' WIDE TEMPORARY CONSTRUCTION EASEMENT 0.210 ACRE (9,166 SO. FT.) f H. LITTLE SURVEY i ABSTRACT No. 9JO I 18.78 ACRES (DEED) 77A?077-IY A. 1+ ENIKOS PAMIM D. MOVIKOS T. C. C. C. /. NO. D201140027 i D.R. T.C. T. f No. DIRECTION DIST L 1 S89`58'14 "W 35.00' 42 S89'58'04 "E 35.00' L3 S89 58'14 "W 25.00' L4 S89 58'04 "E f 25 DO' .__ PROPERTY LINE PLAT OF EXHIBITS "A" & "B" SEE ATTACHED LEGAL DESCRIP7701V ON PAGES 5-6 I OF EXHIBITS "A " & "B" HEREIN BARNETT GATHERING LP 1 JO' PIPELINE RIGHT OF WAY f AND EASEMENT T. C. C.l. No. D206295024 D.R. T.C. T. O O EXHIBIT "A " 35' WIDE PERMANENT f SANITARY SEWER EASEMENT 0.295 ACRE (12, 832 SO. FI.) �f I �f f 15,21 ACRES f GARY MOSS T.C. C.I. No. D207447871 D.R. T.C. T f f BARNEU GATHERING LP JO' PIPELINE RIGHT OF WAY fT. C. C. D.R. T C.62 5145 If I - ca fCITY OF FORT WOR77Y EX. 20' PERMANENT SANITARY M f J SEWER EASEMENT 0 60' 120' 62.6 ACRES f - ROBERT C. GUY -Eli VOL. 1964, PG. 374 D.R. T.C. T. GRAPHIC SCALE IN FEET 1 OR 6 0' NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE. .. ALL DISTANCES SHOWN ARE SURFACE. t�• TF Al SANITARY SEWER PARALLEL RELIEF iVIAIN-257 �' ¢ ... ......................... - 1 SHAUN G. SPOONER PARCEL NO. 49 - ........................... .... 4183..., ... SURVEY. HIRAM LITTLE SURVEY. ABSTRACT No. 930 LOCATION. 12279 OAK GROVE RD S, BURLESON, TX 7602E WHOLE PROPERTY ACREAGE: 18.78 ACRES PER DEED EXHIBITS "A" & "B" PAGE 7 OF 7 a'.... 0 � S&A JOB NO.. 08-020 DRAWN BY- S.A.J. DATE: 12-23-10 CHECKED BY. S.G.S. ACAD FILE: 08--020—M257--EASEMENTS _ I'SPOONER & ASSOC, INC. 309 BYERS STREET; SU17E 100. EULESS TX 76039, PH 617-251--2355 FAX 817-685-6508 Erxchange: Authorized Users Only Document Receipt Information Reference Number. ALDAL 1R o ATBOO 032747 o Easement Page 1 of i Instrument Number. D212148595 No of Pages. 7 Recorded Data: 6/23 2012 12:49:26 PM County, Tarrant Volume; Page: Recording Pee: $40.00 https://www.erxdimgc.comAANiewReccipt.aspx?Doementld-6157755 6/22/2012 Electronically Recorded Warrant county Texas Official Publio Records 6121/201212:49 PM D2 I486gg SII+R.t�Gth a�.r� PGS 7 $40.00 WATER AND SANUaIMSF&WAIREPLACEMENT (CSC kM4 STM R REHAB) Parcel # 46 Liq Doe # 6216 12279 OAK GROVE ROAD 8 Abstract 930 Tract_40D01-HMAM LITTLI; SURVEY ALA�Q TITLE COMPANY 9I7Y OF FORT WORTH TgMPQItARY CONSTRUCTION ���EIv1NT GRANTOR: TIMOTHY & PATRICIA MENIItOS GRANTOR'S MAILING ADDRESS (including County): P.0 Box 2823 Burleson, Texas 76097-2823 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCIMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25 feet wade temporary construction casement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 18.78 acre tract of land conveyed to Timothy A. Menikos and Patricia D. Menikos (Menikus Tract), by deed as recorded in Tarrant County Cleric's Instrument Number (T.C.C.I. No.) D201140027, Deed Records, Tarrant County, Texas (D.R.T.C,T.), said strip being herein more particularly described by metes and bounds exhibits for Temporary Construction Easement .210 acres (9,166 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, Its successors and assigns, the use and passage in, over, and across, below and along the easement situated In Tarrant County, Texas, In accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit " B". Temporary Camtruclion Eoeunlent 01/09/7007 WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STM-H REHAB) Parcel #4& J44 Doe # 6216 12279 OAK GROVE ROAD S Abstract 930 Tract 40D01 HI AM LITTLE SURVEY ALAhJO TITLE COMPANY CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT GRANTOR: TIMOTHY & PATRICIA MENIKOS GRANTOR'S MAILING ADDRESS (including County): P.O Box 2823 Burleson, Texas 76097-2823 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, T.e►RR ANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25 feet wide temporary construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 18.78 acre tract of land conveyed to Timothy A. Menikos and Patricia D. Menikos (Menikos Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I. No.) D201140027, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Temporary Construction Easement .210 acres (9,166 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Basement 01109/2007 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of Installation of Sanitary Sewer Relief Main. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 :: NO- •_' STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY 11/2 ji 11 J� 4111 AA i A. sistant City Attorne S�FORE ME, the undersigned authority, N tary P blic in and for the State of Texas, on this day personally appeared /7 4A g h i BS , known to me to be the same person whose name is subscribed to the fore oing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this Z�t—lt day of 20, the State ot M. EU IE b EDWAMS my coraZzlon otojes JLJfy 03. 2013 Temporary Construction Finamenf 01/09/2007 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared `�� jC known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this $ �" day of JQ ��1lIfA My J* Qe, 2053= Notary ublic in and for the State of Texas Tempamry Construction Easement 01I09l2007 AGKNOWLEDGEMEN BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa. Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of LMAMA S: SAKRU k,MY OAMM1BS10N S?(PIFES DoWAttter 14,2013_ Note Public in and for the State o axes Aftear recording return to: City of Mort Worth Right of Way and Easements 900 Monroe Street Ste 404 Fort Worth, TX 76102 Temporary Constnuetion Easement 01l09l2007 Exhlibit ` " BEING a 25 feet wide temporary construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 18.78 acre tract of land conveyed to Timothy A, Menikos and Patricia D. Menikos (Menikos Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D201140027, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a point on the north property line of the said Menikos Tract same being the south property line of a 20.2 acre tract of land conveyed to H. F. Hoaldridge, Juanita Milner Hoaldridge, and Trustees of the Hoaldridge Family Trust (Hoaldridge Tact), by deed as recorded in T.C.C.I.No. D198073427, D.R.T.C.T, said beginning point also being located North 89 degrees 58 minutes 04 seconds West, 35.00 feet from the northeast property corner of the said Menikos Tract; THENDE South 00 degrees 02 minutes 31 seconds West, 366.64 feet to the south property line of the said Menikos Tract same being the north property line of a 62.6 acre tract of land conveyed to Robert C. Guy (Guy Tract) by deed as recorded in Volume 1964, Page 374, D.R.T.C.T., said point also being located South 89 degrees 58 minutes 14 seconds West, 35.00 feet from the southeast property corner of the said Menikos Tract; THENCE South 89 degrees 58 minutes 14 seconds West, 25.00 feet with the said property lines to a point; THENCE North 00 degrees 02 minutes 31 seconds East, 366.64 feet to the north property line of the said Menikos Tract, same being the south property line of the said Hoaldridge Tract; THENCE South 89 degrees 58 minutes 04 seconds East, 25.00 feet with the said property lines to the POINT OF BEGINNING containing 0.210 acre (9,166 square feet) of land more or less. PERMANENT SEWER FACILITY EASEMENT ANb TEMPORARY CONSTRUCTION EASEMENT Rev. 05/12/2010 4 SHAUN G. SPO0NRR :. ..¢ :... 4183 °F�s SUR Page 6 of 7 20.2 ACRES P. 0.8. H. F. HOALDRIDGE EXHIBIT A ", JUANITA MILKER HOALDRIDGE T. C. C.l. N0. 0198073427 P. O. B D.R. T.C.T. EXHIBIT "B" N89'58'041E 2,304.64' L4 L2 __.. PROPERTY LINE PK NAIL W/ SHINER �. "BALLARD CORP" t4 EXHIBIT '$" 25' WIDE TEMPORARY CONSTRUCTION EASEMENT 0.210 ACRE (9,166 SO. FT.) H. LITTLE SURVEY A9STRACT No. 930 18.78 ACRES (DEED) 77MONY A. MENIKS I PA7RIC'I4 A MENIKOS T.C. C. C.1. No. D201140027 D. R. T C. T I No. L1 L3 �V DIRECTroN D sT s89•Ss'14'�v 3� aD' s�s•Sa'o4 "E 35.00' S89'S8'14'25.00' Stu l Rt� .s�9•ss'D4 LE2s DD' , o • O� O PROPERTY LINE L3 I PLAT OF EXHIBITs "A" & "B" SEE A TTACHED LEGAL DESCRIPTION ON PAGEs 5-6 f OF EXHIBITS Q" & E" HEREIN BARNETT GATHERING LP JO' PIPELINE RIGHT OF WAY AND E4SEMfNT T.C. C.ANo. D206295024 D.R. T.C. T. =EXI1/BlT 4 " 35' WIRE PEf?MANENT SANITARY SEWER EASEMENT a295 ACRE" (12,832 So FT) II 15.21 ACRES GARY MOSS T.C.C.1.N0. 0207447871 D. R. T. C. T I BARNEIT GATHERING LP PIPELINE RIGHT OF WAY T. C. C �N D2062J5145 ff D.R. T.C. T j I 017Y OF FORT WORTH EX. 20' PERMANENT .SANITARY r SEWER EASEMENT I 0 62.6 ACRES 60' 120' ROBERT C. GUY - VOL. 1994, PG. 374 D.f7TC.T. I GRAPHIC 1SCALE 60IN FEET ril�, NOTE; THE BASIS OF BEARINGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE, ALL. DISTANCES SHOWN ARE SURFACE, SANITARY SEWER PARALLEL RELIEF MAW-257 PARCEL 70. 49 SURVEY' HIRAM LITTLE SURVEY, ABSTRACT No. 930 LOCAPON: 12279 OAK GROVE RA-S, BURLESON, TX 76028 WHOLE PROPERTY ACREAGE 18.78 ACRES PER DEED EXHIBITS "A" & "B" PAGE 7 OF 7 S&A JOB NO.: 08-020 ARA WN BY: S.A.J. DATE: 12-23--10 CHECKED BY' S.G.S. ACAD FILE: 08-020—M257—EASEMENTS SPOONER & ASSOC., INC. 309 BYERS STREET, SUITE 100, Et)LESS TX 76039, PH 817-291-2355 FAX 81; E 0 F T �P �G VS T � RFO'•+9 .......................... SHAUN G. SPOONER . :: ..4183...vi .10 �FESS SlT4&0 1 t��'�� �' Erxchange, Authorized Users Only Dacti m®nt Receipt Xwormation Reference Number. AL©AL 18 - AT©OD003274 ' o Easement Page l of I ;Instrument Number: D212148596 No of Pages: 7 Recorded Date: 6 1/2012 12:49:26 PM County: Tarrant alumni: Peg©: Recording Fee: $40.00 hops://www. erxchange.comAJI/ViewReceipt.aspx?Docum entld=6157757 6/22/2012 Electronically Recorded Tarrant County Texas Offioiai public Reoords 7/30/20121:50 PM 0212183170 WATER ANla v Pt&P ACEMr:NTT NAAC7' 4NTm-H REHAB) Parcel ## 50 Mary Louise Garcia Submtter: ACS Doe # 6216 12631 OAKOROVE ROAD S Abstract 930 iTract_50A01 HIRAM LITTLE SURVEY STATE OF TEXAS § § KNOW ALL, MEN BY THESE PRESENTS COUNTY OF TARRANT § 0TYQE F'OftT WORTI� PERMANENT SEWER FACILIr( EASEMENT DATE: 04/11/2012 ALAMO TITLE COMPANY GRANTOR: MARGIE NELL, NORMAN GF11l G�G74�?,e?3d 7 51Z L S47 GRANTOR'S MAILING ADDRESS (including County): 12421 OAK GROVE ROAD S BURLESON, TEXAS 76028-6661 GRANTEE: CITY OF FORT NORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 35 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 81.146 acre tract of land conveyed to Margie Nell Norman (Norman Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I. No.) D192053871, Deed Records, Tarrant County, Texas (D.R.T.C.T,), said strip being herein more particularly described by metes and bounds exhibits for Permanent Sewer Facility Easement 1.255 acres (54,652 square feet) attached hereto for all intents and purposes.. PERMANENTSEWER FACILITY EASEMENT Rev 05112J2010 WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STM-b REHAB) Parcel # 50 Doe # 6216 120311 OAKOROVE ROAD S Abstract 930 Tract 5OA01 HIRAM LITTLE SURVEY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: 04/11/2012 ALAMO TITLE COMPANY GRANTOR: I�➢ARGIE I�ELL N®R�IAf� GEr��I��'C�U3� 75��' � s.c ��Z-dAc. / I GRANTOR'S MAILING ADDRESS (including County): 12421 OAK GROVE ROAD S BURLESON, TEXAS 76028-6661 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT woRTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 35 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 81.146 acre tract of land conveyed to Margie Nell Norman (Norman Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I. No.) D192053871, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Permanent Sewer Facility Easement 1.255 acres (54,652 square feet) attached hereto for all intents and purposes. PERMANENT SEWER FACILITY EASEMENT Rev. 05l1212010 Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line facility, hereafter referred to as "Facility". The (facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is ,inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. 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 restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement, TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever, and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PACE) PERMANENT SEWER FACILITY EASEMENT Rev. 05112J2010 GRANTOR: GRANTEE: City of Fort Worth MARGIE NE L NORMAN Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY la a*wv1__ ssistant City Atto ney ACKNOWLEDGEMENT STATE OFT S § COUNTY OF' l� § BEFORE ME, the undersigned authori , a Notry Public in and for the State of Texas, on this day personally appeared �AJ2—, known to me to be the same person whose name is ubscrib to the fo egoi instrument, and acknowledged to me that the same was the act of b and that he/she executed the same as the act of said for the purposes and consideration therein expressddiand in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this (ylu , zoo Kit F �;A L. SE=NNETT Na ry �tf01ic ST-*'1$4101;�*M ' _ATE OFF TEXAS PERMANENT SEWER FACILITY EASEMENT Rev. 05/1212010 day of '4" q� rbtA& No ary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAT. OF OFFICE this __ day of 20- PERMANENT SEINER FACILITY EASEMENT Rev. 0511=010 -& ezz07 �-e 6 otary Public in and for the State of Texas 1, A ENOMIA DANIEL$ 'y'� *€ MY CO]uEMISSION EXPIRES 7., „"' July 14, 2Q19 Exhibit "A" BEING a 35 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 81.146 acre tract of land conveyed Margie Nell Norman (Norman Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D192053871, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at an interior property corner of the said Norman Tract, same being the southeast property corner of a tract of land conveyed to Robert C. Guy (Guy Tract) by deed as recorded in Volume 1964, Page 374, D.R.T.C.T.; THENCE South 00 degrees 02 minutes 31 seconds West, 1,561.50 feet to the south property line of the said Norman Tract, same being the north property line of Lot 4, Bloch 11, Oak Grove Acres Section Two, being an Addition to the City of Burleson, Tarrant County, Texas, according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said point being located South 89 degrees 23 minutes 36 seconds West, 478.87 feet from the southeast property corner of the said Norman Tract; THENCE South 89 degrees 23 minutes 36 seconds West, along the said property lines, 35.00 feet to a point; THENCE North 00 degrees 02 minutes 31 seconds East, 1561.46 feet to a north property line of the said Norman Tract, same being the south property line of the said Guy Tract; THENCE North 89 degrees 20 minutes 08 seconds East, along the said property lines, 35.00 feet to the POINT OF BEGINNING containing 1.256 acres (54,652 square feet) of land more or less. r PERMANENT SEWER FACILITY EASEMENTAND TEMPORARY CONSTRUCTION EASEMENT Rev. 05/12/2010 6114�GtRteo �Y � •. tJl ................ SHAUN G. SPOONER ......... . .. A 4183 •, �C • ,poppjt`sS I0?�O� �JJ SITR�- Page 5 of 7 62.6 ACRES ROBERr C. CUY VOL. 1964, PG 374 D.R. T.C. T. IIBIT"W CITY OF FORr WORM ,PLAT OF EXHIBITS "A" & "B„ 20' PERMANENT SANITARY SEE ATTACHED LEGAL DESCRIPTION ON PAGES 5-6 EASEMENT OF EXHalrs 'A' & oB' HEREIN VOL. 5264, PG: 554 ! 0 2 4C)r 4$0' PROPERTY LINE P.O. EXHIBIr "B" EXHIBIT :4 " .35' WIDE PERAmENT SANITARY SEWER E ISEMENT 1.255 ACRES (54,652 SO, F7) EXHIBIT "B" 25' WIDE TEMPORARY CONSTRUCTION EASEMENT 0.896 ACME (39, O36 50 FT) P-- LINE f 36.185 ACRES ! FRANCES RUTH ROBINSON NORMAN EXHIBIT 13� IN VOL. 10573, PG. 346 D.R. r.C.T: 2 2.27 ACRES ! 0 AQU45'041RCE UTILITY, INC. VOL. 14258, PG. 365 D.RT.C.T. F1 f ! 5' T E.S.C. EASEMENT VOL, 8451, PG. 1693 DRTC.T. PROPERTY L f L2Ell GRAPHIC SCALE IN FEET P.0.B 1 = 240' EXHIBIr "Alw HIRAM LITTLE SURVEY ABSTRACT No. 9.3D 8 1. 146 ACRES MARGIE' NEU NORMW EXHIBIT "A " IN T. C. C. /. No D 192053871 DR.TC.T. - No. DIREC77ON DISr — L 1 S89'2.3'36V 35.00' L2 N89 20'08T 35 00' L3 I S89'2 3'36-W 125. 00' L4 1 N89 20'08' 25 00' LOT 4, BLOCK 11 y OAK GROVE ACRES V SECTION TWO / VOL. .388-78, PG. 28 0 I? R r.C. T. S89'2.5'36'�w L 47'8 87' NOTE: TPE. BASIS OF BEARINGS FOR T�+=S "A,RVE.Y ,S NAL;83 !NOR'i-+ ='ERAS CF-WRAL. ZONE,-'. ALL DIS'ANC, S S10WN' ARE SURF -AC'., SANITARY SEWER PARALLEL RELIEF MAIN-257 LOCA170N.3600 Filet RD JIB7, BURLESON, TARRANT COUNTY, TEXAS SURWY- HIRAM WILE SURVEY, ABSTRACT No. 930- %ROLE PROPERTY ACREAGE 91.746 ACRES PER DEED EXHtB1Ts `A' & 79' PAGE 7 OF 7 O F T Cq : 4 •. til .......................... SHAUN G. SPOONER SU 0 SPOONER & ASSOC., INC. 309 BYERS STREET, SUITE 10a EULEn TX 75039. PH 817-2&-2M FAX 817�-665-8508 v 0 Erxchange: Authorized Users Only Document Receipt Information Reference Plumber: A6DA6 10 - AT0000032748 - (Easement Page I of I Ynstrument Number: D212183170 No of Pages: 6 Recorded Date: 7/30/2012 1:50:09 PM County: Tarrant volume. - Page: Recording Fee: 1$36.00 https://www.erxchange.com/UUViewReceipt.aspx?Documenfild=6301300 7/30/2012 Electranically Recorded Tarrant County Texas Official Public Records 7/30120121,50 PM D212183171 e4'4� PGS 5 $32,00 WATER AND SANMWW@9XMREPLACEMENT (C@#Mtf%4 STM-H REHAB) Parcel # 50 Doe # 6216 12631 OAKGROVE ROAD S Abstract 9,30 Tract; 9A01_HIRANI LITHE SURVEY CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASENigNT DATE: 04/11/2012 ALAMOTITLE COMPANY (3F _ , �a j 7s-/f �s GRANTOR: MARGIE NELL NORMAN GRANTOR'S MAILING ADDRESS (including County): 12421 OAIC GROVE ROAD S BURLESON, TEXAS 7602&6661 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25 feet wide temporary construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 81.146 acre tract of land conveyed to Margie Nell Norman (Norman Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C1. No) DI92053871, need Records, Tarrant County, Texas (D.R.T.C.T'.), said strip being herein more particularly described by metes and bounds exhibits for Temporary Construction Basement 0196 acres (39,036 square feet) attached hereto for all intents and purposes. Amporary Counclioq Eascmcnt 01/09/2007 WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STM-H REHAB) Parcel # 50 Doe # 6216 12631 OAKGROVE ROAD S Abstract 930 Tract 5OA01 YHRAM LITTLE SURVEY CITY OF FORT NORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 04/11/2012 ALAMO TITLE COMPANY W OO GRANTOR: MARGIE NELL NORMANL� GRANTOR'S MAILING ADDRESS (including County): 12421 OAK GROVE ROAD S BURLESON, TEXAS 76028-6661 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKIVIORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25 feet wide temporary construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 81.146 acre tract of land conveyed to Margie Nell Norman (Norman Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I. No.) D192053871, Deed Records, Tan -ant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Temporary Construction Easement 0.896 acres (39,036 square feet) attached hereto for all intents and purposes. Temporary construction Easement 01/09/2007 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of Installation of Sanitary Sewer Relief Main. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement MOWN GRANTOR: GRANTEE: City of Fort Worth MARGIE NELI NORMAN Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY ACKNOWLEDGEMENT STATE OF TF��n�� § COUNTY OR f § BEFORE ME, the undersi ned authori a.N t Pub �lic in and for the State of Texas, on this day personally appeared i , known to me to be the same person whose name is su} bed1to th f regoi instrument, and acknowledged to me that the same was the act f i< and that he/she executed the same as the act of said j for the purposes and consideration therein express&l'and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this A' day of � In- =aL KARA L. BENNETf (-*Dnr05'01111 No`ary Public2612014 STATE OF TEXAShy ���. �x�. air Notary Public i and for the State of Texas Temporary Constraation Easement OVO 2007 BEING a 25 feet wide temporary construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 8 1. 146 acre tract of land conveyed Margie Nell Norman (Norman Tract), by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D192053971, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a point on a north property line of the said Norman Tract, same being the south property line of a tract of land conveyed to Robert C. Guy (Guy Tract) by deed as recorded in Volume 1964, Page 374, D.R.T.C.T., said beginning point also being located South 89 degrees 20 minutes 08 seconds West, 35.00 feet from an interior property corner of the said Norman Tract; THENCE South 00 degrees 02 minutes 31 seconds West, 1561.46 feet to a point on the south property line of the said Norman Tract, same being the north property line of Lot 4, Block 11, Oak Grove Acres Section Two, being an Addition to the City of Burleson, Tarrant County, Texas, according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said point being located South 89 degrees 23 minut..es 36 seconds West, 513.87 feet from the southeast property corner of the said Norman Tract; THENCE South 89 degrees 23 minutes 36 seconds West, along the said property lines, 25.00 feet to a point; THENCE North 00 degrees 02 minutes 31 seconds East, 1561.44 feet to a north property line of the said Norman Tract, same being the south property line of the said Guy Tract; THENCE North 89 degrees 20 minutes 08 seconds East, along the said property lines, 25.00 feet to the POINT OF BEGINNING containing 0.896 of an acme (39,036 square feet) of land more or less. PERMANENT SEWER FACILITY EASEMENT ANO TEMPORARY CONSTRUCTION EASEMENT Rev. 0511212o10 GJ . 4, d '•,�rJ� ............ SHAUN G. SPOONER 4183..�v.... � .�'8S5 � O� SLI Page of 7 EXHIBIT"W9 CITY OF FORT WORTH PLAT OF EXH I B I Ts "A„ & "8„ 62.6 ACRES 20' PERMANENT SANITARY SEE A77ACHED LEGAL DESCRIPTION ON PAGES 5-6ROSERT C. GUY EASEMENT OF EXHIBITs A" 8c B" HEREIN VOL. 1964, PG. J74 VOL. 5264, PG. 554 I 0 240' 480' D. R. Tc. r.. P..0 - E.i'WIB/i- L4 GRAPHIC SCALE IN FEET PROPERTY LINE r 0 1 = 240' EXHIBIT "A o 35' WIDE PERMANENT SANIrARY SEWER EASEMENr 1.255 ACRES (54,652 50. F7j --� EXHIBIT "B" 25' WIDE TEMPORARY CONSTRUCTION EASEMENT 0.896 ACRE (39, 036 50. FT) PROPERTY LINE I i I I � 36.185 ACRES I +, FRANCES RUTH ROBINSON NORMAN I EXHIBIT 'B' IN j VOL. 10573, PG. 346 D.R. T.C. T. !� I 2.27 ACRES I O AWASOURCE URLIM INC. VOL. 14258, PG. 365 0. D.R. T C. T. I F I ,444, � ao� 5' T.E.S. CO. F ISEMENT WL, 8451, PG. 1693 D.R. T. C. T. ' 1PROPERTY UNE HIRAM LI17LE SURREY ABSTR4Ci Nn. 930 81.146 ACRES MARGIE NELL NGRMAN EXf IBIr A " 1N T. C. C.I. No D 19205JS71 AR.TC.T. Na DIRSCrION DIST C.1 S8923'36V 35 00' 1-2 N89'20'08T .35.00' L3 S8923'36V 25.00' L4 N89'20'08° 25:0D' LOT 4, BLOCK 11 OAK GROVE ACRES SECTION TWO 0 VOL. J68 -78, PG. 28 P.R. r c. r / S8.9'23'36V 478.87' NOTE: Ti-+ BASIS -F BEARINGS FOR Ts4iS %,RVF.Y !S NA083 NORTH 7EXAS Ct.'N-,RAL ZONE:. ALL CiS'AN-'- S S."-OWN ARE SURFACE. SANITARY SEWER PARALLEL RELIEF MAIN-257 LOCA170N.,JOW FM RO 1187, BURLESON, TARRANT COUNTY, TEXAS SURVEY- HIRAM LITTLE SURVEY. ABSTRACT No. 930 WHOLE PROPERTY ACREAGE 87.146 ACRES PER DEED EXHIBITs A' & B" PAGE 7 OF 7 ,�P t5 ,- . SHAUN G.SPOONER =A f + 4183 , SU 11 DATE. 12-27-10 1 CHECKED BY SC.S ACAD FILE: 08— 020--N257--EASEMENTS 11 SPOONER do ASSOC. INC. 359 BYERS FREE]: SUITE 100, FuLER rx 76039, PH 81i 281-2355 FAX 817 685--&508 ar Erxchange: Authorized Users Only Document Receipt Information Reference Dumber: ALDAL 18 - A`r0000032748 - Easement Page 1 of 1 Instrument Dumber: D212183171 No of Pages: 5 Recorded Date: 7/30/2012 1:50:09 PM County: Tarrant volume* Page: Recording Pee: 1$32.00 https://www.erxchange.com/UVViewReceipt.aspx?Documentld=6301304 7/30/2012 ElectronicAy recorded TaFFORICaun[yToxss Ofidal Pubilo Records 1MI20139:64AM 0213091000 �o-cwo� Qu a1.9. PGS 10 $62.00 Mary WON Garcia Submftter: Acs WATER AND SANITARY SCR REPLACEMENT (COHI'1A,OT 2004 STE 44 SEK") Parcel 0 61 Do& 0 6216 12415 OAKOIZ f*VE ROAD S Ah s1rfficf�4OA 11lRM UrrLE StlFM Under Subchapter E of the Texas Properly Code, as amended, the Grantor or the granter's heirs, SUCCesm, Or e80191lig MaY be BMW beiori the 11? anniversary of the date of Rds =qutsttion to repurchase the property or request certain information about the use and any actual progress made toward the use for whieh the property was aNuired un&r this deadfaacament/named instrument, and the repurchase price will be the price the City paid Grantor In this acgutsttion. KNOW ALL MEN BY THESE PRiMENTO CouNIFY aF TARRANT ALAMO TITLE COMPANY s� ACF 8 I��Ik9�sNi��6'"r' $ta6'11zRFit<CI �"51(��idEP3T DA TF- 0912WZ012 'BRAN"CON THOM RAY GUY and LWJMU— GUY RAMON GRANTORS MAIUNG ADDRESS (indudhW County). 9643 HILLDALE DRIVE DAL AS, TEXAS 76231-2 /'06 GRANTEE: CITY OF FORT WO i GRANTEE'S MAIIJNQ ADDRESS (Inc)udhV County}: 1oa0 THR@CtMORTON S` . FORT WORTH, TARN° COUNTY, TX 70902 PERPfighE W WMfl PAGWY WaMT #tay.0SHWA20 WATER AND SANITARY SSWER REPLACENEHT (CONTRACT 2004 STM-H REHAB) Parcel 4 51 Doe6 d216 12416 € AKGROVE ROADS Ali ct 930 T+_r*ct_408 HIRW_LITTLE _SU dEY Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may, be entitled before the 1 & anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for Which the property was acquired under this deedleasementlnamed instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARR-ANT § ALAMO TITLE COMPANY CITY OF FORT WO TH GF 9—Z I RliIIANENT SEWER_FMILITY SIPMEN DATE: 09/28/2012 GRANTOR: T140MAS RAY GUY and LYNETTE GUY RANTON GRANTOR'S IlAAILING ADDRESS (including County): 0643 HILL.JALE DRIVE DALLAS, TEXAS 75231-2706 GRANTEE: CATTY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 TH1R®CKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 PERMANENT SEWER FACtLRY EASEMENT Rev. 051121Y010 CONSIDERATION: e'en Dollars ($10.00) and other good and valuable consideration, tho receipt and sufficiency of which is hereby acknowledged. PROPERTY: Y: Being a 36 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 62.6 acre tract of land conveyed to Robert C. Guy (Guy Tract), by deed as recorded in Volume 1964, Page 374, Deed Records, Tarrant County, Texas (D.R,T.C. T.), said strip being herein more particularly described by metes and bounds exhibits for Permanent Sewer. Facility Easement 1.081 acres (47,103 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Granter and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility"_ The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. 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 restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the abave-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns foraver, and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. PERMANENT SEWER FACILITY EASEMENT Rev. W12WIO See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATUReS APPEAR ON THE 1=OL.LOWING PAGE] GRANTOR- THOMAS RAY G1�Y GRANTEE: City of Fort Worth Fernando Costa -- -- Assistant City Manager LYNETTE GOY WTON APPROVE® AS TO FORM AND LEGALITY 1111L&Akw, &-- STATE OF COUNTY OF T 04T BEFORE ME, the un( on this day personally appea some person whose name is that the same was the act o the same as the act of PERMANENT SEWER FACILITY EASEMENT Rev. 0611 PJ2010 .Laiih1I I -AA A .lo E/!/!,r ff 11 ut Assistant City Attorn y ACKiV MLEDGE ANT' "Y T4j' ofilclaI seal ANaR�1� ®URR�tI tVWOM Pobtfc State of Now PQe ) o 4na mY comrttbs1on Expires / lersi ned authority, a Notary Public in and for the State of i*"S, red n , known to me to be the sLjbscribed to tF a o goin instrument, and acknowledged to me n u � Q and that he/she executed said -Z-VIVIMeti - for the purposes and consideration therein expressed and in the capacity therein � stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 16 day of A/c 6ell)'70- Official Seal i 1 ANDREA QURRELL Notary PULal1c Stag of New Maxl o J� My COmmitslon Expires I STATE OF TEXAS § . COUNTY OF TARRAANT § Notary Public in and for the State of ACKNOWLEDGEMENT BEFORE ME, the undersign � authority, a Notary Public in and for the State of Texas, on this day personally appeared , l�nown to me to be the some person whose name is subsc ed to the forego s r ent, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein ekpressed and 6 thelapaci n stated. GIVEN UNDER I'idlY HAND AND SEAL OF OFFICE this — - 9 day of Texas PERMANENT SEWER FACILITY EASEMENT Rev. 06/1212010 otary Fubfic In and for the State of nwll. MY COMMISSION EXPIRES ` y Ag91ld 21, 2D16 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of _0.t)lKtLl- 6-Lp/ , 2015- . M04. Notary Public in and for the State of Texas > MyMMMISSION EXPIRES Rbrut3 YZ 2M4 PERMANENT SEWER FACILITY EASEMENT Rev. 05/12/2010 A15iri9NQUr,,fl This Addendum to the foregoing City of Fort Worth Permanent Sanitary Sewer F_apifity_Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: o Grantee acknowledges the existence of previously granted mineral lease interest on said property This Permanent Sanitary' Sewer Facility Easement will not conflict with the existing mineral lease interest on property GRANTO ::� : SY Thus Ray (guy Guy Ale & A%Q VGicr-v STATE OF TEI&VS- § L/jt W 4d COUNTY OF TaIULMWT GRANTEE: City of Fora Worth �( y Femando Costa, Assistant City Manager APP OVER AS FORM AND LEGALITY i nt Cty Attorney riCKNOWLEDGEA+i'EIZTT BEFORE ME, the undersigned authority, a Notary Public in and for the State of a- tuts day personally appeared . z C-r c ,1- known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the sam was the act ofL U Viand thatJW/she executed the same as the act of said o� for the purposes and consideration therein expressed and in the capacity d6ein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1(2 A day of - (22012 01 o - �. A/zcu/r! State off Notary Public in and for the "•ram Afiiclal Seal g ANDREA jjj Elt Sa Notary Purone 'ilk IF yConlfml onF pirM®asl O ACEIOWLJEIDQMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appearred�- 9 known to me to be the same person whose name is subscribed to the fo going = tr�'ument, and acknowledged to me that the same s the act of and that he/she executed the same as the act of said or p ses and consideration therein expressed and in the capacity therein s ed. GIVEN UNDER MY HAND AND SEAL OF OFFICE this , day of 0', . A.� Notary Public in and for the State of Texas GYEd MIA A. CLAM � MY COMMl58l0NI EXPIRES MJIM21, 2D1$ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY NAND AND SLAT_ OF OFFICE this � �_ day of "Ll M I-flMLLt Notary Public in and for the Stalb of Texas MY COMMISSION EXPIRES - � FebruaryZMU f �i7 m -lwiail BEING a 35 feet wide permanent sanitary sewer easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 62.6 acre tract of land conveyed Robert C. Guy (Guy Tract), by deed as recorded in Volume 1964, Page 374, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at the northeast property corner of the said Guy Tract same being the southeast property corner of an 18.78 acre tract of land conveyed to Timothy A. Menikos and Patricia D. Menikos (Menikos Tract) by deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D201140027, D.R.T.C.T., said beginning point also being on.the west property line of a 15.21 acre tract of land conveyed to Gary Moss (Moss Tract) by deed as recorded in T.C.C.I.No. D207447871, D.R.T.C.T.; THENCE South 00 degrees 02 minutes 31 seconds West, along the east property line of the said Guy Tract and along with the west property line of the said Moss Tract, at 109.74 feet passing the southwest property corner of the said Moss Tract, same being the northwest property corner of a 81.146 acre tract of land conveyed to Margie Nell Norman (Norman Tract) by deed as recorded in Volume 10573, Page 346, D.R.T.C.T., from which a 1/2" iron rod with orange cap marked "TEXAS SURVEYORS" found at the most northerly northeast property corner of the said Norman Tract, bears North 89 degrees 57 minutes 29 seconds East 582.56 feet, and then along a west property line of the said Norman Tract, continuing in all a total distance of 1345.60 feet to the southeast property corner of the said Guy Tract, same being an interior property corner of the said Norman Tract; THENCE South 89 degrees 20 minutes 08 seconds West, along the south property line of the said Guy Tract and a north property line of the said Norman Tract, 35.00 feet to a point; THENCE North 00 degrees 02 minutes 31 seconds East 1345,99 feet to the north property line of the said Guy Tract same being the south property line of the said Menikos Tract; THENCE North 89 degrees 58 minutes 14 seconds East, along the said property lines, 35.00 feet to the POINT OP BEGINNING containing 1.081 acres (417,103 square feet) of land more or less. PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev. 05/1212010 ..................... SHAUN G. SPOONER 4183 ��9•�� ssi°��o4 SUP, PageA of 7 EXHIBIT "B" P o.q. EXV181 % s� � PROPERTY LINE 18.78 ACRES 77M0rHY A. MENIK05 PATRICIA D. MENIKOS T.C. C.I. N0. 0201140027 D.R. T.C. r HIRAM LITTLE SURVEY ASS77?ACT No. 930 62.6 ACRES (DEED) ROBERT C. GUY VOL. 1964, PG. 374 D.R. T.C. T. EXHIBIT ".4 " 35' WIDE PERMANENT SANITARY SEWER EASEMENT 1.081 ACRES (47,103 SO. f:7.) EXHIBIT "B" 25' WIDE TEMPORARY CONSTRUCTION EASEMENT 0. 109 ACRES (4,742 SO. FT.) No. DIRECTION DIST. L 1 S89 20'08W 35. 00' L2 N89 58'141- 35 00' L3 i S89'20'08 "W 2 5.00' L "E _ 25.00' 81.146 ACRES (DEED) EXHIBIT "A " IN MARGIE NELL NORMAN I/OL. 10573, PG. 346 D.R. T.C.T. PROPERTY LINE _ L3 I I I I I j—L2 15.21 ACRES GARY MOSS T. C. C I.No. D207447871 D.R. T. C. T. i 11�1fBlf A A 582.56 81.146 ACRES EXHIsIr a MARGIE NELL NORMAN VOL. 10573, PG. 346 Aj ID.R. r. C. r. 9ARNETT GATHERING LP -� I 30' PIPELINE RIGHT OF WAY AND EASEME7Vr T C. C.I.No. D206235145 I oRr.C.r. a_ Q OW Z I m 0 180' I 360' Q X GRAPHIC SCALE IN FEET 1 " 180, X c m LLIWW O N CITY OF FORT WORTH 20' PERMANENT SANITARY I EASEMENT I VOL. 5264, PG. 554 I f CL NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE. ALL DISTANCES SHOWN ARE SURFACE. SANITARY SEWER PARALLEL RELIEF MAIN-257 SURVEY.• HIRAM LITTLE SURVEY, ABSTRACT No. RJO LOCATION: 12415 OAK GROVE RD S, TARRANT COUNTY, TEXAS WHOLE PROPERTY ACREAGE. 62.6 ACRES PER DEED EXHI61Ts "A" & "B" PAGE 7 OF 7 S&A JOB NO.: 08-020 1 DRAWY BY. S.A.J. S .......................... SHAUN G. SPOONER .,A 4183 �pA' l �p . W GATE: 12-27-10 CHECKED BY S.G.S. ACAD FILE. _08-020-M257-EASEMENTS I r'/ �✓ �' SPOONER & ASSOC, INC. 309 OVER$ STREET, SUITE 100, EULESS, TX 76039, PH 817-281-2355 FAX 817-685-85DB i Erxchange: Authorized Users Only Page 1 of 1 Document Receipt Information Reference Dumber; AWAL 18 - AT0000032749 - Easement Instrument Dumber: D213021809 No of Pages: 10 Recorded Date: 1/28/2013 9:54:24 AM Goutity: Tarrant Volume: Page: Recording Pee: $52.00 https-://www.erxchange.com/UINiewReceipt.aspx?Documendd=7032496 1 /2,8/2013 Page I of 7 Electronically Recorded Tarrant County Texas Official Public Records 1/2812013 9:54 AM D213021810 %L_wl zle., PGS 7 $40.00 WATER AND SANWy,%"V,&F1 PLACEMENT (COMUfICTAGM STM-H RE HAD) Parcel # 51 Doe 9 62j-6" 12415,0AjK,1GR0W ROAD S Abs g , rae63Q-Tr' HIRAM LITTLE, SURVEY A] A r) TITI J­ r1c% CITY OF FORT 1MORTH 1EMPORARY CONS-TRUC71014 FA EMEMT . . ...... .. ...... . DATE: 9/28/2012 GRANTOR: THOMAS R .GVV'-40d LYNETTE GUY RANTON GRANTOR'S MAILING ADDRRSf-(ificju# - ihg County): �V­ � - I - 9643 HILLDALE"D E,-.-- DALLAS, TEXAS 1521:14705. GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including Bann[)::...' 1000 THROCKMORTON ST. J FORT WORTH, TARRANT COUNTVI,, CONSIDERATION: Ten Dollars ($10-00) and other gods anci valuable consideration, the receipt and sufficiency of which is hereby acknowledged. i. PROPERTY: Being a 25 feet wide temporary construction easejnbq,Si]Wa!0d in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, saidp-portion of that same 62.6 acre tract of land conveyed to Robert C. Guy (Guy Tract),"V-'��ed,--as"tecorded in Volume 1964, Page 374, Deed Records, Tarrant County, Texas (DKT.C(,T.),-% ':'_Wip being herein more particularly described by metes and bounds exhibits for Tem_P'-orEsaid -C""o" y0kruction Easement 0.109 acres (4,742 square feet) attached hereto for all intents and pnrn&'e E Tcmpareiy CORSLruclion Easement at/09noo? Page 2 of 7 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement-s"it�pted in Tarrant County, Texas, in accordance with the legal description hereto attached as-txhibit "A", and ingress and egress over Grantor's property to the easement as shoyrn PhExhibit ,B" it is furthe -*Od and understood that Grantee will be permitted the use of said easement for the purpose of .instailiiation of Sanitary Sewer ReItef Main. Upon completion of improvements and its abc§`.ptanpe(hy,Grantee, all rights granted within the described Temporary Construction Easement sla#I;ceasn. TO HAVE AND TO RO'W-fheL'&Qve described easement, together with, all and singular, the rights and appurtenandes.kliereM.;irrinyway belonging unto Grantee, and Grantee's successors and assigns until the construction and acceptance by Grantee. Grantor hereby bind themselves, their``he"'I ,... successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee; -its_-5uopessors and assigns, against every person whomsoever lawfully claiming or to claim the-§arn e5=or any part thereof. (SIGNATOM,� iP ,A4 ON THE FOLLOWING PAGE) iempomry Consttuedan FAumcnt OW9120o7 Page 3 of 7 GRANTqR,."-"--1 GRANTEE; City of Fort Worth THOMAS-P,A-Y-'GUY Fernando Costa Assistant City Manager ETTE APPROVED AS TO FORM AND LEGALITY . ... ........ Assistant City Attoraki Ad&6YMii DarpxS T STATE OF 'E Z-; COUNTY OF T*RRAW BEFORE ME, the undersigned thori a %aty'kUbR6-1iff'1tn0 for the State of Tmm, on this day personally appeared.-A&Z'41(� /-I-- 'to me to be the, same person whose name is subscribed to the foregoing instrument, and ack*VyWi4te,we that the same was the act and that -Wshe ei6eu"Ahe.- game as the act of said CA v 4 L for the purposes:`and"Q'ou . Si4ration therein expressed and in the capacity t1fer4in stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20 wffi�w-- day of Notary Public in and f6r f official seal ANDREA 91IRREU Teworay 01109/2007 01001NOWMaxi 0 ?AV r STATE OF tL�cS' § COUNTY OF TR1ZA1 ;; . . •-r, BEFORE MAD. the und' rsigil day personally appeared' r ` whose n e is subscribe'd•t° a ford of Ae— s in the Texas Page 4 of 7 ACKNOWL& DGEM , NT ty, a No ary Public in and for the State of Texas, on this known to me to be the same person u t, and aotlTiowledged to me that the same was the act that he/she executed the same as the act of said for the purposes and consideration therein expressed GIVEN UNDER MY I-IANb..A.�4 1-SE AL; -OF OFFICE thise_k day of Ti mpamry Coasunctlon Eascmam DIM912DD7 ary Public in and for h State of E r, N MIA A. CL AIBORNE ` "w I' ? �. xiY.swOMMiSSIDN EXPIRES t .Si... .1 f• Page 5 of 7 ACKNOWLEDGEMENT :sBEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas; op this .day personally appeared Fernancio_Cos#a. _Assistar+t City Mananer of the City of Fort.-Woali; kliawn to me to be the same person whose name is subscribed to the foregoing ins Ljr� Lent, ,aria acknowledged to me that the same was the act of the City of Fort Worth and tha.�%he/s'he,.-44tuted the same as the act of the City of Fort Worth for the purposes and consideration -therein expressed and in the capacity therein stated, GIVrN':UtVDItR;MY HAND AND SEAL OF OFFICE this day of AN& Notary Public in and for the Sfate of Texas After recording return to: City of Fort Worth Right of Way and Easementsra 900 Monroe Street Ste 404EN950" !!PlRAi�i F&dn�e�f4i�lAR�a1� fort Worth, TX 76t0.z ol1fAl581Qi' F - 1 .rti J�•. 7empomry Censuacdon Easement 0[/09!?007 Page 6 of 7 EXMI T "A" BEING a 25 feet wide temporary construction easement situated in the Hiram Little Survey, Abstract Number 930, Tarrant County, Texas, said strip being a portion of that same 62.6 acre tract of land conveyed -,Robert C Guy (Guy Tract), by deed as recorded in Volume 1964, Page 374, Deed Reco`6—T- rrant County, Texas (0 R.T.C.T.), said strip being herein more particularly described by`metet"and bounds as follows; BEGINS ING at a point on the north property line of the said Guy Tract, same being the south property line of.a 18`acre tract of land conveyed to Timothy A- Menikos and Patricia D. Menikos (Menikos To�r*) y. dead as recorded in Tarrant County Clerk's Instrument Number (T C.C.I No.) D201140027, 13 Rr `.O T:,­said beginning point also being located South 89 degrees 58 minutes 14 seconds WestS ;EEO,#eel frpm the northeast property corner of the said Guy Tract; THENCE South 00-degrees 0 4minutes 31 seconds West, 1345 99 feet to a point on the south property line of the said Cijy.'�rae�ame being a north property line a 81.146 acre tract of land conveyed to Margie Nell "Nolr'map-.lV;orrnan Tract), by deed as recorded in Volume 10573, Page 346, D.R T C T, said pofiat.•b-6"Ing" 19o' ked South 89 degrees 20 minutes 08 seconds West, 35 00 feet from the southeast property,,cdrrrer-Qf the said Guy Tract, - THENCE South 89 degrees 20phutes-.08-64i�0nds West, along the said property lines, 25.00 feet to a point; _ THENCE North 00 degrees 02 mind "..' 3.1 �s��c0'- s lest, 1346 27 feet to the north property line of the said Guy Tract, same being the sou ropesfy,.At ,df the said Menikos Tract; THENCE North 89 degrees 58 minutes 14's6can& East,,alQng the said property lines, 25.00 feet to the POINT OF BEGINNING containing 0.109 of an acre (4,742 square feet) of land more or less II - ' r 't f• �{ S1�li1i'}N:�} �iSitJNLEi f33 PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev 09112125111 Pag 6 of 7 P.O.8, PROPERTY LINE Emlair I;gl* 18.78 ACRES I I N 0� 77MOrHY.,4, UENIKOS PAIWYeM ',D. M,-,VIA'0,5 T DM 1140027 n HIM 'UM 5-41RVIY 62.6 ACReS Rasmr vot 1964, 'A" EXHIBIT 35' WDE PERMAM-Mr'."' SANITARY SEWER 1.081 ACRES (47, 103 *9" EXHIBIT 25' WIDE TEMPORARY CONSTRUCTION EASEMENT O. 109 ACRES (4,742 50^ FT No. 91 CTI'ON 0 Ll 589 *20'08'W I T5. oo 1-2 N89*58'14"t' J35.00p LJ S897V08V 125. GO' L4 N89 *58't 44e- T2-5. oo 81. 146 ACRES (DEED) eyqiig/r 'A ' 1,V MARME IVEll NORMAN VOL, 1057.E PG 346 oO D.R. rc T. PROPERrr LINE LJ Ptewffifr7grr L2 15 21 ACRES GARY MOSS il .0.8 TC.C.I.No. 0207447871 D.RTCT EXH1291r �l N8957:291- 582.56' QX , 81.146 ACRES EXHISIT 1" MARGIE NELL NORMAN V01. 10573, PC. 346 DR, r C. T 1,.-"9ARNUT, GATHERING LP 30' AiPk;W RIGHT OF WAY .,-'AA(O.. 645EUENr R,4r C. r o" 180' 360' 0- MF cn I ll`�----§QALE IN FEET 180 x Lli .4 LL- C/ry or FORT woo (H 0 r s4NIrAp ZO' PERMANENT FMA45FAffilvr "' . ` ........... .... VW01. 5264, Pa.. 554 < CL NOrC: 11-IF BASiS Or BEARjtjrS FOR llil'3, SUPA.Y IS NAD,3,5 NORTH rF,,(Al, CfJJTRAI, /()ttE ALL DISTAHCE,; SHOWN ARE SURrACE "OF SANITARY SEWER PARALLEL RELIEF MAIN-2,57 mwm 79ZF 31 SHAUN i'-S*P"0"'' 0NER ............ SUfZWY` HIRAM UME SURVEY, ABSTRACT Na.930 4183... LOCATION: 12415 OAK GROVE RD S, TARRANTCOUMrY lrxAs ss WHOLE PROPERTY ACREAGE; - 62.6 ACRES PER OECD EXHIBIT- "A' & 'S" PAGE 7 OF ......10. ... S&A JOB NOL. 05-020 VRAM BY. . S.A.J. -- L A S U R . 0 DATE, 12-27-10 ---LICHECKED BY- S.0,S, I �ACAD �FRILE,• oa-020—M257—EASEMENTS SPOONER & ASSOC., rNC, J09 BYERS STREET, SUM 100, EULESS, 7X-76ai9, PHSf —28t-2155 Electronically Recorded Tarrant County Texas Official Public Records 6/812012 8:69 AM D212137268 WATSR AN Gm WdPLAcr=mEN RIDNiRACT'a$t040 STM- s REHAB) Parcel #i` 52 Mary Louise Garcia Submltter: ACS 12109 RANDY LANE LOT 38 BLOCK 11 OAK GROVE ACRES ADDITION Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Granter's heirs, successors, or assigns may be entitled before the 101` anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deed/easement/named instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. STATE OF TES § § KNOW ALL MEN BY THESE. PRESENTS COUNTY OF TARRANT §3 CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: 04/1312012 GRANTOR: CATHY M. STANLEY AND SANDRA PACK GRANTOR'S MAILING ADDRESS (including County): 1906 BEACON WAY FORT WORTH, TX 76140 �TARRANT COUNTY) GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TA1KtI2ANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufliclency of which is hereby acknowledged. PROPERTY: Being a variable width permanent sanitary sewer easement situated in Lot 313, Block 11. Oak Grove Acres Addition Section Two, being an addition to, Tarrant County, Texas according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said strip being a portion of that certain tract of land conveyed to Yvonne Gregory by deed as recorded in Volume 5328, Page 277, Deed Records, Tarrant County, Texas (D.R.T.C.T), said strip being herein more particularly described by metes and bounds exhibits for Permanent Sewer Facility Easement .328 acres (14,275 square fleet) attached hereto for all intents and purposes. PERMANE NT SEWER F401LIT'YEASEMENT Rw. 05l19jVr,1a Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Pro{" and more fully described in Exhibit "A" and Exhibit "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part: thereof, for the purpose of constructing, operating, maintaining, replacing. upgrading, and repairing said Facility. In no event shall Grantor (€) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign; billboard, brick or masonry fences or galls or other structures that require a building permit. 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 restore the surface of the Property at Grantee's sole cast and expense, including the restoration of any sidewalks, driveways, or similar surface 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 hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON T14E FOLLOWING PAGE) 19t r. 065 1If2Q70 GRANTOR. Cathy M. Stanley Sandra Pack STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fart Worth Femando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY a A'ssfistant City At orn ACKNOWLEDGEMENT BEFORE ME, the undersi ne uthority, a Notary Public in and for the State of Texas, on this day pemonally appeared 0—1 q� - - '; , known to me to be the same person whose name is subscribed to the regaing instrument, and acknowledged to me that the same was the act of and that he/she executed the some as the act of said �. '� _ for the purposes and consideration therein expressed and the capacity therein s�fed. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ 1-0 .... ... day of n �a t 1%tdr- PublicAn and for they State of Texas PERMANENT SF -We 4 FACILITY EASEMENT Rei, ACKNOWLEDGEi' ENT STATE OF-TE-Mla COUNTY OF TACT"'" BEFORE ME, the undersigned authority, a Notary Public in and for the State off; on this day personally appeared known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of 4, �' F� �— .......__ and that he/she executed the same as the act of said `. ..�-; �_ �.'_ for the purposes and considembon therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ,. L_ .. day of 2(0� ottldlttill't't. Air: NOIAR" Pusuc r A KIA 0. PERMANENT SEWER 9AcjLrri' F-AsF.mr-NT Rev. 05AZ2010 Notary Publi € in a jtt for th fate of : '. * } 1 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the sate was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated, GIVEN UNDER MY HAND AND SEAL. OF OFFICE this (� �day of Not Public in en�for/tlhieStat�pTeixas PF-RMANEhXr SEWER PACILiTY EASEMEW Rev-75512,2010 Exhibit "A" BEING a variable width permanent sanitary sewer easement situated in Lot 383 Bloom 11. Oak Grove Acres Addition, Section Two, being an addition to Tar ant County, Texas according to the plat thereof recorded in Volume 388-78, Page 28: Plat Records, Tarrant County, Texas (RR.T.C.T.1. said strip beings portion of that certain tract of'land conveyed to Yvonne Gregory by deed as recorded in Volume 6328, Page 277, Deed Records; Tarrant County, Texas (D R,T.C.T), said strip being herein n-iore particularly described by metes and bounds as follows-, lBEG>INNfNG an the south property fine of the said Lot 313, same being the north property line of Lest 2, of the said Oak Grove Acres Addition, said beginning point being located North 89`36740" West 415-78 feet from the southwest property comer of the said Lest 3B; THENCE North 00'62'31 "East 149.38 feet, to the north property line of the said Lot 313, sanne being the south property line of Lot 4, of the said Oak Grove Acres Addition; THENCE South 69`36°40" East. along the said property lanes; f 1.83 feet to a point; THENCE South 38' GO'55" East 92,21 feet to a point, - THENCE South 26`22'45F East 76.30 feet to the said south property line of Lot 313, same Ding the said north property line of Lot 2; THENCE North 89`3640" West, along the said property lines; 162.62 feet to the POINT OF BEGINNING; Said descriptive: containing 0.394 acres (17,165 Sq- Ft.) of land less the area of 0,066 acres (2,896 Sq, Ft.) of rand contained within a portion of an existing sanitary sewer easement conveyed to the City of Fart Worth by deers recorded in Volume 5293, Page 911, O-R.T-C.T , leaving a net area of 0.328 acres (14,275 Sat. Ft.) of land to be acquired, 6aERMAUEN'• wc'N�'-:i FALI It1TY r-AZE ,$ NI AND T!7 CPORARY CO.N 1Mt.(CTIt>t8 R" •,rr�� l• SHAUN G. SPf')0.NrP 8 41 83 N �: 'Al O � Page 5of7 z r t z Z. C;.. oe--, 1 "V- �a y RANDY LAN t r OD " � A' � � � ►w3 � C1 f'� 4rE It t t!} ` � ��ver Electronicaliv Recorded Tarrant County Texas Official Public Records 6/8/2012 9:31 AM D212937342 PGS 7 $40.00 �' $fJrvl�Lu tr+Z WATER AND SAiNIT4Mi&FW! ,�'i?aitEPI_AC-FF,N'iriNT 0—A'?1004 S11141 REHAB) Parcel # 52 Doe # 6216 12109 RANDY LANE LOT 3B BLOCK 1.1 OAK GROVE ACRES NDAT ' N CITY OF FORT WORTH TEMPORARY CO STRUCTION EASEMENT DATE: 04/13/2012 GRANTOR. C,, I'11Y M. STANLEY AND SA'NDRA PACK GRANTOR'S MAIUNG ADDRESS (including County): 1906 BEACON WAY FORT WORTH, TX 76140 (=ARRANT COUNTY) GRANTEE: CITY OF I{OR17 NVORTH GRAINTE'E'S MAILING ADDRESS (including County): 1000 THRCiCKMORTON ST. FONT FORTH, TAR12.ANT C:OU-NNTY, TX 76102 CONSIDERATION=: 'Fen Dollars (a 10100) and other good and valuable consideration, the receipt € nd sufficiency at whieb is hereby acknowledged. PROPERTY: being a variable width temporary construction ease-ment situated in Lot 313, Block. 11. Oak Grove Acres Addition Scetion 'lWo, being an addition to,,, Tarrant County, Texas according to the plat tlicreof reeoTded ip Volume 358-78, Page 24, Plat Records, Tarrwit County, Texas (P,R.T.0 .T.), said strip being a portion of that certain trAet of land conveyed to Yvonne Gregory by aced ws recorded in Volume 5328, Page 271, Deed Records, Tarrant County, Texas (D.R.T.C.T), said strip being hercin niore Particularly described by met" and bounds exhibits 1br Temporary Constrcuttion. Easement .215 acres (9,356 square feet) attached liercto for � l intents and purposes. 'i'em.�nr�ii}' (:O[�#P.3t#tU:S F.R3CL'tC'FS[ i3i:'s34j�L�#�? Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the: easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of installation. of Sanitary Sewer [Relief Main. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shell cease. TO HAVE AND TO HOLD the alcove described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATIMES APPEAR ON THE FOLLOWING .PAGE] 1'<Mrvary CoMrIL-oian Ea- remmt 01-M 200 Cathy M. Stanley Sa6drJ Pack STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Werth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Asgistant City Aftornel ACANO 1,EiDOEINIENT BEFORE ME, the undersi n d authority, a No ary 2.0lic in and for the State of Texas, on this day personally appeared � .-'��•--known to me to be the same person whose name -is subscribed tote foregoing instrument, and acknowledged to me that the same was the act of ; f'x. , and that he/she executed the same as the act of said ' �- for the purposes and consideration therein expressed and in the capacity therein state GIVEN UNDER MY HAND AND SEAL_ OF OFFICE this -- t. � � _ day of Y TERRY MiAMMASH a STA TVA ik1PM Notary Public in and for the State of Texas €Ci7l��Sc?iaty �,:(1e17i$'(11:t14'R �'.$iid11tY1i ACKKQWLgDGEt1ENT vj � A STATE O1=4f--#W § COUNTY OF -Tq- T � BEFORE ME, the undersiped a thorny a Notary Public in and for the State of `" ' on this day personally appeared_ ,. ` :• �-a r-a 2- L. _, known to rrte to be the same person whose name is subscribed to the foregoing instrument, and acknowiedged to me that the same was the act of t� �_ � �� . � r'4���.:r -_ and that he/she executed the same as the act of said ,_� � � .�; �� � s; w for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this '� �4� day of - -- 2012: 0'; 04!21n�7 ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared of the City of Fart Worth, known to me to be the same person whose name Is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AMD SEAL_ OF OFFICE this day of 2Lt�- After recording return to: City of Fort Worth Right of Way and r-.agem€mts 900 Monroe Strcet Ste 404 Fori Wor l-L TX 76102 { Nota Public h and for the State of Thxas `fec-Wumr}- ( .'rS(r'jC6*1i l wfflcm 0!Mg, 00 BEING a variable width temporary construction easement situated in Lot 313, Block 11, flak Grove Acres Addition, Section Two, being are addition to Tarrant County, Texas according to the plat thereof recorded in Volume 388-78, page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said strip being a portion of that certain tract of lard conveyers to Yvonne Gregory by deed as recorded in Volume 5328, gage 277, Heed Records, Tarrant County, Texas (10.R.T,C,T), sans strip being herein more particularly described by metes and bounds as follows; u-. BEGINNING on the south property line of the said Lot 319, same being the north property tine of Lot 2, of the said Oak Grove Acres Addition, said beginning point being pirated North 89'36'40' West, 390.78 feet from the southwest property corner of the said Lot 3R. THENCE North 00`02'31"East 140.38 feet to the north property line of the said Lot 313, same being the south property line of Lot 4. of the said 02k Grove Acres Addition; THENCE South 89'35'40" East, along the said property lines, 141.49 feet to a point: THENCE South 38`00'55' East 68.03 feet to a paint: THENCE South 26°22'46# Fast 97.52 feet to the said south property lime of Lot 313, same being the said north property line of Lot 2; THENCE North 89'36'40" Wiest, along the said property tines, 226.82 feet to the POINT OF Said description containing 0.609 acres (26,521 Sq. Ft.) of land less the area of 0.066 acres (2,890 Sq. Ft.) of land contained within a portion of an existing sanitary sewer easement conveyed to the City of Fort Worth by deed recorded in Volume 5293, Rage 911, ©.R.T.C.T. and less the area of 0.328 acres (14.275 Sq. Ft.) of land contained within Exhibit "A" described within, leaving a net area of 0.215 acres (9,366 S% Ft.) of land to be acquired. °�-:1 3'A.i3V:;,1�6•.'vESh`!.'td FA'..'!U Y E,'{FsFMF.43'14NO Tk:AA#vRR}iY{.{)IiSrfif!CF'SG-N FAS;;k1CNT 4. 4183 . Page 6 of 7 I 93 I y RANDY LAND F R.O. W. UNt �x a �j 0 ! x M �a_rp, "4 ;D 1So idly}, S2 --.a fri n --r Electronically Recorded Tarrant County Texas Official Public Records 7119/2013 9:13 AM D213187801 WATER AND itEPLACEMENf ON ACT'ii&$ STM-H REHAB) Parcel # 53 Mary Louise Garcia Submitter: ACS Doe # 6216 12101 Randy Lane Bloch 11 Lot 4 OAKGROVE ACRES SECTION H STATE OF TEXAS COUNTY OF TARRAHT § DATE: 5/21/2013 KNOW ALL, MEN BY THESE PRESENTS - PERMANENY SEWER FACILITY EASEMENT GRANTOR: L.INDA S. GIBBON, DAMID L. DOUGLAS, ELIZAIBETH A. HISEY, TERACIA J. RICE, AND KERRY WAYNE NOBLE GRANTOR'S MAILING ADDRESS (including County): 12101 RANDY LANE BURLESON, TEXAS 76028-6610 GRANTEE: CITY OF PORT WORTH GRANTEE'S MAILING ADDRESS (including County); 1000 THROCKMORTON ST. PORT FORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 35 feet wide permanent sanitary sewer easement situated in Lot 4, Block 11, Oak Grove Acres Section Two, being an addition to the City of Burleson, Tarrant County, Texas, according to the plat thereof recorded in Tarrant County Clerk's Instrument Number (T.C.C.I No.) D172132545, Plat Records, Tarrant County, Texas (P.R.T.C.T), said strip being a portion of that certain tract of land conveyed to E.C, Douglas & Patsy Joan Douglas by deed as in recorded Volume 5353, Page 421, Deed Records, Tarrant County, Texas (D.R_T.C_T_), said strip being herein more particularly described by metes and bounds exhibits Permanent Sanitary Sewer Easement 0.128 acres (5,682 square feet) attached hereto for all intents and purposes. PERMANENT SEWER FACILITY EASEMENT Rev. 05112I2010 Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all: times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within _the easernen.t._-property a..-permanent_..structure....or...building,- -including. but. -not.. Jimited_.._to,_ monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 100' anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deed/easement/named instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR OIL THE FOLLOWING PAGE] PERMANENT SEWER FACILrrY EASEMENT Rev. 05/12/2010 GRANTOR: r r TERACIA J. RICE ACKNOWLEDGEMENT -STATI-OF TEXAS - . _ . _. _..§.............. ....... ....... .- _....._. _..... _. _......... _... . .... ... __ - ... COUNTY OF TARRANT § BEFORE ME, the undersimM authority, o Public in and for the State of Texas, on this day personally appeared I f-Pf\C-t & .�! 4 lU— , known to me to be the same person whose name is subwibed to th T-TW ng instrument, and acknowledged to me that the same was the act of * and that he/she executed the same as the act of said krihr%ramp for the purposes and consideration therein expressed and in the opacity therein stated. 1VEN UNDER MY NAND AND SEAL OF OFFICE this 7 day of 4t4L.t, , 20 0. �4rS�rer.i�a� PERMANENT SEWER FACILMY EASEMENT Rev. 0511212010 AC Q_1 _ DGEMEN T STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Nota Publ r�in� f the State of Texas, on this personally appeared k4�tw _ - -�- �k wn to me to be the same person whose name is sbscribed to the foregoing instrument, and acknowledged to me that the same was the act of 60ap ,Y t t and that helshe executed the same as the act of said 1A for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 14 _ day of *Nbry Public in and for "the State of Texas PERMANENT SEWER EACIL" EASEMENT Rev. OU11212010 GRANTOR; r 9-�' 0 Q., DAVID L. DOUGLA5 ACKNOWLEDGEMENT COUNTY OF MADISON § BEFORE ME, the undersi ed aut ority, a otary ublic in and for the State of Texas, an this day personally appeared ,known to me to be the same person whose name is subscribed to the foregoin nstrument, and ack Isdged to me that the same was the act of L_ r and tha�he executed the same as the act of said for the purposes and consideration therein expressed and in the capadity therein stated. GIVEN UNDER MY NAND AND SEAL OF OFFICE this 3 day of - - , 20a. .aao" Notary Public in and for the State of exas ARRCELI ZAYALA �1lp5�Q Notary Aubiic, Stake of TOSS My Commission Expires February 14, 2015 PERMANENT SEWER FACILMY EASEMENT Rev. 05/1 V2030 GRANTOR: ACKNOIN%EDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authoril a NL4a Public in and for the State of Texas, on this day personally appeared � 1, 0) bt4-- d �0# � , known to me to be the same person whose name is subscribed to the forgoing instrument, and acknowled ed to me that the same was the act of / and that helopxecuted the same as the act of said / for Iffe purposes and consideration therein expressed(and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �, day of 2D Nay Public, SM of Is-'- F"A : 'MY Commlesion EVIra Notary Pu OF PERMANENT SEWER FACILITY EASEMENT Rev. 05M V2010 in and for the State of Texas GRANTOR: T { El 7, ETH A. HISEY ACKNOWLEDGEMENT STATE OF FLORDIA § COUNTY OF HILLSBOROUCH Pier - i Ja BEFORE ME, the undersigned authority, a Notary Public in and for the State of -on this day personally appeared Ll"2, lif-,kti A. lA"S VW , known to me to be the same person whose name is subscribed to the foregoing insttument, and acknowledged to me that the same was the act of E"7 a.lo ekS _AL 14?sev and that Wshe executed the same. as the act of said E ! `, r,6 g-A k A, 14 i & „ T for the purposes and consideration therein expressed and in the capacity thef ein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 5 day of ."amp >�� PERMANENT SEWER FACILITY EASEMENT RBv_ 0&12=10 k 0- GRANTEE. City of Fort Worth Assistant City Manager° APPROVED AS TO FORM AND LEGALITY �A Assistant City Attorney AM, OWL,EDGEMENi_...... - BEFORE ME, the undersl E1ed atlthori , a Notary Public in and for the State of Texas, on this day personally appeared Erna o osta Assistant_ City Manage of the City of Fork Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me thit the same was the act of the City of Fort Worth and that he/she executed the same as the_ act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY NAND AND SEAL. OF OFFICE this . day of , 20 1-3 ANota Public �in and jforthe State of Texas After .recording return, to: City of Fort Worth Right of Way and Easements 900 Monroe Street Ste 404 Fort Worth, TX 76102 PERMANENT SEWER FACILITY EASEMENT Rev. 0511212010 EVOiwilA DANIELS Notary Public, State 4f Texas My Commission Ex�plres u!Y n1'ni� Exhibit "A„ BEING a 35 feet wide permanent sanitary sewer easement situated in Lot 4, Block 11, Oak Grove Acres Section Two, being an Addition to the City of Burleson, Tarrant County, Texas, according to the plat thereof recorded in Tarrant County Clerk's Instrument Number (T.C.C.I,No.) DI72132545, Plat Records, Tarrant County, Texas (PAT.C.T,), said strip being a portion of that certain tract of land conveyed to E. C. DOUGLAS & PATSY JOAN DOUGLAS by deed as in recorded Volume 5363, Page 421, Deed Records, Tarrant County, Texas (D.R.T.C.T), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a point on north property line of the said Lot 4, same being the south property line of a tract of land conveyed to Margie Nall Norman (Norman Tract) by deed as recorded in T.C.C.I.No. D192053871, is AT,C.T., said beginning point also being located South 89 degrees 23 minutes 36 seconds West, 462.81 feet from the northeast property corner of the said Lot 4; E -South 00 ddjf64s 1 mmutes 1 seconds 1Nest- —12 feet to beginning of a tangent curve to the left having a radius of 628.20 feet; THENCE southerly along the said curve throi4gh an arc length of 68.35 feet and across a chord Dearing South 02 degrees 49 minutes 48 seconds East, 68.32 feet to the south line of the said Lot 4, same being the north property line of Lot 313, Block 11, of the said Oak Grove Acres Section Two, said point also being located North 89 degrees 36 minutes 40 seconds West, 264.35 feet from the southeast property corner of the said Lot 4; THENCE North 89 degrees 36 minutes 40 seconds West, along the said property lines, 38.04 feet to a point; THENCE North 00 degrees 02 minutes 31 seconds East, 158.33 feat to the north property line of the said Lot 4, same being the south property line of the said Norman Tract; THENCE North 89 degrees 23 minutes 36 seconds East, along the said property lines, 35.00 feet to the POINT OF BEGINNING containing 0.128 of an acre (5,582 square feet) of land more or less. PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev, D511212010 .......................... SH'AUN G. SPOONER ,........,._. 4183 € +F6''BSs1q�@'.Y �y SUii Page 6 of 7 M."146 ACRES MARIGAF AM:. NORAW -Ex Hlgff X" p -P.aa,. am,kai 14,:% L)70AI DIS To No] A zoll- 00 EXHISIT 19-D' COASTRUCTION EA- 0-09-1 Delklolt - �l Jr WIVE PERMAMOff MMURY SEAR Z4.59WEAfr aim Amir (,5,5m2- so. Fv or -Ta g OW OROW ACRES SMPOR 1*1w T'VICIN01 0I.M.-Im5m. P.R. Mt. .F"'A r OF EXH18ITs _��4 .&F A.MAMWI XG-44 PESW#qM OM PA. &ro.a-e Or EMYWts *A--,*. A are- Of_'F4?7_ *VW-7f- VOL, pa S.11.1 AOSAiAcr No, 930 VAK -GROVE ACPC5 swmw qwfi TC-CUM0, DfWJ254,6 W DOUM" VOL W5.1, PO. 421 D.R. 4C r, oF -a FOR pr:a �SUIRVEY !S_NA063 NOMTOXA$ AL jL�F,Au DVS-ANCC� C,LjftpA-�, $A.NITARY Af'N-257 r COWN r9m E-Miarrs. *A 've iWt4"02.'* - R 4 35' f T 46- , Y2 fr ie W40 C) GRAPHIC. S .A:LE IN FEET lit .= .;, .. ......... SHAUR 0, ='�f rAlj'- 4483 :Electronically Recorded Tarrant County Texas Official Public Records 711912013 9:13 AM D21=7803 PGS 10 $52.00 WATER AND SANifWAM W AEPLACEMENT (@dKT*AC"04 STM-H REHAB) Parcel # 53 Doe # 6216 12101 Randy Lane Black 11 Lot 4 OAKGRO_VT ACRES SECTION II CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 5/21/2013 GRANTOR: LINDA S. GIBSON, DA.VID L. DOUGLAS, ELIZABETH A. HISEY, TERACIA J. RICE, AND KERRY WAYNE NOBLE GRANTOR'S MAILING ADDRESS (including County): 12101 RANDY LANE BURLESON, TEXAS 76028-6610 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 25 feet wide temporary construction easement situated in Lot 4, Block 11, Oak Grove Acres Section Two, being an addition to the City of Burleson, Tarrant County, Texas, according to the plat thereof recorded in Tarrant County Clerk's Instrument Number (T.C.C.I No.) D172132545, Plat Records, 'Tarrant County, Texas (P.R.T.C.T), said strip being a portion of that certain tract of land conveyed. to E.C, Douglas & Patsy Joan Douglas by deed as in recorded Volume 5353, Page 421, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Temporary Construction Easement 0.091 acres (3,953 square feet) attached hereto for all intents and purposes. Tempoiary Constrnction VAsemwt Ot109I2007 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "s". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of Installation of Sanitary Sewer Relief Main. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the. completion of construction and .acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof, [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Fasement 0110912007 AC1 N(?WLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority,.a Nqtary Pt4blic in an Atto State of Texas, on this day personally appeared me to be the same person whose name is gpbscribed to the for going Instrur nt, and acknowledged to me that the same was the Sot of and That he/she executed the same as the act of said - .. " ... . for the purposes and consideration therein expressed fhd in t. a capecity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ----------. -1 4 - _ day of June, � , 2p 13, N AN 4C I4$8401%�tt% 64otaPublic in and for the State ol Texas Temporary Constmtcdon Basement 01109/2007 WIN ,.01 r ACKNUWLEDGEN�T STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared- 6 P-A C�t a G& , known to me to be the same person whose name is subscribed he a iptl instrument, and acknowledged to me that the same was the act a + �-t � and that he/she executed the same as the act of said pXe-TftC'r for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20jj. Temporary Cans wflon Easement 01/0912007 GRANTOR �Lo= X auK� DAVID L. DOUGLAS ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF M0W § BEFORE ME, the undersigned aut ority a tary Public in and for the State of Texas, on this day personally appeared aj 16 L n �S , known to me to be the same person whose name is subscribed to the foregoing irWtrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this `1 day of SO(-\q' 0 20-1'Y O PYAdBfi{. ARACELi ZAVALA r! ' Notary Public, State of Texas My Commission Expires `�ry`?FnF4�i+ February 14, 2015 Temporary canstrMlion Enaement 01/0912007 Notary Public in and for the State of Texas GRANTOR; PON mi 0.11 ; 9 AC I NOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notes Pubii in and for the State of Texas, on this day personally appeared ; 1OUbA- � r; ,� ,known to me to be the same person whose name is subsc ibed to theffo Join instrument, and acknowle ed to me that the same was the act of and that he/executed the same as the act of said for the purposes and consideration therein expressdd arid' in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this !_ day of 2QLJ—. Notary Public, State of T -' Comte I My �. •ems �>� oh &pIres May 12, 2010 rumu to ana rot- ine estate or i exas Temporary Construction Easement GRANTOR: ELItAAETH A. HISEY i ACKNONMEDGEMENT STATE OF FLORDIA § COUNTY OF HILLSBOROUGH BEFORE ME, the undersionad avirlonty, a Notary Public in and for the State: of Texe%, on this day personally appeared E I t j.ajn �lr h jQ . is ►,% e- , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the Same was the act of _L Lt .k���&- 14 rs e-v and that he/she executed the same as the act of said r t i b , 4. iA i S eF� for the purposes and consideration therein expressed and in the capacity they—eig stated. OWEN UNDER MY HAND AND SISAL OF OFFICE this _ -t;k.. � day of Nofiary ublic in and for tHqtate plor je- 1-;;� �Ful��i7D9, t Temporaty Construction Fasoment 01109/2007 GRANTEE: City of Fort Worth F nandci s Assistant City Manager APPROVED AS TO FORM AND LEGAL�Y a sistant City Attorney ACKAi.OE LEDGEMENT _ . BEFORE ME, the undersigned auth/,atary Publicin and for the State of Texas, on this day personally appeared Fernandossistant City Nignaaer of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 After recording return to: City of Fort Worth Right of Way and Easements 900 Monroe Street Ste 404 Fort Worth, TX 76102 Notary Public in and for the State of Texas ............ _ ,,.....:::.......... tiVf�.#il mom Temporary Conatmction Easement 01/0912007 ITNAW BEING a 25 feet wide temporary construction easement situated in Lot 4, Block 11, Oak Grove Acres Section Two, being an Addition to the City of Burleson, Tarrant County, Texas, according to the plat thereof recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D172132545, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said strip being a portion of that cabin tract of land conveyed to E. C. DOUGLAS & PATSY JOAN DOUGLAS by deed as in recorded Volume 5353, Page 421, Deed Records, Tarrant County, Texas (D.R.T.C.T), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a point on the north property line of the said Lot 4, same being the south property line of a tract of land conveyed to Margie Nell Norman (Norman Tract) by deed as recorded in T.C.C.I.No. D192053871, D.R_T.G.T., said beginning point also being located South 89 degrees 23 minutes 36 seconds Vilest, 497.81 feet from the northeast property corner of the said Lot 4; THENCE -South DO—degrees..02. minutes 31.seconds West.158.33-feet to_the_south property line of the said Lot 4, same being the north property line of Lot 313, Block 11, of the said Oak Grove Acres Section Two, said point also being located North 89 degrees 36 minutes 40 seconds West, 302.39 feet from the southeast property corner of the said Lot 4; THENCE North 89 degrees 36 minutes 40 seconds West, along the said property lines 25.00 feet to a point; THENCE North 00 degrees 02 minutes 31 seconds East, 157.89 feet to the north property ling; of the said Lot 4, same being the south property line of the said Norman Tract; THENCE !North 89 degrees 23 minutes 36 seconds East, along the said property lines, 25.00 feet to the POINT OF BEGINNING containing 0.091 of an acre (3,963 square feet) of land more or less. PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev. 0511712010 u1 SHAUN C. SPOONER A 4183 st Page 6of7 _,i MORU MIMT 7A'.hV Vl9f $71 Ali- JXOP. 0 4' L.? "? 00 L-T MUM �;2d 0 OF I WIDE' TEMPOIRARY 0-4 Y AC�k- -(J, 9,53 50. FT) Ejrhw/r AV' Mot AMMAR&& SANtrAff Y S6WR A54&%d*f V. f.ZR'ACRf'(,%582 Sa. Po Ithl ARWON i/W .... .... . ... .. . ... Lors.ya, R40,GK- " a4K CROW AMS , .4c,"l Not .0.1 >L;�- 7w /Z ra r: AU jaG.MXZ!i ! *hk M�F 44- P1 A r Of -.EXH181 rs "A & 6— Me Al*ofeV 440,41- PESMIPMV ON PAS 5-5 filaG7. EMOr 104" SWWT'.361V 462-Sr" Orr OF f -w WRW HIRAO 41r&F SURVEY AaMC'r ft. .430 wr 's;, gidok I I 0,1W 6ROWACRES seorlo/v nw. Dot"- AAMY JOAN -DOM�O AM 5MJ, PG, 4W .4. -ftil.5 0 24048'C V R&M. FT T . .. .. ..... ... ....... .............. .... ....... .......... 0 GRAPHIC SCALE fN FEET' 11 SANITARY SEWER PARAL49L RWEF MAJN-237 SHMN Gi 5F - VTV Swwr. .46sMWT A(* m 4193 =-ALNG 611RUS104. IMRIWT V11, , w'y 1 "RfIIZ4w;,7 *e fA6r 's at .6 Electronically Recorded Tarrant County Texas Official Public Records 6/15/201211 : 1 DAM D212143419 L PGS 7 $40.00 WATER AND SANIIGi'iil'o MMRNbUPLACEMENT (CST 4 STM-H REHAB) Pnreel # 54 Doe # 6216 12117 RANDY LANE LOT 2, BLOCK 11 OAK GROVE ACRES ADDITION SECTION 11 AL.AMO TITLE COMPANY OF 2.>7S�_E,5� CITY AF FORT WORTH "3r9 c � d' TEME• QRARY CONSTRUCTION EASEMENT DATE: 04/13/2012 GRANTOR: FRANCES L. PARSONS (FORMERLY KNOWN AS FRANCES LYNN SLOAN) AND JAMES D. PARSONS GRANTOR'S MAILING ADDRESS (including County): 12117 RANDY LANE BURLESON, TEXAS 76028-6610 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 35 feet wide temporary construction easement situated in Lot 2, Block 11, Oak Grove Acres Addition, Section Two, being an addition to Tarrant County, Texas according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said strip being a portion of that certain tract of land conveyed to Frances Lynn Sloan by deed as recorded in Volume 9785, Page 2311, Deed Records, Tarrant County, Texas (DR-T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Temporary Construction Basement 0,089 acres (3,870 square feet) attached hereto for all intents and purposes. Temporary Construction Lasonent 01/o9lml WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STM-H REHAB) Parcel # 54 Doe # 6216 12117 RANDY LANE LOT 2, BLOCK 11 OAK GROVE ACRES ADDITION SECTION H ALAMO TITLE COMPANY OE 9.) CITY OF FORT WORTH 14-e- Z'4 c TEMPORARY CONSTRUCTION EASEMENT ENT DATE: 04/13/2012 GRANTOR: FRANCES L. PARSONS (FORMERLY KNOWN AS FRANCES LYNN SLOAN) AND JAMES D. PARSONS GRANTOR'S MAILING ADDRESS (including County): 12117 RANDY LANE BURLESON, TEXAS 76028-6610 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 35 feet wide temporary construction easement situated in Lot 2, Block 11, Oak Grove Acres Addition, Section Two, being an addition to Tarrant County, Texas according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.). said strip being a portion of that certain tract of land conveyed to Frances Lynn Sloan by deed as recorded in. Volume 9785, Page 2311, Deed Records, Tarrant County, Texas (D.RT.C.T.), said strip being herein more particularly described by metes and bounds exhibits for Temporary Construction Easement 0.089 acres (3,870 square feet) attached hereto for all intents and purposes. Temporary Construction Easement 0310912007 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared -�Q. _ J Q( ,sQM S _, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL. OF OFFICE this a I I day of 20-& ' F Barbara Brashear Notary Public, State of Texas v ;=r My Commission Expires: NN �' March 28, 2013 - 6o-tbwQ &qJip a/�� Notary Public in and for the State of Texas TOm porary Cons ucflon EneIDBnt 01/09/2007 ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this may of i 20� r MY C0MMkS91pM WIRES After recording return to: City of Fort Worth Right of Way and Easements 900 Monroe Street Ste 404 Fort Worth, TX 76102 094 1 a4�'A--- /)*"A4L3 Notab Public in and for the State of T as Temporary Canslruction Basement 01/09/2007 EXRMU"A" BEING a 35 feet wide temporary construction easement situated in Lot 2, Block 11, Oak Grove Acres Addition, Section Two, being an addition to Tarrant County, Texas according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said strip being a portion of that certain tract of land conveyed to prances Lynn Sloan by deed as recorded in Volume 9785, Page 2311, Deed Records, Tarrant County, Texas (D.R.T.C.T), said strip being herein more particularly described by metes and bounds as follows; BEGINNING on the north property line of the said Lot 2, same being the south property line of Lot 313, of the said Oak Grove Acres Addition, said beginning point being located North 89°36'40" West, 80.94 feet from the northeast property corner of the said Lot 2; THENCE South 26°22`45" East 89.29 feet to the southeast property line of the said Lot 2, same being a northwest property line of a 37.244 acre tract of land conveyed to Franklin W. Stone and Linda K. Stone by deed as recorded in Volume 10304, Page 215, D.R.T.C.T., said point being in the approximate centerline of Village Creek. THENCE South 28'11'45" West, along the said property lines and along the said approximate centerline of Village Creek, 42,95 feet to a point; THENCE North 26'2245" West 131.84 feet to the said north property line of Lot 2, same being the said south property line of the said Lot 3B; THENCE South 89'36'40" East, along the said property lines, 39.20 feet to the POINT OF BEGINNING; Said description containing 0.089 acres (3,870 Sq. Ft.) of land to be acquired. PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev, 05/12/2010 �p is TZ4 SHAUN ........... ................. G. SPOONER 4183...v:... SURN Page 6 of 7 z m m D Ln , ED m z Q m c z D \ OD (A z X a U) 4 r 0 Z f+I D 0 D z 0 m U) O D X 0 rq 0 RANDY LANE R. D. W. LINE I n in Q d (� C) O Ida r n� V � y �32 Z IV coN G! z r. R�9fi OD 'ri 70 ;N ' N . �; W 0 � ++ � o��.y a �D�•� . m . •: W. S�+� D I a (n II y o' 0o m Q _ r m I fTl rn � I � ®,.loop '40 1 rn ® SNP,�g A nm rri b Erxchange: Authorized Users Only Document Receipt InfOFMation Reference Number- ALDA6 10 - AT0000032752 - Easement Page 1 of I Instrument Number: D21214341-9 :No of Pages: 7 Recorded Date: 6/15/2012 11:19:4B AM County,. _ Tarrant Volume: Page: Itecordin Fee: 1$40.00 https://www.erxchange.cone/UI/ViewReceipt.aspx?DocumentId=6137957 6/19/2012 Electronically Recorded Tarrant County Texas Official Public Records 6/161201211:19 AM D212143418 WATER AN�I I LACEMENT i NTAACT f§TM-H REHAS) Parcel # 54 Mary Louise Garcia Submitter: ACS Doe # 6216 12117 RANDY LANE LOT 2, BLOCK 11 9AK GROVE ACRES ADDITION SECTION 11 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § ALAMO TITLE COMPANY GF Cl T Y OF FORT WORTH %��•� PERMANENT SEWER FACILITY EASEMENT DATE: 04/13/2012 GRANTOR: FRANCES ! . PARSONS (FORMERLY KNOWN AS FRANCES LYNN SLOAN) AND JAMES D. PARSONS GRANTOR'S MAILING ADDRESS (including County): 12117 RANDY LANE BURL-ESON, TEXAS 76028-6610 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 TFIROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 70102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width, permanent sanitary sewer easement situated in Lot 2, Block 11, Oak Grove Acres Addition, Section Two, being an addition to Tarrant County, Texas according to the plat thereof recorded In Volume 388-78, Page 28, Flat Records, Tarrant County, Texas (P.R.T.C.T.), said strip being a portion of that certain tract of land conveyed to Frances Lynn Sloan by deed as recorded in Volume 9785, rage 2311, peed Records, Tarrant County, Texas (D.R.T.C..T.), said strip being herein more particularly described by metes and PERMANENT SEWER FACILITY EASEMENT Rev 0511212010 WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STM-H REHAB) Parcel 9 54 Doe 0 6216 12117 RANDY LANE LOT 2, BLOCK 11 OAK GROVE ACRES ADDITION SECTION II STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § ALAMO TITLE COMPANY CITY OF FORT WORTH PERMANENT SEDER FACILITY EASEMENT DATE: 04/13/2012 GRANTOR: FRANCES L. PARSONS (FORMERLY KNOWN AS IFRAiNCES LYININ SLOAN) AND JAMES D. PARSONS GRANTOR'S MAILING ADDRESS (including County): 12117 RANDY LANE BURLESON, TEXAS 76028-6610 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width permanent sanitary sewer easement situated in Lot 2, Block 11, Oak Grove Acres Addition, Section Two, being an addition to Tarrant County, Texas according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said strip being a portion of that certain tract of land conveyed to Frances Lynn Sloan by deed as recorded in Volume 9785, Page 2311, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and PERMANENT SEWER FACILrrY EASEMENT Rev. 0511212010 bounds exhibits for Permanent Sewer Facility Easement 0.267 acres (11,184 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. 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 restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACILITY EASEMENT Rev. 05112(2090 GRANTOR: 1 10 R// " -, , , M, rF-:'Wr'�aZn'!-e4s -L—.Parso6s 9 -� Z_,s7Fi D. 071- STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Femando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY r t i I l AI- sistant City Attorn ACKNOWLEDGEMENT BEFORE ME, the undersi d authority, a �IRaryublic in and for the State of Texas, on this day personally appeared�'.c r lf1, , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this •, " Barbara Brashear Public, Slate D1 TB%ag m to Ex fires: i�iQ tan P Commiss s;•, , = My March 28 2013 PEF CILITY EASEMENT Rev. 0511212010 C�1 day of zlw2a4a �&QJOo�j Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, Notary Public in and for the State of Texas, on this day personally appeared J MCS , known to me to be the same person whose name is subscribed to the foregoing i strument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ':9- / day of ZQ�&(a §diQ.%hjaA-,1 Notary Public in and for the State of Texas Barbara Brashear State of Texas Z s�= Notary Public, m M Commission Expires: Y March 28, 2013 PERMANENT SEWER FACILITY EASEMENT Rev.0WIV2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that 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 HAND AND SEAT. OF OFFICE this &4-- EA% MARIAS.-SMCHU MY 00mmi-MON EXPIRES a December 14, 2013 PERMANENT SEWER FACILITY EASEMENT Rev. 0511212010 day of -ZU24�� /Q- I Z"& Nolbry Public in and for the State!g Texas Exhibit "A" BEING a variable width permanent sanitary sewer easement situated in Lot 2, Block 11, Oak Grove Acres Addition, Section Two, being an addition to Tarrant County, Texas according to the plat thereof recorded in Volume 388-78, Page 28, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said strip being a portion of that certain tract of land conveyed to Frances Lynn Sloan by deed as recorded in Volume 9785, Page 2311, Deed Records, Tarrant County, Texas (D.R.T.C.T), said strip being herein more particularly described by metes and bounds as follows; BEGINNING on the north property line of the said Lot 2, same being the south property line of Lot 3B, of the said Oak Grove Acres Addition, said beginning point being located North 89°36'40" West, 120.14 feet from the northeast property corner of the said Lot 2; THENCE South 26°2245" East 131.84 feet to the southeast property line of the said Lot 2, same being a northwest property line of a 37.244 acre tract of land conveyed to Franklin W. Stone and Linda K. Stone by deed as recorded in Volume 10304, Page 215, D.R.T.C.T., said point being in the approximate centerline of Village Creek. THENCE South 28°11'45" West, along the said property lines and along the said approximate centerline of Village Creek, 56.94 feet to the easterly most southeast property corner of the said Lot 2, same being a north property corner of the said Stone tract; THENCE South 86°19'21" West, along the south property line of the said Lot 2, same being a north property line of the said Stone tract and continuing along the said approximate centerline of Village Creek, 17.70 feet to the east line of an existing 20' wide sanitary sewer easement conveyed to the City of Forth Worth by deed as recorded in Volume 5293, Page 911, D.R.T.C.T.; THENCE North 29'25'47" West, along the said east line of the existing 20' wide sanitary sewer easement, 88.30 feet to the beginning of a tangent curve to the right having a radius of 608.20' THENCE in a northwest direction continuing along the said east line of the existing 20' wide sanitary sewer easement and along the said curve through an arc length of 102.43 feet and across a chord bearing North 24'36'19" West 102.30 feet to the said north property line of Lot 2, same being the said south property line of the said Lot 3B; THENCE South 89°36'40" East, along the said property lines, 71.97 feet to the POINT OF BEGINNING; Said description containing 0.257 acres (11,184 Sq. Ft,) of land to be acquired. PERMANENT SEWER FACILITY EASEMENTAND TEMPORARY CONSTRUCTION EASEMENT Rev. 0511212010 Page 5 of 7 Erxchange: Authorized Users Only Document Receipt Information Reference Number: A6DA6 10 - AT0000032752 - Easement Page I of 1 Instrument Number. D212143418 No of Pages: 7 !Recorded Date: 6/15/2012 11:19:48 AM County- Tarrant Volume: ,Page, Inecording Fee: 1$40.00 https://www.erxchange.com/UlNiewReceipt.aspx?Dor,umentId=6137954 6/19/2012 !Electronically Recorded Tarrant County Texas Cffiolal Public Records 1019/2012 8:66 AM D212248945 WATER ANDS' . r~LACEMENT (VVdTRACT 2 ftM-H REHAB) Parcel # 58 Mary Louise Garcia Submitter. ACS Doe 0 6216 2405 BURLESON REATTA ETD, ABSTRACT 1768 TRACT 2 J.M. ZAMBRAND SURVEY Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1 & anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deed/easement/named instrument, and the repurchase price will be the price the City paid Grantor In this acquisition. STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § ALAMG TITLE GOMPA14Y GF .�rMaV 3d CITY OF FORT WORTH�`� / Fie MANENT SEWER FACILITY EASEMENT DATE: 8/2312012 GRANTOR.; MARGARET ANN WHITMAN PEARCE GRANTOR'S MAILING ADDRESS (including County): 3866 BELLAIRE CIRCLE. FORT WORTH, TX 76109-2744 (TARRANT COUNTY) GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 70102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width permanent sanitary sewer easement situated in the J.M. Zambrand Survey, Abstract No. 1758, Tarrant County, Texas said strip being a portion of that certain 103.5 acre tract of land conveyed to ROBERT L. PEARCE and ANN W. PEARCE (Pearce tract) by deed as in recorded in Volume 4947, Page 483, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and PERMANENT SEWER FACILITY EASEMENT Rey 06112l2010 WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STM-H REHAB) Parcel # 58 Doe # 6216 2405 BURLESON REATTA RD. ABSTRACT 1768 TRACT 2 J.M. ZANISRAND SURVEY Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1 & anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deed/easement/named instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. STATE OF TEXAS § § KNOW ALL MIEN BY THESE PRESENTS COUNTY OF TARRANT § ALAMO TITLE COMPANY GI= r,OeWJd SAL — CITY OF FORT WORTH 1,1Cvel L 1,7 PERMANENT SEWER FACILITY EASEMENT DATE: 8/2312012 GRANTOR: MARGARET ANN lb HITllifllAN PEARCE GRANTOR'S MAILING ADDRESS (including County): 3866 BEL,LAIRE CIRCLE. FORT WORTH, TX 76109-2744 (TARRANT COUNTY) GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width permanent sanitary sewer easement situated in the J.M. Zambrand Survey, Abstract No. 1758, Tarrant County, Texas said strip being a portion of that certain 103.5 acre tract of land conveyed to ROBERT L. PEARCE and ANN W. PEARCE (Pearce tract) by deed as in recorded in Volume 4947, Page 483, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described. by metes and PERMANENT SEWER FACILITY EASEMENT Rev. 05/1212010 bounds exhibits for ' Permanent Sewer Facility. Easement 2.275 acres (99,085 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. 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 restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE) PERMANENT SEWER FACILITY EASEMENT Rev. 05112/2010 GRANTOR: .100 ` WRGRET A N N WH—IT MAN PEARCE STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY 3 m M sistant City A torney ACKNOWLEDGEMENT BEFORE ME, the undersigned auth rit , a MNt IDubgt'in and for the State of Texas, on this day personally appeared u ' .����Ge_., known to me to be the same person whose name is subscri ed to t e fore i instru ent, and acknowledged to me that the same was the act of ``_ 7 ! nd that he/she executed the same as the act of: n for the purposes and consideration therein ex0d,-Wed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 6q72 day of G S"r _ , 20 SNQy wb JASON A DITTY My Commission Expires September 13, 2D13 O PERMANENT SEWER FACUTY EASEMENT Rev. 05/12/2010 ACKNO.WLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. l {GIVEN UNDER MY HAND AND SEAL OF OFFICE this � �' day of otary Public in and for the State of Texas :t; ��:1E] { 4f 3 PERMANENT SEWER FACILITY EASEMENT Rev. 05112/2010 Exhibit "A" BEING a variable width permanent sanitary sewer easement situated in J. M. Zambrand Survey, Abstract No. 1758, Tarrant County, Texas, said strip being a portion of that certain 103.5 acre tract of land conveyed to ROBERT L. PEARCE and ANN 1141'. PEARCE (Pearce tract) by deed as in recorded Volume 4947, Page 483, Deed Records, Tarrant County, Texas (D.R.T.C.T), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a point on north property line of the said Pearce tract, same being the south property line of a 37.244 acre tract of land conveyed to Franklin W. Saone and Linda K. Stone (Stone tract) by deed as recorded in Volume 10304, Page 215, D.R.T.C.T., said beginning point being located North 89 degrees 42 minutes 41 seconds East, 65.00 feet from the northwest property corner of the said Pearce tract; THENCE South 00 degrees 26 minutes 03 seconds East, 123.20 feet to a point; THENCE South 89 degrees 33 minutes 57 seconds West, 10.00 feet to a point; THENCE South 00 degrees 26 minutes 03 seconds East, 1205.44 feet to a point; THENCE South 00 degrees 02 minutes 19 seconds West, 572.54 feet to a point; THENCE South 1 degree 14 minutes 48 seconds West, 658.88 feet to a point; THENCE South 44 degrees 16 minutes 46 seconds West, 58.93 feet to a point on the west property line of the said Pearce tract and on the east property line of a 4.938 acre tract of land conveyed to Jimmy Lee Ledford and Eve M. Ledford by deeds recorded in Volume 13553, Page 237 and Tarrant County Clerk's Instrument No. D206156566 of the D.R.T.C.T.; THENCE North 00 degrees 02 minutes 19 seconds East, along the said property lines, 577.25 feet to a point; THENCE North 09 degrees 01 minute 36 seconds East, 128.02 feet to a point; THENCE North 00 degrees 02 minutes 19 seconds East, 569.50 feet to a point; THENCE North 00 degrees 26 minutes 03 seconds West, 1328.75 feet to a point on the said north property line of the Pearce tract and on the said south property line of the Stone tract; THENCE North 89 degrees 42 minutes 41 seconds East, along the said property lines, 45.00 feet to the POINT OF BEGINNING containing 2.275 acres (99,086 square feet) of land. PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev. 05112/2010 .......................... SHAUN G. SPOONER ................. 4183; ES31�� O� SU Page 6 of 8 20.981 ACRES (DEED) MATCH LINE "TRACT 1" IN JIMMY LEE LEDFORD PROPERTY LINE , EVE M. LEDFORD VOL. 13553, PG. 237, D.R. T. C T M N 0 PORTION OF LOT 28, BLOCK 1 VILLAGE CREEK ESTATES VOL. 388-108, PG. 47 P.R. T C. T. &11� C3 V BARNETT GATHERING LP 4` 30' PIPELINE RIGHT OF WAY AND EASEMENT T.C.C.LNO. D206235147 D. R. T C. T. JIMMY LEE LEDFORD EVE M. LEDFORD 4.638 AC. TRACT 2' IN VOL. 13553, PG 237 0.3 AC. INST. No. D206156566 D.R. T.C. T. CITY OF FORT WORTH 20' PERMANENT SANITARY VOL. 5560, PG, 153 D. R. T. C. T. 11 I� -� &lo-iLi RETTA ROAD PLAT OF LXHIBITs "A" & "B" SEE A TTACHED L EGA DESCRIP nON ON PAGES 5- 6 OF EXHISITs "A" & "S" HEREIN N h ►: No EXHIBIT "A'° VARIABLE WIDTH PERMANENT SANITARY SEWER EASEMENT 2.275 ACRES (99,085 SO. FT) 103.5 A CRES ROBERT L REAROE ANN W REARCE VOL. 4947, PG. 483 D.R. T.G. T. EXHIBI T 78" VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT 1.545 ACRES (67,306 SQ. FT) 0 180' 360' GRAPHIC SCALE IN FEET 1-180' R o. w NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE. ALL DISTANCES SHOWN ARE SURFACE. SANITARY SEWER PARALLEL RELIEF MAIN-257 PARCEL NO. 58 SURVEY HIRAM LIrnZ SURVEY, ABSTRACT No. 930 LOCA710N. 3501 FM 1187, TARRANT COUNTY, TEXAS WHOLE PROPERTY ACREAGE: 10.5 ACRES PER DEED EXHIBITS A" & "6" PAGE 8 OF 8 0 F TF� p GiSTFa• f. ............ I ............. SHAUN G. SPOONER ...........I .............. r 4183 DATE: 1-12-11 I _ CHECKED BY S G.S. I ACAD FILE. 08-020-M257-EASEMENTS I SPOONER & ASSOC., INC. 309 BYERS STREET, SUITE 100, EULESSS, TX 76039, PH 817-281-2355 FAX 877-685-8508 FLAT 4E EXHIBITS "A" & SEE ATTACHED LEGAL DESCRIPTION ON PAGES 5-6 OF EXHIBITS "A" & B CITY OF FORT WORTH-------. 20' PERMANENT SANITARY — EASEMENT POL. 5324, PG. 252 L 11 D.R T. C. T. No. DIRECTION DIST L 1 S0026'03T IS44'16"46V 123.20' L2 S8933'.57AW 10.00' 158.9J' L3 L4 N09'01 '367 128 02' L.5 N8.9424I T 48.00' L 6 I N894241 T 3,5. 00' L7 SOO26'03'"E 12J 11 ' L8 S89'33'67V 20 00' 1-9 S44'16'46AW 94.76' L 10 1 NOO'02'19 T 3.5.83' L 11 I N89 42'41-E 1,20. 00' 20.981 ACRES (DEED) "TRACT 1 -IN JIMMY LEE LEDFORD EVE' M. LEDFORD VOL. 13553, PG. 237 D. R. T. C T. 84R7VE7T GATHERING LP 30' PIPELINE RIGHT OF ' WAY AND EASEMENT T. C. C.LNo. D206235146 D.R. r C. r P " " HIRAM LITTLE SURVEY �� ABSTRACT No. 930 P. 0. D EXHIBITS "A & „B„ — 1 PROPERTY LINE SURVEY LINE WFIL2 J7.244 ACRES (DEED) FRANKLIN W.STONE LINDA lf. STONEL8 COL. 10304, PG. 215 D.R. T. C. T. �Z D MATCH LINE �w 0 SARNETT GATHERING LP 20' PIPELINE RIGHT OF WAY AND EASEMENT T C. CLNo. D206235144 D. R. T. C. T. EXHIBI T `ilA" VARIABLE K10TH PERMANENT SANITARY SEWER EASEMENT 2.275 ACRES (99,085 SO. ET) 103.5 ACRES ROBERT L. REARCE ANN W. PEARCE VOL. 4947, PG 483 D.R. T. C. T. EXHIBIT "B" VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT 1.545 ACRES (67,306 SQ. FT.) J• NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS NA083 NORTH TEXAS CENTRAL ZONE ALL DISTANCES SHOWN ARE SURFACE. 5J�y0 0 1 An' 3s0' GRAPHIC SCALE IN FEET 1" = 180, SANITARY SEWER PARALLEL RELIEF MAIN-257 PARCEL NO. 58 SURVEY' J.M. ZAMBRAND SURVEY, ABSTRACT NO. 1758 LOCATION: 3501 FM 1187, TARRANT COUNTY. TEXAS WHOLE PROPERTY ACREAGE: 103.5 ACRES PER DEED EXHIBIT "A" PAGE 7 OF 8 S&A JOB NO.. 08-020 DRAWN BY- SA.J, DATE• 1-12-11 1 CHECKED BY. S.GS. ACAD FILE; 08--020-M257-EASEMENTS SPOONER & ASSOC, INC. 309 BYERS STREET, SUITE 100, EULESS, 7X 76039, PH 817-281-2355 FAX 81' TIN �P 57EgFI .�- ' SHAUN G.SPOONER �k611413B ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Sanitary Sewer Facility Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: 6 The City of Fort Worth agrees to provide (paid for by the City) the following: two Type "A" manholes will be installed above said 49" sanitary sewer with two lateral stub outs (5 ft. long, 8-Inch sanitary sewer main stub outs as seen typically on other developer type projects) contained within the said easement boundary. If construction of the parallel relief main occurs before construction of the proposed development, the proposed manholes will be constructed concurrent with the construction of the relief main. The construction of the stub outs would occur at a later date, upon final approved developer site plans. The stub out locations would be based on final approved developer site plans confirming alignment, size, slope, elevation, etc. of the proposed 8-inch main entering into the "Type A" manholes to facilitate access for future maintenance. GRANTOR: By Mret AWh!tman Pearce - STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa, Assistant City Manager AP ROVEDrT FORM AND LEGALITY U distant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a tary Public in and for the State of Texas, on this day personally appeare df Aam QV �n to me to be the same person whose name is subscribed to the f eg6"n instrument, and acknowledged to me that the same was the act o `ifnd that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 141 day of Notary Public in W for the State of Texas CYKMIA TAYiLQN WolmV Public STATE OF TEMS Ti,+Comm. Eggs. 98.18-2016 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernand© Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ��44� 20/� 6e otary Public in and for the State of Texas f Evavra DAMS, �Y�4MMlSSft)N Jok to pp EXPfRES i8 Erxchange: Authorized Users Only Document Receipt Information Reference Number; ALDAL 10 - AT0000032734 - Easement Page 1 of 1 Instrument Number. D212248945 No of Pages: 9 Recorded Date: 10/9/2012 8;56t30 AM county., Tarrant Volume: Page. Recording roe: 1$48.00 https://www.erxchange.com/UI/ViewRer,eipt.aspx?Documentld=6589267 10/9/2012 Electronicaliv Recorded Tarrant County Texas yyyyOfficial Public Records 1019/2012 8:566 ABM 0212248946 WATER AND �.41�5��1�I Rr1 LACE11'i)uNT ( NT�RACT 0 S'1'M-H R)GHAB) Pal -eel # 58 Mary Louise Garcia Submitter: ACS Doe # 6216 2405 BURLESON REATTA RD. ABSTRACT 1758 TRACT 2 J.M. ZAMBRAND SURVEY CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 08/23/2012 ALAMO TITLE COMPANY GF!oa�Q Wer e- i,y GRANTOR: MARGARET ANN WHITMAN PEARCE GRANTOR'S MAILING ADDRESS (including County): 3866 BELLAIRlIa CIRCLE. FORT WORTH, TX 761.09-2744 (TARRANT COUNTY) GRANTEE; CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width temporary construction easement situated in the J.M. Zambrand Survey, Abstract No. 1758, Tarrant County, Texas said strip being a portion of that certain 103.5 acre tract of land conveyed to ROBERT L. PEARCE and ANN W. PEARCE (Pearce tract) by deed as in recorded in Volume 4447, Page 483, Deed Records, Tarrant County, Texas (D_R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for temporary construction easement 1.545 acres (67,306 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage In, over, and across, below and along the easement. situated In Tarrant County, Texas, lh accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhlbit "B". ?Bmpomry C40RShU61i011 P SQ4ttill U1=12007 WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STM-H REHAB) Parcel # 58 Doe # 6216 2405 BURLESON REATTA RD. ABSTRACT 1758 TRACT 2 J.M. ZAMBRAND SURVEY CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 08/23/2012 ALAMO TITLE COMPANY GF oe—k Z,: s GRANTOR: MARGARET ANN WHITMAN PEARCE GRANTOR'S MAILING ADDRESS (including County): 3866 BELLAIRE CIRCLE. FORT WORTH, TX.76109-2744 (TARRANT COUNTY) GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width temporary construction easement situated in the J.M. Zambrand Survey, Abstract No. 1758, Tarrant County, Texas said strip being a portion of that certain 103.5 acre tract of land conveyed to ROBERT L. PEARCE and ANN W. PEARCE (Pearce tract) by deed as in recorded in Volume 4947, Page 483, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and bounds exhibits for temporary construction easement 1.545 acres (67,306 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construciian Easement 01109t2007 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of Installation of Sanitary Sewer Relief Main. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON TEE FOLLOWING PAGE] Temporary Construction Easement 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth MKRGT ANN WMTMAN PEARCE Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY f t ssistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Nota Public in and for the State of Texas, on this day personally appeared ,., r , known to me to be the same person whose name is subscribid to the foreg ing intra— ment, and acknowledged to me that the same was the act of ^ i- and that he/she executed the same as the act of said 4-&%4n for the purposes and consideration therein expresd6d and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20- a¢` JASON A DIT Y My Commission Egires September 13. 2013 Temporary Constmetion Easement 01/09=7 Electronically Recorded Tarrant County Texas Offiolal Public Records 1019/2012 8:56 AM 0212248946 WATER ANDL`M2" r RLACEil ENT C661TRACT M%"-r .H REHAB) Parcel # 58 Mary Louise Garcia Submltter, ACS Doe # 6216 2406 BURLESON REATTA RD, ABSTRACT 1768 TRACT 2 J.M. ZAMBRAND SURVEY Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1& anniversary of the bate of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deed/easement/named instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § >tiLAMO TITLE COMPANY GFr��pD CITY OF FORT WORTH 11114G�r9 PERMANENT SEWER FACILITY EASEMENT DATE: 8/23/2012 GRANTOR: MARGARET ANN WHITMAN PEARCE GRANTOR'S MAILING ADDRESS (including County): 3866 BELLAIRE CIRCLE. FORT WORTH, TX 76109-2744 (TARRANT COUNTY) GRANTEE., CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County). 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width permanent sanitary sewer easement situated in the J.M. Zambrand Survey, Abstract No. 1758, Tarrant County, Texas said strip being a portion of that certain 103.5 acre tract of land conveyed to ROBERT L. PEARCE and ANN W. PEARCE (Pearce tract) by deed as In recorded in Volume 4947, Page 483, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and PERMANENT SEWER FACILITY EASEMENT ROV 05112/2010 WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STRf -H REHAB) Parcel # 58 Doe # 6216 2405 BURLESON REATTA RD. ABSTRACT 1768 TRACT 2_J.M. ZAMBRAND SURVEY Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1 ot" anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deed/easement/named istrument, and the repurchase price will be the price the City paid Grantor in this acquisition. STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § ALAMO TITLE COMPANY GF J�eWaV,5d 7ss/ I s,t CITY OF FORT WORTH Z PERMANENT SEWER FACILITY EASEMENT DATE: 8/23/2012 GRANTOR: MARGARET ANN WHITMAN PEARCE GRANTOR'S MAILING ADDRESS (including County): 3866 BELLAIRE CIRCLE. FORT WORTH, TX 76109-2744 (TARRANT COUNTY) GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width permanent sanitary sewer easement situated in the J.M. Zambrand Survey, Abstract No. 1758, Tarrant County, Texas said strip being a portion of that certain 103.5 acre tract of land conveyed to ROBERT L. PEARCE and ANN W. PEARCE (Pearce tract) by deed as in recorded in Volume 4947, Page 483, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said strip being herein more particularly described by metes and PERMANENT SEWER FACILITY EASEMENT Rev. 0&1212010 bounds exhibits for Permanent Sewer Facility Easement 2.275 acres (99,085 square feet) attached hereto for all intents and purposes. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent- Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. 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 restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all, and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACILITY EASEMENT Rev. 05/1212010 GRANTOR: ' RGARET ANN WHITMAN PEARCE STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY t sistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned auth rit , a N ary Publ' in and for the State of Texas, on this day personally appeared � r � � , &,." �I known to me to be the same person whose name is subscri ed to t e fore i instru ent, and acknowledged to me that the same was the act of rw re r� nd that he/she executed the same as the act of said .� for the purposes and consideration therein expresa`ed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2010 JASON A DITTY My Cammisslon Expires Septembar 13, 2D13 CF PERMANENT SEWER FACUTY EASEMENT Rev. 06/1212010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20,4?1- otary Public in and for the State of Texas UE EVOMA DANIE-S MY�MISSICNEXPIRES y 14 2013 PERMANENT SEWER FACILITY EASEMENT Rev. 05I7212010 Exhibit "A" BEING a variable width permanent sanitary sewer easement situated in J. M. Zambrand Survey, Abstract No. 1758, Tarrant County, Texas, said strip being a portion of that certain 103.5 acre tract of land conveyed to ROBERT L. PEARCE and ANN W. PEARCE (Pearce tract) by deed as in recorded Volume 4947, Page 483, Deed Records, Tarrant County, Texas (D.R.T.C.T), said strip being herein more particularly described by metes and bounds as follows; BEGINNING at a point on north property line of the said Pearce tract, same being the south property line of a 37.244 acre tract of land conveyed to Franklin W. Stone and Linda K. Stone (Stone tract) by deed as recorded in Volume 10304, Page 215, D.R.T.C.T., said beginning point being located North 89 degrees 42 minutes 41 seconds East, 65.00 feet from the northwest property corner of the said Pearce tract; THENCE South 00 degrees 26 minutes 03 seconds East, 123.20 feet to a point; THENCE South 89 degrees 33 minutes 57 seconds West, 10.00 feet to a point; THENCE South 00 degrees 26 minutes 03 seconds East, 1205.44 feet to a point; THENCE South 00 degrees 02 minutes 19 seconds West, 572'.54 feet to a point; THENCE South 1 degree 14 minutes 48 seconds West, 658.88 feet to a point; THENCE South 44 degrees 16 minutes 46 seconds West, 58.93 feet to a point on the west property line of the said Pearce tract and on the east property line of a 4.938 acre tract of land conveyed to Jimmy Lee Ledford and Eve M. Ledford by deeds recorded in Volume 13553, Page 237 and Tarrant County Clerk's Instrument No. D206156566 of the D.R.T.0 .T.; THENCE North 00 degrees 02 minutes 19 seconds East, along the said property lines, 577.25 feet to a point; THENCE North 09 degrees 01 minute 36 seconds East, 128.02 feet to a point; THENCE North 00 degrees 02 minutes 19 seconds East, 569.50 feet to a point; THENCE North 00 degrees 26 minutes 03 seconds West, 1328.75 feet to a point on the said north property line of the Pearce tract and on the said south property line of the Stone tract; THENCE North 89 degrees 42 minutes 41 seconds East, along the said property lines, 45.00 feet to the POINT OF BEGINNING containing 2.275 acmes (99,085 square feet) of land. PERMANENT SEWER FACILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Rev, 05/12l2010 OF 4 SHAUN G. SPOONER 4183 6 '•S i7 Wage 5 of 8 20.981 ACRES (DEED) MATCH LINE "TRACT I" 1N JIMMY LEE LEDFORD PROPERTY LINE �— EVE M. LEDFORO VOL. 13553, PG. 237 D.R_r.c. T. N f �--- PORTION OF LOT 28. BLOCKlld VILLAGE CREEK ESTATES VOL. 388-108, PG 47 P.R. T.C. T ¢O.BARNETT GATHERING LP30' PIPELINE RIGHT OF WAAND EASEMENT T.CC.I.No. D206235147D.R.T.C.T. w f j I al JIMMY LEE LEDFORD � n EVE M. LEDFORD 4 4.638 AC. "TRACT 2" IN VOL. 13553, PG. 237 t� 0.3 AC. INST. No. 0206156566 D.R. TC T. z Zi CITY OF FORT WORTH 20' PERMANENT SANITARY a f VOL. 5560, PG. 153 v�i 0.RTC.T. sW I i� II I 1 GL- BURLESON RE77A ROAD PLAT OF IEXHIBITs "A" & "B" SEE A TTACHED LEGAL DESCRIP77(jN ON PAGES 5--6 OF EXHIBITS A" & 19" HEREIN h h h i N h EXHIBIT "A" VARIABLE WIDTH PERMANENT SANITARY SEWER EASEMENT 2 275 ACRES (99,085 SQ. FT) 103.5 ACRES ROBE T L. PEARCE AIVAI W. PEARCE VOL. 4947, PG. 483 D.R. T.C. T. EXH181 T "B" VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT 1.545 ACRES (67,306 SQ. FT) 0 180' 360' rL3 GRAPHIC SCALE IN FEET 1 " = 180' R O. W NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE ALL DISTANCES SHOWN ARE SURFACE. SAM'I'ARY SEVER PARALLEL RELIEF MAIiv 257 PARCELNO. 58 - SURVEY- HIRAM LITTLE SURVEY, ABSTRACT No. 930 LOCA710N: 3501 FM 1187, TARRANT COUNTY, TEXAS WHOLE PROPERTY ACREAGE: 103.5 ACRES PER DEED EXHIBITS "A" & "B" PAGE 6 OF B S&A JOB NO.: 08-020 DRAWN 8Y• S.A.J. DATF: 1--12--11 CHECKED BY.• SG.S, ACAO FILE' 08-020—M_257—EASEMEN7S SPOONS do ASSOC., INC. J09 BYERS STREET, SUITE 10D, EULESS, TX 76039, PH 817-281-2355 FAX 817— SHAUN G. SPOONER ...................... ,........ 4183 FE5 S ti y0� . SU� PLAT OF EXHIBITS "A" & SEE A TTACHED LEGAL DESCRIP77ON ON PAGES 5-6 OF EXHIBI TS "A " & IS CITY OF FORT WORTH-----. 20' PERMANENT SANITARY -- EASEMENT L 1 VOL, 5324, PG. 252 D.R. T.C.T. No. DIRECTION D/ST. 71 SOO-26'o3"E" 12.3.20' L2 S89'33'571Y 10.00' LJ S44' 16'46 "W 58. 93' L4 N09*01 '36 "E 128. 02' L5 N89'424I "E 45 00' L6 N8.9'42'41 "E .35.00' L7 S00'26'03"E 12.3. I 1 ' L8 S89'33'57'7N 120. 00' L9 S44'16'46'YY 94.76' 00 N00'02'19 "E 120. .35.83' L 11 I N89'424 IT . 00' " " f HIRAM LITTLE SURVEY ABST94CT No. 930 P.O.19 EXHIBITS "A & "B" I PROPERTY LINE SURVEY LINE 37.244 ACRES (DEED) FRANKLIN W. STONE LINDA K. STONE L8 VOL. 10304, PG. 215 9,11 D.R. T.C. T Rw I 20.981 ACRES (DEED) ' MCT I" IN JIMMY LEE LEDFORD EYE M. LEDFORD VOL. 13553, PG. 237 D. R. T. C. T. BARNETT GATHERING LP JO' PIPELINE RIGHT OF WAY---H AND EASEMENT T. C C UVo. D206235146 D.R. T. c. T ZE ti MATCH LINE BARNETT GATHERING LP 20' PIPELINE RIGHT OF WAY AND EASEMENT T C. C.I No. D206235144 D. R. T. C. r. EXHI@IT "A" VARIABLE' {b9®TH PERMANENT' SANITARY SEWER EASEMENT 2.275 ACRES (99,005 SO. FT) 103.5 ACRES RCBERT L. PEARCE A► N W. PEARCE VOL. 4947, PG 483 D.R. T.C. T. EXHIBI T "B" VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT 1.545 ACRES (67,306 S0. FT) 0 180' 360' GRAPHIC SCALE IN FEET 1 " = 180' NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS NAD83 NORTH TEXAS CENTRAL ZONE. ALL DISTANCES SHOWN ARE SURFACE. ,`P ��157ERto'.f� SANITARY SEWER PARALLEL RELIEF MAIN-25i .:..................:... SHAUN G. SPQQNER PARCEL N0. 58 .......................... �,� �� SURVEY; J.M. ZAMBRAND SURVEY, ABSTRACT NO. 1758 p. LOCATION: 3501 FAI 1187, TARRANT COUNTY, TEXAS { •. Ess i Q WHOLE PROPERTY ACREAGE: 103.5 ACRES PER DEED EXHIBIT "A' PAGE 7 OF B ... S&A JOB NO.; 08-020 DRAWN Or S.A.J. - SUR DATE: 1-12-11 1 CHECKED BY S.C.S. ACAD FILE 08-020-M257-EASEMENTS SPOONER & ASSOC., INC. 309 BYERS STREET, SUITE 100, EULESS, TX 75039. PH 817-281-2355 FAX 817-685-8508 ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Sanitary Sewer Facility Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: The City of Fort Worth agrees to provide (paid for by the City) the following: two Type "A" manholes will be installed above said 48" sanitary sewer with two lateral stub outs (5 ft. long, 8-inch sanitary sewer main stub outs as seen typically on other developer type projects) contained within the said easement boundary. If construction ofthe parallel relief main occurs before construction of the proposed development, the proposed manholes will be constructed concurrent with the construction of the relief main. The construction of the stub outs would occur at a later date, upon final approved developer site plans. The stub out locations would be based on final approved developer site plans confirming alignment, size, slope, elevation, etc. of the proposed 8-inch main entering into the "Type A" manholes to facilitate access for future maintenance. GRANTOR: By' Ag Mar ret Ann Whitman Pearce AW- STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth Fernando Costa, Assistant City Manager AP ROVED T FORM AND LEGALITY Wistant City Attorney BEFORE ME, the undersigned authority, a Mary Public in and for the State of Texas, on this day personally appears Arai i dVn- to me to be the same person whose name is subscribed to the forego instrument, and acknowledged to me that the same was the act offk� rrWdnd that helshe executed the same as the act of said /t'lc-Pfmr ,Egan_ �n � for the purposes and consideration therein expressed and in the capacity J therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this %V day of 20�L. Notary Public in eM for the State of Texas CYNTRIA YAYLOR Notary Audlt STATE OF TUXA$ My Comm. Exp.1248-2016 ACKNOWLEDGEMENT STATE. OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 24Z� 6e . zf Votary Public in and for the State of Texas :o"U% � ENONIA DAMELS MYCOMM1SsION �)(PlRES ;• jok 14 2013 Erxchange: Authorized Users Only Document Receipt Information Reference Number. AI.DAL 18 - A10000032754 - Easement Page I of I Instrument Number: D212248945 Ko of Pages: 9 Recorded Date: 10/9/2012 8:56:30 AM Coun : Tarrant !Volume; Page: Recording Fee: $48.00 https://www.erxchange.com/UUViewReceipt.aspx?Docum.entId=6589267 10/9/20I2 FouWORTH Agreement Letter DATE: 10/4/2019 CERT1F ED NUMBER 9489 0090 0027 6023 9237 97 Burleson Golf Partners, LLC Attn: David Shipman, Jr. 201 W. Bufford Street, Ste. 10:1 Burleson, TX 76028 Re: City Project 01227, Upper and Middle Village Creek Sanitary Server, Main 257, Part 2 PARCEL # 61, 61-TCE 1917, and 2150 Burleson Retta Road Abner Lee Survey, Abstract No. 931 Fort Worth,Tarrant County, Texas Dear Mr. Shipman: This letter will confirm our agreement with you concerning the necessity of the City of Fort Worth {"City") acquiring a portion of your property located at 1912 and 2150 Burleson Retta Road in Tarrant County for the Upper and Middle Village Creek Sanitary Sewer, Main 257, Part 2 improvements. Based on the issues and information you presented at the meeting, along with aerial photos that you provided in support of your claim resulting from the imposition of the construction of the sewer facility casement, and subject to final approval by the Fort Worth City Council, the City agrees to the following as compensation for the execution and delivery of the Permanent Sewer Facility Easement and Temporary Construction Easement documents to the City: 1. To pay a total of $13,069.00 as cash consideration for a Permanent Sewer Facility Easement of 53,903 square feet and a Temporary Construction Easement of 218,105 square feet, which are designated as Parcel 61 & 61-TCE, specifically described in the enclosed easement documents. 2. The City agrees to pay Burleson Golf Partners $180,950.00 for the cost to cure associated with the construction of the sewer facility. The cost includes constructing a temporary tee box for hole #3, constructing and installing a permanent tee box for hole #3, removing wood bridge (demolition), removing all landscape elements around bridge, demo and dispose of 5,960 square feet of concrete, demo bridge and concrete wing walls, pour 7,500 square feet of concrete for cart path, pour 2 Concrete Bridge abutments with wing walls, construct 10'x26' wood cart path bridge, sprinkler repair and installation at new bridge, relocating electrical connections, and pour concrete cart staging area 40'xl20'. 3. The City agrees to pay Burleson Golf Partners $266,625.00 for loss of revenue during the construction of the sewer facility. 4. In addition, the City agrees to enter into a separate agreement for the following: m Pay a day rate of$8,126.00 per day if the course is not playable. Pay a rate of $25 per hour for sprinkler repair. Pay $6.50 per square yard cost for new sod installation and prep work to be calculated upon completion and the removal of all equipment and temporary screening. g Both Parties agree to test all water wells and irrigation systems prior to commencing construction and once construction is complete. If equipment is inoperable upon the completion of construction, it will be replaced, repaired and/or paid to be replaced by the City of Fort Worth. The City agrees to commence and complete construction of the sewer line in the creek during November 1, 2020, to February 29, 2021,. The day rate for any disruption of play after February 29, 2021, will be paid at the rate of $12,189.00 per day. 5. If accepted, this offer will be binding on, and inure to the benefit of, the parties' respective successors and assigns, subject to necessary City Council approval. If this offer meets with your approval please sign below indicating your acceptance and return of copy of some to me. The partiers hereby agree to execute the necessary agreed upon easement documents. A full agreement outlining the above actions in ' more detail will be forthcoming upon receipt of your acceptance of this offer. Thank you for your time and consideration. Should you have any questions, please give me a call. Sincerely, J Ricl, Salazar, Sr. and Agent Property Management Department Appro d: David Shipm ., M Sing Member Burleson Golf Partners, LLC PROPERTY MAidAGE1ViWENT DEPARTMENT- REAr. PHQUflTY D1VlS1QN T11E Cite or Four Worm * "D MONHOt STRUT SUITE400 *FORT %VuRTn TExm76to2 Efectrunicrally Recorded Tarrant County Texas Otrlclal Pubilo Reoor& M SNQ 121 i ; 28 AM D212143447 WATER ANC " � 12F, LACEMENT W6NTAACT f1t +NTM-H REHAB) Parcel # 65 Mery Louloe Galoia SubmIlter: ACS Dao # 6210 7255 REDBIRD LANE W. A9§ TPLACT APAQ TRACT 6DC HIRAM LnTLE SORVFY Under Subchapter E of the Texas Property Code, as er7nended, the Grantor or the GrHntoes heirs, successors, or assigns may be entitled before the I& uJINVersery of the dole of this acqulsttlnn to ropurohasa the properly or regij6!;E cartsln InformatJnrr about the .use and any actual P+Ogress made toward the use for which the property wns acqulred urtidk!r this deedleasomeriftamod Instrumant, and the Mpurchase PFI'M will be 111L% price the City fxald Grantor In this asqutQitlr;tp, STATE OF TEXAS § KNOW ALL M514 BY THESE PRESENTS COUNTY OF TAR# ANT COMPANY F, Ij J= FORT WORTH �` - ' PE RNAN15NT S gVV.E9_E_A9 LM EAqIEM ENT ' OATS: W1 312012 GRAWOR. FRANKLYN W. STONE AND LINDA K. STONE GRANTOR'S MAIL IN ADDRESS(tnctuding County): 7255 REDDfRD LANE W. BURLESON. TX 70026.7907 (TARRANT COUNTY) GRANTEE: {MITI' OF FORT WORTH GRANTEE'S MAILING ADDRESS ((naludIng County): 1000 7HRO FLMORTON ST. FOR T WoRThF TARRANT COUNTY, TX 76102 CONSIDERATION. Ton Dollars (S10,00) and other good and vsluable conslderatlsrn, the recelpt and stArrulancy r)f which Is here* ecl*raowledged- PROPERTY, Being a vwlabla wJdth permsnant sanlfary sower easement eltuated. in the Hiram Llltle Survey. Abstrsol No. 930, Tarrant County, Texas sold alrlp being a portlon of the( sarne tract of [arid conveyed to Frankfyn W. Stone and Linda K. Stone by deed as recnrdad In Volume 10304, page 216r Dead Re0ards, Tarrant County, Texas (D.R.T_C,T.), scald strip being herein more parllculsrly descrlbad by motes and bounds exhibits for Permanent Sewor Faolllty Easement .103 acres (0,402 agraare Feel) ahachad herelo for a I I IntenIs nrrd purposes. F'1RMAN-9NT 9 MER FAMMY FAS EMEN T REV OV102010 Attachmeni AD2-5 Page 1 Of 18 � WATER AND SANITARY SEWER REPLACEMENT (CONTRACT 2004 STM-H REHAB) Parcel # 55 Doe # 6216 7255 REDSIRD LANE W. ABSTRACT A 930 TRACT 50C"IRAM LITTLE S VRVEY Under Subchapter E of the Texas property Code, as amended, the Grantor or the Grantor's heirs. successors, or assigns may be entitted before the 10'�' anniversary of the date of this acqufsillon to repurchase the properly or request certain information about the use and any actual progress made toward the use for whfeh the property was acquired under this deedleasarnenfMarried Instmment, and the repurchase price will be the prfce the City paid Grantor in #his acqulsfVon. STATE OF TEXAS KNOW ALL MEN'BY TH1=SE PRESENTS COUNTY OF TARRANT § ALA MOTITLE COA4pAMy F CITY OF FORT WORTH - PERMANENT SEWER FACILITY EASEMENT � �,q� p DATE: 04/1312012 GRANTOR: FRANKLYN W. STONE AND LINDA ! . TONE GRANTORS MAILING ADDRESS (including County). 7255 REDBIRD LANE W. SURLiE=SON, 7X 78028-7907 (TARRANT COUNTY) RANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County). 1040 THROCKMORTON ST. FORT WORTH. TARPANT COUNTY, TX 76102 ONStDERATION: Ten Dollars (10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY- Being a variable width permaneni sanitary sewer easement situated In the Hiram Littla Survey, Abstract No. 930, Tarrant County, Texas said sirlp being a portion of that same tract of land co r; veyed to Franklyn W. Stoha and Linda K. Stone by dead as recorded in Volume 10304. Page 215, Deed Records, Warrant County, Texas (D-R-T. C.T.). said strip being herein more particularly described by metes and hounds exhlbits for Perrnarlent Sewer Facility Easement ,193 acres (8.402 square feet) attached hereto for all inteflts and purposes. P EPJAA.`1ENT SEWER FAC:UrY EASEMENT Raw, 051lYJ-zo1 P Attachment AD2-5 , Page 2 of 18 ; Grantor, for the conal'deration paid to Granter and other goon and valuable consideration, hereby grants, sells, and conveys to Grantee. Its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Bawer I-Ine Facility, hereafter referred to as `Facility`. The FaclQ fncludQs all Incidental underground and aboveground attachments, equipment and appurtenances, fncluding. but not limited to manholes, manhole vents, lateral line connecllons, pipelfnes, junction boxes in, upon, under and across a portion of the Property and more fully described In Exhft)tt Wand Exhibit "B" attached hereto and incorporated herein for ell pertinent purposes, togelher with the right and pdvilege at any end all times to enter Property, or any pact thereof. for the purpose of Wristructing, operating, frrafntaining. replacing, upgrading, and repairing said Fadifty. In no avant shall Grantor (l) use the property in any manner which interferes in any material wa r or is Inconsistent wilh the rights granted hereunder. or (If) erect or permit to be erected within the easement property a permanent structure or building, Including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other slruclures that require a building parmIt. However, Grantor shall be permltted to Install and maintain a concrete, as#hall or gravel driveway, reed or parking [ot across the Easement Property, Grantee shall be obllgaled to restore the surface of the Property at Grantee's sole cast and expense, Including lhre restoration of any sidewalks, driveways, or similar surface Improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or dastrcyed as a result of the Grantee's use of the easement granted hereunder. Pmvfderl, however. that Grantee shaIJ riot be obligated to restore or replace Irrigation systems or other improvements Installed fn vialatlon of the provisions and Intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belongfng unto Grantee. and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its sucoassor and assigns, against every person whomsoever lawfu[ly claiming or to claim the same. or any part thereof. When the context requires, sinrgular nouns arld pronouns include 1he pfur2a1. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PF;RMANENT SMIER FACrUTY EASE ME MT Rev. 0511 MGM Altachmient AD2-5 I Page 3 of Is Electronically Reooarded Tarrant C*unty Texas O rial P utflJo Reoords 6M W012 11:26 AM D212143 48 parcel P 55 Mary Laulse Garcia $WmItker. ACS Dot 0 6216 7255 REDBIRD LANE W. 44BSTRAC1' A 930 TRACT 50C IT AM LMLE SLAKMEY CITY OF FORT V4'OiI TEMPORARY CONSTRUC E 10IN EAST114 ZNT DATE:0411,3/2012 ALAMO TITLE L COMPANY (IF .GwzS �rCiANTOR. FR N LY _ TO1V� AND LI DA K.STOINE. � � 'Ve- 'F GRAINITOR'S MAILING ADDRESS tinc:ludin& County+): 7255 R13DBiRD LANE W. BURLESON, TX 7 029-7907 (TAR A 'I' COUNTY) CI AINTEE. CUV OF FORT WORTH GRANTEE'S MAILING ADDRESS (incl uding County): 1000 TRROCKMORrON ST. FORT WORTH, TA ANT COUNTY, TX 761102 CONSIDE AVON- Teri Dollars (S1Q.00) and other goad and valcable considcration, the mr.eipi and -suff"iciwncy of wltk h is horeby acknowledged. PROPERTY' Being a 35 ketwide temporary construction oamm=t situated in the Hkam Little Survey, Abstrnet No. 930, Tarrant County, Texa r� said strig being a puzlion of that same truci of Iaild conveyed to Frunitlyn W. Stone and Linda K. Stone by deod as mcorded in Volume 10304, Page 215, Deed Ikec4od8, Tat rLmt County, Texas (D,R,T.C.T.), Said strap being hemin more partiut lurly desciibed by mom and bounds exhibits foe Tvmpvrry OMffiW%0n Easement .169 noros (7,362 square feet) attached hm-eto for all intents and purpose$, Grantors for the cons'sderallon paid to Granter, hereby grant, bargaln and convoy unto Grantee, Its successors and aaaigns, ft use and vassagn in, over. and acre aiw below and along the easement situated In Tarrant Gourrty, Texas. in accordance w1th the lagal description herelo allached as Exhlblt 'A", and Ingress and egress aver Oranlor, r, proporty to the easement as shown on Exhibit "13", ipognvarf CujililycLim4 Fadrwiv i►i�4W iM Attaschrnenk AW-5 Page 4 of 1.8 WATER AND SANITARY SEWER REPLAC F - (CONTRACT 2004 STM-H REHAB) PgrcW # 55 Doe # 6216 7255 11.MMUM LANE W. ABSTRACT A 934 TRACT 50C MRAM I'ITn.r-. SURVEY C rY OF FO ' RTH TEMPORARY CONSTRUCTION EASEMENT T DATF.04/13/2012 ALAMO F � _ TJTL COMPANY ao,,- GRANTOR. FRANI{LYN W. STONE AND LINDA K.STONE 44)m CYR.A TOR'S MAILING ADDRESS (including County): 7255 REDBIRD LANE W. BURLESON, T-X 76028-7907 (T R A T COUNTY) GRANTEE: CITY OF FORT NORTH GRANTEE'S 'S MAMJN(3 ADDRESS Uncludilig County): 1000 THROCEMORTON ST. FORT WORM TARR NT COUNTY, TX 76102 CONSIDERATION: Test Dollars (10M) and other good and valuable considefration, tfre_ receipt and sufi`iciency of which is hereby acknowledged, PROPERTY: Being a 35 Feet wide temporary wnstruction emernent situated in the Hiram Little .purvey, Abstract No. 930, Tarrant County, Texas said strip being a portion of that same hwt of land conveyed to Franklyn W. Stone and Linda M Stout by dead u recorded in Volume 10304, Page 215, Deed records, Tarrant County., 'Texas (D.R.T.C.T.), said stiip being herein more particularly described by metes 4nd bounds exhibits for Temporary Construction Easement.] 69 acsesu 7.362 siqua.re feet) attached hereto for all ini ants and purposes. Grantor, for the conalderation paid to Grantor. hereby grant, bargain and convipy unto Grantee, its successors and aWgns. the Lme and passage in, over, wind across, belay+ and along the easement situated in Tarrant Counly, Texas, in accordance with the legal description hereto attached as Exhibit "A", and Ingress and egress over Grantor's property to the easement as shown on Exhibit "8". Attachment AD2-5 Page 5 of 1s It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of Inoalladon of Sanitary Siewer Relief MaLm. Upon completion of improvements and its acceptance by Grantee, all rights granted within the describeLd Temporary Constructlon Easement shall coa 8e. TO HAVE SAND TO HOLD the above described easement, together WIth. all and singular, the rights and appurtenances thereto In anyway belonging unto Grantee, and Grantee's successors arid assigns until the completion of constructton and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors. and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, aga3ins[ every person whomsoever lawfully clairring or to claim the same, or any par! thareof- ISIGNATURES APPEAR ON TIIF FOLLO LN PAGE] 7ampoiery+ Comiwxdon 11tFurnow Ulf9i:007 Attachment AD2-5 Faye 6 of 18 GRANTOR Franklyn W&16ne Lindg K. Stone STATE OF TEXAS § COUNTY OFTARRANT § GRANTEE Dty of For Worl h � Assistant City Manager ARP VED AS TO FORM AND LEGALITY h A ||San|q¥A V EDG£ BEFORE ME. the undo rsgn d auhonty, 8 Notary Pub] le fn and forme Stam cnthis day %ely�appeared ,kwnbmeb be same person w me SSA GcFbed kI Om§& Instrument, knm6 ed to me that me same was 11he acto _ and mat *he executed mesame as the act of &aid for the purposes d cam them o�ntheren expressed e nd W the capa 64 m eveinstated, GIVEN UNDER MY HAND ANO SEAL OF OFFICE @6 day of �_ .� , .,20�. MOWF,BWH AMMagmay?wa mew P [Cw in and forbA State of Texas qxmy C=_ilon m_- Ow,1297 Attach marl tAO&5 Page 7 R 18 A KNOWLEDGEMEN STATE OF TEXAS COUNTY OF TARRANT § BEFORE! ME. the underslgned authority, a Notary Public in and for the State of Texas, on this day personalEy appr�ared I-,O� �� , known to me to be the same person whose name is subscribed 10 the foregoing instrument, and acknowledged to me that the same %vas the act of and that hefshe executed the same as the act of said for the purposes and cons Ideration therein expressed and in the capacity therein stated. GT EN UNDER MY HAND AND SEAL OF OFRGE this _ _. day of T ary Public in and for the State of Texas CFIPoS1��14F,9L19H ,1 MYCOhIWiF�ioN�%R�E� k9L9 tl, 2X019 TftI JaM3yC00trU--b0M Paa4Wmnl 9 [rGWM07 Attachrnant AD2-5 Page 5 of 16 AC CI OWt_EDGEMENTNT BEFORE Mt;, the undersigned authority, a Notary Public: in and for the State of Texas, op this day personally appeared Fernondo frost% —assistant Ci#y Manager of tine C Ity of Fort Worth, known to ms to be the same parson whose name is subscribed to the foregoing instrument, and acknmvledged to me that the same was the act of the City of Fort Worih and that hefshe executed the same as the act of the City of Fort Worlh for the purposes and conAderatfon therein expressed and In the capaoity therein stated, GIVEN UNDER MY HAND AND SEAL_ OF OFFICE this day of 24g,e- HARM9,8AN NQ MwC.1',xymi1 SmEw'ges Afkr reeordeng return to: City of Forl Worth Right of Way and Pm& ments 900 Monme Stract eta 404 Fort Worth, TX 7610.2 Toppornrp Ccwk micdao amaiml OIM2M loytrey Rub€ion and foF the #a,te of exas Attachment A02-5 Page 9 of 18 J EUMM"An Effh rkw"' BEING a 35 fleet w 1de temporary construction aasernent stluated in the Hifarn Little Survey, Ab,straul No. 930, Tarrant flaunty, Texas, said strip being a portion of that same tract of land conveyed to FranklIn W. Stone and Linda K. Stone by deed as recorded in Volurn8 10304, Page 215, Deed records, Tarrant County, Texas (O,R_T.G.T), said atrip being herein more particularly described by metes and bounds as follows; 8EGINNING on the south property line of the said Stone tract, same being the north property line of the same tract of lams conveyed to Robert L, Pearce and Ann W. Pearce by deed as recorded in Voluma 4947, Page 483, D,R T.C. T., said beginning po.Int being located North 69'13,57' East 5 09.75 fleet front the southwest property comer of the said Stone tract; TH ENC E North ' 6'03" West 112,44 feet to a point; THEN C E North 26'2 '45' Infest 77,49 feet to a north property line of the Bald Stone tract, same being a south property line of Lot 2, CAlnck 11, Oak Grove Acras Addition, Section Two, being an addillan to Tarrant County according to the plat thereof recorded in Volume 386-78, Page 28. Plat Records, Tarrant County, Texas, said property lines being In the approximate canted[ne of Village Greek; THENCE !North 28' 4 V45" East, along the said property lines and along the said approximate centerline of WIag& Creek, 42.95 feet to a point; THENCE South 26'22'45" East. 110A5 feet to a point; THENCE South 00'26'03' East. 120_30 feet to the said south prop" line of the Stone tract, same being the said north property line of the Pearce tract; TKr=N C I=- South 59'13'57" West. along the said property lines, 35. 00 feet to the POINT OF BEGINNING; Said descdp#ion can lain ing 0.169 acres (7,362 Sq. Ft.) of land to be acquired P15 RVAME NT SEWJ+ R FACIL RY EASZME hNT ANO TEWPORARY CUN8TR 1CTION PASEMENT ROW, VV12J�010 wM SHAUN G. SPOONER 4183,,,;,,. *A(- L O'�'" q. S- U R Page 6of7 Attachment A02-5 Page 10 at 18 f A' + sal LL a 8 Erxuhange: Aahorized Ustrs Only Page J of I Document Receipt Information Reta rance Numbur: ALGAL 16 - AT0000032753 - Eauemen! xnstrun+ant Number. � 12143d�4!! "of Pa aR`. ftucardcd Oate; 15}�012 111.26; 19 Alit Cnunty. Tarrunt VOWMe: Pa e: Recording Fee: 40.00 https:I ww.erxchango,corifLrUViewRe�ceipt.aspx?DocuMrntld= 6138110 6nOf2412 Atlachmant AD2-5 Page 12 of 18 GRANTOR. Franklyrr W. SAV Lin a K. Stone STATE OF TEXAS COUNTY OF TARRANT GRANTEE.' City of Fart Worth Femando Costa - - Assislarrt City Manager APPROVED AS TO FORK} AND LEGAL fTY �slstant City Attorne ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Moto Puhllc in and for thel State of Texas, on No day personally appeared = , known to mo to be the snare person whose name fs subscdbed to he foregoing instrumani, and acknowledged to me That the same was the act of� and that helshe exeouted ttre same as the act of said for the purposes and consfderatfon therein expressed and In the capacity Iherefn slated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2013, WAni A F. 8USH M1 COMM18H)NOPiREA a AK 0 14,141 � Pr;RMAHENT St-WERi-ACILrr,+aSUMENt Rev, o51� r o10 hAd Jr ! Noiary Public in and for the tote of Texas I Atlachmr�nt AD2-5 ! Pane 13 of 18 � ACKNOWLEDGEMENT FATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersl2 ed authority, a Notary Public in and for the Sate of Texas, on this day personally appeared known to me to be the sane person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the art of and that hefshe executed the same as the act of said far the purposes and consideration Ihere In expressed and In the capacity tharein stated_ IVEN UNDER MY HAND AN1) SEAL OF OFFICE this day of PE RMANENT �EWCR FACILI TY EASEMENT 6taw, OWIV2010 "-.-baaa� ffin�� ry Public In arid for the State of Texas Atterhment A 02-5 Page 14 of 16 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undemIgnedauthor a Notary Public hand forlhe State U Texas, 0n m% doy m a|y| appeared Fernando Costa, AmtaCIty Manager of be O@ of Fort Worth. known to me to be the same person whose m@ Is subsedbed to the f rehg instrument, d acknowledged to me that be same was the act of the Cry of Fort Worth and that he4she executed the same as the ad of the D¥ of Fort Worth for be purposesand oo Ug |on there In day in be capacltythem6 ma|ed. QIVEN UNDER MY HAND AND SEA[OF OFmGEIhis y of .00/-0 � � ^� q� E■maE o a Public u ]& b and brb@ State o exas k comvlmTdEmn � RMAMENT SEWE R FActLrry a2.r RIM U ms2 AttarhmerilA 3 @age15 of 18� Exhibit "A" BEIN0 a variable width permanent sanitary sewj5.�f easement situated in the Hiram tittle Survey, Abstract No. 930, Tarrant County, Texas, said strip being a portion cf that same tracl of land conveyed to Franklin W. Stone and Linda K. Stone by deed as recanted In Volume 10304, Page 215, Deed Records, Tarrant Ccunty, Texas (D.R.T.C.T), said strip being herein more particularly described by met -as and boundli as follows; B EG INNING on the south property line of the said Stone tract, same being the north pfopertyf line of the same tract of land conveyed to Robert L. Pearce and Ann W. Pearce by deed as recorded In Volume 4947, Page 483, 0.R.T_ C.T„ said beginning point being on the east line of an existing 20' wide permanent sanitary sewer easement conveyed to the City of tart Worth by deed as recorded in Volume 5293, Page 911, D,R,T. _T_ said beginning point also being located North 65'13'57" East 464.78 feet from the southwest property comer of the said Stone tract; THENCE North 1'3 '47" West, along the 94id east easement line, 46,76 feel to a point; THENCE North 14' 1'51" West, continuing along the said east easement line, 48.59 feet to a point; THENCE North 29'2547" West. continuing along the said east easement tine, 42,99 feet to north property line of the said Stone tract, same be mg a south property line of Lot 2; block 11, Oak Move Acres Addil ion, Section Two, hei:nq an addition to Tarrant County according to the plat thereof recorded in Volume 366-7a, Page 2d, Plat Records, Tarrant County, Texas, said property lines being in the approximate centerline of Mlllag a Creek; THEN C E North 86'19'21" East, along the said property lines and along the said approximate centerline of Villager Creek, 17.70 fleet to a north properly corner of the said Stone tract, same being the most easterly southeast property corner of the sal€i Lot ; THEN E North 8'11'45" East, continuing along the said property lines and along the said approximate centerline of Village Creek, 56.94 feet to a point; THENCE Scuth 26"2245" East, 77.49 feat to a point; THENCrz South 00'26'030 Bast. 112.44 feet to the said south property Tine of the Stone Iract. same being the said north property ilne of the Pearce tract; THlE NC E So 89' 1357' West. along the said property lines, 44.97 feet to the PDI UT OF Said doscription containing 0,193 acres (6,402 Sq. Ft,) of land to be acquired PERMAMENT SEWER FACILITY EAS EMENT AND YENpPORMY CONSTRUCTION WrE ENT Rev. W12J2010 s�re,ut c. SPOOr ER 4183 - - V�P� U Page 5 of 7 Attachment A132-5 Page 16 of 18 � � , CO z i a U, was Rt F� +� c, yj At Ell w ' + r ul Q ' � o 64 7 lrn tftyu ,r 0 N + ER CA Leo ` Lu rz w r� _J _ V5V5 �► o cr, 'd s Nod CD LQ LU Ch � f ku + CO QL Cr q a k C]y 4 Cr4r _ m� f" 6n _ _ f � m" " z ttac ment AD 2-5 P43ge 17 of 18 Erx,chang,�: Authorizi-d Users Only Page 1 of 1 Document Receipt Information RafMrtcn ##umber: ALDAL iS - &T00004$:t753 - Eaenmant Irkorumant Number: D212143447 me Of FaLALN* 7 Racarded Paten IV 15 2012 Al: 26:IS AM County, Tarrant Valumal Pa ai Rvwrd Ing Pnoe tl0 hrips:llwww.brxchango.00mlUI iowReceipt-aspx?DocummUd-6138094 &ZO/2412 Attachment AD2-5 Plage 18 of 18 ElOctronicallY Recorded Tarrant CountyTexas Off-10W Publio Records 111012013 2:51 PM 10213008970 WATER ANQO 4PB6%4�BR &PLAcr=MENf ON�RA g TM-H I EHASj Parcel * 59 Wry Loulse (ierde Subrnitter, ACS Doe # 6216 199 BURLESON REATTA RD. QLO * f LOT 2W VILLAGE CREEK ESTATES ADDiTjr) Under Subchapter E of the Texts Property Code, as amended, the Grantor or the Grantor's I7eirs, successors, or assigns may be entitled before the 101h anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for Which the property was acquired under this deed/easement/named Instrument, and the repurchase price will be the price the City paid Grantor in this aCquisitlon. STATE OF TEXAS § KNOW ALL Mrzfq BY THE E PRESENT COUNTY of TARRANT TY OF FORT WOETH PERMANENT SEWEg FACILITY EASEMENT OATS: 1/1201201 GRANTOR: ROBBIE NETTLES GFZANTOR'S MAILING ADDRESS (including County): 116-TIMBERVIEW COURT BURLESON, TX 76028- 266 (TARRANT COUNTY) I AN,rEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THHROCf MORTON ST, FORT WORTH, TARRANT OUNT t TX 76102 CONSIDERATION: Ten D011ars (10.00) and other good and valuable consideraffon. the receipt and softenCy Df which is hereby acknowledged, PERJJANENTsEWFRFAcg�f Ensemr-NT Rev- 0-Tf2MIa Attadiment A02-6 Page I of 15 PROPERTY. Ruing a 35 feet wide permanent sanitary sower easement situated in the Abner Lee Survey, Abstract No. 931, Tarrant County, Texas said strip being a portion of that certain 4.938 acre tract of land conveyed to JIMMY LEE LEDFORD AND EVE M. LEDIFOR0 (Ledford Tract), said tract being the combination of two parcels of $arid described as wTract 2m In the deed recorded in Volume 13553, Page 237 and in T'arTant County Clerk's Instrument No. j.O.O.I_No) D206156566 of the Deed Records, Tarrant County, Texas (D.R.T'.C.T.) said strip being herein more particularly deschbed by m. etes-and bounds exbtblis-for Perm anent Sewer Fac I I Ity Easement 9:05a-of an -acre - - - - —_ (2,533 squam feet) attached hereto for ali intents and purposes. Grantor, for the cons€deration pa€d to Grantor and other good and valuable Wnelderation, haroby grants" sells, and convoys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, ma€ntenance, replacement, upgrade, and repair of a Parmanord Sewer tine Facility, hereafter referred to as "Facility'. The Facility Includes alJ incidents) underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents. lateral line connections, pipellnes, jur}ctlon boxes €n, upon, under and across a portion of the Property and more Fully described in I=ycttiW "A" attached hereto and incorporated here€n for all pedinent purposes, together with the nigh[ and privilege at any and all t€ryes to enter Property. or any part thereof, for the purpose of constructing, operiatIng, maintaining, reptac.ing, upgrading, and repairing said FaeJltty. In no event shall Granter (t) use the property in any manner which interferes in any material way+ or Is inCorrslstent with the 6ghLs granted hereunder, or (id) erect or permit to be erected wiihln the easement property a permanent structure or building, incladJng. but not Ilmited to, monument sign, pole sign, billboard, brick or masonry fenm or walls or other structures that require a building permit. However. Grantor shalf be permitted to Install and maintain a concrete. asphalt or gavel driveway. road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost erld expense, including the restoration of any sidewalks, driveways, or simlfar surface improvements looted upon or adjacent to the Easernarrt Tact which- may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted herefinder. Provided, however, that Grantee shall not be obligated to restore or replace Irrigation systerns or other improvements in -stalked In v€olat[on of the provlsic ris and JMended use of this Easement, TO HAVE AND TO HOLD the abova-described easement, together with all and singular the rights and appurtenances thereto in any ay beiongirig unto Grantee. and Grantee's successors and assigns forever; and Granter does hereby bead Itself and Its Successor and assigns to warrant and forever defend all and singular tha easement unto Grantee, Its successor and assiegrrs, agalnsl orrery person whomsoever lawfully clafrnIng or to claim the same, or any part thereof. When the context requirez, s€ngular nouns and pronouns Include the plural. (SIGNATURES APPEAR ON THE FOLLOWING PAGE] PEA sEwea rtAmrr,r �A ESEM r Rmy. Q$MVn10 Attachment A02-6 Page 2 of 15 EtectronicaliV Recorded Tarrant Coijnty Texas 0f ieia! PubJio Reoards 1/1012013 2.,54 PM D213000905 WATER > Et'LA. 147 NT i ONTRA T 2004 TM-E[ REHAB) Parcel is 59 Nary Louse Onrcie UubrnMer ACS Doe # 6216 2199 BURLESON REATIA RD. MOCK I T ZRA2 1 LA L C RE EK ESTAY F AIDDt-rr rr CITY QF FORT T NII'DR&RY CQN--STRTJC'�' ON EA SEMEN7 DATE; 12/13/201 GRANTOR: ROBBI[E NETTLE, GRANTOR'S XAf ING ADDRESS (including County) 116 TIMB1ER EEW COUNT BURLE ON, TIC 7602"266 (TAR ANT CDiWM GRANTER; CITY OF FORT WORM Cx UNT 'S MABLJNG ADDRESS including County), f BOIL TMOCIMOKrON ST. FORT WORTH, T'ARRAl1 T COUNTY, TX 76102 ONSMERA7 ON. Teis Dollars (10.00) and other goad and valumh[� cca iderat'sora, the receipt and mtifficiency ofwhich is Hereby acknowledged. PROPERTY: Being a variable width temporary wn-ib uction emmerit situated in the Abner Lee Swvey, AhstTact No. 931, Tamnt County, Texas said strip being a portion of that certain 4.938 acre tm& of land convoyed to Jimmy I.= Ledford and Eve K Ledford (I pdford Tort), said tract being the wmbiwion of two parcels of land described as 'Ttaet 2" in the deed recorded in Volume, 13553, Page 237 and in Tarrant County Clerk's Instrument Nca. (T.C.C.I.No-) D 06156566 of the Defied Records, Tarrant County; Texas (D.R.T.C.T.) said strip being herein :mare particularly described by metes and bounds exhibits for tetzmporwyr coMquuCtion Easement 0.022 of an acre (972 square feet) attached bereto for all intents and Purposes. Grantor, for the consideration paid Ro Grantor, Freraby grant, Its successors and assigns, the use and passage in, over. easement situated in Tarrant omnjy, Texas, in accordance 'Tampuury 0"hinlohaeEAMieerrl (IMMV7 bargain and convey onto Grantee, and across, below and along the with the legal descrIption hereto Allac limn AD2-6 attached as Exhibit "A and Ingress and egress over Granter's Property to the easement as showrt on Exhibit "B" It is furthc-r agreed a0d understood that Grantee will be permitted the use of said easement for the purpose of Iusiskllation of Snrritary Sew Or Relief Malin. Upon completion of improvements and its acceptance by Grange, ail rights granted within the described Temporary CcmStruction Easement shall :ease. TO HAVE AND TO HOLD the above described easamerit, tooetlier with, all and singular, the rights and appurtenances th eTetc in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themseives, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee. As successors and assigns, against every person whamsoever lawfully claiming or to claim the $ame, or any part thereof. See Addendum attached Hereto and incwperated herein by re€erenca. In the event of a convict between the Addend um arrd this easement, the provisions of the Addendum shall contre[. IS] GNATURES APPEAR ON TIRE FOLLOWING PAGE] Ta-w grary eaiurr nfign aeiu alN41ao07 Allachment 02-6 Page 4 of 15 GRANTOR: STATE OF TEXAS COUNTY OF TARRANT OR ANTEF,.; City of Fciri Wu rib Fcrnandu Costar A&iiouni City hjanagjr APPROVED ASTO FORM AND LEGALFry '885kant'CityAffor4y .� AC 1EPUMT BEFORE ME, " iindersig ed autho�jty, a Notary Public in and for the State of Texas, an this day parsonaliy appeared .el t S . known to me to be the some per -son whme name Cs subscribed to the foregoing instrui rent, arrd acknowled0ed to me that the same was the act of and that helshe executed the same as the act of said tcrr the purposes and consIderatiort therein expressed and In the capacity therein stated- )VEN UNDER E1,+1'Y HAND AND SEAL OF OFFICE this I day of �8c- , 20, . NataN Pubfie nd for the State of Texas Pqr,y + liroxY BURTON My CflrnfklIssw Explrea `.. May 30, 201.3 ttI+U5U�U87 Tein�v�g CA.iOM4'pip Fascmcnl Aitachmeant AD2-6 Page 5 of 15 ACKNOWLEDGEMENT BEFORE ME. the undersigned authority, a Notary Public in and for the State of Texas, on this day personally sppeamd Fornanda CoAta Assistant City Tana gar of the Oity of Fart Worth, known to me to be the same person whose name Is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of [Pie fifty of Fork Worth anti that lidshe executed the same as the act of the Oy of Fort Worth for the }purposes and consideration therein expressed and in the oapaclty Mreln stater!, GIVEN UNDER MY HAND A NO SEAM OF OFFICE ihis day of L 08ry'Publlc In and for the State of Tex -as After recording retoru to. City of Toy# Worth lUght of Way and Eas4 tmenm 900 Monroe Rred Ste 404 Tc opwwy Zwlhum Attachment A132-6 Pane 6 of 15 Al[?DENDUM This Addendum to the foregoing City of Fort Worth ToMpDrary Qonstryction Easement {the "Easerrrentl modifies the Easement as follows: — _ -- �— Nlotwithstsnding any provision in She Easemenj to the contrary: Tb-. City of Fort Worth agrees to require jhe contrantor to reLtLm yatIr prnfacrty 10 as dear iU original conditiott as POSSNC, This itrciudes sidewallkz, courtyards, paying stones, masonry, wood or chain link fencing, snd garage Flcsars, but only to the extent of the actual damages caused by the Work of -the wnuuctor. Also, ill tfie a cnt that the grad Surfkz a is su bje' et to digging; the City will z(*tore the ground su faee to its Od inRl level and, if a ecessazy, re -seed the area in wbicb the dig&g occurred. The City of Fort Worth aPMe,� to require the mntm*r 10 keep driveway access to propL:r during coh9mctioll GRANT GRANTS .' City of Fort Werth By: Robbie N ttle.g Fernando Costae Assigtmt city mKnager APPROVED AS TO FORM AND LEGALITY i r � r i rss]starrt pity At#or ey Attachment At)2-6 Page 7 of 15 AC Is'H93YEEDGEME t, STATE OF TEXAS 0UNTY OF TAR RANT BEFORE ME, the undersigned authority,.a Nota,ry Public in and for the State of Texas, orgy this day personally appeared ,a known to me to he the same person whose name is subscribed to thB foregoing irtstrurnent, and acknowledged to me that the saane was the act of and tt t helshe executed the same as that act of said _ for the purposes and consideration; therein expressed and if� the capacity therein stated, lVEN UNDER MY BAND AND SEAL OF OFFICE this / day of N tary Public' in and for the State of Texas rOp BECKY 8UR-`crymy camiflJalraa Expire$ May 3b, 20T3 Attachment AD2 Page B of 15 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TAR ANT BEFORE ME. the Emdersigned a ftr'rty, a Vtary Public. in and for the Slate of Texas, on this clay pe rso n al ly appearedvrm�do Lp 5 i-a known to me to be the same person whose name Is subscribed to the foregoing Mstrumenl, and acknowledged to me that the same was (lie act of and that he/she executed the same as the act of said for the purposes and consideraOon therein expressed and In the capaclty therein stated. GIVEN UNDER MY HAND AN 0 SFAL OF GFFI C E this --- day of F 0-- olary Public In and ror the Slate of Texas A: SEMW W W r�/+I�YA Atlachmem AD2-6 Paiga 9 of 15. MBrru» 8 E9 NG a vQrlable width temporary construction easement situated in Abner Lae Survey, Abstract No, 931, Tarrant County, Texas, saki strip being a portion of that certain 4.938 acre tract of land conveyed to JlihiJM Y LSS L E D F 0 R D and €VE M. LEDFOR 0 (Ledford tract), sold tract being the cembirrat.lun or lwa parcels of lard described as "Tract " In the deed recorded irr Volufrne 13553, Page 237 and IrT Tarrant County Clerk's tnstrurnent No. (T_ ,C,t.Nio ) 0206156566 of the Reed Records, Tarrant Ccunty, Texas (D.R.T. C.T), said sir+p bang herein more particularfy described by mates and bounds as follows. 6 E GI N NJ NG at the soulheasI property career of the said Ledford tract, said point bofrrg on the west property fine of a 103.5 acre tract of lead Conveyed to Robert L, Psar,e and Ann IN, Pearce (Pearce tract) by deed recorded In Voiume 4947, Page 483 of the D-R.T. C.T., said paint also being on the north right-of-way line of Burleson Ftetts Ro8d. THENCE North 81 degrees 25 minutes 32 seconds West, along the said right -of -Way line and along the soul In property line of the said Ladfcrd track, 4 1. 10 feet to a point; THEN CE No fth 44 degrees 16 minutes 46 seconds East, 58_25 faet to a point on the aast property line of the said Ledfofd tract and an the west property Ifne of the said Pearce tract; THEeNCE South 04 degrees 02 minutes 19 tieconds West, along the said property Imes. 47.83 feet to the P01NT OF BE01NMIN 0 containing 0.022 of are acre (972 aqurars feeof land- ,iHlYS, N C RPO[kKU18 11B3 FIEM AAHENT SFAER FACaLrrY E&SEMr.NT AND Y!EMPORAFi Y i.0plaFRUC, MR EASEMENT RUv O'FOU24t0 Page 6 of 7 Attachment AD2-6 Page 10 of 15 PLAT OF EXHIBIT, Pt.Asp & "13" CITY Or FORT WORTH SZE A rfACH-W IZL DEMPMW ay PAC& 5-fy or , 207 PERMANgNT �AWAR'Y rXH 0 .4`& V HERSY 556c, PC. .133 RQ$R?T Z. PFAAW' ANIV W. F9WC4' /12JI15 1W. I PT LOT 26, obooY I Mt, 047 fa QU WLLAGE CREtK 4$1-ATV� OR, r, C. r, VIM 388-1LTA. P. 47 P.R. rla T. SARNETr rMTHEPING LP v JO' PftUNfr RIGHT OF WAY A ND EA SEWN t JAW LAE LEDFORPI TC-17.4fth MWMW D.R. T• a T EW X LEDFORD t$39 AC. '*MACr 21p )AF M Z4&~D SURVEY VOL, 01.3555. PC, 2J7 A&Tmor Atx i 7m . J ACRES INS T Nm 02061565W d62,* ACRr (972 SO, ,) VCHI&T' Tj J5$ NOC P.9RAfAv9Nr agwr v SAN17ARY $r#E*R FA il I ' ' P/6Wr Viv WAY 92"'AOE' (2,_tLU Sa Fr) FYHIRlr "Am ABNER LEE SURVLrY AUWRACT Afo. 931 WRZ MN REM MUL) CZAMONSKI JAMit CZAdKC#Wl F 7:2.73 Ai�, vix. 6891. pq ?210 D.R.14,q, r, 1?0AV MARK A. STUCKS IVELN K, MMS i;Cla ow. 1640F, PG. )72 an, TIC. T .6 6ol 1'20' '403 IPW SCALE W FEET 1 fi ' eu, NO it. ill W. sis OF ilt MI?lN T 10 �kq S�ATIE.e fyL kj_J33_� ',rOF Tj! ft ALL_DdjAM0_'j �,r&b31 ARE pwrA: L Qv SAWARY SEWERPAPMM RELLEF MAIN-257 WAUN PARG61 L 45AA Ur SUR�tY. 465MACT. ArZ WA 170M� 040,M 087k.. el �4 MR mops ELM& oAl! *"-'B" -PAR 7 (T'7 wx,� qR' 4,.,Ojb '4 M%71-1F . - T _M' � W-9 Fli ' I- Rid V Ai--Ad'3 KV C. ItMr— ^,3- .—A-1— 2SUJ.R I Attachment A DZ-6 peae 11 of 15 GRANTOR-. ROBBIE NETTLE STATE OF TEXAS CC UNTY OF TARR ANT GR ANTEE, Uty+ of Fort Worth Fernando Costa Assistant Oity Manager APPROVED AS TO FORM AND LEGALITY A KNOWLED EME BEFORE ME, the Qndersf ed alAhadtl , a Notary Public in and for the state of Texas, ors this day personally appeared _ �D & 6 known to me to be the same persorn whose name is subscribed to the foregoing Instrument, and acknowledged to me Ihat the same was the act of and that halshe executed the same as the act of saId for the purposes and consideration therein exprassed and In the capacity therein stated. GIVEN UDDER MY HAND AND SEAL OF OFFICE this I± day of . 20 M, 1&k &-t'- Notary Pub ac In and for the Slate of Texas �Eci�v QU1�74N Play Cammisrlan Explau 1014 w��7jnj�,�F112" y.�SEWER 0F ACUT •EASEW-I ff . Attachment A02-0 Page 12 of 15 ACKNOWLEDGEIM 5 T STATE OFTEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authodly, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the city of Foil Worth, Known to me to be the same person whose narrxe is s0soribed to the foregolrlg Instrurrxantt and acknowledged to me that the same Wa5 the act of the City of Fort Worth and that helshe executed the same as the aol of the City of Ffarl North for the purposes and consfderation therein expressed and in the capscity therein stated, GIVEN UNDER MY WAND AND SEAL OF OFFICE this C� P:1:-FiMANWTSEWER FAC LITY CASEMENT Ray, oM02151n day of r 4ary _u�rtic Irr and I tyre _ Mate of Texas Altaahmeril AD2-6 Page 13 of 15 PLAT F XH I B I T "A" a1 8.fr AN T `+�!4k ���9#{�+iT'AR'r ` Lj A'0,5rRT RVJ?j�f AN PMOC � /� IGJ15 � I PT LOT 28. BWCK r � 4- 494Z PC.. 48-3 VILLAGE CWK ESTATES � � � r 7? r ll r X- ,SBA- #M PO. 47 - ANO &T JMMY LEE DF`ORD � � I. No. MOOXIMV DA r iaT EVE U. CORD �,«0�8 �'4C. 1fTAp71 .{ i r // J .}� y {�j �S. � ` A55MA{ iYa: 1758 aJA#ES IN T. No.NVOI56561C •+ A 7 '�sCt,�v.� 1'E}XH14 �!T�L� ��1y7���{.yF("l�•,�y�/yLM��Jf y,�;• �.���� }�y,� J��' � J�•�i.f{7.iJf�r fFV/y�J #Jk��`AHG�fJ 47r Q AM— (1 fil2 SANTAR Y djjh L*€.T. L ' OV4'154 f f a . L' Vv}-/ 00 � , V M81 32 IY I f ll E/ P.0..�J8. A BURLESON t }ETA UG NIF.- Cf fsAl SKI ASNFR LiF SURVEY 172, 7.3 AC. � 'fE17" +Mr OF MK R424 NELDA K. S�T{U S - J 1•FJr F ko2z.' -tK ir '.)F 6rXM :S MP 7iOS-likllnCf l"j -fir#. 83 Pn f k N1 ;L SANnARY SEWER PAR AL EL REUEF IN-257 LWA=lt , 6 D fii t �#7 x-r7; 7VAS ' av 12W GRAPHIC 5 'A' 'LE 1h! r T 1" =. Go Fs A' & 100 PAW 7 W 7 M.VArV PIMk'O .!E!: 9 Arm Q ' �-1 f � 'vF S�QMM d As . Mr- MR STERS SME? T, 50it P M rrU En. IX M rs1ff S ,hment AL)2-6 'age 14 of 15 Exhibit "A" BEING a 35 feet wide permanent sanitary sewer easement actuated in Abnt-r 1.ee Svrvey, AhsUact No. 931, Tarrant County. Texas. said strip bEning a portion of that certain 4.938 acre tract of land conveyed to JIMMY LEE LEDFORD and EVE M. LEDFO1RD Ledford Iractj, said tract being the numb nation of two porceis of Land described as 'Tract " in the dead recorded In Vo€rime 13553, Page 237 i rnd 1n Tarrant County Cleric's Instrument No. (T,O,OJ.No.) O20(51565M of the teed Records, Tarrant Counfy, Texas {D, 2,7. -1'j. 5sid drip being herein more parrticulady de�crtbed by metes and bounds as follows: 13EGINNING at a paint on soulh property line of ilia said Ledford Iroct, same being the north rolit- ef- ay MPe of 8urieson Retta Road, said bgInninp pvinI being located Forth 81 degrees 25 rrrinutPs 32 suronds Weal, 41 10 feet from Via southeast property corner of the said Ledford tract; THENCE North 81 degrees 25 minutes 32 seconds Test. along the said property lime and saki Nght-of-way line, 35.94 feet to a point; THE NC E North 44 degrees 16 rnlnutes 49 seconds East, 110.6,E Wet to a point on the east property Ilea of the said Ledford tract and art the west property fine of a 10:3.5 acre tract of land conveyed to Rabert L. Pea roe and Ann W. Pearce by deed recorded in Volume 49 47, Psge 483 of the uA T .T.; THENCE South 00 degrees 02 rnIoules 19 secon is West, etcng the said property lines. h -00 feet to a point. - THENCE Bourg 44 degrees 15 rn4nutes 46 seconds West, 58.25 feet to the POINT OF BONG IINa ontalning 0.058 of an acre (2,533 square feet) of land. HAUN rT. �TOOtiFR PE RMANE=N r SEWER FACILELY P VirtE W A ka rLMPORARV VOW TRUCTION tASEME NT Rriv. ON1217i]To Page 5 of 7 Attachment A1) -B Page 15 of 16 AGREEAU T >GETTER DATE: 4 41 020 VIA EM Cheater Cxajikowsld 7-150 Burleson Re1iu Rd. Fort Worth. Tarrant County, T 76028 Lie: City Project 01227. Tipper and Middle Village Creek Sanio ry Selver, Mslrs 257, Part 2 PARCEL # 60,60 -TCE 2150 Hurle,son Rettu Rd. Abiter Lee Survey, Alwtrsct No. 931 Dort Worrb,Tarrant County, Teicaap Dear My. ['hover Cmjikowski: 'Fhe City agrcea to pay you $20,595.00 for it Femanent Sewer Fad I ty Easement of 77.289 square feet and a Tempmary Construodon l�asernent of 35,360 square .feet, which aro &signated as Parcel 60 & 60-TC13. "This of r represents the total amount of earapensadon for the property, less the value of any oil, gets and suipbur, but with no sus -face rights retained by you for purposes of exploring, developing, raining, or drilling 1br thexa on the property to be acquired. In addition to compenaation, the City agrees to the following; + Maintain ingress and egress 11cross the casement during construction; * Seaure any open trenches with 6 foot chain link fence; + provide mcial crossing plates ovejr trenches; * Resprigfrestore the easement aiva with Coastal hayfiv-Jd; • Restore fencing if damaged during construction; ■ City/workers Wi 11 secure boundary Fences and ga te,; at al l times during their use of tiro land. Specifical]Y, boundary gates should be closed exMt during entry wid, exit and boundary fences must be secure at all times primarily to prevent cattle from wauderuig off of the property and; * PaY for the closing costs iucaxrad in Gtausferring title to the proparty for use by the City. his rioted, 010 M t Ideation and description of the parcel is included in the appraiml report, prepared by Integra Rc;R ty Resvurcea, which is enclosed with this leticr under Texts property Mode Section 21.O I 1 I (a), If you possess a ny ngpraisal re;port(s) for the pilnel or the whole property of which the parcel is a porlion, or both, we would appreciate receiving a cosy of the report from you Qs regtrimd by Toxas property Code Scotian 21,0111(h) widdir 10 days of your receipt of this letter and its encldsures. Please be advised cheer render ter behapter $ n( the Texas Property Code, as amended, the ewnrl- or the Q 1VNff�-v heirs, mccess ors, or ossig Pis may be endiled before rlta /0 annivem,2ry of the Itofe of Mis ecquisi en to repurchase or request c,)crudn informalloss rebut the use and ojay ne-erralprogress made sward fire use for which the property wws oequired f!i rough errrineid donsai a, and ilia eepurcha se pi4ce roill be the price the City pay.,; you ire jlus aeguivi ore. As stated ab ovc, I he City has obtained a n independent fee appraisal. if you wish to accept tile 01yor Altachment AD2-7 Page 1 of 2 based upon thfs appraisal, pleaso contact me as soon as passible so the payment procedure to obtain your paymentmaybestEArAL In that eon.nectior4 I enclosb a copy or the rasement m convey the property the City needs, If you are not willing to accept ddii offer, you may iubmil a counteroffer amount and the bnsis for such amount, provided such sauleme at requea %r recelwd in wri ing within 30 Men dar dUY-V from dle date of OhL #eaer. If we do not r ivo a response within 30 calendar days from the date of this letter, the City will have no alternative but to assume that you are not interested in the offer and will proceed accordingly. If the condition of the prrrpcs'ty chftgdR for any reasM the City shall have: rho right to withdraw this offer. If the City reachez an agroement with you, in addition to recoiving the agreed upon purchase price, the City will pay for the expanses necessarily incurred in Iraraferring tilie to the property for uae-by the City. Please see the enclosed copy of the Texas 1_,andowiiar's Bill of Rights that describes the ootidmnation process. Also, you may wish to visit the following website to view the recent changes to the Landowner's Bill of ffighm and other landowrta rights: ht!R, www.txdol.gov/govcmmctstlQ es - roceaduresfrow.htral You have the tight to discuss with others any offer or agreoment regarding the ity's acquisition of the subject property, or you may (but arc not required to) keep the offer of agreement confidential from ethos, subject to the provisions of C'haptcr 552 of the Texas Goven meat Cade, as =Ondcd, (the: Pudic R,eaords Act) as it may apply to the City. Lastly, we enclose copies of all appraisml repox is mlati ng to Your property being acquired that two Vmparad in the 10 years preceding the dote of Lhis offer and produced or acquiured by the City, including rho appraisal on which lhis nffw is Based - if you h2 tvo arty qucs io me, regarding this letter, the drtai Is about dw type of faciEty or impmvemi�nts to be built, or cows wring the purchase transac t i uit, plume comsat mo ai 917.392-$053 Sincerely, CFN OF .FORT WORTH f I I# C Ricky Salazar Real Property Manger Enclosures; Appraisal Deport Proposed eaaement instrument Tcxns Landowner's Bill of. ,Rights W-9 E'HOPEfRTY MANAGIMN1 1&PA"'t'�ItM - Reki. PrrbK:EtVY-01VVAQN_ AttachmGM AD2-T THH €:rrY OVF'OW W(Wr1! `SON MONRDK97RC6I,SUITE 400' VoTu VvrrM. TtlCUS 76IN Page 2 of 2 page 1 of 11 D2200 9J72 312 2010,SR AN1 POS 11 Fee: WA BubM1tt6r: CSC E RECOR DJ NG SOLO nONS L-WroriicaJry Riecorded by Tarratil COunty Uofk in 1631 Public Records �+ Diary Um Niuhol!son cm -1227 m AIH-267, PARR 2 - UPPER AND MIDDLE VIJLLAGE CREEK SANITAJRY SEWER Parcel # 61 Ab"or Lev Survey, } tract No. 931 Fort, Wortl),Tarrani. m*ty, Toxrts STATE OF Tlr--XAS COUNTY Of YAl#f AF KNOW ALL MEN BY THESE P SENTS DATE: February 17, 2020 to be affective February 25, 2020 GRANTOR- 13Uriot. on (doff Partners;14t.0 a Texas flmlWd Habit#ty ii;Qmphany GRANT )R'S MAILIING ADDRES$ (fricluding Counly): 201 W. B u#fo rd S1r 9A Ste. 101 Johnson OoUnty, TX 76020 GRANTEE: CF1Y DF FORT WORTH (3R,ANTEE MA(UNG ADDRESS (inDiuding County) FORT" WORM TARRANT COUNTY, TX 78102 CONSIDERATION.' Ton DoUara (t0.11D) and Qthw goad and vatuabic nrn:Ideration, the recent and sulf de n cy a r whlctr Is hefelay rack nowledged. PROPERTY. 8eing rnare particularly descrlbia-d Intho attac hod Exhibits "A" Arad " B". Grantor, W tho wnsldorollco paid to Grantor and o3iiar good and valuable con8ldertt66n, hereby gran%, sexlirt aria Wna eqr. to Grarnte% its atjmessort and oa nai on excErrsivar parpolual das2{# eat Jpr the QPnArUdW, oW aVon, malntenancA, rsp acomer upgrade, and repair of 13 Permanent Gewer Urm Facility. herealft r r+eforted to ©r, `Facllijye. T'he r-radf ty includos ell IncidenNi undergmund and aboveground offlachmaqts, equipment and appudenapi es, irrcludln1j+ but npt limitad to rnanhales, manhole vents, WWIal line connectlons, r[rWines, Junction box" Ia. upon. under and au ss m porllan of tha Properly and more fully described In Exhlbfi "A" aftnahad kerdlo and lhtvrpu�atsd henWn for all pGdwanl pimpocaa, €ogolW with tho right and pdAega et sray and all limas to onler Prupedy, or ary part thereof, for they pwpose of coPs ructing, operabrsy, Malntalnuag, repfsoingr upgrading, and m"irinq said ' Facllk�r. In no event shall Grantor (I) eqa vw Properly In arty rnenrtr which frlt�arforos in any matWial way { of is InemsWent w1#h the righw&anto hwoundor, crr (11) a ct wpknWI to be orbc ed wkhln • • .......... —........ . �..--- �i t .. �. ; -}+. " •�r i}y .i i �- + i w i . !. .. �.. ....._ �.., • a.... �....�„�.....� i --__ i,...� y a+ir -.. +.+....Fi.• rrat+ +t. iii � • ,,. -� ,.,,-_� r it • - a... „... .... ..... ..-•..... •T .. iIr i ri rii .. i y `, i , -, i �. i , ii -, it , _page 2.0 'I 1. the e28ernent property s permanent structure cur, bulldirN, Including, W1 nat prnited to, monumsnt sign, pole slgn, blitbosrd, bk* or n7asonry iencas or wells or other sifucturae V t require a bultdtng permit_ However, tararitor shell ba permftd to Inaiall and melnxain a cancFete. aisphalt or gravel driveway, road cr parking lot acrasa to Easement Propedy. Grw tee shall be atftated to restore the surface of the I'roper!y in accordance with the Agreement Letter dated October 4, Z018, any Amendments thoreto by and b*twoCra Burleson gulf PartiRera, LLC and the City of Fort Worth and orlginall agrered upon constrnc#ion dacumwts reviewed February 14, 2010, induding the resior rkn of any sidewa ks, driveways, or slmi3ar aLdaoe Impfolremenis located upon or adjacent to the Easemem Tract which may have been removed, ralacated, alTored, damaged. or &*tmVe3d as a resutt of the ffmtt�e's use of The easameni grantad hereunddr. Provided, however. that Grantee shalt be ob4gared to reatcm or replace irrk3atian systems or other fMprGvamscft Installed related to Irrigation prior to constructkon. Grantor and Grantee agrea to Wsl lrrlgatkm lines before and after the completion of tha 8awar faddy corvatructrpn. Grantor is to notify amnlee If any future work Is to be done w1thin said easernant property {MI Violailon of the pravisIon s Find Into rid ed use of This Eawsrr► nt. TO HAVE AND TO WOLO the eaaemeni, together with arl and singular the rights and appurtenancas thare a I anyway belonging unto Grantee, and Grantee's successors and aa$igrrs lorever; and Grantor douw hereby bind ItseK and its successor and assigns to _ warmnl and forever defend all and singular the esssrrrent tIOD Gmitee, its succersair and SeAns, again jt every person whomsoever kaWully alairning or to claim the same, or any part thorew.- _ 1lFi oonie4 requires, singular nouns acid pronoun& include the plural. LSiI3NATI;,RI`s APPEAR ON TM� FOLLOVYtNO PAGE FXFUANSKTSEVERIFAC4 YE"9 Mtiefr #3Pu. 10r17 iI ._,.,"""._.,,"""".... ............ ....... .... ... — +. .,F ' Rage 3 of 11 R. NTOR• surle n G0V P nerra, LLC a rex limited tlaJ ift oompakny 41411 13- I�dY hJpr�a�� r_ �xnrtgJr� Mernbec . By: W ESON 40, I`L . a Texas 6mam liability aCm pant Ma f aging Mwnbar By: David :n � , r- G0V rning Pe=n ,V I3y Da hf 1ng Person By. amok n, vaminu PaTson BY: NILES REALTY GROUP LL , q Texas Ornhed lbbilityrompany. Managing Memhor By: Kip E. Nifos. P� �- 8Y: D & J NILES. LTD., Texas fti# d partnership, Managing Wmbeir Lio7Jl.] V � H ML.n ic'P ing #4 iamb4 PETWAR rr SMER MCIU T �Ns ..... . . . .... .• ................ ............... ...... Attachmer,i'AD -16.. „ .. Page 3 of 28 Page 4 of 11 O RANTEE: City of Fort Ww1h By (SignaWre): f APPROVED AS TO FORM AND LEGALITY (Pr nt Name)- 8+ . TI IO-A,r THE STAFFS OF TEXAS COUNTY OF TARRANT § BEFORE ME, the uridersigned rfly a Notary Public in and ror tree Stale of Texae. on this day par racily appear � (. "Y;; C)M0* 1 � kn 51 to me to tea tha sarna person whose name ie so sorib di to 1tw forgoing instrument. arrd acknowledged to me that fie aaM was the act oll OW and that beJshe exacCted the earn as Did .mA of saki tha p►upo*tis arrd consiuerabon tap it exprt8. ad and io the capatly theNh swell GWEN UNDER W Fi.A NO AND SEAL OF OFFICE this stay Of L "'Col-E LEE SAAF0 Notary P.ublic_ atrcf for the 6teta xao i •• k Votary NAu i . ante 04 r4xbe o%` HurarY 10 12671272.6 PEPJAMEW6 er i> Y MElF N7 ........ .........„ -. , .- Attechment A02-16 Page 4 of.28 rA_NT THE STATE OF TEXAS COUN" OF TAR RANT 9 BEFORE SAE, tie undw-Ai ad at loft. a Cho' Pob u In and for the Sate Of Texan, on this day rsonskl r appeared lit ' t � krwwm to me to be Ple same person wl•lose name is dlJ66En-�&id to the foregoing inshurnnrd, and acknowi dg9d ma [tint the Sarno was the act of +( �.A- r U, arld lhat heghe executed the scamp as the ad csf I#atd t-'C--- the purpo"s and consWomtIon therein up rased and in the capWty there n statsd- GIVEN UNDER MY HAND AND 8RAL OF OFFICE thin. afay of o- JN1 �y�u NICOLE-I.EE SHIr-WLEDGMENT �. ,►�'*;,, ,f ND%JSry PUblle. Slim Tom notary Publlo.an an## for the twla of Texas Natafy JIB inui2 THESTATE OF TEXAS§ CO I NW OFTJRRANT BEFORE ME, the undersign94 authority. a Notary PujbFw in and fsr the Sate aE'TaPx€rs, on ihls day personally appeared.— iir to. Me to be the same person whose rtt+ml? 13 $ubscrll to khe falegaing rm5bumerAr BAd nowledged to that the same was ft act of 1. t-G'Y,� bo % Land #hit helshe exi�!atrted the sartie as they acl of said K? �. f _ the purposcu srtd conEkamOn therein expresser# and in ih� cAsa* fhwe#n si ted. '� .� GIVEN UN DER M NAND �1Q SEAL OF OFFICE iftas � day of . - - NotaryrF �� Sf�A(1 R NMry.Pubhc in and far #k sty of T lk tlDlle. �iate,r�Tou�x y F COMM. JExplroa Notify ID i8,2 l.72.5 P kVANF rS r-,kaurr fiA,%U0W ' „ 11r . ........ Altarhrheal A0 -15 . Page 5 of 28 Page Go€11 KNOWLEDGMENT THE STATE OF TEXAS COUNTY OF TARSI BEFORE ME, the undersIgned aufhor lms WtWry PuWrr, In and for the State of Texas, are this day rsare4y m"ared • A_ kriVAM to me to he the sarrwe person Whose nAma fs subscribed to the faregodng iratrurnenl and cicrrgMef dge to rTffl that the same was the act er + . #fir vu. �f-C- and that heAhe exavuted the same as the act of said ? t:r Sl ± ► — 01 �-r 7u the purposes and oar era9w ftre#rr oxl#xe F,,ued and In the capacKy therein stated. GIVEN UNDER MY HAND ANO SEAL OF OFFIr-E the s � day of FER zY � Notary Public. Siota oG ioAAA xav - COMM. Expikbis 02-V� 20�1 iFy P�,k�lfG.l:r andfrx tt}� #PtB �S .. ta0mry rp 12671Z72.i, A KtwiOWt pagMg !T THE STATE OF TEXAS� COUNTY OF TARRANT BEFORE ME, flee undersl ned aft rit , � Notary Publio in and for the StMo oS Texan en (his day person -ally aippa�red ► .' known to me to be tha same pensorr whose nan-to fit; rw t'.ibad to the foTeqE&tIj InstrurnGri, and ackAawkid ed to me chat the same wew the srit of L. *- 'a, t- - Rnd Mat �Wshe exeaxted the ::.arras as the a6r QT said the pJirp"es sskd vomkfemtian ftmr n exp and in the cWadty therein stew, GIVEN UNDER MY HANU MU SEAL. OF OFFICE This T� y at t10 ; ottyPijNjc in and for the ,State Texas err a&NA FAOWY EAMEW ." ......... Altoohment AD2-16 .. ......... .. . . . . " ... - - - - " .. 'Page 6 of'�8. Page 7 0f 11 EMBIT "A" PE RMANENT SANITARY SEWER E, ASlE.11 I+1T PARS 6 t BEING a 1.23 74 acre tract of twirl tocaW in the AU= Lze Survey, Ab ltract No. 931. City of Fort Worth. Tarrmst Cot:Mmty, Texas, iiMd 1.2374 aom tract of land ba€srg a pection of a called 99.769 acre tract idimdfied mi� Tract 1, a portion of a called 10, 883 ire tract idantifid w Tract 6, and a portion of a palled 49.63 2 acre tricot identified it% Tract 3, all of which being convoy ied to Burleson Gulf Pmrlaera, LLC, by reed as recorded in Insuumme Numb" D21+ 15491, Official public Records, Tarrant County, Toxa% (O.KR,T.C.Tj. said 1.2374 acre tract of land U4 a rermanotil SAWEnay Sewer Easzwnt rind boing more partioulany descnt'bvd by metes and bowed-i as f'oDows, DEGI.`]J M at a yofnr on the north property line of the said 'Train 1, same being a souib pmpeetiy lino of trad of land conveyod to Brtmo Czjkowski au Jane Cza}ko ski, by deed as rescorded In Volume 6891, Page 2270, 0.RR,T,C.T.. said beginning point heir,& located StxWh 93 2"46" last 1,159,3$ fw £r(>ai the southeast 1w. corner of Lot 15, dock 4, Th,Crewing Addition, an Aiddtdan to thin Chy of Fort Worth, Tarrant County, Texas, acroxding to tihe plat thoreof filed for record in Cabinet A, Slid* 11761, Plat Records, Tarrant Comity, Texas. said Ngtugn,gpoint also having a NAD 93 grid eoizir tete off. 6,987,943.78 nurdE% 2,' 42,320.61, TEEENCIR Wang tho said property lines. tho following couraeea and dizta a.o;: North 710,01152" Dist, 96,40 rwi Forth 84 31'52" bout, 24.73:rec4; THMCt: departing felt" s id pr'opr� lines, over and {loess staid Tract f tho Mowing cowses and disltrns;as: So uth 4400513 90 Wei t57.92 feet; South 44 3 " Wcst, 78-36 fee#; - forth 4.5044'15" West, 10-00 fkct; South 44033109" WesL at 144.86 feet passing it sooils tract lino of said 'Tract i soma bet it aurrlt tricot line of Reid Traci 6, artd at 21 634 €cce passing a soatit tract line of said i'w S, aeunt fief it$ a fiord] rt t .tint of said 'rrac{ 3, c ttinuing hi call a Wtal dimnce, of 852.38 feet 0 the north emcmont IIne ot'an axistir City of Fort Worth Sar iiwy St:wer Line gw;om of r=cmveyed by d6ed as morded in Voluint 2398, page 319, Offlolal Fob Iic Reevrds, MLMOIL Cn nty, Texas. '1"OENCE 1qarth 45n3'59" Vilest, alnng-itire said vzasemetrt line, al 21).70 feet prsssiaa awest tract lute of5&id Tmr ,t 3, same being an cast iraot Iine of said Tract 6, condriaLng for a val dislarsce of 50,00 feat, tv a paint m which the uorthwest tat corner of Lot 1, B lock 1, X hex 3w Ctossit , zit Addition to the City Of Foot Worth, 1'arran( County, 'Texa& 4coordling to lito pint Uiereo€ filed for record in lnstmMeat Numbcx 198 014381r'1at 1 rd% Tarrant Cowry, Texz3. hears North M5637" best, 1,126.39 feet; THENCE North 44"33W" ]Bast, at 655-99 e1 lsas,qing the said north tract Iinesaid Tact 6, smne befog the said South tr= line ofFFaact 1, cormttuui ng in all a total distalicc of 93o.50 fiat; PAP-c8L 61 i?4.sj.-- Fm Ile -- t Apr 1 oR 3 "Tn,!CA"D.gAW. N�V. M4 S)IEFM."E0. MOD, 4VJ,5P4,T9X*TOM— PFO.awl-4nrra44c—L �tr!aort�sw enst�aM�s#n1A49�e,x ' .. Atlachment AD2,f6 Page 8 of 11 TRENCE North °05'38" &m 5Z95 BW to the POIN r OF BEGINNING - The hercinahaviD dcscrihed tmot of land consa1riC a c=puted area of 1.7374 sum (53,903 e¢9uare feet) of land more or less. Thy basis of bm6t s foT this survey k!� NA M3 Texas Nofth Cmtral Zmr. (4292)..A,ll d:smncc shown arc 'PSURVEYORS CERTIFICATE" E da 1ierehy+ ccxtify that the above legal description wpmpmtd &tent public records and &0m an actual =d twcurate survey upon the ground and thtu s$me is lrue and cop=t. Surveyors e; Fri c: S. SpauTler R4stm-Mrhofessiougd i mnd Sumviar, I'mcm No. 551 Et41CF �.SP40h}ER Spou trr aud Asgo,.Wcs, ine. 5922 ww-# To Board of Pra5zskuanal Land Stuvayit gNo. 1005490D �* °�'�as�97` a# SurMed oa tho ground 04-2017 �° sujt'4r,,� � PARUL 61 P,$ E - SX. "A"—fA(tr2 OF 3 SPOMEMAF oA—R c&A!E[„X*8PNIM$lMFA-. iMf-W4J�&%1F3J IPP..$-.PkIFW10*4W'!IEFrq7-9�Co��iitllni+MY071YJL'G]S-N&A"$4i Q AttachmWit A02-110 . ...... Page a of 28 . . Page 9 of 11 LOT is, $L= 4 AL �S LO7lat, ,�LG+CX 4 1 .vS • C4PPC0 iWW PeoD'SiAMMO TH�A�GIS�RGSS" INf3 p.958,3,.. VjPrri0N- CAUE0 99 7�39 ACRES EXHIBIT ' pr SEE A17ACAM LEGn DE; som I P-no r vN RAGES i A! th OF �'CHIEfi *AL' i3CREIN A.I.8 88 8 I J8 (GOWD C J}xMAK T7F) CALLED f7273 AC. eRU N0 cL Alr0ws i LINE TAIBLE UNE N DIRECTION LENGTH Li S7905EI' VE Ur L2 N7MV62"E 06.9O' U N84'31'S2"E 24,73' U 84 ;m0SW"WV 157.02' I S4d'33'O9'Y4! 70,30' LS N+49l4d'l6"W WOO 1449423'59mW 9.I.00* LS N44POS'31iwE 52.85' INS. NOL DEED VNE — EXHI, -t A 4, AiERmANEN7r' AMITEARY SEWER EASEMENT ELECTRIC ciMPANY Lrrtie $'fi'CARFFD lR1WV RpD VAMPED "DLi}M WAY � GALLEb48.63 AC ANVA58M'7.4T85'F0VAfV 'TRACT' Ell ar �, 8LG'>1C 9 SE EN EedWE EAVT GRAPHIC KCAL YOT.2�9E Tom, 4� Jhi FEET = OF rartT WOR711,TARRANr CO., lS6laim, lkSS�T'�i ONER& THE aS�S AOFBEARrNGS FOR TH6 SURVC-Y IS THE TE XAS STATE KAmE IwU Ma NOR7H ooe� r. �+►csw mmn CENTRAL ZONE (42O2)-4 PRQP4RfYS WARL WnUhrWV#, LLC LdGATION. CIrr Gw PONT MItTY, TAFIM 4T Cis., T"Ag IMOM14 p'tC+ IRTV ACREACkr fJ0 iGlik PAM,- L 0 t KrMuNp eTRM nmta nwu PAGE 3 CF 3 uda UyERa STRE0T, 3UI7C- %0, L* M194 YEXAS 76DJ# (A ) MS4 tt ti#AhMl9F' 1ONI*RSUf�3fCif�}Ii 4 G`Ohl TOKS P1 RU NO,10054W PARCEL 51 -, PSSE ' -f 7 1 OF .. 4. Stier + ........... ERFQ5, $POONER Alla0menk A1)2= f6 Page 9 0.28 Page 74 of 11 CONSENT OF LIEN HOLDER —$110MONS _BANK rDerr Holden is the currenk holder of a Mortgage Oeed of Tstr5t daWd Oecernber & 2018 , executed l y _Burleson Cz9if Padngm LLC _ _ to Al.13p.%LdfF.,au. Trustee as recorded jarLuaw 2& Z019 In Glen's M4l� rxa. 1)219015_4_SY. In the Real Properky Records, itifTarran#County Texa% and as5Ign136 Fob ruaryIL 201.) under clerk's file no, Q219020441 Rea Froperty Recnrd5, Togant County, Texas, hereby cQr+si�ntx to the grant of the For42going Easement by ` Burles2n Goif P [o City gf Fort Worth artd Joins In the execut€on hereof solely as Lferi Holder artd hereby does agrea that in the eveot of the foreclosure of card martg�ge, of othilr sale of said property des:rlbed In said mc?rtgage under JudfcCaf or non-judidaf pro r,"dings, the sarne shall be 4old subject to said Fawn ant, ' alC., 011 AND EEXEC TEO THIS DAY OF 2Q19.SIMMONS NK ' [ ,y STATE OF. TEXAS COUNTY C*F�L� Q13L rviE, t e und*r3igned authority, nn this day persona11V appeared, ' Of SIMMONS MNK known to me to be the person and 0fricer w1hos-o name [s subsaibeLi to vie foregaing i%zniment grid who arknuMedged to rye. That Wshe executed thee same For the.pu{poses and comIdef4Van thencIn expressed, In the capsrity therein stated, as the act and deed ofsald Sai)RlLienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS 11 day of Oecembv.r , 2019. Y EUNRE Notvy Public, t to of �. ' ei Path. w d fia�s O 43-2f 1 y co iFrt�ssiurt rrxp ices: , _ . ftgo 1 of 28 I ' Page I 0l~ 11 CONSENT W LfEN HOLDER ..Shiman Cmaarr'_e . L- _ ("Uen 4oI'dee1, is the current hoIdi! r of Vendor's Lie retained in Deed dated ox'�rkrtad by Shipman CarrspanW—g.LP. OrFADL t ._ .urleson Golf erg, Lt�C__-,.Praritee , as recorded De mbe�r � 2019 In rlark's file no.. D2192921099 in the ReM Property Ritwrdx, of Tara (A, ,,, Cckinty Texas, and further corrected by Ccrrecticn General srr'aniy Deed with Vendoes Llen,.filed Der -ember 26, 2019 recorded ufWar derw s file no, 02192-96596, Ri2a} Property Records, Tarrant County. TexRri, AND Dcc9MWr 27, U19,Jan uary 10" 2,Q29 andJantrary 22, 2020, clerk's file no.2019-35165, Rernrd Property Re cod %IahnsonCauaty, Texas, Cnrnected under Clerk's Pie No. 2020 86 and 2020-176S, Real property Records, Johnson County, Texas, hereby consents to the grant oftheforegoingEasomaPtby RurlesonGolf Pa er to �Ityoff 211Vorth and joins hi the execmion hereof solely as Uen Holder and hereby does agros that In the event of the foreclosura of said lien, ar otheirsale of said property de5crtlam d in siiW here under ILid lclai or nori-judicial proceedings, the same shall be bal d subject W 5aid Easement. SIGNED AND EXECUTED THIS_ DAY.OF r�r�} 2020, Shipman Companies, LP, a Texas limited partnnrsfrip By: Shipman Management Group_, LM e'rexas limited ... lahlli ern I i rya Sr,, Partner ay,' ' Dw�0 , hipm , Jr., Partner STATE OF, TES I ..CDUNTY OF BEFORE ME, the undersigned Whorlity, On thl5 d rsomilly appeared David Shipman. Sr nod DAvid 51 Iortwan, Jr-.� Partr�er5 j --J of _ Shi an Monagyme�� Gr2up. LLC.. Ren ral..E rt on r r SAC Cut aa!g& LP knovwn to me to be tht ! person and Dffieerr whose name Is subsrstbed to the foregoing .Instrurne;tL and who zicknow#edged to me that hefshr executed the same for thc� purposer, and G r151de`i,9t�or� therein expressed, In the capacity therein Wted, as the art and deed of slild aankjLlerkholdt*r- a" , GVEN UNDVA MY 14AND AND SFAL0F 00ICE THIS day of HIC4LB LEE S14AfER �- , �. I "—SQ Y+e 404ar'i FaWIC. StgtO of tax >4 IVdiary UI31IC, 5t8t$ 8{ jC 1 + ` Copnrek- rKoras 05.47 # � pfnF',` 1a1drY4E� 42u7x2.2 ycornmtsstonexpires:i . '- ................ .......... Page- 1 ? of 28 Page 1 of 15 DZ2000'173 3121021 110 AM I?GS 15 Fey: SN.00 Suhrfilfter; CSC ERECORDING SOLUTIONS Elootronicalky Reoorded by'farrank County Clerk in Official Public Reoards � f Mary Louise Nichotsw CFN -1227 MAIN"257, PART 2 -UPPER AND MIDDLE LAGS CREEK SANITARY SEER Para of #Gi-TCE Abmar Lae Survey, Abstract No. 931 1=od W *rth,Tf rrant Curl nty, Texas STATE OF TII AS § KNOW ALL MEN BY 1-Fil(='SE PRUSENTS COUNWOFTAR ANT 7»MF0R6RY CQN TRUC1 2LUMf'4 ENT. LATE: February 17, 2020 to be of eclive FOruar'y 25, 2020 GRANTQR: Burlaxon OcIt Punters, LLC, a Tiore limiLad limbilljty ram"ny GRANTOR'S AVAILING AD DRESS (including County). 301 W. Buf and J )i` at„ Ste. -10t f3udosan, TY, 7602H t ANTEE: CITY OF FORT WORTH ORAN nt'ig IGlAIONG ADDRESS (lneludInD County}: 20D-fEXAS S1. FORT WORTH, TAARMT COUNTY. TX TS" UZ cON8I09RATION., Ten DoNam (f DO) shd ether' good aril vAlUelsle MnSf#ei"a904, the rt 1pl snd eutl:aency M wh lch Is 11 12ing by acknvMedged. PROPrRTY Bgfng maom pATUc rlady dEg�cxibed Its attadnad Exhlb1ts'A" and "Bt'. Grantor", fur thb coranWeration pajo to Grantor, hereby gram, t mgein and convey unto Granfae, its jjuccdn80js and a&rjign8, the u6e aeld paasage in, over, and saross, bobw and along the E-aoement Property r0tialeci In VarrnM Cownty, Texas. in voonrdamm with the legal dowlpkiDn h11reto ditacbed as Exhlbk mA', and frigrada wid agr " ohrar GrantorLs pmparly to the esaserrrent a thown on 5xhfb1t'g". h in lurlher egmvad and urtderaloi�d lhet Grantee will be Pea?gtkud the uBe of said Easiomenl pmperty fpr the purpoab of 1�eus"rtjug a pexrnrineut imr*r line in mowrd"ea with the Agr'eemcot lAtter dlttd QctDW 4, 2019, aoy Amandments xhmato by and b0wetu 011rlwoln Gott Parbirrm, LLC stud cbe Cipy of Froxt Worth and otigina] ligraod ikon cynsceuction dooumeats reviewed Fab reary 14, 7,019. The Wier furiber Ogree that the *ms ctr"i1c-flbed In thl above rafereq rmd i.clter Agreerrment and this Amo cimenta ohall bC Uiding on the partl�s mild shOa adUM 1]ntlf 14e wmpjc4juts of construrfdon of jhes ejawmnt srid thffF fter wuhj�tn app Icable. iipwT complbq0)r 4f impmvjLmetiW and its aoceptancm by Grantoa. UL rigMe 0rantDd vdthln the dasxdbE�d TempDr'ary Gmelrucilan Easement �W 00e#e. ie"u j C=[UUtAPk FAU-M 111117 + *X}�j� Attachment A 02-10 Page 12 of 28 3'age.2 of 4 To HAVE AND TO HOLD the above cfesci-ibed Eascnient Prapalty, together with, all and srngular, the rights and appurl;e#7ancvrp themta in anyway belonging Unto Gram , and Gran#ee'i 73uccessors eiyJ assigns until tho completion of consiructicn and acceptwice by GrarAee. Gfantm hareby Und thomse(ves, (heir hairs, sucreasor , and aseigns. to warriant and defend, all and sinqular, saki easomelil urde Grantee, its successors and 068igrls, against every person whomsoever lawfu4y claiming ur to claim the same, ar any part thereof - [SIGNATURES APPEAR ON TUE FOLLOWING PAGE] Attachment AD-1 6 Page 13 of 28 iemPkwYCaaDUM4 FEd+ S IUAV17 Page 3 of 16 I GRANT R. Bur Sork Golf PHOnars, LLC, a Texas Iirnited EiebIilly oCpm 4qy sy; Da � ��prn ,lr, , erragJrr� Momber By, BURL ESON 40, LLC, a Taxes lJrFl Itod FabilRY. carn��ny}�f�n�gfC7� hfib�l' J oy; ' , it, Sl 74VA3711i1� P�eT�S02'I V fnJTVR f Qfl BY' MILES REALTY GROUT' L.LC,, a Texas €fmlted Iiabix W o pany, Managing Ammer By. =Z==52... Kip E—Mi es, Partner .� BY_ 0 & J NJLE , LTD.. s Taxes l€pnit parfier.9hip, anag€n Morn r f r BY r BY, Dav€ A-6wllpomn, Jr iM! e m be r T6ar""e+.i. U4Pwj Attachment AU2-78 Page 14 *f-28 Page 4 of 15 R1 N rEE- City of Fen Wcpah Kevin I . 6atin Interim Assistant City M anager APPROVED AS TO FORM AND LEGALITY Assist it Cry Attornay E&KNOWLEP-MaENT STATE OWTEXAS COUNTY OF YARPLANT � 5EFO R (AE. the imdem1 ned autftority. a N�1okpg Public in and for the 8 b 4o of "Emcee, 0n this day pe;aonagy a ppelorc,[ 5WNMyWn known to ine to ba Uie raM� pefson whose riarne N b�cdbed to fir okng inar Twat, and acb nmA- giiad to rtta that the same was Lhe act of y L and ftl he he exacu#ed the game tho act of -geld Lj L. �w.s �fa; the purges and consicloratkon lhertain expressIn the c�apacKy unnem muted, NEN UNDER MY HAND AND SEAS OF OFFICE this -" dioy of Yt 20 h IME LEE SHAP0 N tiAry PubEJc, Stole ff 7W a % Comm. Upire4 02-274r8 s Rosary JQ 12071272.5 7owp�wy C ...,...i... 5M*■a4 I I Notwjj Public ii cap `114W. AttachrneFWAU2-16 Page 15 of 28 Page 5 of 15 STATE OF TEXAS CQ WY OF TARRANT § 3 EF 0 RE ME, the uriders1r9n a od , a Notary Rub4t In and For mio& Sfdte of TexaLj, on thlb day wrsunefly appoamd 1, kA , 'L 1 .-_ . Icr 0" #b ITM to he the same pereon wht115e rrarrte is a scribed to the to Ir�P r struftiu t, and knoMedgecl to nee lbal the same was tho act uf1�vs vl �l�I r s�►• LC and that fWsho xecu#ed Mo saJ,rre as thee?, of saidql,r W 3Vv\ i7c,,rLL L f[5r "10 purpo$ and urxs# 1rorr tl er In uVre;�sed end in tha capacKy thorefrx sod. GIVEN LADDER MY I-IAN U A190 SEAL OF OFFICE Mis r' day of FRA2`�� N1CpkE G1:1= SNAG@1- jdo�e P+Lb11c, SiQiO Or WON Au L, p'up`Imrn, Exprr�a2.'-(]t!#}+ kin?r37 1X STATE OF Tf_--XAS COUNTY OF TAR ANT § BEFORE ME. thie t odersl ad author` � Nn#ary PubIN; in arx2l for #ha Stlate of Texali. Qn lhls day personally appeared 3-t known to mo to be i -Same peon who" name is $urb Ibed to the fare atng I.ns ur°nent, aril admcr,� odged to me tho# flat game was this act of x � c 4r-4v, -Tr:�L- e_nd Ih9t W6he exewAod the sarfl0 as tha ask cf.uald ' tr F tiu}�t for the pljrpn�s and c6nsldera rn theraln e.Vms ed and In the c.�+pa"I#y #heMin Mated. GIVEN UNDER My HAND AND SEAL OF OFFICE 4 of NICOLE tKY $14AFER � xKOUIrYPubIF State of7ffka� F, `' hfo comm. 1 4p 5 07 3 a r o ry Nb90 In and for the State at s 1'i7�All�cacL�*kWA6dNl ;YQ Attar,hrnc nl .AD2-'I S Page 16 &.28 STATE OF TEUS CDUNTY OF TARRANT § REPC) RE ME, the unden4ginad a ftj� j, O" Pubflc in and for OIL- State of To ys. on i daY 6rily juppafed 1 . —, known to me to t?o the same parson chow puma is stibsctlbob to tha for -rig insuumr=,nt, ano a.*nowWtiged to mc- that ffm serne was the aot et' Lec'f t 1 L4,4— and that ba!shs sx).trLt d the same as the act of said v e.Dai tE� '�!�-�F.�,f� �.� � for the purpa $ and tdera on therein expressed and in the capacity therein stated. GIVEN ENNDrER MY HAND AND SIB OF 0FFI L Ihi* Ily 4t NltwtlLlrlit R QAJk i'�4#BfYfrLltkilC.tE}iaIOof 4�#7 �Cornm, £xptr** 02-27-sat! -N(A ry Pub tr in and for ltxa $ axe of T .. � �*,k'� NolarY Ifs x2�7t�1�•3 . STATE OF TEXAS ILINTY OF TARRAMT BEFORE ME. Vie undefaignia t autharity, A Notwy PubI er� d for kFtir taus of 'Tex , w1 this pe-moneliy appeared (�".�.: the City of Fort Woni, kno m to me to be tha same Pam hoae rra It. sari mftecl 10 titre rof e9olng IristXuritarsi, and adcz=0dged io me that the same wo the aut or the City of FolWo h and thF�t helah@ e9scuted the swine ae the W of the City of Fort North for the pur tas and con itikarntion lherioin axprou ;�6rrd In the -_ape by therein Mated. GIVEN UNDER MY HAND ANO SEAL OF OFFICE We I day of =:MAAA5.SAW0CZ ii�,+�ic.Y� �x1 Go�7ao'�au�t 101!]i37 1111YyPubtiti In and for the State of TP8 Attachment A02-16 Page 17 of 28 Rage 7 of 15 PROJEOT NAM E. M-257 VilIaga Creek Parallei- Pad PARQE , No. 6-1 ITV PROJr-CT No. 01227 SOI.ITHERN OAKS GOLF COURSE ADDE TO C ITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT This add ndurn arraends 1€ a Temporary Construction Easement ("EasenientJ In the fbilowing ways: The easement shall commence an the date of construclion and expires on the wrnpletion of the M- 57 sewer main r n traction. In the evert that tha M-257 Village Greek Parallel Part 28 construction is not completed within the creek by the Grantee before, February 219, 2021, and causes disruption of golf play {" pia "), the Grantee will pay an additional surn of moneys per day for the intermption of May. The additional payment has been agreed to in separate letter agreement (° greemont") by Grantee date October 4, 2019, Any Ingress and egress over thn Grantors property to the easement granted herein, shall be minInial and shall not cause damage to or obstruct the Grantors use and enjoyme-nt of tip portion of the properly not includind in the Temporary Constrfloon Easement (°Easemnmr). Grantor and Granlae agree to store construction materials, including but not limited to, equipment, and supplies on the property necessW to Construct said server line Within the permanent easement property and allow construction traffic within the Easement. Granwr reserves for itseII and its hairs, successors, anal ausigns the right to centinue to use and enjoy the surface of (he Easement For all purposes that do not interfere with or Interrupt Grantee's use of the Easement by Grantee for the purpo!pe of construction. Grantee will use its best a its to ensure access to the golf course property (*property') are open and available at all times. In the event Grantee Is unable to access t#rn proper y, Graribao shall contact grantor in advance and coordirate a schedule that will allow for the least amount of business Impact as possible to Grantor, If Impact of the construction affects the business operations and play is deemed obstructed, Grantee afire to pay a sum of money per day the business is having to close Its operations. The add itionaI payment has been agre M. to in separate ag reemont by Grantee date October 4, 2019, Grantor further reselves for itseff and its heirs. SuoCeMM. and asSijft the right to continue to use the property during construction fbr ingress and egress over the e,manent to the remainder of Grantors property which would otherwise be landlocked and without access to the remainder of the property. � J i A'rJRLS APPE-AR ON THE FOLLOWING PAGFJ Attachment 0 -16 9raxa*ry caurrltvvo�iaA.m�w Pegg 18 of 28 WIM2 Page aof15 07 �R{ a Taxas Umltod UAbl#tty aornpbny Sy Ravi lorna r„ anawgi g membof By, SIJ L ON 40, LLC, �i Texas limited habift QampaJyjtoanaglng Member 07, 13!`pC�C ,i art, overn�g f'elsnr� BY- N ILES REALTY GRQUP LL , a 7exaa limited HaWlh company, Idanaging Member 1(y: p E—, Paftna B , B &J N1 LES. LrD., aTex" Jfmitwd popinerahJp, Managing Mamber By, BY; � ❑air] i naghv Member 1 IMM171 CM�MU RN CEO. C)ly of Fort Woth Interim Assistant City manager APPROVr:D AS TO FORM AND LE AU"lY snt M Attoffl9y Attachment A0 -96 rage 9.0f 15 GRANTOR, Burleson Golf Partners, ILLC, a Texas IlrnlWd Ilab IMY cornpany By: David Sh'PM-anL Ji--. Managing Member By,. BURLESON 4G, LI- , a Texas 11mited liablhty company. Managing Member David Shi an, . r., Governing Person BY' -,- .David Shipman, Jr. overnlrrg Person Dy'. Brock Johnson, Governing Person BY. N I LES REALTY GROUP L IL , a Texas limited Iiabllily company, Managing Member By, KIP E. Was, Partner BY- D & J NIES, LTD., a Texas lirwited pail rta hrp, Marraglrkg Member BY-, Sr. David Shipman, Jr, Massaging Member GRANTEE: Qity of Fod Worth r' Kevin 8. Gunn Intarim Assistant City Manager APPROVED A TO FORM AND LEGALITY Mz NM Assistant City Attomey Alleohmenk AD2-16 Page 20 of 28 7arspaa�y ConitrwlleeRy�nrRi Page 10 of 15 E EBIT"A" TEMPORARY CONSTRUCTION EASEMENT PARCEL 61 HUNG a 7.0557 acre tact of lank# located in #ho Al no- Loa Survdy, Abhtnez No. 93 1. City of Tort Worth, TWr4a COUnky,' ckw-,, said 7ASS 7 acre t=wfland WaS a Noivrt of caned 99,769-=a tmada"NW as ""1 -t 1 ", a loortlou of a aW 49.t532 core tract of land daswibad as "Taal 3", nod a pnr6on of a celled IO.W acre tract of land described as "Tract 6 ", corvvaycd to Burlasmi Cwolf Pam T-1 , by dyad tkmaf Qlod for record In 'Guam GDwdy CLeck.s hwumertt No, D219015491, official Public RecorrLi, Tarrant County, Ttwis (OTA-T.C.T), said 7.05S7 acre tract of Iiind being a Temporary Csnsbuction Eas=w4 and being Moro particularly dc3cri bed by mms and boattds as follawa: BEGINNUNG' at a point un the most northrsr + propeny lim of the said 10393 acm tact, same being a errata t propwty line of the said 99.769 a,cra tra,% fmm said b!&ning point, the mw noa'tha= property corner Gf the vid 10.883 acre (race bears Nardi 88 fr'54" fit, a damnre of 630,60 Feel, said IM ,rining int lako Wing a NAD83 Torras Ncolh Comm) Zone (4202) grad coo ivate of : 6,887T717,49 and e- ,342,2i ,57; THENCE E South 3S°S 1737" Wv5z'i aver anal across ft sa[d L0.883 sam uwu C, at n &Sbnoe of 62.813 tit pnsnWg a saelh litre Df the said L0383 urks. trace, saw bciq a north property line of the said 49.632 we trot, and wainiabig over and =noes Ehe s&id 49.632 n.cta trait, in all it t>atal 44Li = of 195,74 f6al► 'Y'EMN(M continuing over aad wvwr. tM wid 49A32 acre trwl the following eewises and d ivU aMzz Soudl49 6146" West,adis=ceof 449.22 ffiC Smith 42"14F33" We t, a distance of 15220 f Solidi 7703 V lS" Test, a digance of 157-34 fem NO(lk 360n1221P Wetc at s d i-Amcc of 26.42 feet F 'i K it iwrthwa%-t properly ludo of the said 49,632 Gore tract, stone beissg a sou 'thwt pMpeny 1b16 of [he said 10.883 pro ham, turd condor ing over and acrcxs the saW L0,833 acre [rW, in all K total di nm �f L02.36 feat to a< rr�rthvvwl propwty lino of the said L0.983 acre avA swrtt, berg a southeast property late of tlxe afor aid 99A9 acre tract; T'RE CE d4pating the said prapa V fine. aver and cocas tto cad 99 7S9 aare trod life lowing anws -w4 and dlimAli is North 39'59'48" a dktonoe of 26U1 few North 12°43'21 " Wcst. a disannce of 401.86 f+e�,-, North 09°'21'01", VtfM a di%a► om of 94.05 foot to a point for corner fwm which a 519 jack iron rad with a ego smrnpbd " l7UMAWAY" found at the Molt aaatarly srrnttteast lot corner of f,ot 17. BID& 4, ThomwCrossing Addition. Laing &n Add Ricm;o tits said City and State, t=oWiag to the plat thumgf t ad fur tad in Cabinet A. Slide i L 763, Plat Reccw&, Tsmi County. Texas; South W 16'59' Trost, a disunm of 98 .0 hrt; South 32"'U' 10" Ew, a diamce of 1146.9S feet; South 72012'S7" Em�k a, durance of 311.99 AltaehmenL AQ2,15 Page 21 of 28 PARCEL 61 T.c.L — EX tea" •- NOE I OF 4 rbK=GR AW AwUw- ft2, Iwo,&W Wk" GYMAT, AWYk r•.!IYFMY TEM"WjJ—?*$17.406�1M—SA'CR71�1V13YiYCRtt312—SiORikYi 1.2 Paige I i of Is N odr � 4623'421' Ust, a diVance; of317.00 fed rrnor dl=r De pmperty Gsne oFflit �-,E,id 99.169 sere tract, 5.wke being a 501stIlwnt properly litre 14 a called 172.73 acre [rac[ of land conv!CyC4j to Brvrxo C 1knwAf entl Jane Czqjkowsklby deal IIIcreof fried for record is VaIisme: 6991. Page 2270, Deod R=rds, Thrrrnnt Cosmty. T(was; T" EN Cc along ilia oornitlon pfoperty line of the mid 99,769 acre~ t"ct and Elie said € 72.73 seM trac[ the follo4viag courses and dbtanims, So+s111 79"58'0?" lEasr, adis[artco of30+83 f�er; North 71 V 1'52" Fiat. a distance of9 .00 feet; Nod &4°3 l'52" least, a Jtstareez of55.56 feet; TH E NCZ departing Ilse said commolf pr+rony line, aver acid across the said 99.769 acr,6 tract the Follolving courses Wtd di-imom, South 441)US"36" Wcm,'a disc nce of l� 1A7 root, Soadi 44033T091' West. a di -Vence: OF98 3+4 Bret; NoxIk 45'44` 15" Wtst, a diva,ro:ioF5+04 Saar, South 44,133109" Wiest, n distance of 99:1 S foat to a point on thc� ofomsnid rzvurh prgprrty line of ltta 99,769 acts tract, same bring Elie aI~omsa.id m ON property I€nc Ofthe 10,8V aarc tact; THENCE North 8 P3654" C45C &kog tht Said SOOth Property Iin,s and aton ¢ the said north pmpmy RK a distancr of 87.73 fmI to the F01NT OF BE(; MIC,,. The hereinAboya dfscrlwd tray[ of land coargins it carfrpul area of 7_0.*r57 sicres (307,348 &qwft feet) SAVC AC40 EXCEP l' 2_@487 acres ($9.243 sqimm feet] %)F#and wh idi is located wi[hin the EmiM of existing rnscrncnS5 eorwc}t to [lye Cittiy of Fort Worth, !raving 1t nett aria Of5+Qfl74Acres (218,10 5 square fart) of land, more or Irss, '11te bfisis bf bmringi for dlis survey is NA]! i83 Texas Nc)rth Centmi Zorn (Q02), All distmee sliom are surface. 1, Erie S. Speonar, a kegistemd Pra(essioTml Land Survayw in tine S403 of Taxis, do hefeby sate; th at the fQMg0h)# d criplsOn aO�Uraltjy Slits OtiE the grimes and bovr5¢s 4rsc4ptiori of Tina easemem Craot descrlbed herein. 40—P`�p�'9 �r tiA Eric S. r LS Date I3�C PgOHFR Toms Registmion-No, $9 "ra , iif122+.4te?,.. TEPU5 Fitm No. 101354900 Attachment AD2-16 Page 22 of 28 -rIARCV-[.61T.C.V,-1rx. wA"-PAW I OF raNxh*H.in"OGAms.W_JJl3L"iEis$MEET.1P100,0,Ik 04,TVARTOM - PH- a97-W44a-cat+Ott{�i�JgPGC`:cPE�JR4k�X+F'0,4�M�+ Page 12of1 Auachment Af)2-1G Page 23 of 25 Page 93 of '15 ,a} IT y ," LU w a Ails hmenl AD2-16 Page 24 of 28 Page 14 of 1S ON$�NT OF UM HOLCAR 5Il4hN QV1 BANK ("lien Haider"}, ii the 4 Svrront atiulder of a MurtgaGe veed of rrw dated l38[elrbt*r.7�r. 18 , executed by rIAWD {itrtf f}aftnar , lLt~ COT 1 L10 tiredu. Etiszee ass recorder! Jdiwu3 .29, 24L9 In Car±rir': file fro, D219ai5497 in the Rie-ol R,Ptlrty Rjei Or&, of IUILn, u n ly 7eAa s, aurl assigned F bi�;, aq14 under clerk's fife rso. V3J=4.�, Beal prQp9rty*kCC0FdS, T.,jrnn C:vunty, Tek#5, hrrebycartseatsto the grant oftht fostgoIng EasemenTby Burlesnn Gnif Pmntrtrs. LLi= to City gf F _„anj koir}s in the 6X%UVOn IIer�a} 9011W as Lien Hplder end herL�by 4tQe5 agree thBL In the avant of the fumclosure of said or alher sale of s9ild p ra party described in said moftage u Oer Judicla I or non•jud]Oat prooe4iflivp. the same sMtt b4 WW 5ubjoa to said DSC:Manr_ SIONEGANIa.E7 KWUM THIIS ,rtDAY OFDeCeMk�r j 2019, WATE COUNTY OF RLCLQ_J-7 ,OR IMI , a undtrtigned aunhuft, 4n this day per5cnORY appearo �'I i of 2MMONS BANK knowntu ma to be the person and t?fficer whose name It subs4r1Md to the i#re&Pe Instrument alai who acknowledNed to tare that belshe execuMd the same fpr the -Purpos4a and t o"Ideration tflgrole expressed, in the capacity ditmin 0uad, as the act arW deed of s*ICI Sai*/Lltrpholdar. GiVfN iJNDER MY HANG A14U "SEAL OS OFfrfCC iHI4 day of . Re4; rFn l _ 2019. ubv�L -9. tU—o�— fplMUY W111110K Notary Public, to of . k"JD 12W"71 My ccrr mission expires: Cpo yk" COL W+ ?1 Attachr uni A02-16 Page 25 of 28 Pago 15 Of 1 CONSENT OFUEN HOLDER -- 5hlip raan Q.4umpg nj q,5, LP ("Lien Woldier), Is the cuffent holrJerofaVendoej Uenriatained Ift Deed dated —DeceMber 20, ZDja , executed by Wpman Comiganiag. LP, Granter re-_Mbn 0rrlf aii:tern LLC G rA ptee ;IN r&cdrded _ OS Mtjr 19, 2019, In 00Z � sold 924110Iri this IteaC PopCrty N cards, ofi- r roan County Texas, and further r,orrected by t:vrsectlon General Warramty Doed with Vendor's Uen, flied December 26, 2011 recorded udder dorVs III no. D21929659 lte�ll pNp+arty Records, TarrantCounty, Texas, ANDDet:embQr27, 2019, January 10, 20zo andJarwary 7?, 2020, c et&51ple no.201-35165, Rt cogd Prip1�rty �emds, Johnson Coonty, Texas, CprreMad under Clerk's FIle NO 202"363Ad 2020-1765, J aaf Properly Records, JAnsorx County, Texask herebyrnruents to theq grant efthe forego] Easement by_Burlesop GoIF f1artners, tLC. to Ii of E'0 tNorth and JiMns In the executiuir hereof solely a�, Uen Holder and hereby does al}ra+l Ihm In the event of. Ehe fpreelosure of sxld her'i, or other sale 0 said FBI ftifinV described In said. lien udder judlicial or norr-Judicial PMC12edinV, thas;lme shall be safhl 50joa to said FaAernem. ------------- SIGN EDAND ULCtJTED. THIS _ DAY CJF-5jz,&4j, 2.0?0, SOP an Cvrr}fsaraie% LP, a Texas Urnhad pai#nership 5y; Sh1prrran Munagerne rp L G roup, mt. a Texas (lmIWd iahill art+ r r p -a fir,, Partner Byz David 5ff-,pmj nr, Park"r SWE OF TFXAS � COL1MOF Q6% } B.FOItf MIF, the tin decrlgned autharity, an thC.s dpy Pe0ofsatly Weared _David h pmar)...Sr, and ad id hjpM;)ftL— , _ Pamar.. _ltitle� Ot S i rrr [ a 1 pat Croup. LLB. Reneral a rtnar For Shipman 'prn ales LP known ;O rYfe Lo be the person M4 ate' wholze nornie Is subs( b d to the f+�r wing limmmom and who inknowledged to me ##gat he/she ekewted the same for the purposes and considoration therein oxpro"d, in the capnity therein sated, as the art arrd deed of 4aJd Bank/ Lie nhvfder. ' 611tEN U NDE R MY HAND AND S EAL OF 0 FFICE TWITS � day of W)DrU441'��. 2020, Nifc)LF LEES SKAVOR NWipr4 Pkjbl4Q. $ ne M TaxMA -- �-� COMM. r-ApIrfJa P:W�7-2021 notary PubifC, #ate nF *}fi;'r;9"� Koury GO 12$7t272-6 MyCumrriissionexpires- Attachment AD2-15 Pogo 26 of 26 pa n�go -rabIQ fo; S.8;�i'tary. E.i!ii, ent-for Sq-,A erir 0-akzi-Gol CrrUrsLtL Unit Price per Unit Ta I CorEstruEt Temp Ora ry Tee Box for Hole 3 4 4,5oD-00 S 18.000.00 2 Construct and Irkstaii Permanent Tee box For Holt: 3 4 $ 9,50mo0 $ 18,amuo 3 Rernove Wood Bridge �Dv. moMIDn} i 1,200,00 1,200-00 4 Remove All Eand5cape elements around Bridge $ 1,11Dmoo 5 aeMo and dispose of SP960 sq i°t of concrete 51460 $ 3.75 $ 22,350.00 a Oema bridge and concrete wing walls 2 1.500.00 3,130D'00 7 Paut7, sgft of concrete far Cart Path 7.500 $ 6LD $ 49,750-00 8 Paur Z Concrete Bridge abutments with wing walls 2 $ 1,80D.00 5 3,600.00 9 Construct 10'x-26' woad fart patty badge 1 "� 9,250-00 9,250.M 10 Sprinkler repalfi and Installation at now bridge 1 $ 1,800.O0 1,500.C4 11 Pour Concrete Cart Staging area Wx120' 4,8M0 5 6.54 3112M.00 12 Electrlral Mefer For Pump 1 S 2,000.00 7,0D4.00 Attachment. AD2-16 Page 27 of 28 UTV OF FORT VWCATFI UPPER AND MIDDLE V+ LLAi;€ UREEx PARAML RELff MAJN-M,7 MR r 3 B aTYWnorEI rFNa.01nI arnage Table fo,r5a.riitar}f Fas_efiierl2 for SouthC,r'n Oaks-G01f COUrse U111t rylu° 1 Agreed upon Day Rate for any day the golf roursm is not $ 8,126.00 per dw Playable 2 Rate per person for Sprinkler Repair 525_00. per hour 1400 3 New Sod inAal at{on and prep work shall he calculated 6.50 per square yarn! 22197M1 upon completion acid the ronxoval of all equipment and 1;erriporary scrt!OIrig 4 l*learlcal repair shall be -the -invoiced amount franc a licensed electriclan plus 5%wrvlw charge 5 E anding the take/retention pond to be IncueaSed to the same size as Its current locatlon b Parties agree to test all water wells and irrigation sy&tems prior to cornmendng comtruction and then test the same W5terris after the comple ion of ronstruction. Any inoperable equipment shall be replarf!d and cr repaired by the City of Fart Worth or the City Of Fart Worth shall pay to have the inopvrable equipment repaired. City of J u r t Worth 511011 supply Southern Oaks with an eqLrafairkount of water that is dilsplaced dUd t>a the' decreas,nd size of the pond and due to any lack of access to the water, 8 CI#y of fort worth agrees that the day fate for any gulf tour-u closures riot accuring from !November 1, through February 28th shall be one and half tunes the agrgod upon day rate -of $8,126.00 which shall total 12,189.00, Attachment AD2-16 ioage F$ bf 28 CITY O F FORTWORTH UPPEPANDMDD EVrl1AGECRP.EKPAAAU-4FEL1£EMMN.LW;,A%t20 CF fPRDJE€THO.02227 7-1 a f--` AF- Subsurface and Physs cal Conditions ( e®technical Report, CMJ Engineering) CI=OTECHNICAL ENGINEERING STUDY SANITARY SEWER M-297 VILLAGE CREEK PARALLEL., RELIEF MAIN PART 2 FORT WORTH, TEXAS Presented To: Alen Plummer Associates, Inc. March 2010 PROJECT NO. 425-09-99 P016CMJ 7636 Pebble Drive ENGINEERING, INC. FoxtWorth, 'Tcxas76118 wsvw.cmjengt,com 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. GEOTECHNIGAL ENGINEERING STUDY SANITARY SEWER M-257 VILLAGE CREEK PARALLEL RELIEF MAIN DART 2 PORT WORTH, TEXAS Dear Mr, Markin: 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. YEXAs FIRM REGISTRATION No, F-9177 pw j Jame P. Sappington IV, P E, Project Engineer Texas No.. 97402 4 i;S P. 3APPINGTON,;V :z¢+ copies submitted: (3) Mr Clete R. Martin, P.E ; Alan Plummer Associates, Inc Phone (817) 284-9406 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Page 1.0 INTRODUCTION---------__....________________ 2.0 FIELD EXPLORATION AND LABORATORY TESTING----_--__�_._. 3.0 SUBSURFACE CONDITIONS —_...--_--3 4.0 FOUNDATION RECOMMENDATIONS-------------------------------------------------- — --6 5.0 BELOW GRADE WALL RECOMMENDATIONS------_-----------------------------------8 6.0 TRENCH f BORE EXCAVATIONS ---------------------------------- ---------- — ----10 7.0 ADDITIONAL DESIGN CONSIDERATIONS----------------,�------ — � � -----15 8.0 SEISMIC CONSIDERATIONS---------------------------- 9.0 EARTHWORK - 16 10.0 CONSTRUCTION OBSERVATIONS-_------------------------------------� ---- --- — 18 11.0 REPORT CLOSURE--. ---19 APPENDIX A Plate Plan of Borings-----A.1A, A.1s Unified Soil Classification System Key to Classification and Symbols— _ _—_— ______M_____r------------------------------ A.3 Logs of BoringsA.4 — A.21 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.1 a, 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 and/or 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 (50-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,.425.09-18 CM) ENGFNr±ER[NG,INC. 1 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 (pso, 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 MA and A.1B. The boring logs are included on Plates A_4 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 parings. 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 0..25 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 1585). 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. 426-09-18 2 CMJ 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 5-Inch penetration is tabulated at respective test depths, as blows per B inches on the log. In hard materials (rock 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 backfiilled 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 lags 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. 42"9-18 3 CMJ ENGINSE Nr,.INc. 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 B'/ 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 26 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, B-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 B-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 Drilling (ft,j Water at Completion (ftj B-1 13 11 B-2 Dry B-3 Dry Dry B-4 10 9 B-6 9 13 B-6 D Dry B-7 Dry Dry B-8 10 17 B-9 Dry Dry B-10 Dry Dry B-11 Dry Dry B-12 Dry Dry 8-13 Dry Dry B-14 13 12! B-15 16 13% B-16 Dry Dry B-17 12 Dry 13-18 7 5 Due to the variable subsurface conditions, long-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 ENGINMING, INC 5 4.0 FOUNDATION RECOIitilttfENDAI'IONS 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 (}unction 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 Desi 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.. Mattslab foundations placed at least S 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 mattslab 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 10-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 aj inch or less, and a differential settlement of Y2 inch or less, after construction. Report No, 425-99-10 CMJ PNGINEERING.INC 6 4.2.2 Spread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • 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&09-18 7 CMJ ENcINEEAING, INc. 5.0 BELOW GRADE WALL REGOMMENDATIONS 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 51.2-1 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 0.4 percent. TABLE 5.1.2-1 Lateral Earth Pressures At -Rest Equivalent Fluid Pressure Backfill Material (pGf) 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 9U 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. 425-09-18 C'MJ ENGINEERING. INC. S backfill widths of granular or select fill soils, the equivalent fluid pressures for the on -site soils should be used.. AddlWonal 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 -case basis. This is not included in the scope of this study, These services can be provided as additional services upon request. 6.2 Wall Sackfill 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 Sackfill: All wall select backfill should consist of clayey sand andlor 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 1D 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 96 percent of the Standard Proctor density. Flowable Backfili: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Report No. 425-09-1e CMJ ENGZNraaRnvr,,INC. Free Draining Granular Backfill: All free draining granular wall backfiIl material should be a crushed stone, sand/gravel 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_ 6.3 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 geocomposite drainage member must be installed adjacent to the wail 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.. 6.,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. ror buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf.. 6.0 TRENCH ! BORE EXCAVATIONS 6.1 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. 425-09-1a CMJ ENGINEERING, Into 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 Cl°R 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:1 V 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 continually 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 11 CMJ ENGINEERING, INC. 6.3 Trench I Dore Pit Dewatering As discussed in Section 3.2, Ground -water Observations, ground -water 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: o 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 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 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 4254. 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 ENCTNE IttNG, 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 Backfill 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 © 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 paints 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 backfiilled 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 sweles, and will not require compaction after placement.. Report No. 426-09-16 13 CMj ENGINEERING. INC. 61 Trench backfill Settlement 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.. 6.9 Provisions to Reduce B2cicfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling 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 moisture/density 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 Glass 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. 6.9 Bore/Tunnel Considerations Ground -water will likely seep into bore/tunnel 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 bore/tunnel excavation and result in ground subsidence. Proper de -watering, as discussed above, is imperative for excavation stability. Report No. 428.09-18 CMJ ENGINIRMUNG, INC 14 7.0 ADDITIONAL DESION 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. m 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 cant' off the run-off water both during and after construction. a Backfill for utility lines or along the perimeter beams should consist of on -site material so that they will be stable. If the backfiil is too dense or too dry, swelling may form 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. 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 CW ENGRO NG,INC.. 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 8 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill., 9.2 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 ASTIR!! D 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 +5). 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. 428-0948 CM) ENGINEERING, 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 6,000 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 lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractors 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 4:1 Report No. 425-08-18 17 CMJ ENGmauNc, 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 Fill 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.. Therefore, it is recommended that CMJ Engineering, Inc.. be retained to observe earthwork and Report No. 42M9-18 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 field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken, Therefore, these boring togs 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 stratun; on v.hich 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 an ground -water levels as they were observed during the course of the field work. In particular, water level readings have been Report ft, 42"0-1$ C!Mj ENGINEER1NCJNC 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 backflll and the construction of foundations as recommended in the report, and such other field observations as might be necessary. Report No, 425-09-13 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 same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 42"9-98 29 CM; ENG1NBl wr,,INC. LEGEND: 41 Boring Locotion 5onitary Sewer cow -HILL 0 1000 2000 1 ---� Approx;mote Scale PLAY OF BORINGS JQ14Gr1%MF-RWG, nvc. SANITARY SEWER M-257 FLA TE VILLAGE CREEK PARALLEL RELIEF MAIN A. /A CMJ PROJFcr N0. t125-09-I8 FORT WORTH, TEXAS LEGEND. Boring Locot+on Sanitary Sewer R IRRR 7RRR Approximate Scale //�� PLAY OF BORINGS cm..... zvr�.�c, SANITARY S€'wER M-257 PLATE VILLAGE CREEK PARALLEL RELIEF MAIN A iB GMJ PROJECT No. 425-09-l8 FORT WORTH, TEXAS Major Divisions Grp Typical Names Laboratory Classification Criteria N Well -graded gravels, gravel- 2 ©60 (0341 GW sand mixtures, little or no v, Cy — greater than 4: C�= - between 1 and 3 La L fines 8 Die D10 x o� °' c 5i (L V (0m _ .. s '0 Poorly graded gravels, gravel E 2 GP sand mixtures, little or no 9) cn u) Not meeting all gradation requirements for GW fines o= ci CU o Silty gravels, gravel -sand -silt u^, Ch Liquid and Plastic limits "A" Liquid and plastic limits f6c ,��- m -. GM mixtures �, �' below line or P.I. plotting In hatched none p g i3 z m ( s w greater than 4 g between 4 and 7 are ^-�' o borderline cases Liquid and Plastic limits o `o m GC Clayey gravels, gravel -sand- o "A" requiring use of dual 0 C7 clay mixtures , z �, above line with P I symbols c m -[t greater than 7 J5 F --� w SW Weil -graded sands, gravelly as °a DB0ru ip3e}a o y sands, little or no fines C� ----- greater than 6: Cc=----�-�--- between 1 and 3 Die UE w o y� Die x D6e rna m om Poorly graded sands; = SP gravelly sands, little or no c m Not meeting all gradation requirements for SW fines w " = sands, sand -silt o Liquid and Plastic limits E �, m :3Siity +� E SM mixtures t = N below "A line or P.l less Liquid and plastic Emits s ty m y c 12. _ CL 0.2 than 4 plotting between 4 and 7 fl are borderline cases CU r Cl Clayey sands, sand -clay E V Liquid and Plastic limits requiring use of dual o 2 Q a SC mixtures - c 2 above "A° line with P I symbols �greater U than 7 Inorganic silts and very fine ML sands, rock flour, silty or uo^� clayey fine sands, or clayey silts with slight plasticity Inorganic clays of low to CL medium plasticity, gravelly Cl` . .- clays, sandy clays, silty clays, N and lean clays o Z 6 OL Organic silts and organic silty clays of low plasticity w Inorganic silts, micaceous or LI MH diatomaceous fine sandy or to silty soils, elastic silts ILL E `s 2 z3 o e CH Inorganic clays of high W O3 plasticity, fat clays —E m U) 60 5 CH a 3 o OH a d MH 2 10 CL 7 a ML a d OL 0 O ,� OH Organic clays of medium to 0 10 20 30 40 50 60 70 80 90 100 high plasticity, organic silts Liquid Limit U m Pt Peat and other highly organic Plasticity Chart r O soils NIFIED SOIL CLASSIFICATION! SYSTEM PLATE A.2 SOIL. OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE 0 ® SAND 0 ®®s, SANDY — SHALE SILT SILTY ®. SANDSTONE CLAYEY HIGHLY PLASTIC CLAY CONGLOMERATE Shelby Tube Auger Split Spoon Rock Core Cone Pen No Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, ARID STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, {tsf Soft 0 0 to 1 0 Firm 10 to 1.5 Stiff 15 to 3 0 Very Stiff 3 0 to 4 5 Hard 4 5+ Coarse Grained SoiIS (More than 50% Retained on No 200 Slave) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 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% Sol[ Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Siickensided 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 ROCK 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, sidente, 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 425-09-18 I3orfng No B- i Project - Sanitary Sewer M-267 t_:Mj RNQU-UM iNGINc. dill a Creek Parallel Relief Main, Fart 2 o Fort Women, Texas Location See Plate A.1 Water Observations Seepage at 13' during drilling, water at 11' at completion Completion Completion Date 12 23-09 Depth �0.0' 1 rx � Surface Elevation Type B-4, w/ CI A o U ul 0� Q Ci of °v � T+ V- mvj uoa.w mo C -pi m W �m� a . �.E U IL:., �aq •_ X O � � �C _41 oa�aa i CV N D_j � Q C � ppQa S? Ir 3 :)Ua. m Stratum Description 5 1 1 2 2 3 3 4 P_IQLY.$AN2X CLAY, brown very stiff 3.5 19 3.0 20 4.0 19 SANDY CEAX brown, w/ calcareous nodules, very stiff to hard -light brown below $' -stiff below 9' -w/ limestone seams below 13' 4.0 40 16 24 17 4.5+ 17 4.5+ 15 119 2770 2.5 29 12 17 16 1.75 20 LI_MESTOHE tan LIMESTONE gray, w/ shale seams, hard to very hard — — — — — — 100/2 10011" 0010.25 00/0.25' 100f0.5" LOG OF BORING NO. Bn1 PLATE A.4 Project No. 426-09-18 Boring No, B-2 Project Sanitary Sewer M-267 l.,LVI) �Vall �61 lVV LYl . Village Creek parallel Relief Main, Part 2 - Part Worth Texas Location See Plate A,7 Water Observations Dry during drilling; dry at completion Completion Depth 30.V Completion Dale 12-28-09 LL m n a � E 1= Surface Elevation Type CMIP-%a, wl CFA w Ix p Cl Jx n. om� M it F: op N 'in lam CL FO v tr c,j a s �,o .r �E R. -a x o- � � oo U cj � A ti F= oo D 0 0 Stratum Description 1 3 CLAYEY SAND, brown and reddish brown, w1 gravel 3.76 17 3.5 24 10 SANDY CLAY, reddish brown w1 ironstone nodules, Stiff -very WIT to hard below 7' -wl gray 7' to 13' -light brown, wl gravel below 13' 2.5 14 2.5 97 993 9710 2.25 17 4.5+ 48 17 31 19 3.75 18 4.25 18 LIMESTONE, gray, wl shale seams, moderately hard to hard _..__.__..--_.._—_.—_..--..-..._..—_._._.___ 10012.9' 10019.5" 10011.5" LOG OF BORING No. Bat PLATE A.a Project No 42i-09-18 Boring No. B-3 Project Sanitary Sewer Nt-26i (.._lj ENGUIOMfaNG WC - Village Creek Parallel Relief Main, Part 2 - Fo r: Worth, Texas Location See Plate Al Water Observations Dry during drilling; dry at completion Completion Depth 30.0' Completion Date 12-28-M o .0 E O. Surface Elevation Type CME-55, W/ CI A o {j) N e u� fN u_ p� x di o.. F- o_ W e e � -. .5 - .X D M n. E FL.E� � _ .0 0 Q �_ . V C W w �p 9 G C 5 0 o Stratum Description o LC 5 1 'r 1 2 25 3 Ql=AM SAN[I! SANt�,�(Y, brown and dark reddish brown, stiff to very stiff 3.75 1 2.25 1.0 1.0 3,0 4.25 4.5+ 4 5i- 00/3.73' 0012.26 10012" 20 15 1iLAYEYSANR, light reddish brown wl ironstone nodules 18 20 SANDY CLAY light reddish brown and light brown, wl ironstone nodules, very stiff to hard -w1 gravel below 13 5' 18 17 44 16 28 17 117 5650 13 LIMESTONE, gray, w1 shale seams, moderately hard _ L LOG OF 13ORING NO. B-3 PLATE A,6 I Project Na. Boring No. 42.E-09-19 13-4 L,LYl ZNwNzw"IN"uvc Project Sanitary Sewer M-267 VillaEte Creek Parallel Relief Wa!a p Part 2 - Fort Worth Texas Location See Plate M Water Observations Seepage at 1W during drilling; water at Vat completion Completion Depth 40.0. Completion 1 Date 12_28_09 ii o y n E E Surface Elevation Type CME-W, vvl CPA W �' do `oc ? N Wad o c p� M atA s J� E as M }� dl i l9 iL H p FU C U. aas p $ 7 C 4 0 :PU0. Stratum Description 5 1 1 2 35 §WQX_Q__AY, reddish brown, w/ ironstone nodules, stiff 2.0 21 2.0 21 CLAYEY SAND, light reddish brown, w/ ironstone nodules 3.0 18 109 1840 3.0 46 21 13 8 1 i 2.25 11 5ANClY CLAY, light brown, wt gravel, stiff to very stiff 4.25 8 2.5 17 _ UM_ES_ioNE, gray, w/ shale seams moderately hard to hard 10013.25' 0012.25' 06li.75' 10012" 10012" 100l3-5" LOG OF: BORING NO. B-4 PLATE A.7 Project No Boring No. 425-09-18 B-5 Project Sanitary Sewer M-257 %..Lvip- Village Creep Parallel Relief plain Part 2 - Fort Worth Texas Location See Plate AA Water Observations Seepage at 9' during drilling; water at 13' at completion Completion Depth 4.0' Completion Date 1 28-09 d a Surface Elevation Type CPAE 55, wf CPA U 1� !x fll ow OG m m12LL 3c am m o. H a m �a m M ss 5- aE , 1ii= 9 6-=, K m FLU o w m do LL pU c � � nc co0 D U A. Striatum DescOption 5 7 1 z 2 3 26NDY CLAY, light reddish brown, wl ironstone nodules, stiff to very stiff 2.5 15 2.5 49 22 J 271 25 3.0 21 3.0 17 3.75 - - - 14 CLAY'#=1E' SAND, light brown, wl gravel 3.0 14 117 990 1.4 19 10 9 18 LINIESTCN , gray w/ shale seams and layers moderately hard to hard 0013.25' 10011.5" 10411.5" 0011.25' 0012.25' 10011.5" LOG OF BORING NO. PLATE A.8 7 I-,,. ,.r Project No 426-09-18 Boring No. B-6 Project Sanitary Sower W257 `.-lvl) �,.uu�a��.•� y.� 1lill a Creek Parallel Reties Fain, Part 2 - Fort Forth, Texas Locatiori See Plate XI Water Observations Dry during drilling; dry at completion Completlon Depth 0.0' Completion Dam 1-13-10 s a Surface Elevation Type CME-65, wl Clr A � 3�I- ae CJ W � QI Fn0.� o EL to ,yiF V ED l6 a. ii }}{{ !2 'ti CL � o o rd0 _ i.. ,,pp 7J _ n� C o O MCJri Stratum Description 5 1 1 2 2 s 3 SAMOY CLAY, brown and gray, w/ gravel and crushed limestone fragments, stiff to hard (fill) 2.75 16 4.5+ 15 4.5+ 37 15 22 13 4.5+ 12 SANDY CLAY, light reddish brown w/ gravel and ironstone nodules, hard 4.5+ 10 4.5+ 10 128 1300 LIMESTONE, tan, w/ day urns, hard 00/1.75 Lill ESTONE gray, wl shale seams, hard -w/ 6- to 12-inch thick shale seams below 17' 00/125' 0011.75' -- -- 00/1.26 AHA gray, soft +` 100/6, — —I oo18.75 0016.25 LIWlf"ST-QNE, grey very hard 10010.5" LOG OF 13ORING No. B-6 PLATE A.9 r Project No. Boring No. 426-09-18 B-7 Project Sanitary Sewer lift-257 � Village Creek Parallel Relief Main, Part 2 - Fort Wotth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth .0. Completion Date 1.13-19 ►� fl. o a�i E E CO Surface Elevation Type GME-58, w/ CFA uJ x C� � G C owl ino � 0 _�� .m A-cn e �E �� e �E o_D 4' L�,a (,5 T G n'3 2c) �� .E`�' .� g� goo �V� Stvatum Description 5 1 1 2 3 -- — --30a— -- SILTY CLAY, brown, stiff to very stiff 3.6 20 3.25 18 2.75 19 105 1810 2.5 21 SILTY CLAY, dark brown, w/ calcareous nodules and occasional gravel, stiff to very stiff 3.5 50 20 30 23 2.5 23 UNIESTONE, tan wl occasional clay seams hard 100/1" LIAMESTONE, gray, wl shale seams hard -w/ 4-inch to 1 5-foot thick shale seams and layers below 18' 100/1.51, 10011" SHALE, gray, soft loon" I 0016.25' 10016.5° LIMESTONE gray, w/ shale seams hard 100/1,5" LOG OF BORING NO.PLATE A.10 Project No. 42a-QS-18 Boring No. B-8 -LVt1 J:IV,.fl1ViL'1(FlV1.a llVL Project Sanitary Sewer A� 257 i Village Ceeek Parallel Relief Main, Pane 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Seepage at 10' during drilling; water at 17' at completion Completion Depth 460 Completion Date 1-13-1() a 0 E, m E Surface Elevation Type CME-55, wJ CAA a LU a `as -� � � � maw o lV a� �4z 0- � iJ � a � E LI Mo � 5� � LL vas �IB � IB p�p y �csa Stratum Description 5 1 1 2 25 3 35 4 4 SILTY SANDY CLAY brown and dark brown, stiff to very stiff 2.5 1 g 3.5 21 SANDY CLAY, brown, w/ gravel, very stiff to hard -grades light brown below 5' w/ ironstone nodules and increased gravel below V 4.5+ 18 4.5+ 14 g,5+ 15 3.75 25 13 12 14 4.5+ - - 11 _ _ 130 - 1290 - LIMESTONE, tan LIMESTONE. gray, w/ occasional shale seams, hard -w/ 1- to 8-inch thick shale seams soft below 17' 10011.75 0016,25 ao/s.z — - SHALE, gray, soft 100170 - - - 00/&75 00/5.76 LIMESTONE, gray, hare! ------� 10011.5" LOG OF BORING NO. B-8 PLATE A.1 I Project No. 42"948 Boring No. <-.JVJLENGINHEKING MC:. - Project Sanitary Sewer Ei�-267 Village Cmak Parallel Relief Main, Part 2 - Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at compleflon Completion pepth 38.0` 1 Completion Date 1 _14,10 W . o ¢ Surface Elevation Type CME-M, W/ CFA m �>r Vi 0 � �} 3•- 'A- �+�42 %05 - c 4�2 E. Stratum Description 1 1 2 2 3 3 SILTY SANDY CLAY, dark brown, very stiff to hard 4.5+ 17 3.75 17 3.0 29 15 14 17 SANDY CLAY brown, wl gravel, stiff 2.25 17 1.75 17 116 1830 LMMt STONE, tan, w1 clay seams soft to moderately hard -w14- to 8-inch thick clay seams below 8' 10015' LIM S� TONE, gray, w/ occasional shale seams, moderately hard to very hared -wl 6- to 8-Inch thick shale seams below 24' 10010.51r 10013.5" 0010.75' 10014.5" — —_ — Ste, gray, soft --------------_.— — — — _._-- 100/6" LOG OF BORING NO. Bag PLATE A.12 m Project No. 425-09-13 Boring No. B-10 Project Sanitary Sewer M-257 %-,ivlj �..� .. �.....� Villa a Creek Parapet Relief Main, Part 2 n Fort Worth, 'texas Location See Plate A 1 Water Observations Vryr during drilling; dry at completion Completion Depth 35.0' I Completion Date 144-10 Q D mJe Surface Elevation J!!�CME-55, wl CFA p Lu a {d rC n a_ mU? 0�.F- O N �' m°1 0.00 7.9 _Ja roE 0. m- c-1 !a.0 � a❑ oo U a n-J ++ cis a� o ao0 Moo_ Stratum Description 5 1 15 2 25 3 SANDY CLAY reddish brown stiff to hard -light reddish brawn, wl ironstone nodules below 4' 4.5+ 14 1.5 10 4.5+ 16 4.0 3 17 21 17 4.5+ 16 - 116 4070 1.5 15 LMSTO K, tan, wl clay seams, hard 0011.75' LIIIAE5T0NC, gray, wl shale seams, moderately hard to hand -w/ increased shale seams below 24' 100 2" IL/W 0011.25' 100111, 10o11" 00/4.75' LOG OF BORING NO. B-I0 PLATE M3 �-'A A-T - Project No. 42"948 Boring No. Burl 1 Project SanlWy Sewer M257 ` `LV-LJ Village Creek Parallel Relief Rain, Part 2 - Fort Worth, Texas Location See Plate ki Water Observations Dry during drilling; dry at completion Completion Depth 35.0. Completion Date 1-14_10 aCO E Surface Elevation Type CARE-55, wl CFA o w Q� Q Cia�i� o= 8 E � �,� din F� � � o- N � � �v =a a � � o -r � x 5 � m ao 2 U n Q 'cam I M _J o coo P t> n. Stratum Description 5 1 1 2 2 3 3 - SANDY CLAY brown and dark reddish brown, stiff -reddish brown below 2' 2J5 11 2.5 12 3.0 18 1.75 15 114 2360 CLAYEY SAND, fight reddish brown, wl ironstone nodules and gravel 1.0 16 0.5 21 27 13 14 16 LIMESTONE, tan, wl clay seams, moderately hard 00/2.79 LrN1EMNE, gray, wl shale seams, moderately hard to hard -wl increased shale seams below 31' --------------------------- 0013.25, 10011" 10411.5" 10010.5" 10012.5" LOG OF BORING NO. ��`� `� PLATE A,14, Project No J 425-g8-1 o Boring No. 9 B-12 Project � 1V1J ""■'vnnnur., s^ 1 Sanitary Sewer lid9 2S7 Village Creek Parallel Relief Main, part 2 - Fort Worth, Texas Location See plate M Water Observations Eery during drilling; dry at completion Completion Repth 4€i.D. Completion Date 2-5-10 4 a N °1 E U) Surrace Elevation Type ATV-47, vui CFA tC o '= i m �� Op a. H fl Map a. W J _J e6uc a.:J iw my a- oo ' U c 3 r co D 0 0- Stratum Description 5 1 2 3 SANDY CLAY dark brown and brown W1 abundant sand seams 1.25 21 1.75 63 22 SAND, tan, loose to medium dense 6 22 10 SANDY CLAY, raven, wJ abundant gravel and ironstone nodules, hard 4.6+ 31 141 17 15 4.5+ 12 LIMESTONE, tan LIMESTONE. gray, hard to very hard -w/ occasional shale seams below 23' 0012.25' 9 00J1" -- 100J2" 40I0.75' - 10011" 100J0.5" 10011" LOG OF aOFZ1NG NO. �` PLATE A.16 Project No. I Boring No. 426 0948 B-13 1_.iyj ENGINEEMNG INC — Project Sariltary Sewer WR Villa a Creek Parallel Rellef Maly, Part 2 - Fort Worth, Texas Location See Plate AA Water Observations Dry during drilling; diy at completion Completion Depth 45A. Completion Date 1-14-10 o � mco N � Surface Elevation Type CME-65, w1 CFA U LU v= ❑ C9 Cb 3c o tb cu�H N Nn ow rfM �= sE ZJZ m mE E:3 v,m CIv �.5 gf ao 20 .2 a c lL m � coir coo �Ua. Stratum Descriptionaw 5 1 1 2 2 30 SILTY SANDY CLAY brown stiff -very stiff to hard below 3' 2.75 15 2.25 10 2.5 19 3.0 20 4.25 40 15 25 17 4.5+ 15 119 8220 SANDY CLAY, light brown wl ironstone nodules and calcareous nodules stiff 2.5 31 13 18 13 JJMESTONE tan, weathered, wf clay seams, moderately hared 100/4" RIIE3�ST_O_NE. gray, w/ occasional shale seams, moderately hard to hard -w/ increased shale seams below 31' 10012.25 100/2" 10010.51, 1 o0/2" 10011.51, 100/2" LOG OF BORING NO. B-13 PLATE �.°�6 XT Project No. 42&4*-18 Boring No. B-14 Project Sanitary Sewer M-257 %—,LYls .... ——,,.,... Village Creek Pamllel Relief Main, Part 2 - Font WorM, Texas Location See Plate A.1 Water Observations Seepage at IT during drilling; water at 12.5' at completion Completion Depth 30.0. Completion Date 1-12-10 a . E Surface Elevation Type ®-47 w! CFA L�i� .� o Ci W ° LL � ri�.� & ai vJ mo o nE °"' �� d r,An � v E 5� �_ E a-1 Z. "Q a F g �m �' o o Mt) � _ ctt� E ZA c mac J � oar- c o o Zaa Stratum Description 6 1 1 2 25 SILTY SANDY CLAY, brown, wl calcareous nodules, stiff to very stiff -wf gravel above X -hard below T 3.75 12 2.5 i5 3.0 35 14 21 19 4.5+ 17 4.5+ 15 4.5+ 14 122 970 G't-AYI'°.Y SAND, light brown wl ironstone nodules and gravel 2.5 33 30 14 16 17 LIMESTONE, gray wl shale seams, moderately hard to hard 00/4.25' 100111, 00/1.25, 0012.75 1-OO OF80RINO NO. B-14 PLATE AAA Project NoBoring 425-09-18 No. B-9 Project Sanitary Sewer CAI -267 („M RKGMEEMNG L TC - Village Creek Parallel belief Main, Part 2 ., Fort Worth, Texas Location See Plato AA Water Observations Seepage at 78' during drilling; water at 13,6' at completion Completion Depth 34.U' Completion Date 1-12_10 t .... to Co Surface Elevation Type B--47, wl C1r A � ill � C � � N of EL; _O dU N G z� H ME a � CQ QO � � C�� c 1i- CdU�.p � E Stratum Description 5 1 r 1 2 2 3 STY SANDY CLAY, dark brown and brown, w/ gravel seams stiff to very stiff 2.25 26 4.0 19 3.75 22 SANDY CLAY, brown, w/ calcareous nodules, hard 4.5+ 39 16 23 16 4,5+ 15 SANDY CLAY, reddish brown and brown, w/ ironstones and gravel, hard 4.5+ 15 4,5+ 13 116 3540 CLAYEY SAND 1 Y CLAY, light brown, w/ gravel 2.0 25 13 12 19 SAND, tan, w/ gravel UNIESTONE, gray, w/ shale seams, moderately hard to hard --------_.. -- _—,_ 100/3" 0011.75 100/1" LOB OF BORING NO. -B-15 'LATE M 8 M—'r—E-mn JK\ Project No. 42-09-98 Boring No. B-1 6 Project Sanitary Sewer M 257 C i Village Creek Parallel Relief Main, Part 2 -Fors Worth, texas Location See Plate A,1 Water Observations Dry during drilling; dry at completion Completion Depth 50 a. Completion Data 1-12_10 t a Surface Elevation Type B-47, wl C FA e Lw) C' � U. ° LL:x omv? mat— m� cu'n o N of , EE n-:3 o E �'� N MUID pV � n� fro �t�a Stratum �� CPI IArI 5 1 15 2a 2 3 5 CLAYEY SANS, brown and dark brown 4.5+ 18 4.5+ 32 28 141, 121 11 3.5 1 8 SAND, tan medium dense 20 8 SANDY CLAY. brown, w/ ironstone nodules stiff 2.75 15 CLAYEY SAND, light reddish brown, wi 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 3830 LIMESTONE, gray, moderately hard to hard -w/ occasional shale seams below 25' ------_._---------------- 100/2' 14D11" 0010.75' 100/11, 10011° 00/1.75' 1001z° LOG U BORING NO. B-16 PLATE A•19 Project No 42 -18 Boring No. B-17 Project SanitarySewer 141i-257 t,LVJLENGRI EIRLNG INC. Villa a Creek Parallel Relief Maim, Part 2 m Port Worth, Texas Location See Plate A.1 Dater Observations Seepage at 12' during drilling; dry at completion Completion Depth U0.0, Completion Date 9-20-10 a CO Surface Elevation Rai, wl CFA cc _ ina,P N rn� am �� a:! CL y �n �� i7 M0a. � l��Cl�lli ��" (:iI11 1�1� 5 1 2 2 3 i SANDY SILTY Ct,LQY, dark brown, stiff 2.0 31 2.5 24 SANDY CLAY brown w1 calcareous nodules, very stiff to hard 3.75 22 4.5+ 17 S�CLAY, light brown, wl calcareous nodules, very stiff to hard 4.5+ 36 14 22 14 3.0 15 CLAYEY SANA ISM, tan, wl gravel seams and ironstone nodules, medium dense 2i3 16 94 LINIESiONfa, tan LINII�STONE, gray, w/ shale seams hard w/ increased shale seams below 30' 10011" 0011.75 00/1.25 10011" 0012.25' 0010.75' 10011.5" 00/1.25' LOG OF BORING NO. B-I 7 PLATE A,20 a q s µ v M 4�16XT--- Project Na. 42a-w-jo Boring No. B-1$ Project Sanhar!! Sewer M.,257 L..LYIJ u,.+a.............�,...�.. - Vilia a Creek Parallel Relief Main, Part 2 - Fort Worth, Texas Location See Plate Al Water Observations Seepage at r during drilling; water at V at completion Completion Depth ay.o' Completion Date 1 20-10 EL a o $ A Surface Elevation Type B-47, wi CFA � w a � dU' it . =o i� e�i� An[S1- C N Z Ma as a"rr� �� 6E M J ��_ mE a:n � mn a 'e E f V S �' � pi� Y C lJ M. Ui a� coo :)Do - Stratum Description 5 1 1 2 —261— 3 SILTY CLAY, dark and brown, wl calcareous nodules, very stiff 3.76 21 4.25 25 4.25 58 21 37 23 3.75 22 3.75 21 SANDY -CLAY _/_CLAY, light brown w/ calcareous nodules and gravel, stiff 2,5 21 108 3040 1.75 34 14 20 19 LIMg=NE tan weathered, wl occasional clay seams IJMESTONE, gray, wl shale seams and layers, hard to very hard 10011.5" 10010.5" 10011" 100111, 00/0.75' LOG OF BORING NO. B-98 PLAN �13 -endix GC — 4.04 Underground Facilities (subsurface Utility Test Hole Reports) Lij e «� o LLJd z L ® z 6ld Ivl >- ®L az vi � � _ w K LU O4 S. >- Co 1— •• J f p d w e3 W ti 06 W 6l.J laJ lsl UJ j g L� I--- Z (L lVL Li 1d Cl Q 0 0 to 2 ►- 0��� � W F�1 W WLai Y! n ✓ n 0 --- 1� `ln� or P.: on �� in r� ,f z l l cn cal 0�.0 ., ,' .. 0rn k9ln z �N a. LLJ W tJ) a LA- y f: LLJ w z a Ln fs ` O w n �` �rz o ¢ 00 U z tiO4 nn a� u nn I--V) �j a a '� O .2 Ls w tt0a z 0) q' � M N cm U- co O w t9 L O fV ti ti +S] M 0 do a w co z z F— wO N Cb M N H�J O .. . Ln < l z lad Y' LtJ a. O z N z z .. --) l-1 w l— z '..0u L)U�.y.O z a� - `W w w 0: P �w IX nnwr O O 6 sZ + U 1A. cy a 0 0 CLfL0U-iU co U tooWA5-55T tV3 n rep JOSglt£tWi IIORILv2agIwn UBP ' 100Ni■ L SZK\S133NSX3n5■ LSZRN I V14X3nS\BAS&oslOAd . td t3-iI d w — a 0 _,y*} z 0 CA ocn CC01 LLI J 1� Ld ea }� - a k o to a NN mrL z ` �� N a .. a Q LIJ i ' .. 4- 0 - $ �o OD z Q .. .� ' €� I— V? Q '� Z + �lit �► - a9 O m i3n il-r ILi-1 W U- L;! Lem � . 1za.NH �� * nWa Ozw ELL 00rin wd® rI- w M N O W r } � Q I— U > b wwx _j r Wr W z U 1L. W .402 w W IxCL> V)OQ 0 z Uk-rrr JJJJ_..1 O - r F- L") D i,•dn¢i R All- W II z a r Ir ; W w � '_ LW V) N N 0 ry�ay i� r ryry IY_ ar_r_ OU N � N [�0=) a,cr � P —ii O) a b. z0z 0r LA-1 < W W- O � era } a o z zz ..:D 0 U U /.y.0 La W 1� Z r A LLI Q } 00z--IU1-- MQ�3cLAOW 0- d O U J U W 1— Ln • I� M 0 LA H 61 M W t9 N N L' LA-Z ui O 0 to 13i [— ti CL + X \ u Q r U \ N m a � 00 r \ � N r` c� L \ t K \ 4\Y V �{) `\ OD N O LL1 �w c9 c \ Nti ti tr)M x 0 LO 0 M W 00 \ 001 W CO ro l2 ` W) N 0 \ z lg � \ � W a -j z Ln CL \ w W �\ U I-m a. z Q W z W 8 U W O U IMA8.e,:[{3 Rd 9039L:V3Vf[L L102/41/8:3LW0 uBP'ZOOHiaLSmsL33ms\3nS■L6Z■N[Vn\3n5\SAs408►oJO\tds391d J LLJ La O �. 6�i F- S �co j 0Z bi � O� W 4 N Q z cr a., ` W N Np zwo.. o w N 2 e z a z A Ld 13c `i : u. ►m+ lad bad IrJ laJ rZa_Nr �` aip Win'°. ©O ir— V? z �- Urrrr - - --- .. JJ JJrI J V»MMM �..- a t-- ~ `nqw M;'F w IVIII * .L�y 00 p0 CD '� 7 4 J �• ''d�_ ©'�' al W t9 N Ltd Vi LCL ei 1�.1 J O 0 w N W W `ti CL Vi F 0 lad 4w U z U �} r ae �s 1° U O ,. 1 Or 0 @` 1.1 LO > O t� O z rn qw �y cn 0: 1 ', G C�N 1— O N Old) 1n 1 0 r p 0 M (t O -� co RW O U J CO 1r'1 � l9N LLJ < VI a tee w 3- J z 1dZ a o z V) z z .. O w W r u `� 0 z a - UU ..0— 1a, z LLJW1=zF i "7 ] w 3- W O U AOz V)Ur 0 •. -j w a.a- OU U x 0 m U — 1�s10w��5• t%1` + 1� nd Oi 291 t03rYll L IOZ/L 116211wn U60 ' POOHL QdSZMSL33HS'%3nSaL5Z QN I vW'-3ns\eAs*oa roA\ td 2311 d } 0 LA O V) w Imo' M x w ICJ aF-rl-= U JL1J4 aL9� Ulm 3E: —I V1 Q z .. 0 a •.' •• ix �z ar.tr no 02 z U1— HrH Or rrr M r+Z t9 w LQ Z W 0- } r O z a .. cn 0..z a r U W1 1�1 W 2 J- Wr :)r LIJ z ULL. U. <O2 LL W M 0- V)O� 0 z 1-- z a 1 is.t N b ►— O J LC\jn 0 A oLO $ 0 rM cna 1 LLd LL } �t o z zz O O U „ O LaJWMz� a >-3�W ay- 0Oz"u F- M x 5 1.LnO— CLa-OUYIU W z uJ r Q 9 C] � z * r a rn " N m V 4 S V1 LLI O LJW ix N 1° IL d W C.? N t— Z O In (3) -j { U-) ti r O € �� � _y �.�• ISM e I 00 ail q0 (P cp rh ON LJLJ Li- LA- O O N ul 0. # x x_ t~ I U 00IM .. a, - I Q "L Imo: 1,41 In ti q o0 c9 M 00 N O L,J w 0 O Lt- N ti O In M O In r rn 0 M W r— w 1' IDrn N I2 .... z z Lid a to ui Lw p- U om a z LIJ z u o L) wLL- o------------ m U lO1DA8� _� S!1 fib# 7.1 r41 SCs3VIIl 11A7_/l 1/4l7�5ilF IOA'SOOHJ+ILSZMSL33HS\3nS§ LSZNN I'VW\3ns\BAS4.oe Jo.k'LI\ sd s3-1] J z O y a � I--• Q t9� � „ . a OSI U Q 0J w r coo T Q W p a Z � LtJ tr O Oc •• .. LC fir + r tL —W LLJWUf Za- t�4 � aF pLa 0 0 V7 M z O r r r r M.I �.. 01— to 01� of ' F 1 �• aim oqw BSM M x jF �- , cS W ` " LD fV W w LA a o � W i o.. ti C — w z a w V) 11020 0 W N .. r z C9 U. � T' W Q �r, � J i J L--L N �G f Zc, C �- i� W FN " I ZT O F-' W Z i Q 0 L,. W # D 0 LT ! M p— ~ ao o � I ` 0 W I � ' t€J H L N f*- (-00 L �t{) to (1)M N M 9L co W I op `W z z .— to ti N l9 V} Q lL Is z to i w Z 0 U a- UU 00 u W Z NC !,IW(r-z . 0-'L-d I X n '-3 W Q ? w © U L. M CLCLOU—]U � O I th U I, lal AOJD lUtsn and 6t let trimi1 lltli/Ll/fll9ltln LtDp'900N1aL5ZnXS133HS\3nSa16ZaN1VIV\3nS\®A9400!OJd\tdt3l1d W � a vi m e _ c ? _o Ltj li w, w f ! � z to ODo I- - D-4 �. i� r LA t�1 Q aLLJ ..�? LL C i m IL ts) Vi z' N Qo .. $ ee I-- ao •• 0 Ls O Lid t ` w w c H ZCLN� ca „i a a LU 0 O 1- V) m Orr- UH-�I-- LLJ J 1-- t„ V) M o Lo Cp f- Ln l`- L' Cn OD i� �iii Si, Ml Ii.Y Sidi Ii'i4k ,O W O 00 z M U Jilt l~ L L*7 N Lai CL wtD Ln LL .. .. Z LaJ a- l.t_ O p J N L� W M - --- W 0) b C\ .. cn r 7 V) o w cA x U r- ac Z la tn I- Dw Z Ul --�—_--- - -- ---}----- O U. W ® E 0-1R..> M I NoQ z o rx F- 0 1 ii ono cm U N 3, x A (V ti p Ln i ®[ 0 Ln 0 M 0 0 1 j co of z z F� LO OD" ID LY w,a tn 0 cna LCL)l a c LtJ is J z Ln B z Vi z z •• -D w Lal 1- UU u Z `1-7LiJz�?- W O V CL d. O U J U cc O pp U - Lolana.m t�3Sn Rid 9L t91 t[t3Hlli 1ozir.1/0agIwn t6,P'LOOHL•LSZYY\SL33ms\3n5■LSZQN iv n\3n5\9AS}attIOJO\ td t371 d i LJLJ 1- A 04 001 0) of Ln z t/i O L� .. z F- �e of I- U wJx J - f- Ld I- LLJ z U LL. LJ aom cr(L� OOQ to I-- CL t.D z z ti0� 1� z Lr_J Q a o z zz ..� O i-- I- .. o U U .. O - LIJ W Z I-- ) -1.) w Q} OOz�Ut- 0-CL0 u -iu w z J LLJ 0. B. J w w L�J _ to � O M Q �1 C6 ICI to I - Er O co O � I— Ln i O V) co th I"7 tL o u rn I LLJ L> I 00 x N NO z Q J z CL to LaJ L.J z a uj z IY C�-A/� w 0 Li W Ld O x o U u - z r o �3+ a tO sn cn Ld ou LU a b .-b a0. : � w La Lid M U-) N r— I • O OD E I M rn to N Z LLJ N i 1•: i I � IDOl co N vwco N r— Ln r+l O Ln Im rn 00 q4- co ro l9 N Z W to ca Fild BL:$L:S:3nl.L LLOi/LL/2:3ive U50 `600H1 oLSZN\SL 33HS\3nS N LSZ NN T Ylrit\3ns\6As+oof Ojo\:d :3l L L NJLM O Z a .. cn O LLJ LLJJ3: w F � 1— W Z ao2 LL w m IL > Boa Ln FF- a 0 Z w a LA LLI �z >- Z u w arras W V M a_ In 1ii a Z 1--1 Z IZ " H 00E-0m z O>- U I-- I-- F-- F— J J J J J O F- F. - I— (n7:3D= I- z a Cr � a cr FW 1 LLI N ti O g to F 0 Z Z F— Q rr D O Ln a 1 F LL. F— Z z z .. Z) OU F— I— .. O UL) 0— LaJ Li .F X ` z r ui `P Q I' OOznL) LX� s N0— CL IL 0 U -j u LLI Z LLI a_ CL J W Lai 7 u v+ W M Q MA 9z J H uJ __j d Z _ LL1' 1� I I I Lfl i f Ln , W LA F� I. L I to V) w I F— Cs Oo Ln U- O ui Q tF? � t9 UJ t0 UJ ti V 0(3 Z a 0 m1 Z a. .. LLI Lw z a LyLJJ Z 1cr L� Ir O U Ln (T LnP- Q i~ M QOD O 'v' LD Ih to N �ZJ L F— a lco (Q rn OD N qq to Nti Ln M O LO 0-)rn ()0lw OD M tD N Zw LO IWAW-. 't 'dssFl old 61 291 =£ All L 1OZ/LL/9331VO uOP'O IOHI*LSZFO\S133HS\3nsmLSZNw[aw\3n5\oA"oslo-ja\$dt3il3 I B t4 t9 z r z Z t11 O u b .. Z H 1-U > C--4� Ld J X _! — F- W F- La z 4 0 2 DO< V) F- 0, O z LLI LLI Im LLI ,j J Z 1ST L1 P_G0 W r-a nI I-' fi •.- V3 J V1 z •• b 0 Ix •• .. 0� La W W I,I I--- z 0., N F- ►� ?C 0 0 (A 2 Orrrr c)�F-�- JJ J�IJ O VaMM:� fi.. Cl Oz m cn st Gr OIXOj Ln 0 LO ui z z� a in<�� � b a O z zz zo U L) 0 O U WW(xzl- 3--.)W ar 00z-)L) Mcr3c V30 a.cL©U —IU J W Q a LI LLJ a J W Z } a iO N w 1- t OD 4 u ti +a7i z Y W !y in 4 {� W 0 Gl O Lsl to Cp to s� In 01 o I �rn w to ` �• .a # I Z W 0CN o Ln ro V) a Ul ch Ln to `y U. W (M O W O Nti O in F- I,rj t t) n w n w tofn t9 N act z W a .. O V) to W u ; L.1 u 1- a z a LI z i W 0 m V LL. L 1 Ix O m U IOIMJDI SHSTi Rd OL s41 s[13i111 [ lOtit,,g tern UbP'11014l*15Zn\S133HS\3nSeLSZRN1VW\311S\SA94.s!ostl\sd2311d Colo 'a I` C z Q Lnz in O W z a1—u >� W -ia W �I-- u 1-- :D �-- 1i z ULi- W QO2 W. w Z)oa in 1-- a. 0 z a F z Ir a a� � F Q vL FF � N � z w If'1 I al L 0C- z uJ ffi x <:D MO 11 LAI a 1 M LL- LO Q O z z z z O L) U .. O — W W Cr z F a "3 n W a >- 0 0 z --j U F 12 E O U .a to W z 0 Ci ui W I— u z 0 W r Q a 1A a da N coo 9 ha �J.- W J Ln Z In N i� 1- i Q l9 O OD o%W ED (V) W N 19LL � I .... 0 `' F t U Ian .. r an V) \ 1w # o l,Ll °�° co 00 . Ln M O to F OD 1w = LO {V to 00 cc.. z � �. � W a J a Z O N P V) Lal W Lu L1 z Q Ld z j w C i U LL- 0: .. m O lo'OAGJD!7U3Sn bVd ZZ=91If93NII LiOZ/Ll/0i31n0 UOP *Z IOH1■LSZMSL33H5\3n5•LSZ•NI nrl\3nS\$A$4os(pA\ sd =3-113 z r LL ul m a Q p w cs a ak-m +-N rx (Aa L!I J'J I •- 0,..E -w-I ua� a rm opc ....� war }+W WWW C?�p Q �8>-�a col-V) LU ►0 IW F-1 Fb W � Z J I(•1 !A t Ln I-- U4�--TL77 ZE to 4 w+ O 11 Q co U V tD b N Zy:A e-� i' �i a w I Lo N I i CL 0 a 0 N a m ~ z F -� , I In + � t- >- he z �taU i9 .. � • � i W _.I 3 4 ` N DF W z <®� M 0< a s V In I- a a ) � as a 1P D F- O W Q V t9 I I�cc o Ln rn Ln O g M a �. a 2 lil q0 � OD V - ' CO z z b w !� N w 4 � � In w \, Olo OO M (na z L,j r a -i U-) a O z N 0 W w w I- r O U z a U U U - a LLJ Z zc w VA" z M .� •-3­2W ar W 0 m c) n- M��o � o CLCLOUJU m O m U 4 JOICAO.Of sN Sn Vtd £Z101IC12 i11 LIOZiL118211ea aOP'VZ IOH1mLGZn\S133HS\3nS■LSZwNIVIV\3nS\OAS+OSjOJd\ ad s3lI3 Y QLLI V- a m 0 0 _ F 0 v m CO O Ltd 0 d e r LLI a —A H W f� u a F- nF t� » ti z ""� � al+ F- 30- co o ac cr uj - l 0: 0 E a — Ld LLI Lai LLI t. I— z a_ N I— 0- u' LPI a qx L- ki Oz Lni cn Q z z v/i o z 11J J Y J F- W I-- Ls1 z ao� Lj- w Boa In F- tL 0 z O>-��>- J J J J J OF^F I—N V)M7)MD � < W, 01 O cr t U. N N p= Ln J C*Q ( . VIA O lLLI z z i. F �LLIa �o cn a u h a o z zz ..0 zo O U IlJWCrzI— a .) n ui OOZ--jU1-- a-aou-iu LIJ z O X 0- ui J LLI LL. O F- LLJ w F to z LLJ J ct. U z Ld LX ui Ls_ w a rf) I+� OD 111U W N 0 LU In 00 00 t51 O 0) OD ar Lo z in ui I -- a z O O 0 U to 0 OD ti Ir? m tP O 1Y t31 M (D N z L:i O N F- a s U W CP 00 N wt9 N 1— Lf1 M O IJ7 co v in toN zLLI to +�vnv.wl lusbii Vid CZsgls£t3PJIL LiOZ/Ll/9t31ET0 UBP'@Z IOHl*LSZVi\SL33HS\3f1S+LSZnN lvii\3115\SAsa*5jc-#t1\ sd t3913 z a 4o W t ❑ to m �a cn a ^I� Q NO —1 LIJQ Q N >LLJ Ul m R; (L 4p--, .• 4 f to 0 ti •• ..a �4, r O a O m LULJ 4t ICE 1a 1a a<-z aNa �� �� -ZLa too - �� w U-)ti O CD 0 Iti t�i co r— co Y✓ G I O �\ \ o V BSI W L {Jl �- J n- j.. U. �l Z W k cc O \ o r LLJ `�( r N O w tt 1 .� Z O x kp rp > I2J_-jx w \� J I--r La � LU z Q U. m , LL Ld \ MOa F- `\ V) I—ca_ zlw tD M �\ (3) Q U.-\\ CO N Q a 1— O L+J \X `i c� tLLJ cr ti O � F� . \ O M Ln � t N � a RC LU co Wi' O W ti OD rO z a a co (D � coo O 00 t z cg Z ICJ 2 wi tom- 0- L�] Q O z N F— .. O © z a UU.Otie— �w z G W W M Z 1— !� µr- W O O Z '� L) F- i� � U a=9 0 w O .. Lj Lt C�—lu cr O a� u t t "OI 8839n Vid USSI S3"ll Ltoz/Lt/St3ivn u00 'C total «15ZFY�5133tt5��F15 ■ 1Stp � t r�a�3nS��nst,aara�� sd =�'l l � z dN I m t to$dp , Z�U C,tm F— a O ix ® I.U. 3:v� PIS U a��c� k ��- W v, a = JOO I7 away o U Cn 0 N tL wti ## F- ss y , rti .0 z I� O x . .mr LrJ W W w ' W. Z 0-��" -, a. as + Lj am zw 00 F-1I7�1� O>- UF— .-� ..� w LnM >>:3 Ln C3� Lnr r ti M MO a - OW lu `X�N � H �. oqw Cfl t� Z t4 (V N ui Ls. Z a O '- U Q L LI�- l/1 Z to _ w � � O Z SLn0 U Ww��,r L,IJ= Lsl F- W Z ._ ao2 � LL LLF C6 Ln a a 0 0+ wto Ls! ao c.+ [v JE 00 N I-! a lW- 0 Ln M Ln 1 © c 1 rL co CL OD qW z �- LLl co to rq LI a a cnco via t Zw u J U') a '- a o Ln zz � w � zo a FF-- ..oU ' z a U U .. 0— LLI Z LLJ LL1 a Z a X > q U a. CLu .., U a o m u MOA8jOFsN n Rd a sq t :£:3vH L L IOZ1z vQ:a j vn Lft•bIOHINISZW\SL33NS\3nSN45ZNN[Vn\3nS\SA8408(O-l\ sd:3'l13 u Q w z C3� � L9 ° a�i W z D ILLJ x0 co Q1- 1 p U� M h c�r " , x In �— N Q U � ` a W t VI N 0. z � h t 1" 0 J C V} Q z /y /w/yypLLJL R�1 LCL ix i F-i Y Fti Q 4 ' l i^ d 8 CL C3h hhh - H , w F-7 ►-1 #�1 HI 1 @h hr'-F— .^ ~~ U• V LI^ N :Q f `;' "Al ® 00 06 QNr z S�'�,. tD 0 LO N I.LL1 Vl 1\�1• - I ` CI. I L. - } l 3' i Z 1J r. ix 41. N ZLLJ U Q -j 4 h 1- s^� ~ U • 1 \\\� WL�s1h Wh b i? ►P ] z ��yy Ld-17: LO` W tn �€OW C6 I+I; Doa I� t �. cn a r ID CP cm co cvv o o L1! W \\ C; I-' r1- o M ' In :• c71 0 o iw w CO� O z z tN ~ �CAI Q 1 1 UN z w J In m1-- a ,. P a o z V1 z z .. =) w ICJ o-- °' I_ hh ..00 z < U U .. 0- IL1 z be U OOZ 0U- I.L. cr 0 0. 0. 4 U-j U 0. O U tOI n gyp,t8Rd 6L=SI803HIl L10Z/L1/0c31vO U81) "Wb 10MI NIGZMS L33HS\3nS iuSzw N I vn\3n5\9A9+0*[0A\ Id 931I J (n LU O V) Cr Ld cz9 n a ILLI vi .. �O© V) coo ~_ U m C Q a 4 U Ln 0 a 1001 in�„U v) r- cv d ' o in - o M z soJ� O DM m I"I L,ti1 Uj Ld Ld w Lam' w Q [ VI p-- IS � z a aw no u a e r� z �s 3 r m 1.00 N 01 'n Q i 5 CO z W LL } 0 z V) O w WI .. Z I— U Ls1 r..I w O h- W z U lm w O ::i L� w v) F- a V z cdr >- >- r U J J J J J o i---I— V)= MM:3 z e 6 � IJ � N � ►� O O � NIa 0. O cn � O z z a o zz zn O U UL) ..O►b W LLJ W z a -.) —]W T^ OOz-jUI-- IxixB:<n0 I- I- oL)Jca LAI z O x a w J r i t— L�J V) LL L.L. 0 H V) %' Ln l0 (51 O w (31 In N LdJ 00 w V) z 0° a � -j z IL V) w Ld U a w z C� w La.I LLJ O ir O U 61 U-) r' V I� IY7 �' l4 O00 4l 01 O q' 01M ED N zW D r H a V r 000 C%j 49 N Ul) IV) O �n (71 pr) 0047 00 M �N 0. Or U m IDAD . 9U39n rid I£ l91 s£=319L1 L IOZ/L 1/083LVU UDP'SIOH111LSZ►I\SI33HSX3nSIILSZ*NIVA\311S\Qn94.oslo-q$\.ds3i<e u o z m O 0 to m a , t— ��i � a �!z }gyp a d - w N f O C9 A -a QAir '`. o a .m lz 3: " 4.0- - �60 65 r CA I- i] N _ �T d AG z W 4 , }ate w www �� $ , m F6d oO I-0 2 �'e'c► �� z _.. O U I- h^ I-- Im — bl N M Ln (3) `I- MOR ull+u�Ma�,ln� �r�ri����i� � fM !� t } OD �' �OD " \ }� CZ Ln Lf) C� _ r. SOl M lSZt9 LLI Z w r �� a .`i -- o � ,. ; ; �`` a- Z Lia r w O W \� N p tori I- z in O Lai `\`+`-+''�J , mod' H �� s:�IF7LO9 < I- U a w .J X OIa -x w Z N "� as 0 :2 N O I--LO1 1 Ind z 0 ct 0 w OD N LO w ti \ N ti 0�� O in 1,7 0-1 M Z Z h \ N M col2�a w : ZU-i a .. a o V z z .. O w LLI I- u °_ I- I°- .. 0 z a U U .. 0— Ld z Lai W<Kz� - (r i U 009 )U� Ia_m 0 ix [LC QU�U Ix 0 U I I A0 . 311 S GId Z£ s9I :£13"11 L IOL/L 1/9s7qlaa uep'd5i0H1n1SZIN\S133H5\3nsuLSZ•NlvW\3AS\9Asa0010A\ sd =3113 �.. .T OR'T'�H TEMPORARY REVISION 4/6/2020 (COVIDe19) ---�� _ - City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY if the total dollar value of the contract is $50,000.01 or more, then a MBE subcontracting 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. The City's MBE goal on this project is MBE PROJECT COALS % 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 Fora: to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000.01 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 by the assigned City of Fort Worth Project Manager or Department Designee, within the following times allocated, in order for the anilre bird to be considered resparisive to the specllic.u;iirris. iie offeror B.hall EMAIL the Il+BF dvcurrierllatirin io llin asnlwierl Cil%, of Forl Worth Fro}acl Manager or Deparlmeni neslgriee A faxed copy will rrud be accar(6d. 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. stated goal: 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 opening 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 NON -RESPONSIVE" 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 DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Office of Business Diversity at (817) 392-2674. Office of Business Diversity Temporarily Revised April 6, 2020 due to COVIDI9 Emergency Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Office of Business Diversity MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certiflcetlon PROJECT NAME: BID DATE City's MBE Project Goal- Offeror's MBE Project Commitment: PROJECT NUMBER % Identify all subcontractorsisuppliers 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. ie undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization :hedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing isrepresentation of facts is grounds for consideration of disqualification and will result in the bid being Insidered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered Isc tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2113118 t'Gr"_'rwonli ATTACHMENT 1A Page 2 of 4 Offerors are required to identify A! L subcontractors/suppliers, regardless of status; i.e., Wnci-jiv and roan-MBEE: 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. - SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r M B E w B E N ° n M B E Detail: Subcontracting Work Detail Supplies Purchased Dollar Amount El Rev. 5/15119 Fox I'WORTH ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minarity and Mori-MaE: 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 e r M B E w B E N ° n M B E Detail Subcontracting Work - Detail Supplies Purchased Dollar Amount Rev. 5/15/19 Fo H Total Dollar Amount of MIRE Subcontractors/Suppliers 1$ Total Dollar Amount of Mon-MM Subcontractors/Suppliers 1 TOTAL DOLLAR AMOUNT OF ALL SIUDC©NTRACTORSISUPPEIERS 1 ATTACHMENT1A Page 4 of 4 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for approval of ChangrelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address Citylstatelzip Office of Business Diversity Email: mwbeoffice@forlworthlexas.gov Phone: (817) 392-2674 Printed Signature Contact NamelTitle (if different) Telephone and/or Fax E-mail Address Date Rev. 5115/19 FORT WORT 14 City of Fort forth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT 113 Page 1 of 1 OFFEROR COMPANY NAME, Check applicable box to describe Offerors Certification MNVIDBE NON-MNV/DBE PROJECT NAME: BID DATE City's MBE Project Goal: Offeroes 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 ho answers are yes. Failure to complete this forsn In Its entirely and be received by the Purchasing Division no later than 2:00 p.m., on_1h2 second City business day after hid. opening, exclusive of the bid opening date, will result In the bid being considared non -responsive to b:d spa^ifications. Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this LNO 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 Printed Signature Contact Name (if different) Phone Number Fax Number Email Address City/State/Zip Date Office of Business Diversity Rev. 5115119 Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 ATTACHMENT 1C Page 1 of 4 FORTWORTH City ®f Fort Worth Minority Business Enterprise .MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable box to describe Offerors Certification PROJECT NAME: MlW/DBE NON-MIWIDBF BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % If the Offeror did not meet or exceed the MSE 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, 'I thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. aaamonar sneers, rr List of Subcontracting Rev. 6116119 ATTACHMENT 1 C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's Office of Business Diversity. ❑ Yes Date of Listing ❑ No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ 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 MOE 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 BABE 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" ❑ Nodocumentation may render the GFE non -responsive.) 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 mus# be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may ❑ Norender the GFE non -responsive.) NOTE; The four methods identifi-ed above are acceptable for=„^iiting bids, and each selected method must he applied to thi: t:;:; liYablo contract. The Offeror must document that either at least t... o att nrlpts were made using two of the tour methods or that at least one successful contact made using one of the four methods in order to deemed responsive to the Good Faith Effort requirement, NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and SUDDlie urtunity to be in compliance with questions 3 thru Fr. 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 ❑ Rto Rev, W15119 ATTACHMENT I Page 3 of 4 9.) ®id 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? (If yes, attach the information that was not valid in order for the Office of Business Diversity to address ❑ Yes the corrections needed.) ❑ No 11.)Submit documentation if MERE 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 se use additional sheets, if necessary, and attach. Com an Flame Telephone Contact Person � Scope of Work Reason for Re`ection 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 work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 6115119 ATTACHMENT 1C Rage 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any IVIBE(s) listed in Attachment IC will be contacted and the reasons for not using them will be verified by the City's Office of Business Diversity. Authorized Signature Title Company Name Address City/State/Zip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Cute Rev. 5115119 FORT OjRT'I-I CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered!; use "NIA "if not applicable Name of City project: A joint venture form must be completed on each project RFP/Bid/Projeet Number: _ 1. Joint venture information: Joint Venture Page 1 of 3 Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail 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 hint venture MBE firm name: Non -MBE firm name: Business Address: Business Address: City, state, Zip: City, State, Zip: Telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non -MBE: Rev. 5/15119 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. 5. List components of ownership of j oint 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 ----- ------ ------- ---- -------------------- e. Hiring and Firing of management personnel ---------------- d. Purchasing of major equipment and/or supplies Supervision of field operations y The City's Office of Business Diversity 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 Office of Business Diversity 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. 5115/19 Joint Venture Pape 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 firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date 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) Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone- (817) 392-2674 Rev. 5115119 Appendix GC - 6.07 Wage Rates 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rare AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Gutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 20121 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 Baker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 Appendix GC - 6.09 Permits & Utilities Date: UTILITIES COMPANY PERMIT Firm Name: Precinct #: Permit #: Contact Person: Address: Phone: Fax: 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 #:) (Attached layouts as necessary) DESCRIBE PROPOSED WORK IN DETAIL: (Attach additional sheets if necessary.) SPECIAL INSTRUCTIONS: 1. Submit permit and all necessary documentation to Jeremy Duskin at jfduskin@tarrantcounty.com 2. Roads are to be bored and not open cut. 3. Contact Richard Hatcher at (817) 266-7817, 24 hours PRIOR to working in the County right-of-way. 4. This permit is valid for 30 days from the above written date. A new permit is required if the project is delayed or extended. 5. Please re-establish vegetation after work is completed (i.e. hydromulch, sod, mulch w/ seeding, etc.). Transportation Services Department Signature of Firm Name Representative Printed Name of Firm Name Representative Precinct #: J— UTILITIES COMPANY PERMIT Date: 6/21/201818 Permit #: , 1 E' _ ky., Firm Name: Alan -Plummer Associates, .Inc. Contact Person: Qorge I Farah. P.E. .address: 1320 S. University Dr. Suite 300 Fort Worth, Texas 76107 Phone: 817- 06-1700 Pax: 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 WORD (WITH MAPSCO #.) 120 T The proposed crossing is east of the intersection of Village Creels and Burleson Retta Road. (Attached layouts as necessary) DESCRIBE PROPOSED WORK IN DETAIL: Install _42-inch Sanitary Sewer carrier nine and 704nch tunnel below existing Burleson Rettg Road (Attach additional sheets if necessary.) Design Sheet C-029 is attached; Detail sheet C-903 is attached, SPl3CIAL 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 wI seedine. etc_). portation Services Department 8-6� -- -r" Signature of FHW Name Representative Geor e I Farah Printed Name of Firm Name Representative FAprujeMW318i44M1M3od%Tarrant-County Utility Permit Applications.doc 0 p-• 00+99Z 'VIS 3NI9 Wiwi rocs 3NIl Hoban 401 ss o a Q7 a 3 �EL � y _ � €fil e :. .: s A N Iq j ' o� 3iavii_ _ s: tocp WWI .:1:.:.:. - ✓Y .idrS. Na . - � • C 9Yt9�:] N - �smR.r il llli5 ilia.... .: y, :+Sr .:o �yml hill pauFsio 3 pig ter' � - - mw�)a- uu arm ,et• IT ©Uft Z ;'WL5 3NI'I H t►N( + wn� �.vrie any mrkraibw-p Page 1ofI Notice of Proposed Installation ipxea Utility Line On TxDOT Highway Right of Way 49 �rattapp�srYQ�r Installation Application Online version 4MOO To the Texas Transportation Commission Date 10123/2019 c/o District Engineer Application No. FTW20190205135624 Texas Department of Transportation Fort Worth District, Texas Formal notice is hereby given that City of Fort Worth proposes to Install a utility facility within the right-of-way of FM1187 in Tarrant County, Texas as follows: (detalls are shown on page 2) Mans include a 424nch diameter sanitary sewer relief main crossing under FM 1187 In Tarrant County. The proposed sanitary sewer main crosses ROW by other than open cut methods and will be installed in a 70-inch diameter steel casing pipe ( wall thickness) for the entire length of the ROW by Dry Auger Bore. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be Installed and maintained for the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 2 files containing drawings and other pertinent Information uploaded to the website. Construction will begin on or after April 1, 2019 and end on or before November 1.2020 I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner City of Fort Worth By John Kasevich Title Address 200 Texas Street Fort Worth, TX 76102 Phone No, 817-392-8480 E-mail address [ohn_kasavich@fortworthgov.org http:l/apps.dot.state.tx.uslappslUIRPROv2/lib/PermitNotice.asp?PermitF-vcrttNo=O&PermitApNo=FTW... 10/23/2019 Page 1 of 1 Application Details Application No. FTW20190205135624 Date 10/23/2019 Utility Installation Owner City of Fort Worth By John Kasavich MOT District Fort Worth District County Tarrant Route FM1187 Control Section 133002 Plans include a 42-inch diameter sanitary sewer relief main crossing under FM 1187 in Tarrant County. The proposed sanitary sewer main Description crosses ROW by other than open cut methods and will be Installed in a 70-Inch diameter steel casing pipe ( wail thickness) for the entire length of the ROW by Dry Auger Bore. Attachments C-903 MISCELLANEOUS DETAILS.pdf C-021 PLAN PROFILE STA 18600 TO 19500.pdf http://apps.dot.state.muslappslUIRPROv2llibIPennitNoticeDetails.asp?PermitEventNo=O&PennitApNo... 10/23/2019 Page 1 of 2 TxDOT - Fort Worth District CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION Online version 02/2019 Yes No NIA ®� 1. Is the utility company submitting this Notice of Proposed Installation (NOPI) registered in the TxDOT UIR System? Only utility companies registered and conducting installations wlthin the Fort Worth District can view and submit this checklist as the preliminary portion of the permit. ®� 2, We propose to construct this utility installation according to the description, construction plans, special provisions, and other related documents, as described in the Notice of Proposed Installation, Approval Form, and Approved Amendments. We will also maintain field representation during Installation of this utility. ®n 3. The following notes are flagged on the first page of the plan sheets: CONTRACTORS -YOU'RE TO CALL THE TxDOT INSPECTOR NOTED ON THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR IS REQUIRED TO CONTACT TxDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR LINE LOCATES IF BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. ® 4. Has the utility company's on -site Inspector and contractor name and contact information been provided in the Special Comment section? ®� ❑ 5. Are the utility plans legible, drawn to scale, accurately dimensioned, and north arrow with vicinity map shown? ®❑ 6. Are the TxDOT ROW lines and edge of pavementleurb lines distinguished, labeled, and dimensioned on the plans? is the location and identification (highway number) of the TxDOT highway clearly Indicated on the plans? ®�Fj 7. Are all new utility crossings of TxDOT roadways proposed at 90 degrees with the centerline of the highway? If not, is an Exception Letter addressed to the TxDOT Fort Worth District Engineer attached? ®� ❑ 8. Buried, Utilities: Are oil and gas, water lines, FORCED sanitary sewer lines, and electric cables placed in a steel casing when crossing the roadway? 0 [] ® S. Buried Utilities: Are buried utilities located as close to 4-FT from the ROW line as possible? if not, are utility conflicts shown and identified? ®� [� 10. Buried Utilities: Is the minimum bury depth clearly indicated on the plan and profile sheets for utilities running parallel to the ROW and for those crossing the roadway? ®� 11. Buried Utilities: For lines crossing highways, city streets, county roads, private roads, and paved driveways, is It clearly shown in the description and on each page of the drawings that the line will be Installed by conventional dry auger bore unless otherwise approved in writing by a TxDOT Engineer or Inspector. http://apps.dot.state.tx.uslappslUIRPROv2AibIPermitCheeklist.asp?PennitApNo FTW20190205135624 10123/2019 Page 2 of 2 ®� 12. Buried Utilities: Are existing: utility facilities In close proximity shown In the plan view and also In a profile view when alignments cross? ❑ N 13. Aerial Utilities: Are new utility poles located within the first 3-Feet of the ROW? D ® 14. Aerial Utilities: Are existing and new utility poles differentiated on the plans and is the minimum aerial (vertical and/or horizontal) clearance clearly noted? E] ® 15. For HIGH PRESSURE GAS LINES, SALT WATER PIPELINES, and ABANDONMENTS please contact the Utility Permit Office at (817) 370-6534 or (817) 370-6865. ❑ ® 15. For Small Cell: Will this project meet all applicable City design guidelines? If not, please explain. [� ® 17. For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design that follows 43 Texas Administrative Code, Chapter 21, Subchapter C, in this submission? ® 18. For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design that follows the District Special Provlslon's? ® [] ❑ 19. It is understood that a copy of the Utility Permit or Individual Site Agreement (with exhibits) MUST be on the job site during any construction activitles. ❑ [] ® For Small Cell: Will this project meet all applicable City design guidelines? If not, please explain. [] ® For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design that follows 43 Texas Administrative Coda, Chapter 21, Subchapter C, in this submission? ® For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design that follows the District Special Prevision's? ® [] It is understood that a copy of the Utility Permit or Individual Site Agreement (with exhibits) MUST be on the job site during any construction activities, http:/lapps.dot.state.tx.us/appsAJJRPROv2AibIPermitCheeklist.asp?Perms ApNo=FTW20190205135624 10/23/2019 aim 391 p f A31 gil m o g n wmma�zz�n a�ppnf ryZ'A-Zi O��=�N Z O a Jml a }p m 0 N Q Agi a� ag 'Al NUN mq" is ga"Im" is W oyj flI n ,z n� 8 R�6B���9Ri� �L .. . A..I, Y y1f holzAx�g�I j=5{ og`roV �'.i m -u90 0 Rmat En �n --n620.12 O 1Q0 Nyy COLA+ — �a , ooro F^pvl „r�x Wu it A 0+5 .00 TRENCH WAT R STOP TST RME 2 AdUI CUT .112 n � I fi 620.33 I 1 I n �n ro 1 o + + o I aM1 c =+ —eWs 4 m eA 19+I0 8 OASLM+E rM m� -- -- t3 f zur/. 8w- .. G u O a ¢ m n n .. .. WIRE FLNCE BARNFTF GA 1NC pJ �n $ y Oo u�po� 1 I 12 qgJI - $[p�iFN � II NNN II II 'I o�A �p��lw gs 1 fi 620.54 o { f 9d+�01 + 1 ct to m rI I m rL 620J5 I g InCFO:) j � .. F rn I 1 3 rL 620.98 E I a n n u n 4� rn �I-I itp .� ?Nm 0CO 016 F a 4A F N +n F,.621.17 �� .d- -- Q MATCH UNE STA. i9 - '00 CH LIWE sra. 1 12aw n o °o fro o o o -wall p 08 Of r E -4 29[C�1In C� z i y` y aI 5' m n z IIIJJJC553 z� q 0 F o z �FW ir D z9x � p OI 2 o��N�67 0� 1 t7i I ms a� z Q �� n �y npm -1 O N a r�� 130 c� n Y y J 'z no Y z v omy � Z ` 'a (fj"]� f" ❑ .-El : mmmmmmmm 3 Ca 2 �A vx 'Is2m g y p mVVV V V V VV C it P p o �I 1 1 Ii I I I I i "moo _z O 2 3 api v N ki O "� 0 0 �$ n�.H� a �pwp ; w� 07 ='ZRoR V. 1 ra I O y W mom am wG SIN s \Z• ao�l� ppC O 3 m y mp �J 0 g � to to N N (A Coil � � ff0 � m laze 7J y, o to O Cn Approval Form Approval Form Online version 11I2005 To John Kasavich City of Fort Worth 200 Texas Street Fort Worth, TX 76102 fF-3220M, Date 10/2512019 Application No, FTW20190205135624 District App. No. To: Ben Trevino Highway FM 1187 Control Section 133002 Maintenance Section South Tarrant County Tarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20190205135624 (District Application No. To: Bon Trevino) dated 10125/2019 and accompanying documentation, except as noted below. Page 1 of 2 A COPY OF THIS PERMIT IN ITS ENTIRETY MUST BE ON SITE AT ALL TIMES! Contractor is Required to contact TxDOT Traffic Operations group at 817-370-3664 prior to beginning and excavation work in the area of existing utilities. utility Owner Is to send a CONDUCT INSPECTION action and give the on -site contractor's contact information through the UIR 48 hours prior to commencing work. CONTRACTOR is to give a verbal notification and submit Traffic Control Plan from the latest addition of the TxDOT Standards TCPs* 48 hours prior to starting work to Ben Trevino at Cell 817-307-1617 The Utility SHALL NOT cut Into the pavement or concrete riprap without WRITTEN APPROVAL from TXDOT. Below is the Link for the latest edition of the TxDOT Standards TCPs: httpalwww.dot.state.tx.uslinsdtdot/orgchart/cmdlcserve/standard/toc.htm When Installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this Installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting 8nly to an Intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The- Installation Owner's rights of access to the through4raffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the Immediate action required by the Utility Installation Owner In making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum Inconveniences to traffic and adjacent property owners, In the event the Installation Owner falls to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it Is further understood that the TxDOT may require the installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper Inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. By Texas Department of Transportation Ben Trevino http://apps.dot. state.tx.us/appslUIRPROv2llibINoticeApproval.asp7ApproverID=DOT20161020091023... 10/25/2019 Approval Form Title Utiltity Coordinator District Fort Worth Page 2 of 2 http://apps.dotstate.tx.uslappslIJIRPROv2ltibINoticeApproval.asp?ApproverID=DOT20161020091023... 10/25/2019 m C:6202. . O 'F O a' o, TRENCH SPAT R STOP � rLfi20-33. . aS 6`- GAS UWE O �'EI�Y-:6z93 F RARNFTT 1'E 1N1:' II 1"620�4 lU wr 6205 .7 0 0 4, rL 620.66 + O 0 ; rL-&2i.17 �O �f w q 1911F11 _ z o = z _ M K` �x rrl 4 o m a r_ Q d0 � m m x u � v rr, m n.+ 0 zx I uNt 0 FS A I NNN oKQvm0p aC a-� A"a 1 vv CA 1 I I �di 0 � lil + a w p IA Z F5T HOLE 2 T� v I AhV CUT 4. /2 2 m V o i n. I I ^.. . _ f E via —6 GASH - t Y off N .k a t ;J !8/SS 78 I I mtilt f ' ' I k 1 N Anon A7 }� I 1 a m p0 I z`zm`3`t nzgx z I J 1 .f Onr� z F1 .� JJ) 1 x FF +00 MATCH LINE STA. 1 w N o F. �[ rn N A .. i� a� zWz pLm v ZSvrog mSS o a o v(jF 48 c� c� � �n • ro YD n aA�aAa� r A Znm �n dm wzo MWO fnv' {mom F �I�� � nwZ zz[fjj �Z � - N0 � Q Oy/ f+'�l CJ D 1��,/, r�� Nm 2 2'•yN� C1 �o y $mom V! o$DyZ s�y2 �7Jp�AO D go Q�.I; X p�fy�� �Q wn Agn-rc m� A U� t A ci0i zr v ' br >,> O mmpp po �pW�um OJmm SO�VV��fJ VJJ o� Yy bb^� m„z y 9 QQ oS� mtinr%+iv I.ly g O g-4 $ [CEO Z ..7m 'D� Vm Z m2 11p \�m�nxxn l Imo t7Sm .p0 Sm-'WDOW AO p0 06i �1 T�m-`rOW � z-� c m� CCQ�(}} mo oro m Z m g A_ Epp o�zsr"�. Zph z : 3 �m �� I EA Oi on x p� Page 1 FART WORTH DISTRICT UTILITY DIRECTORY 02 - FTW - 0910612019 [FORT WORTH DISTRICT UTILITY OFFICE OFFICE PHONE Bill McCoy T _ Right of Way Project Delivery Manager 817-370-6950 Doug Fain Utility Coordinator Douglas.Fain@txdot.Rov 817-370-6542 Amar Akram, P.E. Transportation Engineer Amar.Akram@txdot.€tov 817-370-6681 Rebecca Booher Utility Coordinator -Permits Rebecca.BooheriEudot.gov 817-370-6534 Margaret Jasso Utility Coordinator -Permits Margaret.lasso@txdot.gov 817-370-6527 Aucensio (AJ) Mata Utility Coordinator Aucensio.Mata@txdot.goov 817-370-6865 Dustin Deaton Utility Coordinator Dustin.Deaton@txdot&ov 817-370-6588 UTILITY INSPECTORS Gavino Talamantez - North Gavino.Talamantez@txdot.goy Cell-817-240-9134 817-370-6668 Ben Trevino - South Ben.Trevino@txdot.gov Cell-817-307-1617 817-370-6523 (50) JOHNSON COUNTY AREA OFFICE : 817 2022900 Paul Spraggins, P.E. - Area Engineer 817-202-2900 Peter Ross, P.E. - Asst. Area Engineer 817-202-2939 (51) WISE & JACK COUNTY AREA OFFICES. 940-626-3400 Edrean Cheng, P.E. - Area Engineer 940-626-3400 Oscar Chavez, P.E.- Asst. Area Engineer 940-626-3400 (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF 11-1-30) ; 817-399-4302 Minh Tran, P.E. - Area Engineer 817-399-4302 Aureliano Flores, P.E. - Asst. Area Engineer 817-399-4302 (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF 11-1w30) : 817.370-6640 Randy Bowers, P.E. - Area Engineer 817-370-6640 Ram Gupta, P.E. - Asst. Area Engineer 817-370-6640 56 ERATH, HOOD & SOMERVELL COUNTY AREA OFFICES., 254-965-3511 David Fowler, P.E. Area Engineer 254-965-3511 Sarah Homer, P.E. Assistant Area Engineer. 254-965-3511 57) PARKER & PALO PINTO COUNTY AREA OFFICES : 682-229-2800 David Neeley, P.E. Area Engineer 682-229-2800 Janet Crawford, P.E. Assistant Area Engineer. 682-229-2800 DRIVEIWAYSISTORM DRAINS/1'EMPORARY ACCESS/OVERSIZE, /OVERWEIGHT PERMITS Matt Evans, P.E. - District Maintenance Director 817-370-6521 Jennifer Giovando - Office Mgr. Vacant- Driveways, Access and Storm Drain Permits Page 1 817-370-6524 TBA Page 2 Irene Dominguez - Oversize/Overweight Permits & Adopt a Highway 817-370-6672 TRAFFIC SIGNALS, TRAFFIC MANAGEMENT, MESSAGE (BOARDS - 817-370-3861 Vacant Supervisor 817-370-6942 Line Locations: Contact Control Room Office for Farm 817-370-3661 ;Emergency Contact Number: Control Room - 24 Hours 817-�370-3661 FORT WORTH DISTRICT MAINTENANCE OFFICES JOHMSON COUNTY MAINTENANCE Vacant Maintenance Supervisor 817-202-2900 Bryan Anderson Utility Permits Inspector Cell-817-291-0794 817-202-2900 Cody Kerchevai Utility Permits Inspector Cell-817-666-9798 817-202-2900 ,WISE JACK COUNTY MAINTENANCE i Colt Wright Maintenance Supervisor 940-626-3400 Keith Prochnow Utility Permit inspector - Wise Cell: 817-296-1956 940-626-3400 Jana Robinson Utility Permit Inspector - Jack Cell: 940-567-6611 940-626-3400 Wesley Harrison Utility Permit Inspector Cell: 817-709-6664 940-626-3400 ;NORTH TARRANT COUNTY._ MAINTENANCE Mike Sepe-da Maintenance Supervisor 817-399-4350 Gavino Talamantez North Tarrant County Utilities Inspector Cell-817-240-9134 817-370-6668 iSOUTH TARRANT COUNTY MAINTENANCE Ralph Garza Maintenance Supervisor 817-370-6903 Ben Trevino South Tarrant County Utilities Inspector Cell-817-307-1617 817-370-6523 IERA.TH, HOOD, SOMERVELL COUNTY MAINTENANCE Jared Browder Maintenance Supervisor 254-965-3511 Michael Millsap Utility Permit Inspector Cell-254-413-5058 254-965-3511 !PARKER €x PALO PINTO COUNTY.MAINTIENANCE I Tom Brown Maintenance Supervisor 682-229-2804 Charlie Neal Utility Permits Inspector 682-258-4656 EM99GEN6Y UTIUTY CONTACT: Traffic Control Room n 24.Hours 817-370-3661 TXDQT'S #IISS1715'i4Tlti?] I The mission of the Texas Department of Transportation is to pravide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questlons concerning traffic control plans. http://ftp.dot.state.tx.us/pub/txdot-i nfo/trf/tm utcd/2011-rev-2/6. pdf WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS-3 SAFETY VESTS AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNEWS PERMIT MUST BE ON SITE AT ALL TIMES. Page 2 Appendix GC - 6.24 Nondiscrimination Appendix R-01 60 ®® Product Requirements 0 1IR LeMWILMINICIV I W I IM—WIMMEW W-1111 -M WILO r, I -- - - -- - - -- - - a- _ • - K-- -- a _ a �— - -• -- - - - - - a- -- - - - . MMUMMMM. 31- 32. PipesNalves & F-WittgsAResiliei-A Seated GeAe Va4ve .......................... 3,4. PalyeOvflette E-measement ..................................................................... 94 rA n r- HIM 60 x 0 W 40 ! ,,gyp �o r� a e i ) i i 's r k 'a � x i i C'� I ��i _ 1 s �- 's =l r i i i n- .�i F� r �i _ a �z. rij 1� I E2 � .. � ] �g .y :r \� l : % ... Ailie } 9 07il R, W r 'A I A t �� �. v !' t' �� IF jr.4j 2� '"A �' �X ��'i hja L� J�. '-{7; !�S 4 �V i FS'I I I� 1� ' � � i � Ftl r� �.;_ -, � �� . .�� .:��: 6 W. n Tr 27 rR 0RT'W,..0.XTH0 CITY OF FORT WORTH H ''CATER DEPARTMENT STANDARD PRODUCT LIST Updated: September 06, 2019 Sanitary Sewer lrfaln 257 - Pori 2B ATTACHMENT AD1-6 The Fort North Watur Department's Standard Products List has been developed to niinitni a the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility constmction projects. Wlien Technical Specifications for specific products, are included as part ofthe Construction Cantract D ocu meats, the requirments of -the Teciin.ica] SpecLfieation wiII override the Fort Worth Water DeparLmcnt's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specifir, proiiucts will be based on the reyu dements of the Technical Specification whether or not the specific product mocts the Fort Werth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Sanitary Sevmr Win 25L7 - Part 2R ATTACHMENT ENT Ad#-s Table of Content (Click on items to go directly to the Page) ftculs Page A. Water & Sewer 1, l aidioles & Bascs{C.:ompVnunls....... .........................P.,..,..,..,,....:::...........I . Manholes & BaseslFiberglass......................................,...........,,,.;..:.:.... 2 I Manholes & BascWFrarnes & COVersiRectangulat. ............................... 3 4. Manholes &Base IFrarnes & Covers/Round ..............:r;.:.................... 4 S. Manholes & BaseslFramcs & Covdrsl atcr Tight & Pressum Tight .. 5 6Minholes & Bases/Prccast Conercto ....................................................5 7. Manholes & B2srs ehab Sy terns/Cementitinw ................................ 7 Manholes & F3nses/Rehah SystemslNon ementitious ......................... $ 9, Manhole InsarE (Field Operations Use Only)........................................:9 IU. Pike Cuing Spac ce......................:..:.............................:...�........,........... 10 11. Pipeall)ucdle Troia ..........................................�.���.,.�.......... 1 12. Utility Line, Marker.......................................................�...,................... T2 B. Snwer 13. dlig lEpmc.....................................................................................13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air'VaI.veg- ........... .. 15 16. Pipes/Concrele...................................................................................... lb SanItary Sinver MaIn 257 • Part 28 ATTACHMENT ADI-6 17, Pipe Eni0TgQmcnl SyStel3I (Method) ........... .... .. ......................... , , 17. 18. PipesfFrii rglas� Reinformd Pipe ......... ......... l 19. Pipt-0-II)PI.................................................................................... l9 20, PipeO C (Pressure ewer)...................... ...... :.:........................... 4...... 20 21, Piires ?VC* ............................................................................. . . .. 21 22, PipoN/RehabJCIPP................................................................................. 21 23, Pipes/Rehab/Fold & Form .... ................. ....................... ...:........ ............. 2 24, Pipes/Open Pro le Large D.iame r ........................................... C. Water 25. Appuncnnanees........................ 111........................................... :......... ....... 25 b, i nWq, Nuts, and Gaskitt,...................................................................... 26 27. OombInation Air Release Valve ...... ................. ............................ 27 28. Dry Barrel Fim.Hyclraa#s..........................................,........,,..............--. 2.8 29. Wtrrs ...... :............ ................................................................................ 29 30, Pipt: VPVC {Pressum Wator} ................... ............................. ....... 30 31. PipeslValvcs & FiltingslDucWe Iron Fi#fings........................................ 31 32. PipofVal ves & FiftingsfResilient Scated Gate Valve ..........................32 33. Pipes/Valves & Rd Seated Buttcrlly Valve ..................... 33 34. Polyefhylcuc Encus�Lmont ............................................................ ...... 34 35; Sampli[ig Statians............................................................... ........ . . 35 Sanitary df MAin 257 • Pan 2B ATTACHMENT ADI-6 G ir z r N 75 z l -' ad w) I of 3 v LFI .M Xa PQ o c c w L n o w V i w m N r- {j C. C IN U mg 'M An 9 Ir q m a ra M�1 0 M4 P- k 0 a Qn r 70 V m CL N m t (n F- co un F 9z D F*+ w IN r- m EL 8 E v 4 !.9 C . wry" O LMJ CM v x Fir ao} 61 � CA �O r ro" d c QF 0 a R h.5 v wi 2 Zol F-� y y a dp W Orl 0 f, .�� F+� Pd H L" 3 10 3 I r m CL C t 44 co 3 E-+ cew ao) v 0 w 0 �1 0 i�Y Fart cw F O rr .9 PTI 0 w •I ph "b p� Appendix SS 1 Specific Project Conditions And Requirements Appendix SS 2 Contractor Scheduling